Loading...
HomeMy WebLinkAboutContract 59847FORTWORTH C17Y SECRETARY COW,RACT NO. CONTRACT FOR THE CONSTRUCTION OF WATER & SANITARY SEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITY PROJECT PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS Mattie Parker Mayor VOLUME 1 OF 2 City Project No. 104484 "X" No. 26680 Christopher P. Harder, P.E. Water Department Director Prepared for The City of Fort Worth Water Department 2023 David Cooke City Manager Prepared by: s Kimley)))Horn Texas Registered Engineering Firm F-928 Kimley-Horn No. 061018052 �......................:.. JCSH KERCHC ., 1130 04/13/2023 OFFICIAL RECORD LFT. CITI'YSECRETARY WQRTH, TX FoRTWORTH CONTRACT FOR THE CONSTRUCTION OF WATER & SANITARY SEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITY PROJECT PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS Mattie Parker Mayor VOLUME 1 OF 2 City Project No. 104484 "X" No. 26680 Christopher P. Harder, P.E. Water Department Director Prepared for The City of Fort Worth Water Department 2023 David Cooke City Manager Prepared by: 4F Kimley)>)Horn Texas Registered Engineering Firm F-928 Kimley-Horn No. 061018052 OF 00 JGSH KERGHG -� • 113Qfl2 ; rct 04/13/2023 FORT WORTH,'Mir ,. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 OF 2: Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 , 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders - MODIFIED 07/19/2021 0021 13 Instructions to Bidders - MODIFIED 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 9/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications - MODIFIED 08/13/2021 0045 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application - MODIFIED 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 07/19/2021 00 52 43 Agreement 09/01/2021 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 0061 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting - MODIFIED 08/17/2012 01 31 20 Project Meetings - MODIFIED 07/01/2011 01 32 16 Construction Schedule - MODIFIED 08/13/2021 01 32 33 Preconstruction Video - MODIFIED 07/01/2011 01 3300 Submittals - MODIFIED 12/20/2012 0135 13 Special Project Procedures - MODIFIED 03/11/2022 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan - MODIFIED 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 7000 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 7423 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised June 10. 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents 12/20/2012 07/01 /2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 02 - Existing Conditions Modified 0241 14 1 Utility Removal/Abandonment 4/13/2023 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 4/13/2023 03 34 13 Controlled Low Strength Material (CLSM) I 4/13/2023 03 34 16 Concrete Base Material for Trench Repair 4/13/2023 Division 31- Earthwork 31 23 16 Unclassified Excavation 4/13/2023 31 2400 I Embankment 4/13/2023 Division 32 - Exterior improvements 3292 14 1 Non -Native Seeding 4/13/2023 Division 33 - Utilities 33 03 10 Bypass Pumping of Existing Sewer Systems 4/13/2023 33 05 10 Utility Trench Excavation, Embedment, and Backfill 4/13/2023 33 0522 Steel Casing Pipe 4/13/2023 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 4/13/2023 Special Spec fications — Not City of Fort Worth Standards 33 05 27 Open -Shield Pipejacking 4/13/2023 33 05 41 Shaft Excavation and Support 4/13/2023 33 05 42 Water Control for Shaft and Tunnel Construction 4/13/2023 33 0543 Portal Stabilization 4/13/2023 33 0544 Settlement Monitoring 4/13/2023 33 05 45 Contact Grouting 4/13/2023 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 4/13/2023 33 39 10 Cast -in -Place Concrete Manholes 4/13/2023 33 3921 Polymer Concrete Manholes 4/13/2023 33 3970 Stop Logs for Sanitary Sewer Structures 4/13/2023 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised June 10, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httn://fo rtworthtexas.L,ov/tnw/contractors/ or httvs:Havvs.fortworthtexas.uov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 Division 03 - Concrete 03 80 00 1 Modifications to Existing Concrete Structures 12/20/2012 Division 31 - Earthwork 31 0000 Site Clearing 03/22/2021 31 2500 I Erosion and Sediment Control I 04/29/2021 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 12 16 Asphalt Paving 12/20/2012 32 13 13 Concrete Paving 06/ 10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2021 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 06/10/2022 32 31 13 Chain Fences and Gates 12/20/2012 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 9/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 03/11/2022 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 33 05 13 Frame, Cover and Grade Rings 12/09/2021 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 33 05 26 I Utility Markers/Locators 12/20/2012 33 05 30 I Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 1220 Resilient Seated Gate Valve 05/06/2015 33 39 20 1Precast Concrete Manholes_ 12/20/2012 33 39 60 1 Liners for Sanitary Sewer Structures 04/29/2021 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised June 10, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 4 VOLUME 2 OF 2: Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements SWFP 1150-2-1 Criteria for Design and Const. within the Limits of Existing Federal Projects END OF SECTION CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised June 10, 2022 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 27, 2023 LOG NAME: 60FWCCP14SSR-SJLOUIS REFERENCE NO.: M&C 23-0542 SUBJECT: (CD 2) Authorize Execution of a Contract with S.J. Louis Construction of Texas, Ltd. in the Amount of $34,824,041.30 for the Fort Worth Central City Part 14 — Channel Segment C, Sanitary Sewer Relocations Project, Provide for Project Costs in the Amount of $35,830,946.00, Adopt Resolution Expressing Official Intent for City to Reimburse Itself, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with S.J. Louis Construction of Texas, Ltd. in the amount of $34,824,041.30 for the Fort Worth Central City Part 14 — Channel Segment C, Sanitary Sewer Relocations project; 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt and/or annual payments from the Tarrant Regional Water District for the Fort Worth Central City Water & Sewer Relocations project; and 3. Adopt the attached appropriation ordinance adjusting appropriations in the Water and Sewer Commercial Paper Fund by increasing appropriations in the Fort Worth Central City Water & Sewer Relocations project (City Project No. 104484) in the amount of $35,830,946.00 and decreasing appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the same amount. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with S.J. Louis Construction of Texas, Ltd. in the amount of $34,824,041.30 for the Fort Worth Central City Part 14 — Channel Segment C, Sanitary Sewer Relocations. This project Part 14, provides for sanitary sewer relocations and abandonments as identified on the attached Mayor and Council Communication Location Map to accommodate future Bypass Channel C by the United States, Army Corps of Engineering for the Fort Worth Central City project. The project was advertised for bid on April 13 and 20, 2023, in the Fort Worth Star -Telegram. On June 1, 2023, the following bids were received: Bidders 1 Total Bid ( Contract Time Ltd. Louis Construction of Texas,�34,824,041.30I 500 Days ��"` Y Southland Holdings, LLC �37,606,669.7511 In addition to the contract amount $589,016.70 is required for project management, material testing and inspection and $417,888.00 is provided for project contingencies. This project will have no impact on the Water Department's operating budget when complete. This project is anticipated to be repaid from a series of annual reimbursements from the Tarrant Regional Water District (TRWD) as part of the Fort Worth Central City Water & Sewer Relocations project. In the event any bond -eligible costs are not fully reimbursed by TRWD, those costs would be 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 the debt is issued. Once payment is received from TRWD and/or debt associated with the unreimbursed portions of this project is sold, those funds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached reimbursement resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will amend the City of Fort Worth's Fiscal Year 2023- 2027 Capital Improvement Program as follows: 60FWCCP14SSR-SJLOUIS Capital Fund Name 56022 - W&S Commercial Paper Budget Project FY2023 CIP Authority Change Name Appropriations (Increase / Decrease) 104484 — FWCC Water & Sewer Relocations Revised FY2023 Budget $0.00 This M&C $35,830,946.00 $35,830,946.00 Funding for the Fort Worth Central City Part 14 — Channel Segment C, Sanitary Sewer Relocations project is depicted below: Fund W&S Commercial Paper - Fund 56022 Project Total Existing Additional project Total* Appropriations Appropriations $0.00 $35,830,946.00 $35,830,946.00 $0.001 $35,830,946.0011$35,830,946.00J The sanitary sewer $34,824,041.30 amount of this contract and the sanitary sewer $186,782.00 amount of material testing fees (to be performed by a geotechnical testing firm) are considered Trinity River Vision (TRV)-related work, which are eligible for funding from Tax Increment Reinvestment Zone No. 9 (TRVA TIF) pursuant to the TRVA Project Plan. Having met its $26.6 million commitment to the TRV Project, the City will be reimbursed the sanitary sewer amount of $35,010,823.30 by the TRWD, in accordance with the provisions of the executed Interlocal Agreement between the City and the TRWD (City Secretary Contract No. 43425, as amended). TRWD has agreed to reimburse for TRVA completed work on an annual basis, which will provide the City with more timely replenishment of funds. Staff will record a receivable every month for reimbursable expenses, and the Water Department will be responsible for collecting the full reimbursement from TRWD annually. *Numbers rounded for presentation purposes. Business Equity: S.J. Louis Construction of Texas, Ltd. is in compliance with the City's Business Equity Ordinance by committing to 17 percent MWBE participation on this project. The City's MWBE goal on this project is 16 percent. The project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently availabe in the W&S Commercial Paper 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 FWCC Water and Sewer Relocations project to support the above recommendations and execution of the contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO (Fund) Department IAccoun Project Program ctivity) Budget ' Reference # moun ID I ID I Year (Chartfield 2) 1 1 FROM ;Fund'; Department Account Project JProgram;Activity Budget Reference # moun ID ID I Year I (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manaqer's Office bv_ Dana Burghdoff (8018) Originating Department Head: Additional Information Contact: Chris Harder (5020) Liam Conlon (6824) ATTACHMENTS 1. 60FWCCP14SSR-SJLOUIS CompMemo.pdf (CFW Internal) 2. 60FWCCP14SSR-SJLOUIS Form 1295.pdf (CFW Internal) 3. 60FWCCP14SSR-SJLOUIS Map.pdf (Public) 4. 60FWCCP14SSR-SJLOUIS.docx (CFW Internal) 5. 60FWCCP14SSR-SJLOUIS FID Table (WCF 06.08.23)U (2).xlsx (CFW Internal) 6. 60WCREEKSSEP1-SJLOUIS SAM.Ddf (CFW Internal) 7.ORD.APP 60FWCCP14SSR-SJLOUIS 56022 AO23(r3).docx (Public) 8. PBS CPN 104484.pdf (CFW Internal) 9. Res v2.60FWCCP14SSR-SJLOUIS.docx (Public) 60FWCCPI4SSR-SJL0UIS FID Table 1 3&4 56022 0700430 104484 I 2023 $35,830,946.00 3&4 3&4 3&4 3&4 1 3&4 3&4 56022 56022 56022 56022 56022 56022 56022 56022 0700430 0700430 0700430 0700430 0700430 0700430 0700430 5110101 5110101 5550102 5740010 5740010 5310350 5330500 2060000 104484 104484 104484 104484 104484 104484 104484 104484 001785 001780 001780 001780 001784 001784 RETAIN 9999 9999 9999 9999 9999 9999 $186,782.70 Staff Costs - Inspection $4,000.00 Public Outreach (Sally) $417,888.00 Project contingencies $34,824,041.30 To pay contractor $186,782.00 Soil Lab - TPW Staff Costs $70,484.00 Soil Lab - Consultant Combo Code 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 0005 10- 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page I of 1 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) [Assembler: For Contract Document execution, remove this page and replace with the approved M&C for the award of the project. M&C insert shall be on blue paper.] END OF SECTION CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM No. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR: WATER & SANITARYSEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITYPROJECT PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS City Project No. 104484 Addendum No. 1. Issue Date: May 3, 2023 Bid Receipt Date: May 25, 2023 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Failure to acknowledge receipt of this addendum by completing the requested information at the following locations shall be grounds for rendering the bid non -responsive: 1. In the space provided in Section 00 41 00 — Bid Form of the Bid Proposal 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. INFORMATION 1. Prospective bidders must be on the Fort Worth Water Department's pre -qualification list. The requirements are detailed in Sections 00 45 11 and 00 45 13. Furthermore, this project has special prequalification requirements in regard to performing water -tight shaft construction as follows: o Prospective water -tight shaft Contractors wishing to perform this work as a subcontractor shall submit a prequalification application in accordance with Sections 00 45 11 and 00 45 13, except that the financial components indicated in those sections are not required. Water -tight shaft subcontractor's prequalification application shall also include qualification information as indicated in Section 33 05 41, Article 1.9.A. The complete prequalification application package shall be submitted to Liam Conlon(liam.conlonna_.fortworthtexas.cov) and Josh Kercho (iosh.kercho(a kimlev-horn.com) no later than 11:59PM CDT on Thursdav Mav 111h o Contractors permitted to perform proposed water -tight shaft construction work on this project will be provided in the form of an addendum on Thursdav Mav 181'. Prospective bidders shall indicate water -tight shaft contractors from the provided list in their bid proposal in Section 00 45 12. Failure to identify a prequalified water -tight shaft contractor may result in the bid being rejected as non -responsive. o Bidders are reminded that they shall list the name(s) of the prequalified prime Contractor AND THE PREOUALIFIED WATER-TIGTH SHAFT SUBCONTRACTOR on the outside of the envelope the bid proposal is submitted in as indicated in revised Section 00 21 13 — Instructions to Bidders, Paragraph 13, as provided in the Project Manual. GENERAL 1. The Drawings, Project Manual and Addenda can be found at the following link: o httns://docs.b360.autodesk.com/shares/ff94aO7c-1043-412a-8dec-3Oa34e479e33v 2. Prebid conference agenda and sign -in sheet are included as part of this addendum for reference. Page 1 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 1 SPECIFICATIONS 1. Specification 00 1113 — Invitation to Bidders o This Section is hereby modified as follows: 1) Water -Tight Shaft prequalification submittals shall be submitted at least fourteen (14) days prior to Bid opening. 2) The City will provide a list of prequalified Water -Tight Shaft contractors seven (7) days prior to the date of opening of the bids. 2. Specification 00 21 13 — Instructions to Bidders o Paragraphs 3.1, 3.2. and 3.5 are hereby modified as follows: l) Water -Tight Shaft prequalification submittals shall be submitted at least fourteen (14) days prior to Bid opening. 2) The City will provide a list of prequalified Water -Tight Shaft contractors seven (7) days prior to the date of opening of the bids. 3. Specification 00 45 11 — Bidders Prequalifications o This Section is hereby modified as follows: 1) Water -Tight Shaft prequalification submittals shall be submitted at least fourteen (14) days prior to Bid opening. 2) The City will provide a list of prequalified Water -Tight Shaft contractors seven (7) days prior to the date of opening of the bids. 4. Specification 01 71 23 — Construction Staking and Survey o This specification is hereby replaced with the specification attached to this document. 5. Appendix o The following attached items shall hereby be included in the project appendix: l) Fort Worth & Western Railroad Company — Sanitary Sewer License CONSTRUCTION PLANS 1. SHEET 39 — DELETE Sheet 39 and REPLACE with Sheet 39A as attached. 2. SHEET 41 — DELETE Sheet 41 and REPLACE with Sheet 41 A as attached. 3. SHEET 44 — DELETE Sheet 44 and REPLACE with Sheet 44A as attached. 4. SHEET 46 — DELETE Sheet 46 and REPLACE with Sheet 46A as attached. Page 2 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 1 BIDDER QUESTIONS 1. With regards to steel casing will you waive the hydro test on the A 139B 42", 60", and 84"? o No, provided steel casingpipe shall conform to all requirements ofASTMA139, Grade B. 2. The Drawings indicate 120" steel casing for 2-39" and 1-45" siphon. We will need to attach spacers to each pipe but cannot accomplish this with an inside diameter of 118", please clarify. o Detail A/14.2 provides a scaled drawing of a 120"outside diameter steel casing pipe (118" ID), with buffer on all sides of proposed carrier pipelines. It is understood that custom casing spacers will be required to support the proposed carrier pipe installation. 3. Will the City provide payment for materials -on -hand for this project? o The City will consider materials on hand payment upon award of the construction contract to the responsible low bidder, provided all requirements as indicated in the General Conditions of the construction contract are satisfied. All other provisions of the contract documents, plans and specifications shall remain unchanged. RECEIPT C NOW EDGED: By: Company: S.J. Louis Construction of Texas, Ltd City of Fort Worth Christopher Harder, P.E. Director, Water Departmen By: A n4 J Tony Sholola, P.E. Assistant Director, Water Department Page 3 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO.2 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM No. 2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR: WATER & SANITARYSEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITYPROJECT PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS City Project No. 104484 Addendum No. 2. Issue Date: May 10, 2023 Revised Bid Receipt Date: June 1, 2023 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Failure to acknowledge receipt of this addendum by completing the requested information at the following locations shall be grounds for rendering the bid non -responsive: 1. In the space provided in Section 00 41 00 — Bid Form of the Bid Proposal 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. INFORMATION 1. Prospective bidders must be on the Fort Worth Water Department's pre -qualification list. The requirements are detailed in Sections 00 45 11 and 00 45 13. Furthermore, this project has special prequalification requirements in regard to performing water -tight shaft construction as follows: o Prospective water -tight shaft Contractors wishing to perform this work as a subcontractor shall submit a prequalification application in accordance with Sections 00 45 11 and 00 45 13, except that the financial components indicated in those sections are not required. Water -tight shaft subcontractor's prequalification application shall also include qualification information as indicated in Section 33 05 41, Article 1.9.A. The complete prequalification application package shall be submitted to Liam Conlon (liam.conlonAfortworthtexas.gov) and Josh Kercho (iosh.kercho(a),kimlev-horn.com) no later than 11:59PM CDT on Thursday Mav 11th o Contractors permitted to perform proposed water -tight shaft construction work on this project will be provided in the form of an addendum on Thursdav May 18"'. Prospective bidders shall indicate water -tight shaft contractors from the provided list in their bid proposal in Section 00 45 12. Failure to identify a prequalified water -tight shaft contractor may result in the bid being rejected as non -responsive. o Bidders are reminded that they shall list the name(s) of the prequalified prime Contractor AND THE PREOUALIFIED WATER-TIGTH SHAFT SUBCONTRACTOR on the outside of the envelope the bid proposal is submitted in as indicated in revised Section 00 21 13 — Instructions to Bidders, Paragraph 13, as provided in the Project Manual. GENERAL 1. The Drawings, Project Manual and Addenda can be found at the following link: o httns://docs.b360.autodesk.com/shares/ff94aO7c-1043-412a-8dec-3Oa34e479e33v Page 1 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 2 SPECIFICATIONS 1. Specification 00 1113 — Invitation to Bidders o This Section is hereby revised as follows: 1) The bid receipt date is hereby chanced to June 1, 2023 2) Water -Tight Shaft prequalification submittals shall be submitted at least twenty-one (2 1 ) days prior to Bid opening. 3) The City will provide a list of prequalified Water -Tight Shaft contractors fourteen (14) days prior to the date of opening of the bids. 2. Specification 00 2113 — Instructions to Bidders o Paraaraphs 3.1, 3.2, and 3.5 are hereby modified as follows: 1) Water -Tight Shaft prequalification submittals shall be submitted at least twenty-one (2 1 ) days prior to Bid opening. 2) The City will provide a list of prequalified Water -Tight Shaft contractors fourteen (14) days prior to the date of opening of the bids. 3. Specification 00 45 11 — Bidders Prequalifications o This Section is hereby modified as follows: 1) Water -Tight Shaft prequalification submittals shall be submitted at least twenty-one (2 1) days prior to Bid opening. 2) The City will provide a list of prequalified Water -Tight Shaft contractors fourteen (14) days prior to the date of opening of the bids. BIDDER OUESTIONS 1. Please confirm the minimum required shaft diameters specifically for the water -tight shafts. o Minimum shaft diameters have not been provided as actual diameters for excavation will largely be dictated by tunneling methods and equipment. However, at a minimum, water- tight shafts shall be sized to completely accommodate the proposed drop piping as indicated in the Drawings. 2. Will tunnel liner plate be allowed in lieu of steel casing pipe for "by other than open cut" installation? o No, steel casing pipe is required for by other than open cut installations as indicated in the Drawings All other provisions of the contract documents, plans and specifications shall remain unchanged. RECEIPT A KNOWLED ED: By: Company:S.J. Louis onstruction of Texas, Ltd City of Fort Worth Christopher Harder, P.E. Director, Water Department By: A .J Tony Sholola, P.E. Assistant Director, Water Department Page 2 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 3 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM No. 3 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR: WATER & SANITARYSEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITYPROJECT PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS City Project No. 104484 Addendum No. 3. Issue Date: May 18, 2023 Revised Bid Receipt Date: June 1, 2023 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Failure to acknowledge receipt of this addendum by completing the requested information at the following locations shall be grounds for rendering the bid non -responsive: 1. In the space provided in Section 00 41 00 — Bid Form of the Bid Proposal 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. GENERAL 1. The following Water -Tight Shaft Contractors are hereby prequalified to bid and work as a subcontractor (unless previously prequalified for other work categories) on this vroiect onlv: o Drill Tech Drilling & Shoring, Inc. o Keller North America o Forgen, LLC o Schnabel Geostructural Design & Construction o Southland Contracting, Inc. 2. Bidders are reminded that they shall list the name(s) of the prequalified prime Contractor AND THE PREOUALIFIED WATER-TIGTH SHAFT SUBCONTRACTOR on the outside of the envelope the bid proposal is submitted in as indicated in revised Section 00 21 13 — Instructions to Bidders, Paragraph 13, as provided in the Project Manual. 3. Additional geotechnical and subsurface information prepared by others and not associated with this project has been included in the Addendum No. 3 folder for Contractor reference only. Similar to subsurface investigation and geotechnical reports include in the Project Manual Appendix, these technical documents are not a part of the Contract Documents as indicated in Section 00 72 00. 4. The Drawings, Project Manual and Addenda can be found at the following link: o https://docs.b360.autodesk.com/shares/89cadcac-31a9-4OaO-ac95-57e5267488c4 Page 1 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 3 CONSTRUCTION PLANS 1. SHEET 15.1: o Add the following note to this sheet: GEOTECHNICAL BORINGS HAVE BEEN REPRESENTED ON THE PROFILE FOR THE CONVENIENCE OF THE CONTRACTOR. HOWEVER. ENGINEER MAKES NO GUARANTEE THAT THE BORINGS SHOWN ARE REPRESENTATIVE OF ACTUAL MATERIAL WHICH WILL BE ENCOUNTERED DURING TRENCHING AND TUNNELING OPERATIONS. AS STATED IN SECTION 00 72 00. GEOTECHNICAL INFORMATION PRONGED IS NOT PART OF THE CONTRACT DOCUMENTS. THIS DISTINCTION SHALL ALSO APPLY TO GEOTECHNICAL BORINGS SHOWN ON THE PROFILE. 2. SHEET 15.2 — DELETE. Sheet 15.2 and REPLACE with Sheet 15.2A as attached. 3. SHEET 16 — DELETE Sheet 16 and REPLACE with Sheet 16A as attached. 4. SHEET 19 — DELETE Sheet 19 and REPLACE with Sheet 19A as attached. BIDDER OUESTIONS 1. Will the City allow for the double 60" drive between 26+72 and 29+65.24 to also be excavated as a single 120" tunnel drive? o Bidders shall bid as currently designed. 2. Does the support of excavation for the siphon structures B-1, B-2, C-1 and C-2 require the same watertight criteria as the adjacent tunnel shafts? o No. Please note assumed shaft dimensions on crossing profiles (Sheets 15.1, 15.2, and 19). Siphon structures are assumed to be located outside of proposed water -tight shaft excavation/construction 3. Please provide a GBR or baselines associated with the tunnel and shaft excavation in the event of differing site conditions. o No GBR has been prepared for this project. The Contractor should review the available geotechnical data to familiarize themselves with the anticipated ground conditions. All other provisions of the contract documents, plans and specifications shall remain unchanged. RECEIPT C OW DGED: By: Company-S.J. Louis Construction of Texas, Ltd City of Fort Worth Christopher Harder, P.E. Director, Water Department By: 1 CJR S���v �h Tony Sholola, P.E. Assistant Director, Water Department Page 2 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 4 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM No. 4 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR: WATER & SANITARYSEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITYPROJECT PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS City Project No. 104484 Addendum No. 4. Issue Date: May 25, 2023 Revised Bid Receipt Date: June 1, 2023 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Failure to acknowledge receipt of this addendum by completing the requested information at the following locations shall be grounds for rendering the bid non -responsive: 1. In the space provided in Section 00 4100 — Bid Form of the Bid Proposal 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. GENERAL 1. Bidders are reminded that they shall list the name(s) of the prequalified prime Contractor AND THE PREOUALIFIED WATER-TIGTH SHAFT SUBCONTRACTOR on the outside of the envelope the bid proposal is submitted in as indicated in revised Section 00 21 13 — Instructions to Bidders, Paragraph 13, as provided in the Project Manual. 2. The Drawings, Project Manual and Addenda can be found at the following link: o https:Hdoes.b360.autodesk.com/shares/89cadcae-3la9-4OaO-ac95-57e5267488c4 SPECIFICATIONS 1. Specification 00 42 43 — Proposal Form o This specification is hereby replaced with the proposal form attached to this document. 2. Specification 33 05 22 — Steel Casing Pipe o This specification is hereby replaced with the revised specification attached to this document. CONSTRUCTION PLANS 1. SHEET 3: o DELETE "PHASE 2: SANITARY SEWER LINE B" header under sequencing notes. Page 1 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 4 BIDDER QUESTIONS 1. Are proposed water -tight shafts required to be sized to accommodate shallow bends down, or can shaft diameters be minimized such that shallow bends down are outside the shafts? o Yes. At a minimum the shafts shall be sized to encompass vertical down bends such that penetrations through proposed shaft walls shall be nearly perpendicular. 2. Are custom casing spacers required for the 120" alternate, or can steel brackets be welded to the casing pipe and pipe be strapped to the brackets (or other custom options)? o Casing spacers /Pipe supports for 120" alternate shall be in accordance with Section 33 05 24, Paragraph 1. 6 B. 4 as stated below: • Contractor -Designed Carrier Pipe Supports (for Bid Alternative No. I —Single Large Casing): a. Submit a detailed description ofpipe support system and method of installation. b. Detail drawings for the carrier pipe supports that will be used, including dimensions and component materials. c. Submit design calculations (sealed by a licensed Engineer in the State of Texas) demonstrating that the carrier pipe supports can safely resist all applicable installation loads including pipe deadweight (including any water filling), and buoyant uplift forces generated during annular space grouting. 3. Please eliminate the requirement for external CTE coating on the steel casing installed by other than open -cut. The fiberglass carrier pipe being installed within the tunnel will have annular grout encasing the pipe thus making the steel casing an initial liner. o This request will be granted for this project only. Section 33 05 22 has been revised as part of this addendum to not require coal tar epoxy coating for steel casing pipe. 4. Is spiral welded steel pipe permitted in lieu of longitudinally welded steel pipe for casing? o Yes. Section 33 05 22 has been revised as part of this addendum to permit spiral welded steel pipe as well. 5. The pre -bid agenda notes state 5,400LF of Horizontal Directional Drill, please confirm that this is no part of the Part 14 Segment C Scope of Work. The agenda also mentions 2,570 of 48" pipe installation by other than open -cut. o Please disregard this section of the prebid agenda. The correct scope of work is summarized in Section 00 1113 - Invitation to Bidders, and is intended to be consisted with the unit price bid proposal and the Drawings. 6. Please confirm the coordinates of Siphon Structure C-1 as they differ on Sheet 18 & 20. o Note that both coordinates are technically correct. Those indicated on Sheet 18 represent the middle point between the 66"out and 30" in at SSLA STA 26+33.38 and the coordinates on Sheet 20 are located at SSLA STA 26+27.94. Page 2 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO.4 7. Please provide details of the siphon structure top associated with Bypass Pumping Location B that may need to be replaced. Is the new structure top to match the previous detailed design? o Record Drawings for portions of existing 66" M-545 and 54" M-248 are included in the addendum folder for reference. The existing M-545 siphon structure indicated is proposed to be removed upon placing Sanitary Sewer Lines A and B in service. Therefore, the top will not be required to be replaced in kind. However, the successful bidder will be required to demonstrate means to seal the opening of the structure upon completion of bypass pumping operations to prevent rising floodwaters from entering the sanitary sewer system, prior to abandonment occurring. 8. Please confirm if the CCTV item (#67) under alternate#1 should be Pre or Post CCTV inspection. o Bid Item #67 in the Base Bid as well as Bid Alternate No. 1 is called "Post -Construction" CCTV Inspection. 9. Please provide spec section 33 39 60. o Specifications which were not modified specifically for this project and indicated in the Table of Contents by reference can be downloaded at https:llapps.fortworthtexas.zovIProiectResourcesl and by clicking on "02 - Construction Documents", then "Specifications" 10. Can the 5' Manholes (Bid Item 27-->29) be bid as either Cast In place or Polymer Concrete Manholes? The bid Form calls out spec 33 39 20, should this be 33 39 21 - Polymer Concrete Manholes? o These items refer to sections 33 3910 and 33 39 20 (cast -in -place and pre -cast concrete manholes). Polymer concrete is not specified for these locations. 11. Do the restoration bid items cover any associated replacement of sod, curb and gutter associated with the existing 8" water line abandonments? o Current bid proposal does not cover these additional quantities. Bid proposal has been reissued as part of this addendum to encompass additional restoration for water line abandonments. 12. Is portal stabilization for tunneling a requirement or is the specification provided as a guidance for the contractor, if needed? o The portal stabilization spec describes performance requirements that must be met at each tunnel portal. The contactor is provided flexibility to achieve the performance requirements using means and methods of their choice. In some ground conditions it may be possible to achieve portal stability requirements with minimal effort. However, the contractor is responsible for reviewing the ground conditions and determining portal stabilization methods that will achieve the performance requirements at each trenchless portal location. 13. Can the hydrostatic test requirement for A 13 9 on the steel casing pipe be waived? o This request will be granted for this project only. Section 33 05 22 has been revised as part of this addendum to not require hydrostatic testing for steel casing pipe. However, steel casing pipe shall still be required to meet all other requirements ofASTMA139. 14. Does the City have a preferred or required testing company for materials testing on this project? o The City will provide the material testing lab for all initial tests in accordance with Section 0145 23. The successful bidder will be responsible for paying the City's selected material testing lab for subsequent re -tests for failed tests. The successful bidder may also perform additional 3rd parry testing at their own expense. Page 3 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 4 All other provisions of the contract documents, plans and specifications shall remain unchanged. RECEIPTACK OW EDGE By: Company: S.J. Louis Construction of Texas, Ltd City of Fort Worth Christopher Harder, P.E. Director, Water Department By: !Cn 'Stiola Tony Sholola, P.E. Assistant Director, Water Department Page 4 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 5 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM No. 5 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR: WATER & SANITARYSEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITYPROJECT PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS City Project No. 104484 Addendum No. 4. Issue Date: May 31, 2023 Revised Bid Receipt Date: June 1, 2023 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Failure to acknowledge receipt of this addendum by completing the requested information at the following locations shall be grounds for rendering the bid non -responsive: 1. In the space provided in Section 00 4100 — Bid Form of the Bid Proposal 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. GENERAL 1. Bidders are reminded that they shall list the name(s) of the prequalified prime Contractor AND THE PREOUALIFIED WATER-TIGTH SHAFT SUBCONTRACTOR on the outside of the envelope the bid proposal is submitted in as indicated in revised Section 00 21 13 — Instructions to Bidders, Paragraph 13, as provided in the Project Manual. 2. The Drawings, Project Manual and Addenda can be found at the following link: o httns://docs.b360.autodesk.com/shares/89cadcac-3la9-4OaO-ac95-57e5267488c4 CONSTRUCTION PLANS 1. SHEET 15.2A— DELETE Sheet 15.2A and REPLACE with Sheet 15.213 as attached. All other provisions of the contract documents, plans and specifications shall remain unchanged. RECEIPT C NOWL DGED: By: Company.S.J. Louis Construction of Texas, Ltd. City of Fort Worth Christopher Harder, P.E. Director, Water Depart ent By: 0/l 6J Tony Sholola, P.E. Assistant Director, Water Department Page 1 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 6 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM No. 6 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR: WATER & SANITARYSEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITYPROJECT PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS City Project No. 104484 Addendum No. 6. Issue Date: May 31, 2023 Revised Bid Receipt Date: June 1, 2023 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Failure to acknowledge receipt of this addendum by completing the requested information at the following locations shall be grounds for rendering the bid non -responsive: 1. In the space provided in Section 00 41 00 — Bid Form of the Bid Proposal 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. GENERAL Bidders are reminded that they shall list the name(s) of the prequalified prime Contractor AND THE PREOUALIFIED WATER-TIGTH SHAFT SUBCONTRACTOR on the outside of the envelope the bid proposal is submitted in as indicated in revised Section 00 21 13 — Instructions to Bidders, Paragraph 13, as provided in the Project Manual. 2. The Drawings, Project Manual and Addenda can be found at the following link: o httns://does.b360.autodesk.com/shares/89cadeac-31a9-4OaO-ac95-57e5267488c4 SPECIFICA OidS T i 1. Specification 00 42 43 — Proposal Form o This specification is hereby replaced with the proposal form attached to this document. All other provisions of the contract documents, plans and specifications shall remain unchanged. RECEIPT KNOWLE ED: By: Company: S.J. Louis onstruction of Texas, Ltd City of Fort Worth Christopher Harder, P.E. Director,_ Water Department By: �CA a �, Tony Sholola, P.E. Assistant Director, Water Department Page 1 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS (CPN 104484) ADDENDUM NO. 7 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM No. 7 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR: WATER & SANITARYSEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITYPROJECT PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS City Project No. 104484 Addendum No. 7 Issue Date: June 1, 2023 Revised Bid Receipt Date: June 1, 2023 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Failure to acknowledge receipt of this addendum by completing the requested information at the following locations shall be grounds for rendering the bid non -responsive: 1. In the space provided in Section 00 4100 — Bid Form of the Bid Proposal 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. GENERAL Bidders are reminded that they shall list the name(s) of the prequalified prime Contractor AND THE PREOUALIFIED WATER-TIGTH SHAFT SUBCONTRACTOR on the outside of the envelope the bid proposal is submitted in as indicated in revised Section 00 21 13 — Instructions to Bidders, Paragraph 13, as provided in the Project Manual. 2. The Drawings, Project Manual and Addenda can be found at the following link: o httus:Hdocs.b360.autodesk.com/shares/89cadcac-3la9-4OaO-ac95-57e5267488c4 SPECIFICATIONS 1. Specification 00 42 43 — Proposal Form o This specification is hereby replaced with the proposal form attached to this document. All other provisions of the contract documents, plans and specifications shall remain unchanged. RECEIPT C OWLE GED: By: Company:S.J. Loui Construction of Texas, Ltd City of Fort Worth Christopher Harder, P.E. Director, Water Department By: 4n h Tony Sholola, P.E. Assistant Director, Water Department Page 1 00 11 13 INVITATION TO BIDDERS Pagel of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of WATER & SANITARY SEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITY PROJECT — PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CDT, Thursday. JUNE 1.2023 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. In lieu of delivering completed Business Equity (M/WBE) forms for the vroiect to the Purchasing Office, bidders shall e-mail the completed Business Equity forms to the Citv Proiect Manager no later than 2:00 PM on the second Citv Business day after the bid opening date. exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 1. Installation of approximately 2,030 LF of 30-inch thru 45-inch sanitary sewer pipe with 60" steel casing pipe by other than open cut (Open -Shield Pipejacking) with all associated appurtenances and required testing. 2. Installation of approximately 620 LF of 66-inch sanitary sewer pipe with 84" steel casing pipe by other than open cut (Open -Shield Pipejacking) with all associated appurtenances and required testing. 3. Installation of four (4) secant pile or cutter soil mixed water -tight shafts. 4. Installation of approximately 1,590 LF of 24-inch sanitary sewer pipe by open cut with all associated appurtenances and required testing. 5. Installation of approximately 330 LF of 30-inch thru 45-inch sanitary sewer pipe by open cut with all associated appurtenances and required testing. 6. Installation of approximately 45 LF of 54-inch sanitary sewer pipe by open cut with all associated appurtenances and required testing. 7. Installation of approximately 1,180 LF of 66-inch sanitary sewer pipe by open cut with all associated appurtenances and required testing. 8. Bypass Pumping of existing 66-inch, 54-inch and 24-inch sanitary sewer lines. 9. Construction of 4 sanitary sewer siphon structures 10. Construction of 4 sanitary sewer junction structures CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 Revised 7/19/2021 ADDENDUM No. 2 0011 13 INVITATION TO BIDDERS Page 2 of 3 PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. Furthermore, Additional requirements for vreaualification regarding the excavation and installation of Water -Tight Shafts (secant pile or cutter soil mixed) are reauired. Prequalification submittals fort his work category shall be submitted at least twenty-one (21) days prior to Bid opening in accordance with Section 00 21 14 — Instructions to Bidders Section. Part 3.5. Section 00 45 11— Bidders Preaualifications, and Section 33 05 41— Shaft Excavation and Support. Part 1.9.A. The Citv will provide a list of prequalified Water -Tight Shaft contractors fourteen (14) days prior to the date of the opening of the bids. Bidders shall indicate their selected prequalified Water -Tight Shaft contractor in Section 00 45 12 — Prequalification Statement. Failure to indicate a prequalified Water -Tight Shaft contractor shall result in the reiection of the bid as non -responsive. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at httn://www.fortworthtexas.eov/purchasing_/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid Document. Package httt)s://docs.b360.autodesk.com/shares/fO83cab9-8941-42ce-bfc7-7d4405eOc34a Addenda Folder httr)s:Hdocs.b360.autodesk.com/shares/7a77bfb3-1771-41 c7-b937-89ac96a3501 e Plan Holders Registration Form and Plans Holders List httr)s:Hdocs.b360.autodesk.com/shares/7ebaddd9-2c46-48a2-bdbb-5d51 fad74bl 9 Copies of the Bidding and Contract Documents may be purchased from: Kimley-Horn and Associates, Inc. 801 Cherry St., Suite 950, Unit 11 Fort Worth, TX 76102 Attn: Josh Kercho, P.E. Phone Number: 817-335-6511 E-Mail Address: iosh.kercho(i ,kimlev-horn.com The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $100.00 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 Revised 7/19/2021 ADDENDUM No. 2 00 11 13 INVITATION TO BIDDERS Page 3 of 3 EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PREBID CONFERENCE A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time at City offices located at 311 W 10`h Street, Fort Worth, TX 76102: DATE: APRIL 24, 2023 TIME: 3:00 PM, CDT If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing." If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Liam Conlon, City of Fort Worth Email: Liam.Conlon@fortworthgov.org Phone: 817-392-6824 AND/OR Attn: Josh Kercho, P.E., Kimley-Horn and Associates, Inc. Email: josh.kercho@kimley-horn.com Phone: (817) 335-6511 ADVERTISEMENT DATES APRIL 13, 2023 APRIL 20, 2023 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 7.19!2021 FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations City Project No. 104484 ADDENDUM No. 2 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13 INSTRUCTIONS TO BIDDERS Page 1 of I I 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 11 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least fourteen (14) calendar days prior to Bid opening for most work items. However, Bidders requesting to be listed as prequalified for Water -Tight Shaft Construction and performing the work as a subcontractor must submit documentation in accordance with Paragraph 3.5 at least twenty-one (21) calendar days prior to Bid opening. Bidders requesting to be listed as prequalified for Water -Tight Shaft Construction and performing the work as Prime Contractor shall also submit financial information at least fourteen (14) calendar days prior to bid opening. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review (except as where noted otherwise). Bids received from Bidders (including Water -Tight Shaft Construction subcontractors) who are not prequalified at the time bids are received will be rejected and returned to Bidder unopened. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httss://apps. fortworthtexas. jzov/Proi ectResources/ 3.1.1. Paving — Requirements document located at: httr)s: //asps. fortworthtexas. izov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/C ontractor%2OPrequalification/TP W%2OPavinQ %20Contractor%2OPrecivalification%2OProgram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.Ddf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httr)s:Hasss. fortworthtexas. gov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2ORoadwa v%20and%2OPedestrian%2OLightinir%2OPrequalification%2OProg_ ram/STREET% 20LIGHT%20PREOUAL%2OREOMNTS.sdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httr)s:HaDDs. fortworthtexas. gov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 OSanitarv%2OSewer%2OContractor%2OPrequalification%2OProQ_ ram/WSS%200re qual%20requirements.ndf CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. I04484 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 1 I 3.2. Each Bidder, unless currently prequalified, must submit to City at least fourteen (14) calendar days prior to Bid opening, except for Water -Tight Shaft Construction, which shall be submitted at least twenty-one (21) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: Bidder shall provide a Preaualification submittal for Water -Tight Shaft (secant Pile or cutter soil mixed) Construction. Preaualification submittal shall satisfv all reauirements set forth in Part 1.9.A of Section 33 05 41— Shaft Excavation and SUDDOrt. Preaualification submittal shall also meet the reauirements set forth in Section 00 45 11 (except a complete set of audited or reviewed financial statements shall not be required) and be submitted to the Citv no later than twentv-one (21) days prior to the date of the opening of the bids. Anv bids not satisfving these reauirements shall be rejected as non -responsive. The Citv will provide a list of preaualified Water -Tight Shaft contractors fourteen (14) days prior to the date of the opening of the bids. Bidders shall indicate their selected preaualified Water -Tight Shaft contractor in Section 00 45 12 — Prequalification Statement. Failure to indicate a preaualified Water -Tight Shaft contractor shall result in the reiection of the bid as non- responsive. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 Revised; Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 11 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 1 l 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4.Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (1) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 Revised/Updated November 2.2021 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 11 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Liam Conlon, Water Department Fax: 817-392-8195 Email: Liam.ConlonGfortworthtexas.gov Phone: 817-392-6824 AND/OR Kimley-Horn and Associates, Inc. 801 Cherry Street, Suite 1300, Unit 11 Fort Worth, TX 76102 Attn: Josh Kercho, P.E., Kimley-Horn and Associates, Inc. Email: iosh.kercho(a,kimlev-horn.com Phone: 817-335-6511 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 11 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at https://docs.b360.autodesk.com/shares/7b24db40-Sfla-4f46- 8e57-8965312afa32. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 11 11.1. In accordance with the City's Business Equity Ordinance No. 24534-11-2020 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httns:Hcodelibrarv.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents, additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 1 l 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, the name of prepualified Water-Tiuht Shaft Construction subcontractor, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and will thereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn" and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 RevisediUpdated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 11 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. 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. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 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 contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will he presented to the City Council. The form can be obtained at htti)s://www.ethics.state.tx.us/data/forms/1295/1295.vdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 11 of 11 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 Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104484 Revised/Updated November 2, 2021 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 0035 13- 1 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror, or respondent to a City of Fort Worth procurement are required to complete Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercises discretion in planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Office Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. httr)://www.ethics.state.tx.us/forms/CIQ.r)df htti)://www.ethics.state.tx.us/forms/ClS.lt)df F7 CIQ Form is on file with City Secretary ® CIQ Form is being provided to the City Secretary CIS Form does not apply F7 CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: S.J. Louis Construction of Texas, Ltd Company 520 S. 6th Ave. Address Mansfield, TX, 76063 City/State/Zip By: Adam Lunsford le e Print Signature: Title: Vice President (Please Print) END OF SECTION CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 27. 2012 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity FORM CIQ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 71h business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. None J Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. N/A Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes �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? F]Yes F-1No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. None J ❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(13), excluding gifts described in Section 176.003(a-1). J 6/1 /23 Signature o AvendorJoin siness with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code la 176.001(1-a): 'Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code 4176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; , (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code 4 176.006(a) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 LOCAL GOVERNMENT OFFICER CONFLICTS FORM CIS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY Thls Is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176, Local Government Code. 1 Name of Local Government Officer N/A 2 Office Held N/A 3 Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code N/A 4 Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. N/A s List gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(B). Date Gift Accepted N/A Description of Gift N/A Date Gift Accepted N/A Description of Gift N/A Date Gift Accepted N/A Description of Gift N/A (attach additional forms as necessary) 6 SIGNATURE I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member (as defined by'Section 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 112-month period scri d by Se on 176.003(a)(2)(B), Local Government Code. Ignature of al on Officer °&e MARIA LAURA PAREDES Please complete either option below: Notary ID #130612880 :r }� My Commission Expires < nv <E April 15, 2024 Sworn to and subscribed before me by Adam Lunsford this the 1St day of June 20 23 , to cert1N which, witness my hand and seal of office. _ 1Vl 2r A LA Q-} PA lLC,3V S 1�llcvv�a Signa of o ficer administering oath Printed name of officer administering oath Title f fficer administering oath (2) Unsworn Declaration My name is N/A My address is N/A (street) Executed in N/A County, State of N/A Form provided by Texas Ethics Commission and my date of birth is N/A N/A N/A N/A N/A (city) (state) (zip code) (country) on the N/A day of N/A 20 N/A (month) (year) N/A Signature of Local Government Officer (Declarant) www.ethics.state.tx.us Revised 8/17/2020 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A 'local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3. Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code; b) has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B), Local Government Code; or c) has a family relationship with the local government officer as defined by Section 176.001(2-a), Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code, and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a), Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code) by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed $100 in value. 6. Signature. Signature of local government officer. Complete this section after you finish the rest of this report. You have the option to either: (1) take the completed form to a notary public where you will sign above the first line that says "Signature of Local Government Officer" (an electronic signature is not acceptable) and your signature will be notarized, or (2) sign above both lines that say "Signature of Local Government Officer ( cl ant)" n electronic signature is not acceptable), and fill out the unsworn declaration section. Local Government Code § 176.001(2-a): "Family relationship" means a relationship between erson and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Local Government Code § 176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 8/17/2020 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: WATER & SANITARY SEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITY PROJECT PART 14 - CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS City Project No.: 104484 Units/Sections: UNIT I: SANITARY SEWER IMPROVEMENTS 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations Form Revised March 9, 2020 City Project No. 104484 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Tunneling - 42-inch and Greater, 350 LF and Greater b. Sewer Interceptors, Urban/Renewal, 66-inches and smaller c. Sewer Siphons, All Sizes d. Special Prequalification: Water -Tight Shaft Construction 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 500 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 Statement, 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations Form Revised March 9, 2020 City Project No. 104484 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3 Evaluation of Alternate Bids: Total Base Bid Total Base Bid + Bid Alternate No. 1 Total Base Bid + Bid Alternate No. 2 Total Base Bid + Bid Alternates Nos.1 and 2 7. Bid Submittal This Bid is submitted on Respectfully ub itted, By: gig -nature) Adam Lunsford (Printed Name) Title: Vice President June 1, 2023 Company: S.J. Louis Construction of Texas, Ltd. Address: 520 South 6th Ave. Mansfield, Texas 76063 State of Incorporation: Texas Email: adarin0..silouis.com Phone: (817) 905-3535 END OF SECTION $35,456, 921.30 $37, 401, 558.30 $34, 824, 041.30 $36,768,678.30 by the entity named below. IReceipt is acknowledged of the Initial following Addenda: JAddendum No. 1: fivf JAddendum No. 2: 1i JAddendum No. 3: JAddendum No. 4: JAddendum No. 5: JAddendum No. 6: V JAddendum No. 7: If/ Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations Form Revised March 9, 2020 City Project No. 104484 WRITTEN ACTION OF THE GENERAL PARTNER OF S.J. LOUIS CONSTRUCTION OF TEXAS LTD. TAKEN IN LIEU OF A MEETING The undersigned being the General Partner of S.J. Louis Construction of Texas Ltd, a Texas limited partnership (the "Company"), pursuant to the authority contained in the Texas Business Organizations Code, in lieu of holding a meeting to consider the same, do hereby approve and adopt the following resolutions and actions effective as of July 18th, 2022: NOW THEREFORE BE IT RESOLVED, that the following persons are hereby elected as officers of this Company, to hold the offices set forth opposite their respective names until their successors have been elected and qualified: James L. Schueller President/Chief Manager Les V. Whitman Executive Vice President/General Manager David Dickerson Vice President/South Texas Area Manager Adam Lunsford , Vice President/Construction Manager Justin Whitman 'Vice President/Construction Manager Curtis Ostrander Vice President/Construction Manager Jaime Woods Chief Financial Officer / Secretary / Treasurer Philips J. Vallakalil Secretary/Treasurer/General Counsel/Contracts Director Jamie Whitman Vice President of Equipment and Trucking RESOLVED FURTHER, that the President, Executive Vice President and Chief Financial Officer are hereby authorized and empowered to sign all documents necessary for the performance of the business of S.J. Louis Construction of Texas, Ltd. RESOLVED FURTHER, that Philips J. Vallakalil, as Secretary, David Dickerson, Adam Lunsford, Justin Whitman, and Curtis Ostrander are hereby authorized and empowered to sign Construction Contracts, Construction Bids, Construction Bonds, final pay estimates and all other documents necessary to construct and manage construction jobs for the Company. 147483/v I RESOLVED FURTHER, that this written action supersedes all prior appointments of officers and resolutions addressing succession of such officers. RESOLVED FURTHER, that all prior signature authorizations are hereby superseded in their entirety by this written action and are no longer of any force or effect. RESOLVED FURTHER, that all of the acts of officers of the Company, whether heretofore and hereafter taken or done, that are consistent with the purpose and intent of these resolutions are hereby in all respects authorized, approved, ratified and confirmed. GENERAL PARTNER ouis, LLC James L. Schueller President and Chief Manager 147483/vl 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application 00 42 43 BID PROPOSAL Page 1 of 3 Project Item Information Bidder's Proposal Bidlist item) Description Specification I Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity Unit I: Sanitary Sewer Improvements Base Bid 1 3331.4721 66" Fiberglass Sewer Pipe 3331 13 LF 82 $1,284.00 $105,288.00 2 3331.4723 66" Fiberglass Sewer Pipe, Select Backfill 3331 13 LF 128 $1,438.00 $184,064.00 3 3331.4723 66" Fiberglass Sewer Pipe, Deep Trench 3331 13 LF 958 $1,346.00 $1,289,468.00 Backfill 4 3305.3018 66" Sewer Carrier Pipe 33 05 24 LF 649 $1,371.00 $889,779.00 5 3331.4610 54" Fiberglass Sewer Pipe, Select Backfill 3331 13 LF 45 $1,432.00 $64,440.00 6 9999.0001 45" Fiberglass Sewer Pipe, Deep Trench 3331 13 LF 90 $1,875.00 $168,750.00 Backfill 7 9999.0002 45" Sewer Carrier Pipe 33 05 24 LF 722 $1,223.00 $883,006.00 8 9999.0003 39" Fiberglass Sewer Pipe, Deep Trench 3331 13 LF 101 $1,752.00 $176,952.00 Backfill 9 9999.0004 39" Sewer Carrier Pipe 33 05 24 LF 722 $1,221.00 $881,562.00 10 3331.4423 36' Fiberglass Sewer Pipe, Select Backfill 3331 13 LF 60 $2,175.00 $130,500.00 11 3305,3013 36" Sewer Carrier Pipe 33 05 24 LF 294 $1,516.00 $445,704.00 12 3331,4410 30" Fiberglass Sewer Pipe, Select Backfill 3331 13 LF 60 $2,012.00 $120,720.00 13 3305.3012 30" Sewer Carrier Pipe 33 05 24 LF 294 $1,502.00 $441,588.00 14 3331.4326 24" Fiberglass Sewer Pipe, Select Backfill 3331 13 LF 1560 $985.00 $1,536,600.00 15 3305.3010 24" Sewer Carrier Pipe 33 05 24 LF 30 $858.00 $25,740.00 16 9999.0005 84" Casing By Other Than Open Cut 33 05 22 LF 649 $3,349.00 $2,173,501.00 17 3305.1110 60" Casing By Other Than Open Cut (Open- 33 05 22 LF 2032 $3,617.00 $7,349,744.00 Shield Pipejacking) 18 3305.1107 42" Casing By Other Than Open Cut 33 05 22 LF 30 $1,481.00 $44,430.00 19 9999.0006 Shaft Excavation and Support - STA 5+90 33 05 41 LS 1 $3,211,000.00 $3,211,000.00 (Secant Pile / Cutter Soil Mixed) 20 9999.0007 Shaft Excavation and Support - STA 13+50 33 05 41 LS 1 $3,211,000.00 $3,211,000.00 (Secant Pile / Cutter -Soil Mixed) 21 9999.0008 Shaft Excavation and Support - STA 21+15 33 05 41 LS 1 $1.00 $1.00 22 9999.0009 Shaft Excavation and Support - STA 25+75 33 05 41 LS 1 $1.00 $1.00 23 9999.0010 Shaft Excavation and Support - STA 26+60 33 05 41 LS 1 $2,771,000.00 $2,771,000.00 (Secant Pile / Cutter -Soil Mixed) 24 9999.0011 Shaft Excavation and Support - STA 29+75 33 05 41 LS 1 $2,566,000.00 $2,566,000.00 (Secant Pile / Cutter -Soil Mixed) 25 9999.0012 Shaft Excavation Extra Depth - STA 5+90, 33 05 41 VF 10 $25,000.00 $250,000.00 13+50, 26+60, or 29+75 26 9999.0013 Shaft Excavation Extra Depth - STA 21+15 or 33 05 41 VF 10 $1.00 $10.00 25+75 27 3339.1101 5' Manhole 33 39 10, EA 2 $14,300.00 $28,600.00 33 39 20 28 3339.1103 5' Extra Depth Manhole 33 39 10, VF 84 $263.00 $22,092.00 33 39 20 29 3339.1105 5' Type A Manhole 33 39 10, 33 39 20 EA 6 $29,200,00 $175,200.00 30 3339.2001 Sanitary Sewer Junction Structure A - STA 33 39 10, LS 1 $894,000.00 $894,000.00 0+00 (Line A) 33 39 20 31 3339.2001 Sanitary Sewer Siphon Structure B-1 - STA 33 39 10, LS 1 $544,000.00 $544,000.00 5+48 (Line A) 33 39 20 32 3339.2001 Sanitary Sewer Siphon Structure B-2 - STA 33 39 10, LS 1 $575,000.00 $575,000.00 13+97 (Line A) 33 39 20 33 3339.2001 Sanitary Sewer Siphon Structure C-1 - STA 33 39 10, LS 1 $395,000.00 $395,000.00 26+33 (Line A) 33 39 20 34 3339.2001 Sanitary Sewer Siphon Structure C2 - STA 33 39 10, LS 1 $413,000.00 $413,000.00 30+06 (Line A) 33 39 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC Part 14 - Sanitary Server Improve B F.- Revised 20120120 Addendum No. 7 Cin Project No 104484 00 42 43 DIDPROPOSAL Page 2 or 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity 35 3339.2001 Sanitary Sewer Junction Structure D - STA 3339 10, LS 1 $710,000.00 $710,000.00 31+22 (Line A) 33 39 20 36 9999.0014 8' Polymer Concrete Manhole 33 39 21 LS 1 $239,000.00 $239,000.00 37 3339.0001 Epoxy Manhole Liner 33 39 60 VF 132 $500.00 $66,000.00 38 3339.0002 Epoxy Structure Liner 33 39 60 SF 10900 $29.00 $316,100.00 39 3303.0001 Bypass Pumping 33 03 10 LS 1 $12,000.00 $12,000.00 40 0135.0101 Railroad Coordination 01 3513 LS 1 $5,000.00 $5,000.00 41 0135.0102 Railroad Flagmen 01 3513 WD 160 $2,200.00 $352,000.00 42 0241.1013 Remove 8" Water Line 0241 14 LF 1005 $50.00 $50,250.00 43 0241.1118 4"-12" Pressure Plug 0241 14 EA 3 $800.00 $2,400.00 44 0241.1302 Remove 6" Water Valve 0241 14 EA 9 $500.00 $4,500.00 45 0241.1510 Salvage Fire Hydrant 0241 14 EA 8 $500.00 $4,000.00 46 0241.2001 Sanitary Line Grouting 0241 14 CY 800 $150.00 $120,000.00 47 0241.2013 Remove 8" Sewer Line 0241 14 LF 1709 $100.00 $170,900.00 48 0241.2021 Remove 24" Sewer Line 0241 14 LF 94 $140.00 $13,160.00 49 0241.2027 Remove 54" Sewer Line 0241 14 LF 1402 $160.00 $224,320.00 50 0241.2029 Remove 66" Sewer Line 0241 14 LF 1650 $165.00 $272,250.00 51 0241.2119 66" Sewer Abandonment Plug 0241 14 LF 2 $1,000.00 $2,000.00 52 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 9 $2,500.00 $22,500.00 53 0241.2202 Remove 5' Sewer Manhole 0241 14 EA 2 $3,500.00 $7,000.00 54 0241.2301 Remove Sewer Junction Structure 0241 14 LS 4 $20,000.00 $80,000.00 55 3110.0102 6"-12" Tree Removal 31 1000 EA 7 $1,000.00 $7,000.00 56 3125.0101 SWPPP 2 1 acre 31 2500 LS 1 $40,000.00 $40,000.00 57 3201,0113 6' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 600 $83.00 $49,800.00 58 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, 3401 17 SY 2412 $129.00 $311,148.00 Industrial 59 3211,0122 6" Flexible Base, Type A, GR-2 32 11 23 SY 1510 $14.00 $21,140.00 60 3213.0103 8" Conc Pvmt 32 13 13 SY 4 $250.00 $1,000,00 61 3213,0303 6" Conc Sidewalk 32 13 20 SF 164 $7.00 $1,148.00 62 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 220 $45.00 $9,900.00 63 3231,0124 8' Chain Link, Aluminum 3231 13 LF 168 $50.00 $8,400.00 64 3291.0100 Topsoil 3291 19 CY 1875 $19.00 $35,625.00 65 3292.0400 Seeding, Hydromulch 32 92 13 SY 33721 $0.80 $26,976.80 66 3301.0001 Pre -CCTV Inspection 3301 31 LF 5043 $2.00 $10,086.00 67 3301.0002 Post -CCTV Inspection 3301 31 LF 5795 $1.50 $8,692.50 68 3301.0101 Manhole Vacuum Testing 3301 30 EA 2 $500.00 $1,000.00 69 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 7 $1,500.00 $10,500.00 70 3305.0104 Ground Water Control 3305 10 LS 1 $1.00 $1.00 71 3305,0109 Trench Safety 3305 10 LF 3084 $1.00 $3,084.00 72 3305.0110 Utility Markers 33 05 26 LS 1 $6,000.00 $6,000.00 73 3471.0001 Traffic Control 34 71 13 MO 5 $3,000.00 $15,000.00 74 3123,0101 Unclassified Excavation by Plan 31 2316 CY 130 $40.00 $5,200,00 75 3124.0101 Embankment by Plan 31 2400 CY 5 $20.00 $100.00 76 0171.0101 Construction Staking 01 71 23 LS 1 $36,000.00 $36,000.00 77 0171.0102 As -Built Survey 01 71 23 LS 1 $8,000.00 $8,000.00 78 9999.0015 Construction Allowance 00 72 00 LS 1 $200,000.00 $200,000.00 Total Base Bid $35,456,921.30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC Pan 14 - Sanitary Sewer Imp-ancrus Form Revised 20120120 Addendum No. 7 City Pmjea No. 1D44a4 00 42 43 BID PROPOSAL Page 3 of 3 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidder's Application Bidlist Item Description Specification Unit of I Bid No. Section No. IMeasure I Quantity Bid Alternate No. 1 (See Sheets 14.2,15.2, 27.2, a -id 28.2) 9999.0003 39" Fiberglass Sewer Pipe, Deep Trench 8 Backfill 3331 13 LF 92 9 9999.0004 39" Sewer Carrier Pipe 33 05 24 LF 722 3305.1110 60" Casing By Other Than Open Cut (Open- 17 Shield Pipejacking) 33 05 22 LF (1444) 19 9999.0006 Shaft Excavation and Support - STA 5+90 33 05 41 LS (1) (Secant Pile / Cutter Soil Mixed) 9999.0007 Shaft Excavation and Support - STA 13+50 20 (Secant Pile / Cutter -Soil Mixed) 33 05 41 LS (1) 67 3301.0002 Post -CCTV Inspection 3301 31 LF 814 71 3305.0109 Trench Safety 3305 10 LF 92 A1-01 9999.0014 120" Casing By Other Than Open Cut (Open- 33 05 22 LF 722 Shield Pipejacking) Al-02 9999.0015 Shaft Excavation and Support - STA 5+90 33 05 41 LS 1 (Secant Pile / Cutter Soil Mixed) - Bid Alternate At-03 9999.0016 Shaft Excavation and Support - STA 13+50 33 05 41 LS 1 (Secant Pile / Cutter -Soil Mixed) - Bid Alternate 30 3339.2001 Sanitary Sewer Junction Structure A - STA 0+00 35 3339.2001 Sanitary Sewer Junction Structure D - STA 31+22 38 3339.0002 Epoxy Structure Liner A2 01 9999.0014 12' Polymer Concrete Manhole STA 0+00 A2 02 9999.0015 12' Polymer Concrete Manhole STA 31+22 Bidder's Proposal Unit Price I Bid Value $1,752.00 $161,184.00 $1,221.00 $881,562.00 $3,617.00 ($5,222,948.00) $3,211,000.00 ($3,211,000.00) $3,211,000.00 ($3,211,000.00) $1.50 $1,221.00 $1.00 $92.00 $8,383.00 $6,052,526.00 $3,105,000.00 $3,105,000,00 $3,388,000.00 $3,388,000.00 Total Bid Alternate No. I $1,944,637.00 Bid Alternate No. 2 333910, LS (1) $894,000.00 ($894,000.00) 33 39 20 33 39 10, LS (1) $710,000.00 ($710,000.00) 33 39 20 33 39 60 SF (2720) $29.00 ($78,880.00) 33 39 21 LS 1 $530,000.00 $530,000.00 33 39 21 LS 1 $520,000.00 $520,000.00 Total Bid Alternate No. 2 ($632,880.00) SUMMARY OF BIDS Total I = Total Base Bid Total Base Bid + Bid Alternate No. 1 I Total Base Bid + Bid Alternate No. 21 Total Base Bid + Bid Alternate No. I + Bid Alternate No. 21 Total 2 = Total 3 = Total 4 = The City reserves the right to select the responsive low bidder of either Total 1, Total 2, Total 3, or Total 4 END OF SECTION $35,456,921.30 1 $37,401,558.301 $34,824,041.301 $36,768,678.30 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC Pan 14 - Sarin— Serer Improvements Fonn Reused 20120120 Addendum No. 7 City Project No 104484 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, S.J. Louis Construction of Texas, Ltd. , known as "Bidder" herein and Liberty Mutual Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum iof five percent (6%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as WATER & SANITARY SEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITY PROJECT PART 14 - CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS NOW, THEREFORE, the condition of this obligation is such that if the City 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 City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. 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, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 1st day of June 2023. PRINCIPAL: S.J. Louis Construction of Texas, Ltd. BY: _ ignature ATTEST: % Adam Lunsford -Vice President Witness as to Principal Name and Title Address: 520 S. 6th Ave. Mansfield, TX, 76063 SURETY: Liberty Mutual Insurance Company 1NSUR / �Jp'copvoR�r4'LC, BY: r1912'Sig ure /1 s d�, ��cHvsE dD CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations Form Revised 20171109 City Project No. 104484 � 1, Witness as to Surety Attach Power of Attorney (Surety) for Attorney -in -Fact 00 43 13 BID BOND Page 2 of 2 Kelly Nicole Enghauser, Attorney -in -Fay Name and Title Address: 8400 Normandale Lake Bird., Suite 1700 Bloominqton, MN 55437 Telephone Number: 763.302.7197 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations Form Revised 20171109 City Project No. 104484 Surety Acknowledgment State of Minnesota } ss. County of Hennepin } On this 1 st day of June 2023, before me personally came Kelly Nicole Enizhauser, to me known, who being by me duly sworn, did depose and say that she is the Attorney -in -Fact of Liberty Mutual Insurance Companv described in and which executed the above instrument; that she knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she signed her name to it by like order. HEATHER R. GOIDTLL Pd F otary Publ 1 Lh State of Mmneso,a My Commission Expires '� _� January 1, 2028 Notary Public 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 Liberty Mutual Insurance Company Mutual The Ohio Casualty Insurance Company Certificate No: 8209239-190003 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig; Brian D. Carpenter, Craig Olmstead, Erik T. Gunkel; Haley Pflug; Heather R. Goedtel; Jessica Hoff, Kelly Nicole Enghauser, Laurie Pflug; Michelle Halter, Michelle Ward, Nicole Langer all of the city of Bloomington state of MN each individually if there be more than one named, its true and lawful attorney -in -fad to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its ad 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 12th day of January , 2023 Liberty Mutual Insurance Company P� I su P"ZV INS& \NSU,* The Ohio Casualty Insurance Company j=.I POl�fO 0 QJ=4oµP°l�=4Olt 0(�TOy� West American Insurance Company g 1912 0 0 1919 0 LU 1991 0 N `'- vs �q 3 y 2 r" ° 6 3 4�Z 7,C-.+ Jam% N Q�p � ty� sAc u dD O hAMPS� a� '�s �'t'OIAMP' 40/7 /� A? U m David M. Carey, Assistant Secretary C Y '= M State of PENNSYLVANIA County of MONTGOMERY ss o T w On this 12th day of January 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 4) (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 a) @ therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > � a) IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Q �.� O<n N � aQ .r 0-0 ` / ✓-ti �, E Commonwealth of Pennsylvania - Notary Seal ` r u f. ' Teresa Pastella, Notary Public /] N'— '' �' Montgomery County ,, �j// ` O i ; j My commission expires March 28, 2025 B AC/ f C-41 0 N Commission number 1128of y Teresa Pastella, Notary Public Q O Member, Pennsylvania Association of Notaries CA tYJYi tc�J p O N 4) N 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 ao O •S- Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: a M E 6 ARTICLE IV - OFFICERS: Section 12. Power of Attorney. o C9 w 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 a 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 20 = any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall -0 «- 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 o a) ZL) 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 - m 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. O.T ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, — bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such 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 1 st day of June , 2023 . P� INsu P-,ZY INS&p%NSU_ JcoaPoRNro m QJoaro�l qy 4 34oaPOR,yr y� 3 F Fo mLUFo c� :By: 4-t �` o s o _ OI ��9SSACHU`�4. aa� y° hAMPS� aa3 ems, �NANP' ,aa By Renee C. Llewellyn, Assistant Secretary Yn LMS-12873 LMIC OCIC WAIC Multi Co 02/21 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of ,our principal place of business, are required to bepercent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of r�t��_�_ our principal place of business, are not required to underbid resident bidders. 'he principal place of business of our company or our parent company or majority owner is C/ In the State of Texas. F/I BIDDER: S.J. Louis Construction of Texas, Ltd. 520 S. 6th Ave. 0 Mansfield, TX, 76063 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Adam Lunsford 'Illll44 (Signature) Title: Vice President Date: FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations City Project No. 104484 0045 11 - I BIDDERS PREQUALIFICATIONS Page] of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted fourteen (14) days prior to 11 the date of the opening of bids for most work items. Bidders requesting to be listed as 12 prequalified for Water -Tight Shaft Construction and performing the work as a 13 subcontractor shall submit required documentation as indicated in Section 00 21 13 14 Paragraph 3.5 twenty-one (21) days prior to the date of the opening of bids. Bidders 15 requesting to be listed as prequalified for Water -Tight Shaft Construction and 16 performing the work as a Prime Contractor shall submit financial information as 17 indicated in Paragraph 1.a. of this Section fourteen (14) days prior to the date of 18 opening bids but shall still be required to submit Water -Tight Shaft Construction 19 qualifications twenty-one (2 1) days prior to the date of opening bids. Subcontractors must 20 follow the same timelines as contractors for obtaining prequalification review. Bidders or 21 Subcontractors who are not prequalified at the time bids are opened and reviewed may cause 22 the bid to be rejected. 23 24 The prequalification process will establish a bid limit based on a technical evaluation and 25 financial analysis of the contractor. For example, a contractor wishing to submit bids on 26 projects to be opened on the 7th of April must file the information by the 31 st day of March 27 in order to be eligible to work on these projects. In order to facilitate the approval of a 28 Bidder's Prequalification Application, the following must accompany the submission. 29 a. A complete set of audited or reviewed financial statements (not required for water- 30 tisht shaft construction if DerforminLy the work as a subcontractor). 31 (1) Classified Balance Sheet 32 (2) Income Statement 33 (3) Statement of Cash Flows 34 (4) Statement of Retained Earnings 35 (5) Notes to the Financial Statements, if any 36 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 37 of Incorporation, Articles of Organization, Certificate of Formation, LLC 38 Regulations, Certificate of Limited Partnership Agreement). 39 c. A completed Bidder Prequalification Application. 40 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 41 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 42 number visit the Texas Comptroller of Public Accounts online at the 43 following web address www.window.state.tx.us/taxDermit/ and fill out the 44 application to apply for your Texas tax ID. 45 (2) The firm's e-mail address and fax number. 46 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 47 is used by the City for required reporting on Federal Aid projects. The DUNS 48 number may be obtained at www.dnb.com. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 d. Resumes reflecting the construction experience of the principles of the firm for firms 2 submitting their initial prequalification. These resumes should include the size and 3 scope of the work performed. 4 e. Other information as requested by the City. 5 6 2. Prequalification Requirements 7 a. Financial Statements. Financial statement submission must be provided in 8 accordance with the following: 9 (1) The City requires that the original Financial Statement or a certified copy 10 be submitted for consideration. 11 (2) To be satisfactory, the financial statements must be audited or reviewed 12 by an independent, certified public accounting firm registered and in 13 good standing in any state. Current Texas statues also require that 14 accounting firms performing audits or reviews on business entities within 15 the State of Texas be properly licensed or registered with the Texas State 16 Board of Public Accountancy. 17 (3) The accounting firm should state in the audit report or review whether 18 the contractor is an individual, corporation, or limited liability company. 19 (4) Financial Statements must be presented in U.S. dollars at the current rate 20 of exchange of the Balance Sheet date. 21 (5) The City will not recognize any certified public accountant as 22 independent who is not, in fact, independent. 23 (6) The accountant's opinion on the financial statements of the contracting 24 company should state that the audit or review has been conducted in 25 accordance with auditing standards generally accepted in the United 26 States of America. This must be stated in the accounting firm's opinion. 27 It should: (1) express an unqualified opinion, or (2) express a qualified 28 opinion on the statements taken as a whole. 29 (7) The City reserves the right to require a new statement at any time. 30 (8) The financial statement must be prepared as of the last day of any month, 31 not more than one year old and must be on file with the City 16 months 32 thereafter, in accordance with Paragraph 1. 33 (9) The City will determine a contractor's bidding capacity for the purposes 34 of awarding contracts. Bidding capacity is determined by multiplying the 35 positive net working capital (working capital = current assets — current 36 liabilities) by a factor of 10. Only those statements reflecting a positive 37 net working capital position will be considered satisfactory for 38 prequalification purposes. 39 (10) In the case that a bidding date falls within the time a new financial 40 statement is being prepared, the previous statement shall be updated with 41 proper verification. 42 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 43 submitted along with audited or reviewed financial statements by firms wishing to be 44 eligible to bid on all classes of construction and maintenance projects. Incomplete 45 Applications will be rejected. 46 (1) In those schedules where there is nothing to report, the notation of 47 "None" or "N/A" should be inserted. 48 (2) A minimum of five (5) references of related work must be provided. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility for Award of Contract a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. d. If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 00 45 12 BID FORM Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Tunneling - 42-inch and LP Sundance Construction, Inc. 4/30/2024 Greater, 350 LF and Greater Sewer Interceptors, Urban/Renewal, 66-inches and S.J. Louis Construction of Texas, Ltd. 4/30/2024 smaller Sewer Siphons, All Sizes S.J. Louis Construction of Texas, Ltd. 4/30/2024 Special Prequalification: Water- Forgen, LLC This Project Only Tight Shaft Construction The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: S.J. Louis Construction of Texas, Ltd. B : A am Luns rd 520 S. 6th Ave. 0 A& ignature) Mansfield, TX, 76063 Title: Vice President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations Form Revised 20120120 City Project No. 104484 FORT WORTH SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) Telephone Mark only one: City City Fax Individual Limited Partnership General Partnership Corporation Limited Liability Company State State Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Zip Code Zip Code Email/mail this questionnaire along with financial statements (if required) to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water -Tight Shaft Construction Work Category — All other Water/sewer Josh.kerchoQMmlev-horn.com; liam.conlon(a)fortworthtexas. iohn.kasavich(a FortWorthTexas.eov N/A — send by email onlv Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 00-4513-2 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. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Water -Tight Shaft Construction 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 CITY OF FORT WORTH FWCC Part 14 Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00969 Revised August 13, 2021 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED _ CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller _ 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 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00969 Revised August 13, 2021 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER f 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: (a) As a General Contractor: construction work has your organization (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH F WCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00969 Revised August 13. 2021 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00969 Revised August 13, 2021 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 0045 13 -6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 PARTNERSHIP BLOCK 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 Limited Partners (if applicable) 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 FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 00969 Revised August 13. 2021 0045 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment 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. ITEM I QUANTITY 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 Ij 18 19 20 21 22 23 24 25 26 27 28 29 30 ITEM DESCRIPTION Various - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13.2021 BALANCESHEET VALUE TOTAL FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations City Project No. 00969 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 oF8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract, and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 00969 Revised August 13, 2021 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 1 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. 104484. 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: S.J. Louis Construction of Texas, Ltd Company 520 S. 6th Ave. Address Mansfield, TX, 76063 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Adam Lunsford (Please Print) Signature: — W Title: Vice President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Adam Lunsford , 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 UNDER MY HAND AND SEAL OF OFFICE this 1st day of June 1203. 21PJ n�P/ MARIA LAURA PAREDES Notary ID #130612880 Notary Public in and for the State o�exas sr ' My Commission Expires April 15, 2024 END OF SECTION CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July I, 2011 004540-1 Business Equity Ordinance Specifications Pagel of 2 SECTION 00 45 40 Business Equity Specifications 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $100,000, then a Business Equity goal is applicable. 6 A Business Equity Firms refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (MIWBE). 9 POLICY STATEMENT, 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 12 stated in the City's current Business Equity Ordinance No.24534-11-2020 (as codified: 13 httas://codelibrarv.amleeal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to this bid. 14 15 16 MBE PROJECT GOALS 17 The City's M/WBE goal on this project is 16% of the total bid value of the contract (Base bid applies to 18 Parks and Community Services). 19 20 COMPLIANCE TO BID SPECIFICATIONS, 21 On City contracts $100,000 or more where a Business Equity Goal is applied, offerors are required to 22 comply with the intent of the City's Business Equity Ordinance by meeting or exceeding the above stated 23 goal through one of the following methods: 1. Business Equity subcontracting participation, 2. 24 Commercial useful function services performed by the Business Equity Prime to count towards the 25 goal, 3. Combination of Business Equity Prime services and Business Equity subcontracting 26 participation, 4. Business Equity Joint Venture participation, 5. Good Faith Effort documentation, 27 or, or 6. Prime Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION, 30 The Utilization Plan shall be due at the time specified in the solicitation. The applicable documents must 31 be received by the Purchasing Division, within the time allocated, in order for the entire bid to be 32 considered responsive to the specifications. The offeror shall EMAIL the Business Equity 33 documentation to the assigned City of Fort Worth Project Manager or Department Designee. Documents 34 are to be received no later than 2:00 p.m., on the second City business day after the bid opening 35 date, exclusive of the bid opening date. 36 37 The Offeror must submit one of the following documentation: 38 1. Utilization Form, if the goal is met or exceeded, 39 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 40 participation is less than stated goal, or no Business Equity participation is accomplished, 41 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 42 all subcontracting/supplier opportunities, 43 4. Joint Venture Form, if goal is met or exceeded with a Joint Venture. 44 45 46 47 48 49 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 19, 2021 004540-2 Business Equity Ordinance Specifications Page 2 of 2 1 These forms can be found on-line at: 2 Business Equity Utilization Form 3 httvs://aUps.fortworthtexas.aov/ProiectResources/ResourcesP/60%20- 4 %20MWBE/NEW%20Business%20Eauity%200rdinance/Business%20Eauity%20Utilization%20Form. 5 pdf 6 7 Business Equity Prime Contractor Waiver Form 8 httDs:Hanus.fortworthtexas.eov/ProiectResources/ResourcesP/60%20- 9 %20MWBE/NEW%20Business%20Eauity%200rdinance/Business%20Eauity%20Prime%20Contractor 10 %20Waiver.lDdf 11 12 Business Equity Good Faith Effort Form 13 httDs:Hanus.fortworthtexas.gov/ProiectResources/ResourcesP/60%20- 14 %20MWBE/NEW%20Business%20Eauity%200rdinance/Business%20Eouity%20Good%20Faith%20Ef 15 fort%20Form.odf 16 17 Business Equity Joint Venture Form 18 httvs:Hanus.fortworthtexas.gov/ProiectResouroes/ResourcesP/60%20- 19 %20MWBE/NEW%20Business%20Eauity%200rdinance/Business%20Eauity%20Joint%20Venture.ndf 20 21 22 23 I FAILURE TO COMPLY WITH THE CITY'S BUSINESS EQUITY ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 24 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTIY DOCUMENTATION WILL RESULT IN 25 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 26 YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 27 Any Questions, Please Contact The Business Equity Division of the Department of Diversity and 28 Inclusion at (817) 392-2674. END OF SECTION CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 19, 2021 00 52 43 - I Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on June 27, 2023 , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and S.J. Louis Construction of Texas, Ltd., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Water & Sanitary Sewer Relocations for the Fort Worth Central Citv Proiect Part 14- Channel Segment C Sanitary Sewer Relocations City Proiect No. 104484 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Thirty Four Million Eight Hundred Twenty Four Thousand Fortv one Dollars and 301100 Dollars ($ 34,824,041.30). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 500 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Two Hundred and Fiftv Dollars ($1,250.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH F WCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I04484 Revised 11/23/2021 00 52 43 -2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by anv act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104484 Revised 11/23/2021 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or ne2li2ence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104484 Revised 11/23/2021 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code -(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (I) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I04484 Revised 1I/23/2021 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104484 Revised 11/23/2021 005243-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: S.J. Louis Construction of Texas, Ltd. By: 4 4a--- Signature V Adam Lunsford (Printed Name) Vice President Title 520 S. 6" Ave Address Mansfield, Texas 76063 C itylStawzip Date OFFICIAL, WORD Fr. Wogr4, TX CITY OF F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11/23/2021 City of Fort Worth Maria �gG�ala>�F By Dana Burghdoff (Jul 2 , 2023 10: CDT) Dana Burghdoff Assistant City Manager Ju124,2023 Date A I el�a A41— Ja ette Goodall, City Secretary (Seal) M&C: 23-0542 Date: June 27, 2023 Form 1295 No.: 2023-1031794 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting require nts. 1 E}i1+h , Lia Conlon Project Manager Approved as to Form and Legality: plapgrl I D91-k IJ0( 21, 202308:38 CDT) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: �.�� cn�:mPn:.H %� Ilw n, 2023 u:a. con Christopher Harder, P. E. Director Water Department FWCC Part 14 —Channel Segment C Sanitary Sc%vcr Relocations CITY PROJECT NO. 104484 0061 13 - 1 PERFORMANCE BOND Page 1 of 2 Bond No.190053814 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, S.J. Louis Construction of Texas, Ltd. 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 Fort Worth, a 1 l municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Thirty -Four Million Eight Hundred Twenty -Four Thousand 12 sum of, Fortv-One and 30/100 Dollars 13 ($ 34,824,041.30 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 27th day of June , 2023, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as WATER & SANITARY SEWER 22 RELOCATIONS FOR THE FORT WORTH CENTRAL CITY PROJECT — PART 14 — 23 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS. CITY PROJECT NO. 24 104484 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the City, then this obligation shall be 30 and become null and void, otherwise to remain in full force and effect. 31 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 32 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 33 Worth Division. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 006113-2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 10th day of 6 July 2023 . 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 ATTEST: / (Principal) ary fitness as to Principal `( 11l nq_ Witness as to- ety PRINCIPAL: S.J. Louis Construction of Texas. Ltd. BY: 407 �S lgnature Adam Lunsford - Vice President Name and Title Address: 520 S 6th Ave. Mansfield, Texas 76063 SURETY: Su Liberty Mutual Insurance Company N,,4a oR,yc J3 °om 1912 r� BY:,s'`s,dE da igAature Heather R. Goedtel, Attorney -in -Fact Name and Title Address:8400 Normandale Lake Blvd. Suite 1700 Bloominaton. MN 55437 Telephone Number: 763.302.7159 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 0061 14-1 PAYMENTBOND Page 1 of 2 Bond No. 190053814 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, S.J. Louis Construction of Texas, Ltd. known as 8 "Principal" herein, and Liberty Mutual Insurance Company a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Thirty -Four Million Eight Hundred Twenty -Four Thousand 12 in the penal sum of Forty -One and30/100 Dollars 13 ($ 34.824.041.30 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 27th day of June , 20 23 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as WATER & SANITARY SEWER RELOCATIONS FOR THE 22 FORT WORTH CENTRAL CITY PROJECT — PART 14 — CHANNEL SEGMENT C 23 SANITARY SEWER RELOCATIONS, CITY PROJECT NO. 104484. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 0061 14-2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 10th day of Julv 120 23 . ATTEST: (Principal) retary itness as to Principal ATTEST: (S t ty) itness P t I i k1GYt/),ZX4- Witness as to rety PRINCIPAL: S.J. Louis Construction of Texas, Ltd. BY: Signature Adam Lunsford - Vice President Name and Title Address: 520 S 6th Ave. Mansfield, Texas 76063 SURETY: Liberty Mutual Insurance Company ; PG �PoRegy�m _ a F 1912 7 ; try B - I r,>l'd��CHUSF' da ature Heather R. Goedtel, Attorney -in -Fact Name and Title Address: 8400 Normandale Lake Blvd. Suite 1700 Bloomington, MN 55437 Telephone Number: 763.302.7159 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 0061 19 - 1 MAINTENANCE BOND Page l of I Bond No. 190053814 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we S.J. Louis Construction of Texas, Ltd. , known as 9 "Principal" herein and Liberty Mutual Insurance Company a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created ursuant to the laws of the State of Texas, known as "City" herein, Thirty - Four Million Light Hundred Twenty -Four Thousand 13 in the sum of Forty -One and 30/100 Dollars 14 (S 34,824,041.30 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 27th day of June . 20 23 , which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as WATER & SANITARY SEWER 25 RELOCATIONS FOR THE FORT WORTH CENTRAL CITY PROJECT — PART 14 — 26 CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS. CITY PROJECT NO. 27 104484, and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 CITY OF FORT WORTH FWCC Part 14 - Channel segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 0061 19-2 MAINTENANCE BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, 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 borne 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, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 10th day of 3 July 20 23 . 4 5 6 7 8 9 10 11 12 ]3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 ATTEST: (Principal) ary Witness as to Principal ATTEST-: (Sur ty Witness uky Witness as to urety PRINCIPAL: S.J. Louis Construction of Texas, Ltd. J�, Adam Lunsford - Vice President Name and Title Address: 520 S 6th Ave. Mansfield, Texas 76063 SURETY: Liberty Mutual Insurance Co INlU � aT° �fe nia 1912 c E° r BY: CNua��►a ignature Heather R. Goedtel. Attornev-in-Fact Name and Title Address:8400 Normandale Lake Blvd. Suite 1700 Bloomington. MN 55437 Telephone Number: 763,302,7159 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 FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 Surety Acknowledgment State of Minnesota } } ss. County of Hennepin } On this loth day of July 2023, before me personally came Heather R. Goedtel, to me known, who being by me duly sworn, did depose and say that she is the Attorney -in -Fact of Libertv Mutual Insurance Companv described in and which executed the above instrument; that she knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she signed her name to it by like order. Notary c BLAKE S. BOHLIG Notary Public State of Minnesota +� My Commission Expires January31, 2026 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 Liberty Mutual Insurance Company Mutual® The Ohio Casualty Insurance Company Certificate No: 8209239-190003 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig; Brian D. Carpenter, Craig Olmstead, Erik T. Gunkel; Haley Pflug, Heather R. Goedtel; Jessica Hoff, Kelly Nicole Enghauser; Laurie Pflug; Michelle Halter, Michelle Ward, Nicole Langer all of the city of Bloomington state of MN 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 12th day of January , 2023 Liberty Mutual Insurance Company P� INsu P�-11 INS& %NSUR4 The Ohio Casualty Insurance Company `0aPOR, C, r`0aFo/j,ar�y� VPr oavoryTFy� West American Insurance Company 3 F F o F 1 1912 0 0 1919 f 1991 0 (v dJl s4CHUs� .da O �NAMP`+� ,dD� YS �NDIAN� .dL '�_ U c 9.1 * > �S1'�M * *� By: to David M. Carey, Assistant Secretary ru State of PENNSYLVANIA ss R County of MONTGOMERY o E 42 Q On this 12th day of January 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance a m Fu Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes ` p therein contained by signing on behalf of the corporations by himself as a duly authorized officer. @) cu W IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. c'N O 17) o a PASS, aO k5 F( Commonwealth of Pennsylvania - Notary Seal > _ �O tieu� 4(; v Teresa Pastella, Notary Public C'� O OF Montgomery County //�,,Q.(� My commission expires March 28, 2025 B %"— "— _II&I&�d c Commission number 1126044 y• N z; 2g vy� wp� �G Member, Pennsylvania Association of Notaries Teresa Pastella, Notary Public Q O NARY PV®� to!) (D 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 3: oNro E•G Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 c�i N IARTICLE IV — OFFICERS: Section 12. Power of Attorney. °O 0 CD o ca 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 o �^ President may prescribe, shall appoint such attorne s in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety � C° Y P PP Y- ry P 9 Y m— > N 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 -a 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 o m Zinstruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the n m 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. ti n 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-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1 Oth day of July , 2023 . P� \NSU� PV11 INSU d 1NSUR� J av oo2y y J Davo�rRq VP DNP0. y J r° jFo Rt v 3° Fo ym g�1912yo 0 1919 1991 0 �.. : �o a r4., .0 �.dD ZD�y Nq*Ps*rya; By Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Cc 02121 e�_ POLICY NUMBER: 1000025584221 COMMERCIAL GENERAL LIABILITY CG24171001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTUAL LIABILITY - RAILROADS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Scheduled Railroad: All railroads where required by written contract Designated Job Site: All railroads where required by written contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) With respect to operations performed for, or affecting, a Scheduled Railroad at a Designated Job Site, the definition of "insured contract" in the Definitions section is replaced by the following: 9. "Insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. CG 24 17 10 01 © ISO Properties, Inc., 2000 Page 1 of 1 0 w^OF ^�""� ��� CONSTRUCTION CONTRACT TABLE OF CONTENTS Article l-Definitions and Terminology ..--------------....-----------......----.| 1.01 CefirxedTerms ............................................................................................................................... | 1.02 Terminology ---'.-'--'--'-----'--'----'-'-'''----'---'-'--'-'''-'6 Article2- Preliminary Matters ......................................................................................................................... 7 2.01 CopiesofDocuzncutu--------------------------------------.7 2.02 Commencement ofContract Time; Notice 0mProceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 0 2.04 Before Starting Construction ........................................................................................................ 0 2.05 PrecnnutnuntixnConference .......................................................................................................... 0 2.06 Public Meeting --.-'-----''.-''.-''._'--_-'''-''.'.''''''----'-'--'---N Article 3-Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3.01 Intent .............................................................................................................................................. N 3.02 Reference Standards ...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Contract [)ocuzments................................................................. |0 3.05 Reuse o[l]ocuznco1s................................................................................................................... |O Article 4- of�uudm'�nboorf�oco/ui���«�o]��oo���nzw' Hazardous Environmental ''.__'-_-� , -,-_ ^ Cnoddinzm' Reference Points ........................................................................................................... || 4`01 Availability ofLands .................................................................................................................. || 4.02 Subsurface and Physical Conditions -------.----------------------..|2 4.03 Differing Subsurface or Physical Conditions -------------------------'|2 4.04 Underground Facilities ----'—.--''------''—'_------.....—'--'|3 4.05 Reference Points ......................................................................................................................... |4 Article5-Bonds and Insurance ..................................................................................................................... l6 5.01 Licensed Sureties and Insurers ................................................................................................... )b 5.02 Performance, Payment, and Maintenance Bonds ....................................................................... |b 5.03 Certificates ofInsurance ............................................................................................................. |b 5.04 Contractor's Insurance ................................................................................................................ |0 5.05 Acceptance ofBonds and Insurance; Option toReplace ........................................................... |9 Article 8-Contractor's Responsibilities........................................................................................................ |9 6`01 Supervision and Superintendence .-.--.—'--'----'--.'-------''.-'-'.-_.. 19 CITY mFORT WORTH STANDARD cowmocnow Smc/r/cAnnw mOcuwsmTo 602 Labor Working F{ours--.----'-''----'-.--.------.--.--.--'-.20 603 Serx�es`�late�a�,andEquipment ------------------------------.20 6.04 Project Schedule .......................................................................................................................... 2| 6.05 Substitutes and "Or -Equals " ---'-----------'-_-'-.---------'2| 6.06 � Subcontractors, Suppliers, and Others .................................................................... 24 Conceming 6.07 Wage Rates .................................................................................................................................. 25 6.00 Patent Fees and Royalties ........................................................................................................... 26 6.09 Pen -nits and Utilities .................................................................................................................... 27 6.10 Laws and Regulations ------------'-'_-------'-----''---27 6.11 Taxes ........................................................................................................................................... 20 6.12 Use ofSite and Other Areas ....................................................................................................... 20 6.13 Record Documents ---------------------------------------.29 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative .................................................................................................................. 30 6i16 Hazard Communication Programs ............................................................................................. 30 6i17 Emergenciesand/or Rectification ............................................................................................... 30 6.10 Submittals .................................................................................................................................... 31 6.19 Continuing the Work ................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee ------------------------.32 6.21 Indemnification ----------------------------------------33 6.22 Delegation ofProfessional Design Services .............................................................................. 34 6.23 Right toAudit .............................................................................................................................. 34 6.24 -------------------.---.---.--.-------'35 Article 7-Other Work atthe Site .... 7.01 RcbtcdWodcatSitc-. -35 -35 -36 Article 8-Chy`o Responsibilities --------'----_-'-'_-'-'_----------'36 0.01 Communications toContractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 0.04 Lands and Easements; Reports and Tests ................................................................................... 36 0.05 Change Orders ............................................................................................................................. 36 0.06 Inspections,Tests, and Approvals.............................................................................................. 36 0.07 Limitations ooCit«`oRcop000ibildico....................................................................................... 37 0.00 Undisclosed Hazardous EnvironmentalCooditiouz----------------------37 0.09 Compliance with Safety -------_--------'-------'----37 Article 9-Ci `o()bocrvation Status During Construction ........................................................................... 37 9.01 Q 's Project� ....-----'-------'------'-----.-_-'37 9.02 Visits toSite ................................................................................................................................ 37 9.03 Authorized Variations hzWork .................................................................................................. 30 9.04 Rejecting Defective Work .......................................................................................................... 30 9.05 Determinations for Work Pcrhonned.......................................................................................... 30 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY opFORT WORTH STANDARD cowrxucrmw oPEc/r/cArmw oocuwpwra Article |0— iu1bc�Uor�'�b�boo'��ba\�ock— . ---. --------------'38 _'--`�-- Work; , .� ---' —' |0.0|Authorized Changes iuthe Work ............................................................................................... 38 |KO2Unauthorized Changes inthe Work ........................................................................................... 3g |O.03Execution ofChange Orders ....................................................................................................... 39 |0.04Extra work .................................................................................................................................. 39 |0.05Notification k)Surety .................................................................................................................. 3V Article)\ — Cost of the Work Unit Price Work; Plans _____4\ |LOl Cost nfthe Work ......................................................................................................................... 4l iLO2Allowances .................................................................................................................................. 43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement -----_—'—.._---..—'----'-------..45 Article l2— Change of Contract Price; Change of Contract Time ................................................................. 40 12.01 Change ofContract Price ............................................................................................................ 4b 12.02 Change ofContract The ............................................................................................................ 47 l2.A3Delays .......................................................................................................................................... 47 Article l3—Tests and Inspections; Correction, � Removal orAcceptance nfDefective Work ...................... 48 l3.0|Notice ofDefects ........................................................................................................................ 48 l3.02Access t0Work ........................................................................................................................... 48 l].03Tests and Inspections ----'''—''.-''—'_---------------''.—''.—'----40 13.84 Uncovering Work ........................................................................................................................ 44 13.05 City May Stop the Work ............................................................................................................. 4A l3.0hCorrection ocRemoval nfDefective Work ................................................................................ 50 l3.07Correction Period ........................................................................................................................ 50 13'08 Acceptance ofDefective Work ................................................................................................... 5i l].U4City May Correct Defective Work ............................................................................................. 5| Article l4—Payments toContractor and Completion ---------------------------'52 14i0lSchedule uf Values ...................................................................................................................... 52 14.82 Progress P..—.—_—'------------'—_-----.--.------.52 14`03CouLoact0r`e Warranty o[Title ................................................................................................... 54 l4.04Partial Utilization ........................................................................................................................ 55 14.05Final Inspection ----'----------'--'.'--'''—'---------------55 14L08Pbaal Acceptance .—'-_--------------'--'--''._--------------55 l4`A7Final Payment -------------------------..---------------'5b 14L08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 Article l5— Suspension ofWork and Termination ........................................................................................ 57 15.01City May Suspend Work .---._------_--'---------'--------.57 15.02Ci May Terminate for Cause ................................................................................................... 58 Article l6—Dispute Resolution ...................................................................................................................... 6/ cn,nfFORT WORTH STANDARD CONSTRUCTION m*nF/rArmn nVrowowTs Articlel7—Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation nfTbnca -------'-''--.'—_'—'.'--''--'-----.—''.---''.—'--62 1I03Cumulative Remedies ................................................................................................................. 02 17.04 Survival of ---------''—.-----'—'_---_-------h3 17.05 Headings ------_--------'--'----'----------------h3 CITY opFORT WORTH STANDARD CONSTRUCTION msc/r/cxrmw oocomsmTm 00 72 00 - 1 GENERAL CONDITIONS Page I of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Dav — 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. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: gr—ILl 007200-1 GENERAL CONDITION S Page 2 of 63 12. 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. 13. On— 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. 14. Cih, Attornev — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. Cih° Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. 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. 18. 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. 19. 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. 20. 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). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS Revision: 8n..3CA21 007200-1 GENERAL CONDITION S Page 3 of 63 24. 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. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. 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. 27. Director of Parks and Commzinhty 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. 28. 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. 29. 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. 30. 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. 31. 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. 32. 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. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. 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. 35. Field Order — A written order issued by City which requires changes in the Work but whic h 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. 36. 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. CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8r-11W21 007200-1 GENERAL CONDITIONS Page 4 of 63 37. 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. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. 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. 40. 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. 41. 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. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. 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. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. 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. 46. 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. 47. PCBs —Polychlorinated biphenyls. 48. 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. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: V-32021 007200-1 GENERAL CONDITION S Page 5 of 63 50. 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. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. 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. 54. 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. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. 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. 57. 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. 58. 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. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. 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. 61. 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: 8=21 007200-1 GENERAL CONDITIONS Page 6 of 63 62. 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. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 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 encasemerrts 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 Dory — 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS Revision: 803/2M1 007200-1 GENERAL CONDITION S Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be 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 no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 80/20?1 007200-1 GENERAL CONDITION S Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8n.32021 007300-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to.'' and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLMENTS Revision: &=-I 007200-1 GENERAL CONDITION S Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.0 ); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLfMENTS Revision: V-3/ 021 007200-1 GENERAL CONDITION S Page l l 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 on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: gr-Y 21 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the 'technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such 'technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any' technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823✓2021 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respectto 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 CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 8r�L ] 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Ha:ardous Environmental Condition at Site A. Reports and Drmvings: 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 Aalthori.:ed: 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 CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8r 32021 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 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 Contractoror by anyoneforwhom 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: gC3/3021 007200-1 GENERAL CONDITION S Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties andlnsurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.O2.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.O2.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 (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITYOF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revision: V3r- 21 007200-1 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 CITYOF FORT WORTH STANDARDCONISTRUCTION SPECIFICATION DOCUMENTS Revision: V-3/-021 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 lunits 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: 8=1 007200-1 GENERAL CONDITION S 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 afterreceipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRU C T ION SPECIFICATION DOCUMENTS Revision: 9C3W-I 007200-1 GENERAL CONDITION S Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor: Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services. Materials. and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRLI CT ION SPECIFICATION DOCUMENTS Revision: 8_K(21 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. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal "Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823aM 007200-1 GENERAL CONDITION S Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRU CT ION SPECIFICATION DOCUMENTS Revision: P-3/2021 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 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by themfrom and against anv and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2(0 00 72 00 - 1 GENERAL CONDITION S Page 23 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordnance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFIC.ATION DOCUMENTS Revision: 8232021 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penaltvfor Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: gr—YVMI 00 72 00 - 1 GENERAL CONDITION S 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 afterthe 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 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the Dullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Citv, 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 anv infringement of patent rights or copyrights incident to the use in the performance of the Work or resultingfrom CITY OF FORT WORTH STANDARD CONSTRLfCT [ON SPECIFICATION DOCUMENTS Revision: V-32021 007200-1 GENERAL CONDITION S Page 27 of 63 the incorporation in the Work of arty 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtainedpermits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: &23(M] 00 72 00 - 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 maybe obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. httv: /www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: V-3/2021 007200-1 GENERAL CONDITION S Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: KY-W-1 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 maybe 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 Ha_ard Commzinication 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 CITYOF FORT WORTH STANDARD CONSTRU CT ION SPECIFICATION DOCUMENTS Revision: V-32021 007200-1 GENERAL CONDITION S 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. CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: &'=-1 007200-1 GENERAL CONDITION S Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232 1 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; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense,the City,its officers, servants and employees, from and againstany and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION iS SPFCTFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME. OF THE. DAMAGES BEING SOUGHT WFI;F C A USFn. IN WHOLE OR IN PART. RY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs,expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractorcovenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: &�/3021 007200-1 GENERAL CONDITIONS Page 34 of 63 101 IN DIN113 1N UJUW 81 11 :1101 Din i / / DIM 10 MERV CAIJSVD. IN WHOLE OR IN PART- BY ANY ACT. OMISSION OR \ \ 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 carryout Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFfCATION DOCUMENTS Revision: V-3/302I 00 72 00 - 1 GENERAL CONDITION S Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VT Civil Rights Act of 1964 as amended.- Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRLI CTION SPECIFICATION DOCUMENTS Revision: 8,23W21 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements: Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: V-32021 007300-1 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 Citv '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 identified in the Supplementary Conditions. 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: VIV2,021 007200-1 GENERAL CONDITION S Page 38 of 63 9.03 Authorised 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 Authorised Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRU CTION SPECIFICATION DOCUMENTS Revision: V3/1-0I 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthori.:ed Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS Revision: 8(= 1 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referredto 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: 8232021 007200-1 GENERAL CONDITION S Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 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. CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: V—V-1021 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 CONSTRU CTIO N SPECIFICATION DOCUMENTS Revision: P-32021 007200-1 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 Erchided: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.I or specifically covered by Paragraph 11.0l.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Doeumentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8023/30-1 007300-1 GENERAL CONDITION S 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. ContingencvAllowance: 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 UnitPrice 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. 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 CONSTRC'CTION SPECIFICATION DOCUMENTS Revision: 8232021 00 72 00 - 1 GENERAL CONDITION S Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantitv Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8��/'._(J21 007200-1 GENERAL CONDITION S Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0I.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.0l.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.0l.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 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: P-32021 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 I1.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Workor 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: V-3/2021 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by C ity. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRU CT ION SPECIFICATION DOCUMENTS Revision: V-3/21 21 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: P-3/3(TL1 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 orRernoval 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 CONSTRU MON SPECIFICATION DOCUMENTS Revision: 8033M 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 Chhy 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: V-32(7L1 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 described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revision: 81232021 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 completed Work has been damaged by the Contractor or 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: P-M- 21 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warrantv of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONST RC CT ION SPECIFICATION DOCUMENTS Revision: 81=021 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilisation A. Prior to Final Acceptance of all the Work, City may use or occupy any 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 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 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially 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 ("Punch List Items"). 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 to the City of Substantial Completion and the date of Final Inspection. 1. 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. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8n.3W-I 007200-1 GENERAL COND IT IONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: K-13f 21 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 Citv May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: V-32021 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence ofany one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: &23/2021 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 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. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: P--VMI 007200-1 GENERAL CONDITION S Page 60 of 63 15.03 City Ma_v 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 effectedby 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 Contracton 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 C ity. 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8^.3' / I 007200-1 GENERAL CONDITION S Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: V-32021 007200-1 GENERAL CONDITION S Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 —MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITYOF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8r'�l',A21 007200-1 GENERAL CONDITION S 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 CONST RCCTIO N SPECIFICATION DOCUMENTS Revision: V-32021 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 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of6 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-4.01 A 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 APRIL 2023: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER Parcel 18 Part 1 PSSE Parcel 18 Part 2 PSSE Parcel 18 Part 3 PSSE Parcel 18 TAE Parcel 18 Part 1 TCE Parcel 18 Part 2 TCE Parcel 20 PSSE Parcel 20 Part 1 TCE Parcel 20 Part 2 TCE Parcel 20 Part 3 TCE Tarrant Regional Water District Tarrant Regional Water District Tarrant Regional Water District Tarrant Regional Water District Tarrant Regional Water District Tarrant Regional Water District Tarrant Regional Water District Tarrant Regional Water District Tarrant Regional Water District Tarrant Regional Water District TARGET DATE OF POSSESSION June 2023 June 2023 June 2023 June 2023 June 2023 June 2023 June 2023 June 2023 June 2023 June 2023 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 9, 2020 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 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 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. 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 APRIL 2023: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 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 Engineering Report No. 13-0446, dated August 3, 2015, prepared by Gorrondona & Associates, Inc., a sub -consultant of Kimlev-Horn and Associates, Inc., a consultant of the City, providing additional information on soil conditions. Addendum No. 1 to Geotechnical Engineering Report No. 13-0446, dated August 12, 2016, prepared by Gorrondona & Associates, Inc., a sub -consultant of Kimlev-Horn and Associates. Inc., a consultant of the City, providing additional information on soil conditions. A Geotechnical Engineering Report No. 17-0038, dated June 21, 2017, prepared by Gorrondona & Associates, Inc., a sub -consultant orKimlev-Horn and Associates, Inc., a consultant of the Citv, providing additional information on soil conditions. 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: NONE SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: A Limited Phase II Investigation for Part 14 — Channel Segment C in Fort Worth, Texas, W&MProject No. 823.003.006, dated December 23, 2013, prepared by W&MEn•ironmental Group, Inc.. a sub -consultant of Kimlev-Horn and Associates, Inc., a consultant of the Citv, providing an evaluation as to the presence or absence of chemicals of concern in the area or the proposed utility installation. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 9, 2020 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 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: Kimley-Horn and Associates, Inc. (3) Other: Tarrant Regional Water District (4) Other: Fort Worth & Western Railroad 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 $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of $2,000,000 each occurrence $3,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250.000 Bodily Iniury per person / $500,000 Bodily Iniury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 9, 2020 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of6 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks Fort Worth & Western Railroad (FWWR). The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: X Required for this Contract $10,000,000.00 $5, 000, 000.00 Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 1 SC-5.04E., "Contractor's Insurance" 2 3 Add the following Section as follows: 4 5 5.04E. Pollution Liability Insurance Policy, which shall be on a per project basis covering the 6 Contractor with minimum limits of 7 8 S1,000,000 perproiect. 9 10 SC-6.04., "Project Schedule" 11 12 Project schedule shall be tier 3 for the project. 13 14 SC-6.07., "Wage Rates" 15 16 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 17 Appendixes: 18 19 2013 Prevailh72 Wage Rates 20 21 A copy of the table is also available by accessing the City's website at: 22 httvs:HaUps.fortworthtexas.2ov/ProiectResources/ 23 24 You can access the file by following the directory path: 25 02-Construction Documents/Specifications/Div00 — General Conditions 26 27 SC-6.09., "Permits and Utilities" 28 29 SC-6.09A., "Contractor obtained permits and licenses" 30 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 31 1. Fort Worth & Western Railroad — Right of Entry 32 2. Fort Worth & Western Railroad — Roadway Worker Protection/On-Track Safety Contractor 33 Orientation Program 34 3. SWPPP per Section 01 57 13 35 36 SC-6.09B. "City obtained permits and licenses" 37 The following are known permits and/or licenses required by the Contract to be acquired by the City: 38 1. USACE Construction Approval Letter 39 2. TxDOT Utility Installation Request (UIR) Permit 40 3. FWWR Rail Crossing License Agreement 41 42 SC-6.09C. "Outstanding permits and licenses" 43 44 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of APRIL 45 2023: 46 47 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION USACE Construction Approval Letter JUNE 2023 48 49 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 9, 2020 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 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 I Scope of Work I Coordination Authority Texas Sterling Construction Co. Henderson Street Bridge City — T/PW SC-8.01, "Communications to Contractor" NONE SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Liam Conlon, or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., "Tests and Inspections" NONE SC-16.01C.1, "Methods and Procedures" NONE END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magaha SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 9, 2020 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 01 11 00- 1 SUMMARY OF WORK Pagel 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 [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item forbid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 01 11 00-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 01 11 00-3 SUMMARY OF WORK 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 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED) 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor, 40 or, CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Reyised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 01 25 00 - 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104494 Revised July 1.2011 1 2 3 4 5 6 7 8 9 10 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 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: fffl 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Recommended Recommended Not recommended Received late By Date Remarks Date Rejected FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations City Project No. 104484 1 2 3 PART1- GENERAL SECTION 013119 PRECONSTRUCTION MEETING 0131 19- 1 PRECONSTRUCTION MEETING Page l of 3 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. Added 1.413.1e: TRWD and USACE reuresentatives added to attendee list 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 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 17, 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 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate g. Representatives from TRWD and USACE 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience P. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 17, 2012 1 2 3 4 5 6 7 8 I 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 17, 2012 01 31 20- 1 PROJECT MEETINGS Page 1 of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. 1.4.C.1 — Progress Meetings will be held weekly. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre -construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodical! weekly. Meetings 9 will be scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as - II needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off -site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 01 32 16- 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. 1.4.A.3.a: Added anticipated submittal dates requirements for construction 12 within the floodwav and underneath the levee. 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 D. Purpose 17 The City of Fort Worth (City) is committed to delivering quality, cost-effective 18 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 19 properly structured schedule with accurate updates. This supports effective monitoring 20 of progress and is input to critical decision making by the project manager throughout 21 the lift of the project. Data from the updated project schedule is utilized in status 22 reporting to various levels of the City organization and the citizenry. 23 24 This Document complements the City's Standard Agreement to guide the construction 25 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 26 City in project delivery. The expectation is the performance of the work follows the 27 accepted schedule and adhere to the contractual timeline. 28 29 The Contractor will designate a qualified representative (Project Scheduler) responsible 30 for developing and updating the schedule and preparing status reporting as required by 31 the City. 32 1.2 PRICE AND PAYMENT PROCEDURES 33 A. Measurement and Payment 34 1. Work associated with this Item is considered subsidiary to the various items bid. 35 No separate payment will be allowed for this Item. 36 2. Non-compliance with this specification is grounds for City to withhold payment of 37 the Contractor's invoices until Contractor achieves said compliance. 38 1.3 REFERENCES 39 A. Project Schedules CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 01 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 4. The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and 4 in alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on 7 the project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 1 l monthly updates to the City Project Manager (end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress 22 is significantly behind schedule, the City's Project Manager may authorize an 23 update to the baseline schedule to facilitate a more practical evaluation of progress. 24 An example of a Baseline Schedule is provided in Specification 01 32 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 0132 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule Requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 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 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number —Project Name —Baseline Example: 101376_North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number —Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number —Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN_2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's eight standard holidays (New Years, Martin 3 Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, 4 Christmas). The Contractor w ill establish a schedule calendar as part of the schedule 5 development process and provide to the Project Control Specialist as part of the basis 6 for their schedule. Variations between the City's calendar and the Contractor's 7 calendar must be resolved prior to the City's acceptance of their Baseline project 8 schedule. 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.1-1 below. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown in 27 Section 1.4.I below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 L Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for 48 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 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 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX. 30.60. 10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 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 01 32 16-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 Activitv ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice to Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the 42 Contractor's schedule. The City's Project Control Specialist is responsible for ensuring 43 alignment of the Contractor's baseline and progress schedules with the Master Project 44 Schedule as support to the City's Project Manager. The City reviews and accepts or 45 rejects the schedule within ten workdays of Contractor's submittal. 46 47 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 01 32 16 - 8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 1. Schedule Format 2 The Contractor will submit each schedule in two electronic forms, one in native file 3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes, the schedule information must be submitted in .xls 7 or .xlsx format in compliance with the sample layout (See Specification 01 32 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial & Baseline Schedule 12 The Contractor w ill develop their schedule for their scope of work and submit their 13 initial schedule in electronic form (in the file formats noted above), in the City's 14 document management system in the location dedicated for this purpose at least S 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial 18 schedule to determine alignment with the City's Master Project Schedule, including 19 format & WBS structure. Following the City's review, feedback is provided to the 20 Contractor for their use in finalizing their initial schedule and issuing (within five 21 workdays) their Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor w ill update and issue their project schedule (Progress Schedule) by 25 the last day of each month throughout the life of their work on the project. The 26 Progress Schedule is submitted in electronic form as noted above, in the City's 27 document management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete, the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re -submits the corrected Progress Schedule within 5 workdays, 34 following the submittal process noted above. The City's Project Manager and 35 Project Control Specialist review the Contractor's progress schedule for acceptance 36 and to monitor performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • % Complete 43 • Float 44 • Activity Logic (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 01 32 16 - 9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 a. Construction Progress Schedule shall include anticivated submittal dates 2 for all submittal and shop drawing items associated with construction 3 within the existing floodwav or underneath the existing levee. 4 5 B. Monthly Construction Status Report 6 The Contractor submits a written status report (referred to as a progress narrative) at the 7 monthly progress meeting (if monthly meetings are held) or at the end of each month to 8 accompany the Progress Schedule submittal, using the standard format provided in 9 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The 10 content of the Construction Project Schedule Progress Narrative should be concise and 11 complete to include only changes, delays, and anticipated problems. 12 13 C. Submittal Process 14 • Schedules and Monthly Construction Status Reports are submitted in in the City's 15 document management system in the location dedicated for this purpose. 16 • Once the project has been completed and Final Acceptance has been issued by the 17 City, no further progress schedules or construction status reports are required from 18 the Contractor. 19 20 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 21 1.6 CLOSEOUT SUBMITTALS [NOT USED] 22 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.8 QUALITY ASSURANCE 24 A. The person preparing and revising the construction Progress Schedule shall be 25 experienced in the preparation of schedules of similar complexity. 26 B. Schedule and supporting documents addressed in this Specification shall be prepared, 27 updated and revised to accurately reflect the performance of the construction. 28 C. Contractor is responsible for the quality of all submittals in this section meeting the 29 standard of care for the construction industry for similar projects. 30 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.10 FIELD [SITE] CONDITIONS [NOT USED] 32 1.11 WARRANTY [NOT USED] 33 1.12 ATTACHMENTS 34 Spec 01 32 16.1 Construction Project Schedule Baseline Example 35 Spec 01 32 16.2 Construction Project Schedule Progress Example 36 Spec 01 32 16.3 Construction Project Schedule Progress Narrative 37 38 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 0132 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised August 13, 2021 01 3233 - l PRECONSTRUCTION VIDEO Page 1 of2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 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. 1.4.A.1: Additional scope for preconstruction video. 10 2. 1.4.B: Added preconstruction photo requirements. 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 I — 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 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, access routes outside the Citv ROW, staging and work areas, including all areas in the vicinity of and to be affected by construction. a. Provide two (2) digital copies of the preconstruction video to the Citv prior to start of construction. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. B. Preconstruction Photos 1. Produce preconstruction photos of the site/alignment, access routes outside the Citv ROW, staging and work areas, including all areas in the vicinity of and to be affected by construction. a. Provide two (2) digital copies of all preconstruction photos to the Citv prior to start of construction. 2. Retain a copv of all of the preconstruction photos until the end of the maintenance surety period. 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS [NOT USED[ 8 PART 3 - EXECUTION [NOT USED] 9 10 II END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 01 33 00 - 1 SUBMITTALS Page 1 of 8 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 A. Deviations from this City of Fort Worth Standard Specification 13 1. 1.4.K.10: Modified with USACE submittal language. 14 B. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 01 33 00 - 2 SUBMITTALS Page 2 of 8 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 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 `/z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 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 013300-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of. a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 48 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 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 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 48 49 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time, 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, shall be submitted to the Citv sufficiently in 5 advance of performing the related work, allowing for a 30 day review by the 6 City. Once the City accepts the submittals, the Citv will forward them to 7 TRWD and USACE for their reviews. TRWD and the USACE will complete 8 their reviews within 30 days. The Contractor should allow additional time for 9 revisions and resubmittals for approval. • ill be +,.fned within 30 C le"d 10 Days f;qllowing reeeipt of submittal by the City. 11 L. Mock ups 12 1. Mock Up units as specified in individual Sections, include, but are not necessarily 13 limited to, complete units of the standard of acceptance for that type of Work to be 14 used on the Project. Remove at the completion of the Work or when directed. 15 M. Qualifications 16 1. If specifically required in other Sections of these Specifications, submit a P.E. 17 Certification for each item required. 18 N. Request for Information (RFI) 19 1. Contractor Request for additional information 20 a. Clarification or interpretation of the contract documents 21 b. When the Contractor believes there is a conflict between Contract Documents 22 c. When the Contractor believes there is a conflict between the Drawings and 23 Specifications 24 1) Identify the conflict and request clarification 25 2. Use the Request for Information (RFI) form provided by the City. 26 3. Numbering of RFI 27 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 28 increasing sequentially with each additional transmittal. 29 4. Sufficient information shall be attached to permit a written response without further 30 information. 31 5. The City will log each request and will review the request. 32 a. If review of the project information request indicates that a change to the 33 Contract Documents is required, the City will issue a Field Order or Change 34 Order, as appropriate. 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 41 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 6 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 01 35 13- 1 SPECIAL PROJECT PROCEDURES Page I of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notification 12 f. Public Notification Prior to Beginning Construction 13 g. Coordination with Involvement of United States Army Corps of Engineers 14 and Tarrant Regional Water District 15 h. Coordination within Railroad permits areas 16 i. Dust Control 17 j. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. 1.1.A.1.1i: Added text to section summary list. 20 2. 1.4.J: Added information on coordination with TRWD. 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 3. Section 33 12 25 — Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Coordination within Railroad permit areas 28 a. Measurement 29 1) Measurement for this Item will be by lump sum. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the lump sum price bid for Railroad Coordination. 33 c. The price bid shall include: 34 1) Mobilization 35 2) Inspection 36 3) Safety training 37 4) Additional Insurance 38 5) Insurance Certificates 39 6) Other requirements associated with general coordination with Railroad, 40 including additional employees required to protect the right-of-way and 41 property of the Railroad from damage arising out of and/or from the 42 construction of the Project. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March It, 2022 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 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination with the Texas Department of Transportation 24 1. When work in the right-of-way which is under the jurisdiction of the Texas 25 Department of Transportation (TxDOT): 26 a. Notify the Texas Department of Transportation prior to commencing any work 27 therein in accordance with the provisions of the permit 28 b. All work performed in the TxDOT right-of-way shall be performed in 29 compliance with and subject to approval from the Texas Department of 30 Transportation 31 B. Work near High Voltage Lines 32 1. Regulatory Requirements 33 a. All Work near High Voltage Lines (more than 600 volts measured between 34 conductors or between a conductor and the ground) shall be in accordance with 35 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 36 2. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 3. Equipment operating within 10 feet of high voltage lines will require the following 39 safety features 40 a. Insulating cage -type of guard about the boom or arm 41 b. Insulator links on the lift hook connections for back hoes or dippers 42 c. Equipment must meet the safety requirements as set forth by OSHA and the 43 safety requirements of the owner of the high voltage lines 44 4. Work within 6 feet of high voltage electric lines 45 a. Notification shall be given to: CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 1) The power company (example: ONCOR) 2 a) Maintain an accurate log of all such calls to power company and record 3 action taken in each case. 4 b. Coordination with power company 5 1) After notification coordinate with the power company to: 6 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 7 lower the lines 8 c. No personnel may work within 6 feet of a high voltage line before the above 9 requirements have been met. 10 C. Confined Space Entry Program 11 1. Provide and follow approved Confined Space Entry Program in accordance with 12 OSHA requirements. 13 2. Confined Spaces include: 14 a. Manholes 15 b. All other confined spaces in accordance with OSHA's Permit Required for 16 Confined Spaces 17 D. Use of Explosives, Drop Weight, Etc. 18 1. When Contract Documents permit on the project the following will apply: 19 a. Public Notification 20 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 21 prior to commencing. 22 2) Minimum 24 hour public notification in accordance with Section 01 31 13 23 E. Water Department Coordination 24 1. During the construction of this project, it will be necessary to deactivate, for a 25 period of time, existing lines. The Contractor shall be required to coordinate with 26 the Water Department to determine the best times for deactivating and activating 27 those lines. 28 2. Coordinate any event that will require connecting to or the operation of an existing 29 City water line system with the City's representative. 30 a. Coordination shall be in accordance with Section 33 12 25. 31 b. If needed, obtain a hydrant water meter from the Water Department for use 32 during the life of named project. 33 c. In the event that a water valve on an existing live system be turned off and on 34 to accommodate the construction of the project is required, coordinate this 35 activity through the appropriate City representative. 36 1) Do not operate water line valves of existing water system. 37 a) Failure to comply will render the Contractor in violation of Texas Penal 38 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 39 will be prosecuted to the full extent of the law. 40 b) In addition, the Contractor will assume all liabilities and 41 responsibilities as a result of these actions. 42 F. Public Notification Prior to Beginning Construction 43 1. Prior to beginning construction on any block in the project, on a block by block 44 basis, prepare and deliver a notice or flyer of the pending construction to the front 45 door of each residence or business that will be impacted by construction. The notice 46 shall be prepared as follows: CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 01 35 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 2 beginning any construction activity on each block in the project area. 3 1) Prepare flyer on the Contractor's letterhead and include the following 4 information: 5 a) Name of Project 6 b) City Project No (CPN) 7 c) Scope of Project (i.e. type of construction activity) 8 d) Actual construction duration within the block 9 e) Name of the contractor's foreman and phone number 10 f) Name of the City's inspector and phone number 11 g) City's after-hours phone number 12 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 13 A. 14 3) City of Fort Worth Door Hangers will be provided to the Contractor for 15 distribution with their notice. 16 4) Submit schedule showing the construction start and finish time for each 17 block of the project to the inspector. 18 5) Deliver flyer to the City Inspector for review prior to distribution. 19 b. No construction will be allowed to begin on any block until the flyer and door 20 hangers are delivered to all residents of the block. 21 G. Public Notification of Temporary Water Service Interruption during Construction 22 1. In the event it becomes necessary to temporarily shut down water service to 23 residents or businesses during construction, prepare and deliver a notice or flyer of 24 the pending interruption to the front door of each affected resident. 25 2. Prepared notice as follows: 26 a. The notification or flyer shall be posted 24 hours prior to the temporary 27 interruption. 28 b. Prepare flyer on the contractor's letterhead and include the following 29 information: 30 1) Name of the project 31 2) City Project Number 32 3) Date of the interruption of service 33 4) Period the interruption will take place 34 5) Name of the contractor's foreman and phone number 35 6) Name of the City's inspector and phone number 36 c. A sample of the temporary water service interruption notification is attached as 37 Exhibit B. 38 d. Deliver a copy of the temporary interruption notification to the City inspector 39 for review prior to being distributed. 40 e. No interruption of water service can occur until the flyer has been delivered to 41 all affected residents and businesses. 42 f. Electronic versions of the sample flyers can be obtained from the Project 43 Construction Inspector. 44 H. Coordination with United States Army Corps of Engineers (USACE) and Tarrant 45 Reeional Water District (TRWD) 46 1. The entirety of the At loeations in the Project where construction activities occur 47 in areas where USACE permits are required, and shall meet all requirements set 48 forth in each designated permit. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 01 35 13 -5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 I. Coordination within Railroad Permit Areas 2 1. At locations in the project where construction activities occur in areas where 3 railroad permits are required, meet all requirements set forth in each designated 4 railroad permit. This includes, but is not limited to, provisions for: 5 a. Flagmen 6 b. Inspectors 7 c. Safety training 8 d. Additional insurance 9 e. Insurance certificates 10 f. Other employees required to protect the right-of-way and property of the 11 Railroad Company from damage arising out of and/or from the construction of 12 the project. Proper utility clearance procedures shall be used in accordance 13 with the permit guidelines. 14 2. Obtain any supplemental information needed to comply with the railroad's 15 requirements. 16 3. Railroad Flagmen 17 a. Submit receipts to City for verification of working days that railroad flagmen 18 were present on Site. 19 J. Dust Control 20 1. Use acceptable measures to control dust at the Site. 21 a. If water is used to control dust, capture and properly dispose of waste water. 22 b. If wet saw cutting is performed, capture and properly dispose of slurry. 23 K. Employee Parking 24 1. Provide parking for employees at locations approved by the City. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] 34 PART 3 - EXECUTION [NOT USED] 35 36 END OF SECTION CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 1 N 4 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B DOE NO. XXXX Project means: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 t) 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 the City's document management system, or another external 38 FTP site approved by the City. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 9, 2020 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 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) I copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 28 29 30 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 9, 2020 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 1 2 3 4 5 6 7 8 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 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 FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 22.2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing a 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) Contractor's responsibility to coordinate review of Traffic Control plans for 12 Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 22, 2021 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4.A.1.c Added language to allow for use of published traffic control "Typicals" if 3/22/21021 M. Owen applicable to specific project/site. I A.F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH FWCC Part l4 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 22, 2021 01 57 13- 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 I SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Added 1.5.A.1.a.2) — submittal to TRWD 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July I, 2011 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 0157 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements I ) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review 48 2) 1 com to Tarrant Regional Water District; ATTN: Woodv Frossard CITY OF FORT WORTH FWC C Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 IRevision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 01 58 13- 1 TEMPORARY PROJECT SIGNAGE Pagel of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1.2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 31 END OF SECTION CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page l of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20.2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 0 CITY OF FORT WORTH FWCC Part 1.4 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION 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 FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 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 FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1.2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division I — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 2. Remobilization for suspension of Work as specifically required in the Contract 36 Documents 37 a. Measurement 38 1) Measurement for this Item shall be per each remobilization performed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" will be paid for at the unit 42 price per each "Specified Remobilization" in accordance with Contract 43 Documents. 44 c. The price shall include: 45 1) Demobilization as described in Section 1. I .A.2.a.1) 46 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement' will be paid for at the unit 16 price per each "Work Order Mobilization" in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement' will be paid for at the unit 31 price per each "Work Order Emergency Mobilization" in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby, idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 9 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised November 22, 2016 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. Modified 1.9.C.3.a — require as -built survev to be submitted each month with 9 vav application and added as -built survev requirement for all steel casing Dive 10 tunnels. 1 1 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. Construction Staking 17 a. Measurement 18 1) Measurement for this Item shall be by lump sum. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item shall be paid for at the lump sum price bid for "Construction Staking". 22 2) Payment for "Construction Staking" shall be made in partial payments 23 prorated by work completed compared to total work included in the lump 24 sum item. 25 c. The price bid shall include, but not be limited to the following: 26 1) Verification of control data provided by City. 27 2) Placement, maintenance and replacement of required stakes and markings 28 in the field. 29 3) Preparation and submittal of construction staking documentation in the 30 form of "cut sheets" using the City's standard template. 31 2. Construction Survey 32 a. Measurement 33 1) This Item is considered subsidiary to the various Items bid. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item are subsidiary to the various Items bid and no other compensation will be 37 allowed. 38 3. As -Built Survey 39 a. Measurement 40 1) Measurement for this Item shall be by lump sum. 41 b. Payment CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised February 14, 2018 ADDENDUM No. 1 01 71 23 -2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 1) The work performed and the materials furnished in accordance with this 2 Item shall be paid for at the lump sum price bid for "As -Built Survey". 3 2) Payment for "Construction Staking" shall be made in partial payments 4 prorated by work completed compared to total work included in the lump sum 5 item. 6 c. The price bid shall include, but not be limited to the following:: 7 1) Field measurements and survey shots to identify location of completed 8 facilities. 9 2) Documentation and submittal of as -built survey data onto contractor redline 10 plans and digital survey files. 11 12 1.3 REFERENCES 13 A. Definitions 14 1. Construction Survev - The survey measurements made prior to or while 15 construction is in progress to control elevation, horizontal position, dimensions and 16 configuration of structures/improvements included in the Project Drawings. 17 2. As -built Survev —The measurements made after the construction of the 18 improvement features are complete to provide position coordinates for the features 19 of a project. 20 3. Construction Staking, — The placement of stakes and markings to provide offsets 21 and elevations to cut and fill in order to locate on the ground the designed 22 structures/improvements included in the Project Drawings. Construction staking 23 shall include staking easements and/or right of way if indicated on the plans. 24 4. Survev "Field Checks" — Measurements made after construction staking is 25 completed and before construction work begins to ensure that structures marked on 26 the ground are accurately located per Project Drawings. 27 B. Technical References 28 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 29 website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 30 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 31 on City's Buzzsaw website). 32 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 33 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 34 Surveying in the State of Texas, Category 5 35 36 1.4 ADMINISTRATIVE REQUIREMENTS 37 A. The Contractor's selection of a surveyor must comply with Texas Government 38 Code 2254 (qualifications based selection) for this project. 39 1.5 SUBMITTALS 40 A. Submittals, if required, shall be in accordance with Section 0133 00. 41 B. All submittals shall be received and reviewed by the City prior to delivery of work. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised February 14, 2018 ADDENDUM No. 1 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Field Quality Control Submittals 3 1. Documentation verifying accuracy of field engineering work, including coordinate 4 conversions if plans do not indicate grid or ground coordinates. 5 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 6 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 7 1.7 CLOSEOUT SUBMITTALS 8 B. As -built Redline Drawing Submittal 9 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 10 constructed improvements signed and sealed by Registered Professional Land 11 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 12 — Survey Staking Standards) . 13 2. Contractor shall submit the proposed as -built and completed redline drawing 14 submittal one (1) week prior to scheduling the project final inspection for City 15 review and comment. Revisions, if necessary, shall be made to the as -built redline 16 drawings and resubmitted to the City prior to scheduling the construction final 17 inspection. 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Construction Staking 21 1. Construction staking will be performed by the Contractor. 22 2. Coordination 23 a. Contact City's Project Representative at least one week in advance notifying 24 the City of when Construction Staking is scheduled. 25 b. It is the Contractor's responsibility to coordinate staking such that 26 construction activities are not delayed or negatively impacted. 27 3. General 28 a. Contractor is responsible for preserving and maintaining stakes. If City 29 surveyors are required to re -stake for any reason, the Contractor will be 30 responsible for costs to perform staking. If in the opinion of the City, a 31 sufficient number of stakes or markings have been lost, destroyed disturbed or 32 omitted that the contracted Work cannot take place then the Contractor will be 33 required to stake or re -stake the deficient areas. 34 B. Construction Survey 35 1. Construction Survey will be performed by the Contractor. 36 2. Coordination 37 a. Contractor to verify that horizontal and vertical control data established in the 38 design survey and required for construction survey is available and in place. 39 3. General 40 a. Construction survey will be performed in order to construct the work shown 41 on the Construction Drawings and specified in the Contract Documents. 42 b. For construction methods other than open cut, the Contractor shall perform 43 construction survey and verify control data including, but not limited to, the 44 following: CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised February 14, 2018 ADDENDUM No. I 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 1) Verification that established benchmarks and control are accurate. 2 2) Use of Benchmarks to furnish and maintain all reference lines and grades 3 for tunneling. 4 3) Use of line and grades to establish the location of the pipe. 5 4) Submit to the City copies of field notesused to establish all lines and 6 grades, if requested, and allow the City to check guidance system setup prior 7 to beginning each tunneling drive. 8 5) Provide access for the City, if requested, to verify the guidance system and 9 the line and grade of the carrier pipe. 10 6) The Contractor remains fully responsible for the accuracy of the work and 11 correction of it, as required. 12 7) Monitor line and grade continuously during construction. 13 8) Record deviation with respect to design line and grade once at each pipe 14 joint and submit daily records to the City. 15 9) If the installation does not meet the specified tolerances (as outlined in 16 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 17 the installation in accordance with the Contract Documents. 18 C. As -Built Survey 19 1. Required As -Built Survey will be performed by the Contractor. 20 2. Coordination 21 a. Contractor is to coordinate with City to confirm which features require as- 22 built surveying. 23 b. It is the Contractor's responsibility to coordinate the as -built survey and 24 required measurements for items that are to be buried such that construction 25 activities are not delayed or negatively impacted. 26 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 27 to physically measure depth and mark the location during the progress of 28 construction and take as -built survey after the facility has been buried. The 29 Contractor is responsible for the quality control needed to ensure accuracy. 30 3. General 31 a. The Contractor shall provide as -built survey including the elevation and 32 location (and provide written documentation to the City) of construction 33 features during the progress of the eonstr-netion ineluding the follovAng.t 34 once a month upon each pav request. As -built features shall include the 35 following: 36 1) Water Lines 37 a) Top of pipe elevations and coordinates for waterlines at the following 38 locations: 39 (1) Minimum every 25O linear feet, including 40 (2) Horizontal and vertical points of inflection, curvature, 41 etc. 42 (3) Fire line tee 43 (4) Plugs, stub -outs, dead-end lines 44 (5) Casing pipe (each end) and all buried fittings 45 2) Sanitary Sewer 46 a) Top of pipe elevations and coordinates for force mains and siphon 47 sanitary sewer lines (non -gravity facilities) at the following locations: 48 (1) Minimum every 25O linear feet and any buried fittings CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised February 14, 2018 ADDENDUM No. 1 01 71 23 -5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 (2) Horizontal and vertical points of inflection, curvature, 2 etc. 3 b) Top of steel casing pipe at beginning and end for all tunnels. 4 3) Stormwater — Not Applicable 5 b. The Contractor shall provide as -built survey including the elevation and 6 location (and provide written documentation to the City) of construction 7 features after the construction is completed including the following: 8 1) Manholes 9 a) Rim and flowline elevations and coordinates for each manhole 10 2) Water Lines 11 a) Cathodic protection test stations 12 b) Sampling stations 13 c) Meter boxes/vaults (All sizes) 14 d) Fire hydrants 15 e) Valves (gate, butterfly, etc.) 16 f) Air Release valves (Manhole rim and vent pipe) 17 g) Blow off valves (Manhole rim and valve lid) 18 h) Pressure plane valves 19 i) Underground Vaults 20 (1) Rim and flowline elevations and coordinates for each 21 Underground Vault. 22 3) Sanitary Sewer 23 a) Cleanouts 24 (1) Rim and flowline elevations and coordinates for each 25 b) Manholes and Junction Structures 26 (1) Rim and flowline elevations and coordinates for each 27 manhole and junction structure. 28 4) Stormwater — Not Applicable 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY 32 PART 2 - PRODUCTS 33 A. A construction survey will produce, but will not be limited to: 34 1. Recovery of relevant control points, points of curvature and points of intersection. 35 2. Establish temporary horizontal and vertical control elevations (benchmarks) 36 sufficiently permanent and located in a manner to be used throughout construction. 37 3. The location of planned facilities, easements and improvements. 38 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 39 areas, utilities, streets, highways, tunnels, and other construction. 40 b. A record of revisions or corrections noted in an orderly manner for reference. 41 c. A drawing, when required by the client, indicating the horizontal and vertical 42 location of facilities, easements and improvements, as built. 43 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 44 construction staking projects. These cut sheets shall be on the standard city template 45 which can be obtained from the Survey Superintendent (817-392-7925). CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised February 14, 2018 ADDENDUM No. 1 01 7123 -6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 5. Digital survey files in the following formats shall be acceptable: 2 a. AutoCAD (.dwg) 3 b. ESRI Shapeflle (.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. 18 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 .0.1ft 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 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 37 specifications or in compliance to standards. The City reserves the right to request a 38 calibration report at any time and recommends regular maintenance schedule be 39 performed by a certified technician every 6 months. 40 1. Field measurements of angles and distances shall be done in such fashion as to 41 satisfy the closures and tolerances expressed in Part 3.1.A. 42 2. Vertical locations shall be established from a pre -established benchmark and 43 checked by closing to a different bench mark on the same datum. 44 3. Construction survey field work shall correspond to the client's plans. Irregularities 45 or conflicts found shall be reported promptly to the City. CITY OF FORT WORTH Fw'CC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised February 14, 2018 ADDENDUM No. 1 01 7123 -7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 4. Revisions, corrections and other pertinent data shall be logged for future reference. 2 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 APPLICATION 6 3.5 REPAIR / RESTORATION 7 A. If the Contractor's work damages or destroys one or more of the control 8 monuments/points set by the City, the monuments shall be adequately referenced for 9 expedient restoration. 10 1. Notify City if any control data needs to be restored or replaced due to damage 11 caused during construction operations. 12 a. Contractor shall perform replacements and/or restorations. 13 b. The City may require at any time a survey "Field Check" of any monument 14 or benchmarks that are set be verified by the City surveyors before further 15 associated work can move forward. 16 3.6 RE -INSTALLATION [NOT USED] 17 3.7 FIELD [OR] SITE QUALITY CONTROL 18 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 19 City in accordance with this Specification. This includes easements and right of way, if 20 noted on the plans. 21 B. Do not change or relocate stakes or control data without approval from the City. 22 3.8 SYSTEM STARTUP 23 A. Survey Checks 24 1. The City reserves the right to perform a Survey Check at any time deemed 25 necessary. 26 2. Checks by City personnel or P party contracted surveyor are not intended to 27 relieve the contractor of his/her responsibility for accuracy. 28 29 3.9 ADJUSTING [NOT USEDI 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised February 14, 2018 ADDENDUM No. I 01 71 23 -8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 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 2/14/2018 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 FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised February 14, 2018 ADDENDUM No. 1 FORTWORTH. Section 01 7123.01 - Attachment A Survey Staking Standards February 2017 \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01 \01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on MOT right-of-way or throughjoint MOT participation, adherence to the TXDOT Survey .Manua! shall be followed and if a discrepancy arises, the MOT manual shall prevail. (httD://onlinemanuals.txdot.aov/txdotmanuals/ess/ess.Ddf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV, Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01 \01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 Survev Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility PROPOSED EXCAVATION ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER Standard Stakinq Supplies Color WHITE YELLOW ORANGE FdM Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) I 18" long Survey Marking Paint I Water -based Flagging I 1 " wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01 \01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here Look for 'Zoning Maps'. Under 'Layers' 'Benchmarks'. htti)://fortworthtexas.qov/itsolutions/GI S/ expand'Basemap Layers', and check on B. Conventional or Robotic Total Station Equipment A minimum of a 10 arc -second instrument is required. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS stakinq for concrete, sanitary sewer, storm drain, final Oracle, or anvthina that needs vertical Oradina with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A \\kimley-horn\TX—FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01 \01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert —Conformal —Conic False_Easting: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard—Parallel-1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a oroiect that has surface coordinates which must be translated: File 1: C1 234As-built of Water on Main Street Grid NAD83 TXSP 4202.csv \\kimley- horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\l 10% SUBMITTAL\_Div-01 \01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01\01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 %Y W 0 � FII + } Ld r Lv V II < Wo I { ,^ U_ _J = - 117 L,J L I- - m 7 t ) a -- (-) Cl ►. N=tOOU.i-',O t=lUOO.L)i,' V. Water Stakinq Standards \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01 \01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes \\kimley-horn\TX—FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01\01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 x 3 CD 0 ,X N � a ID o � O 3 � cD � � N D ? CD d cn Z) 3 O m m N ICD Cn x �n M d � 3 N Q. � m m a n a x c W -i D r i L7 NJ ; F LAU'(;NG PL,,)UlPLD IN LI=U or 13_Ul f'R(f MD LAT FrtO ,,T (S DE FACII,,G -! } Q CJC I j UFFSET UIS-+ONCE iSD= FACNG R.9.W., PINT L,I I .: NIFHIIN- OF ' NAT1 LIAC HLIR rlFV4lom Q, n S-��ONIhC� I]=NnFES TO* ]= PIPE IDEN-IFl=3 CUT - +I GR n LL. + �^ HUB PANTED BLUE, FLUSH PATH oZJJ,4D, WITH T"01( OR MACK E01 IIUD PAIVT=D DLUE WITH r —� BLUE VA4IS4EP.S OP. 60D N4L 'tMTH BLUE M}-ISYEP. �'t =FOf\%1T (SIDL FAA NG C�',I F R C %,\J T _ (SICE FACIyI= �L) V BACK � I� iOCC rAwc $ c 10 I P i COtJTINJE 3TXKINC 7IDCNTIf" AN TE_S, keFERS Iv + I �hF Y Jf'fY w JFF' L:A IF VAW S, pppt — cr=cam CPC. y TRIP 11 + � 1 w u m N — TIP "�n — - � _ �_ rd L Y 3A rtl'J 1 L A. Centerline Staking - Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 1 00'may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans \\kimley-horn\TX-FTW\FTW_Utilities\061018052\Channel-Segment-C\SPEC\110% SUBMITTAL\_Div-01 \01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 = P. 0 1\11 T F R � `11 T (SIDE F AC ��G �;I �" r+ N-- F L,AQG MIS PL;,�UIHED � IN LI=U CT C3_LC PAll"TCD LAT "- {.DICE FACIyI:) � V A. in BACK CD iOCC fRGFC Z.0.V.' - ON T F_ p q C/) c In fD in o m (S DE FACII\G) - _ y� ' CONTINJE 3T KING m 03 o 7F IDCNTIf" AN �� IvlNr �r:rf 0 00 p Cft. , ' OFFSET C115-ANCE s F H TE= S, 4 EIMS tqq F L-A I F VA W �, 4 m LSO= FACNG R_9.K; �� cTa � N � / rn � D (�± y P]Ni TRcc I ll ,I .: NIhHI1N- Ilh II CD N j J nA1=2 Lj.4c + I 2 CD 21 MIR FlFV4-l0N m H N CD 7 ri S-n�ONIhC — T/PCD 4 Or 1F _ cam/, i T II-NTIFE4 TJ' ]= PIPE - IDEN-IRE3 our - � r o CR FILL 1- x o 5 W HUB PAINTED BLUE. FLUSH PATH -,31DJ'47, WITII TACK OR MACK CQI ' r � D r, r HUD PhIVTD DL C WITH oBLUE U44IS4ERS OR SODS i N4L VdTH BLUE Y,1-13YEP. iiL A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans \\kimley-horn\TX—FTW\FTW_Utilities\061018052\Channel_Segment—C\SPEC\110% SUBMITTAL\_Div-01 \01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 FRONT 3 "SIDE FACINC 1 m = Znd OFFSET STAKE O OR wLICNNENT � O =0R EENH'� Ix FRONT in =RCDNT (SIDE FACIN3 ? (SIDE FACING) h,n FlAr,,lwr: PF7111FsM IN I IFI) f)= C;RF=F. PAINTFF� I ATH rAl laL OFFSET STME ZiN OFFSET WAKE �; FdR ALIGNMENT N FCR PLChb1EhR Iw •� htJF+ ;73leM a IC Frigcn CD r I FR I1T — D O to NO ZND OFFSET STANCE FfL rn n CENTERLIVE — (SIDE FACING FQF NEEDED r�F �,T 1 1 cuss 5TPICC F I_I N T IA r= F ?LICWlAF T CH R CD 6Tt y 59AHS r. o' rDl (SIDE FACING (-L) FfL 1 M D C-) 3PLiE S-ATONING 45 ,E� WE R (G I =r h1k31 U-1-71L1 SIArct re C> —_ CD y O1 I SANIT4RY 3EM31 LINE -4 c (Sl J F/L 0 CD F O CD � IN GL 1Hl oCvnn[� MANI Drc (n AIM ¢ N d to n u ST4TIDAINC NF rA-' CL -o r LE DINTFIES FLONLIhE OF m p V6RTH PIPE !RAIJE d' RIM CL C-) r� BECAME STATIONING N NM d IDENTIFIES CUT - BETNEEV SStiHS WAS 0\, n OR I'llI +FOR NC1R1H PIPE F LESS THAN AOC', SPLII 18 C)I THE DIFFERENCE AND 3ET x o° o 1 STAKE IN THE MIDDLE Ln C fL IDEHTFIES -LON'UN= OF C _ _ _ - SOUTF FIPE GRADEco -�- . _ DE}NTI-IES GUT - _— `�� }--- OR FILL + FCR 30JTH PIPE { `F 11,Pt' D 1 `~ � fIM � IDENTI-IM 'tile CR10C �^ 0 r HUB FAINTED GREE4, FLJSH MTV \,`fir IDEHTI-IES WT - F 'a GROUND, MTH TACK OR BLACK DDT —\ OR FILL i TOP Or MANHOLE MMF"'— (OPTIONAL) iU:I FAN I_U 69htN VAIH �~ �' - CLUE VNISKER6 CR 60D WAL- 'MTW BLUE WHI6CERS m x w D_ (D C� n� r+ Cy 1 C/) CD N 1 r+ M CD y VII. Storm Sewer & Inlet Stakinq A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet=16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans \\kimley- horn\TX—FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01 \01 71 24.16.01_Attachment A —Survey Staking Standards.docx Page 12 of 22 BAf-:K, 1.30E FACIWM' Kiw + ii i HL6 ELEYAM4 I Example Storm Inlet Stakes FRONT (SIDE FACING a' !a n M m C. 71 r 1 ( IDENTIFIES NHICH END OF THE WNG �, —�I BEING STARED i'iC FL.�,%I�II•i!� R�r,IIJ1F'ECI 1Pj LIEU OF F'IPJI' P.4XiTEC I ATH 11 INLET STATION t (IF NOTED ON PLANS ID DJTIFlES GRACE CT�C) Ti TOP OF CURB t O C IDENTIFIES QRADE TO FLC14l1NE C7 I b IT) ARM J INI pj;5 RECESSED le - 2d STANDARD DOUBLE 10' - 26.67' E.A,: K 513E FAMr Fi.GW-j P;INi ► (K I H!iB ELEVATION o FRONT (SIDE FACING) 0 -01 En C: E*7� IDET'JTIRE� WHICH END OF THE WNU i 6E3NG STAKED t T fC It C7 I Ih HUB 141TH TACK — — — — — — RECESSED DOUBLE 10_ 36_67' — — — — — — — — — — I BATS;. Cr INLET I FI .41 t h,IrdIHL1LE '.> i RIAi BArS CY ra IFP— ti BACK. OF CURB— — — — _ — — — FLOC+/iLIhIE FACE OF INLET FACE rF INLET FillgrUNE EDr,E OF PA''iEhdENT EDGE OF PAVEMENT I ED:E OF FA,.,I:IENT EDGE •_f FA.bEAiENT \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01 \01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Stakinq A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01 \01 71 24.16.01_Attachment A_Survey Staking Standards,docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING q) Cz 0 FRONT ipi;Nnnu END (SIDE FACING iU PONT OF FRONT T IGENT E17 FRONT CL (SIDE FACING iDrN-nnrs STARTPC I (SIDE FACING PONT OF 0JRVA11JRE -0- 14 ;41 .13C qc� PT,, r* 'I" con - BACK i IDENnF1E3 OFFSET 13 TO F3 (SIDE FACING R.O.W,) BACK CF CURB OR F/C FOR FACE OF CURS POINT III III I IDENTIFIES GRADE IS /C TO TOF OF GUFO mows ON. HUB ELEVATION r+n IRADIUS POINTS:0 Oil ja UO F1 AC,(-;INC RFf]LJIRFF-I IN LIEU OF PINK PAINTED LATH TOP OF CURB BACK OF CURB FACE OF CURB L OS FLOVYLINE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection \\kimley-horn\TX—FrW\FTW—Utilities\061018052\Channei—Segment — C\SPEC\1 10% SUBMITTAL\—Div-01 \01 71 24.16.01 —Attachment A —Survey Staking Standards.docx Page 15 of 22 i 3 CD 0 x C� G m IV IC � c ri I i D rn n O S co O CD � rev IV °i Dan c7 CD IN d p� 7 < CD O � I — in N CD 3 cn CD cn I� r. n m C N a v d m 0 n N � a 0 0 c co D i G O O 10' O/S STAKE 1 D' O/S STAKE W/CRAM AT W/IRAOE AT EYM STATION CWw STATON M NAX. DISTANCE EW MAY, DISTA40 °,0- MAX. DISTANCE w Mkx DISTANCE 5o, NA%. Disrwor W MAX. USTANCE BACK OF CURB BACK OF CURB IF ARC LENGTH IS I i GAEATEA THAN IW, A FCC OFFSET STAKE O 60' NAK DISTANCE SHMLO ME SET rI �IST93 r l' W10RADE is�rrr ES AT PC W DE AT Of 1G 0 w OT PT J AT r [.:}_—� 10' RADUS POINT WAKi GRADE io- 0A STAKE W GRADE AT �. E N ]TATION SO' MAX. DISTANCE i O 10' O f 4 STphE i W/C PACE AT PT 10'OlB W/s Ar EMEN STATIDN 5T W/GRADE \ 1 y AT PC \ W RAMM la "Cl OWE a � +1 ID' O/9 I_ STAKE AT ,� SATE TYP . FRONT (SIDE FACING) 4 a ui B/c'I IOE�mFIes Of f Stirs m RACK O C-U R9 Vc P IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. OFFSET PROP. STAKED PT # STATION DESCRIPTION _ CUT + FILL -LT/+RT GRADE ELEV. \\kimley- horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01 \01 71 24,16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01\01 71 24.16.01 _Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01\01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 ZZ Jo OZ 96ed x3op'spiepuelS 6u!Me1S �amnS y luawyjeutl LO'9 L•VZ LL LO\LO-Al(]\V.LilvyanS%OLL\03dS\0 1u3w6as!auuey0\Z508LOL90\sa!1!I!1n+M13\Ml3 Xl\ujoL44a!w!)i\\ } -TT iL Ri, i:T- mArcm RE sTA 430 fr �d 5r .4 1 •ter �. �?.� J Fri OWW - Z IFL W..ILXTC Y RM STA P9lD - Mr- OaD DR) AOWW -WK (fCOPD DN RE"E & SASY,CE VZT. ,p,fP'NATEw. CM C' o ! fED�AOTAW c101GEG' 70 �",rT. CIATER x CM MSTAu, FlrSGW fficere SrA Qgw -- IE'NL � xF�® f f .� r a aFDuxR fSiAll, it rIaaEAMNN !� l ^ BW _ ,E•y��r..r ez�nrr r�snsc rtf aAKrai TEE •••• •• - - • • / r FDE WM, fir vhmo r (GAO J BLr 6 \ / j'!� I f flry run roe.• min. / srdn r _ ~Y 1 ilk PIVPCSED i- �i� , �� �� ,��,;r, -� , _ _ •fir .� % �AIEMCW a SANAOFE MT. GffE VA US SEE ShIEE7 l f fr 461'tRr. BE11D AISTAt4 t.Ir"ALD SLEM I-w4ff &1r. ECAN r24FVEW MERV .9 !F Of Ir"-Dt MC M$/0 s5s-w 01591 5• CY.YMYE'T 71C VOW. IF VArER E•921G.W837C 1F�t1497+V "`� w \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01\01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 £Z do ZZ abed xaop•spjepueiSbui�ejSAanuns yluawyaejjd LO'9L•bZ LL W r -- - L NA'fCN LINE STA 0-50 P .59 L1NE A51a � d pitLs �i � f i �' � ° �I •i I d.. V- IMAIL UII'I \\kimley-horn' BLK 29 LOT LDr j ITT= Uj OSAWAW SMER SERI)CE W1 CLEANUUT V) �LAYTOA( [RID. W. tid to 9 2-*M IL er � T ATER Z W USE A 36 lV) Uj Z, =E 5TA WJD e SS LWE A -ML-3071- EXPS7. SrAO EX57. STAUIVU-304 RELVIE EXIST.SSiW CGVSrALCr 5 LP OF W SS LOW CQVsr.IFVlA5U& INCLUDE our-CmLov? & AW AMEff W1 COPRISM PROULTAN C/O CMECr PAW. W SS (NW) CMWffff PROP. & SS (NEIM TO PFVP.SSM N-69468SE252 F-229&5592ii CITY MAP NO.2018-380,2018-3' MAPSCO PAGE NO. 74N, S, T, W 2.00 /_00 24.16.01 —Attachment A —Survey Staking Stanclards.clocx Page 23 of 24 -Div-01\01 71 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This isjust an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM I;-A2.C, 2 6946260.893 2296062.141 725 668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM ! t` 6 6946190.528 2296022.721 722.325 FH 7 6946136.012 2295992.115 719 448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM �l Ct��C rt L 9 6946003.056 2295933.418 713.652 CO RIM � � Ll Z u Z 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM p V 13 6945896.591 2295862.188 708.205 WM RIM mot`"T 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936 727 2295830.441 710.084 CO RIM Ccc 16 6945835 678 2295799.707 707 774 SSMH RIM 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM Qp 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788 392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM Q� 22 6945682.21 2295744.22 716.686 WM RIM = 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM C l l F,n.' T� MST ', 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM 70 27 6945519.834 2295619.49 732.689 WM RIM J C ON�� 28 6945417-879 2295580 27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM I ST7�__A 30 694S387.356 2295597.101 740.756 GV RIM "TT}G ? (. 31 6945370.688 2295606.793 740.976 GV RIM itf_ Sv%-FAI-C 6- 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM n 37 6945206.483 2295529.305 751.058 WM RIM `-1 , L•S 38 6945142.015 2295557.666 750.853 WM RIM iAMP '�-j 39 6945113.445 2295520.335 751.871 WM RIM , 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM 7 42 6945038.878 22955S2.147 7S1.88 WM RIM ! Sy 43 6945006.397 2295518.135 752.615WMRIM 3STifi 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM "µ 46 6944860.416 2295534.397 752.986 SSMH RIM aa \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01\01 71 24.16.01 _Attachment A_Survey Staking Standards.docx Page 24 of 25 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. \\kimley-horn\TX_FTW\FTW_Utilities\061018052\Channel_Segment_C\SPEC\110% SUBMITTAL\_Div-01\01 71 24.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 26 r r x 3 ID r X x I N �• O CD ID r�r � n O 3 m O CD cn °7 D n m IN d N C O Z O CD CD N rn fD 7 CD cc � � I d c7 C N m m a c-) H C. 0 �Op X O N C W a i g t— S svl ►r¢ lqw. '..da. CMr PrAe A— h .w Ey, Ul�r7' Ciui l: a A "IMa W 0%Vg7ta. C..RA IIN A [Namml kc ����Ilii em Newal Eaj1vINlon - O ❑ ILLLL1.. Page I ]t 91 • $• y ��✓� � T ffikwyrLCeier • 0 X r �i ::r Unr.a l WWT Erpbndcw. FOMOsrOj Hr HMO9gn11[ I1n(+IA _ antrc ERRe l 41ftmMPOH. rrrnagiq-as•We• - U yburJ wi. aY,na nr. Wu, 51" .ds Nil i1 1 Projed Now mnd PYmobe7- (Sheet Nr ) MdelSUAea fHe*dho Y 2 Sw.a 011ewN1pgw10reATRii !r[PeaOw firs '6glrom SIi0 0►SIlf101 fA101w11eLN.rw o"few' !w0 0►SIIPkI l.00IMItIl4TlaaF� SYA 315;0ry rplbwlgler "wart Vann f.►SI(51Y1 le6,lerM Utamw S rCamt WE 020a r<a111! A(am2 MC 4M NC402 4 AITIK45�'T151m V r►»5170Y-517a I rM+-61.4MA312' V V"547140700 rni,z '1Am1 0-Iioo 0131.22 0-1.4 :20x5 S t(7-;&oE10.:a6r _p4-27b»24 5730' I tl7Q-i•IM.1.7650 -011.252015 lm' 0 Aln-tE'1=/7f.M20 V;f}71»0l1.a320 I r!(Y',M.»+1.57.]' V;/j ]1550:0.7510 :1+i0w Mma 019005 W:1.il U.M:2 7144:1 t(r .5:t6ai.1lSr 'Pu•:R01221010' t11Q-L•1Ma152lD ECEirtA»7115[�' � Yrn-E6xrz.ra r;r>-»7�awAra nc+:{ru56sxr r;rt-axa.sst'o '-1, 72 C 127,40J 0.0:4s 70rM.20 :00013 S E(r;-i)i0Ea.6MT :1L-272Ai01af0' WO-2r201E4400 :M-2mm AL0' 10 WHAX.1.z1510 r;f}»26SSAA*-0' 71(r',•L1: TH:2gr r;/H2177451SQa :Ulm MO" 0.Oi:0 27s12.6S 6%33 [(!.;-iTa17A242' :(a1-212712110m' E0Q-rWrA3970 :�-227<VSxiO'A' 1` Ain-EllOia, w20 r;+!•30> 3,45W :2.1l 17 71i901 0.0607 - y);-:3:a4:.317•r =94-2M22578D' 14 Aln•6o26at21ao r;rF»!a7¢�51Es I I I I 23•i:60 101.04 *..".$6 ss F(Y;-:1ia1l.lrr =plrzla»3Pam' I I I I AIn-wl71W.i200 r; f}SOMOSMM i 27.lS m ya; +L'amlllr a7.s! 2.0271 3pu-.'Dxl.t110 L' — 01 74 23 - 1 CLEANING Pagel of4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 01 7423 - 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 FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 1 2 3 4 5 6 7 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 01 77 19- 1 CLOSEOUT REQUIREMENTS Page l of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 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 FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 22, 2021 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 01 78 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 7423. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. The Right-of-way shall be cleared of all construction materials, barricades, and 25 temporary signage. 26 4. Upon completion of Work associated with the items listed in the City's written 27 notice, inform the City, that the required Work has been completed. Upon receipt 28 of this notice, the City, in the presence of the Contractor, will make a subsequent 29 Final Inspection of the project. 30 5. Provide all special accessories required to place each item of equipment in full 31 operation. These special accessory items include, but are not limited to: 32 a. Specified spare parts 33 b. Adequate oil and grease as required for the first lubrication of the equipment 34 c. Initial fill up of all chemical tanks and fuel tanks 35 d. Light bulbs 36 e. Fuses 37 f Vault keys 38 g. Handwheels CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 22, 2021 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 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 I M. Owen 3.4.0 Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 22, 2021 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED[ 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 `/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 01 78 23 -2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 48 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 01 7823 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED) 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 —title of section removed CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page l of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the- infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1.2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that I 1 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 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 0241 14- l UTILITY REMOVAL/ABANDONMENT Page l of 17 OSECTION 02 41 14 UTILITY REMOVAL/ABANDONMENT A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines J. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes 1. Storm Sewer Lines m. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.2.C.5 — Measurement and Pavment for Plugging of Sanitary Sewer Junction Structure. 2. Added 3.4.C.3.a.1 — Indicating Select Fill is required within floodwav and future bypass channel. 3. Added 3.4.C.4.b.1 — Indicating Select Fill is required within floodwav and future bvpass channel. 4. Added 3.4.C.5.a.1 — Indicating Select Fill is required within floodwav and future bvpass channel. 5. Added 3.4.C.7 — Procedures for plugging existing sanitary sewer function structure. 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 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6. Section 33 11 11 — Ductile Iron Fittings CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 024114-2 UTILITY REMOVAL,ABANDONMENT Page 2 of 17 1 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 2 8. Section 33 11 14 — Buried Steel Pipe and Fittings 3 9. Section 33 12 25 — Connection to Existing Water Mains 4 1.2 PRICE AND PAYMENT PROCEDURES 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 A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurement 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 0241 14-3 UTILITY REMOVAL. ABANDONMENT Page 3of17 1 1) The work performed and materials furnished in accordance with this Item 2 are subsidiary to the installation of proposed utility pipe and shall be 3 subsidiary to the unit price bid per linear foot of pipe complete in place, and 4 no other compensation will be allowed. 5 4. Manhole Abandonment 6 a. Measurement 7 1) Measurement for this Item will be per each manhole to be abandoned. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under "Measurement" shall be paid for at the 11 unit price bid per each "Abandon Manhole" for: 12 a) Various diameters 13 b) Various types 14 c. The price bid shall include: 15 1) Removal and disposal of manhole cone 16 2) Removal, salvage and delivery of frame and cover to City, if applicable 17 3) Cutting and plugging of existing sewer lines 18 4) Concrete 19 5) Acceptable material for backfilling manhole void 20 6) Pavement removal 21 7) Excavation 22 8) Hauling 23 9) Disposal of excess materials 24 10) Furnishing, placement and compaction of backfill 25 11) Surface restoration 26 12) Clean-up 27 5. Cathodic Test Station Abandonment 28 a. Measurement 29 1) Measurement for this Item will be per each cathodic test station to be 30 abandoned. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" shall be paid for at the 34 unit price bid per each "Abandon Cathodic Test Station". 35 c. The price bid shall include: 36 1) Abandon cathodic test station 37 2) CLSM 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 41 6) Disposal of excess materials 42 7) Furnishing, placement and compaction of backfill 43 8) Clean-up 44 B. Water Lines and Appurtenances 45 1. Installation of a Water Line Pressure Plug 46 a. Measurement 47 1) Measurement for this Item shall be per each pressure plug to be installed. 48 b. Payment CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 48 49 0241 14-4 UTILITY REMOVAL;ABANDONMENT Page 4 of 17 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: I ) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 48 49 0241 14-5 UTILITY REMOVAL,ABANDONMENT Page 5 of 17 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 6. Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 0241 14-6 UTILITY REMOVAL/ABANDONMENT Page 6 of 17 1 3) Pavement removal 2 4) Excavation 3 5) Hauling 4 6) Disposal of excess materials 5 7) Furnishing, placement and compaction of backfill 6 8) Clean-up 7 7. Water Meter Removal and Salvage 8 a. Measurement 9 1) Measurement for this Item will be per each water meter to be removed and 10 salvaged. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" shall be paid for at the 14 unit price bid per each "Salvage Water Meter" for: 15 a) Various sizes 16 2) If a "Water Meter Service Relocate" is performed in accordance with 17 Section 33 12 10, removal and salvage or disposal of the existing (2-inch or 18 smaller) water meter shall be subsidiary to the cost of the "Water Meter 19 Service Relocate", no other compensation will be allowed. 20 c. The price bid shall include: 21 1) Removal and salvage of water meter 22 2) Delivery to City 23 3) Pavement removal 24 4) Excavation 25 5) Hauling 26 6) Disposal of excess materials 27 7) Furnishing, placement and compaction of backfill 28 8) Clean-up 29 8. Water Sampling Station Removal and Salvage 30 a. Measurement 31 1) Measurement for this Item will be per each water sampling station to be 32 removed. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under "Measurement" shall be paid for at the 36 unit price bid per each "Salvage Water Sampling Station". 37 c. The price bid shall include: 38 1) Removal and salvage of water sampling station 39 2) Delivery to City 40 3) Pavement removal 41 4) Excavation 42 5) Hauling 43 6) Disposal of excess materials 44 7) Furnishing, placement and compaction of backfill 45 8) Clean-up 46 9. Concrete Water Vault Removal 47 a. Measurement 48 1) Measurement for this Item will be per each concrete water vault to be 49 removed. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 48 49 0241 14-7 UTILITY REMOVAL,,ABANDONMENT Page 7 of 17 b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 024114-8 UTILITY REMOVAL/ABANDONMENT Page 8 of 17 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Sanitary Sewer Junction Structure Plug a. Measurement 1) Measurement for this Item shall be per each sanitary sewer iunction structure plug to be installed. b. Pavment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Plug Sanitary Sewer Junction Structure". c. The price bid shall include: 1) Furnishing and installing materials for plug 2) Provisions for controlling sanitary sewer flow during installation and curing of plug 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up D. Storm Sewer Lines and Appurtenances Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 48 49 0241 14-9 UTILITY REMOVAL, ABANDONMENT Page 9 of 17 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 48 49 0241 14- 10 UTILITY REMOVAL; ABANDONMENT Page 10 of 17 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 0241 14- 11 UTILITY REMOVAL/ABANDONMENT Page I l of 17 1 6) Furnishing, placement and compaction of backfill 2 7) Clean-up 3 7. Headwall/SET Removal 4 a. Measurement 5 1) Measurement for this Item will be per each headwall or safety end 6 treatment ( SET) to be removed. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under "Measurement' shall be paid for at the 10 unit price bid per each "Remove Headwall/SET". 1 1 c. The price bid shall include: 12 1) Removal and disposal of Headwall/SET 13 2) Pavement removal 14 3) Excavation 15 4) Hauling 16 5) Disposal of excess materials 17 6) Furnishing, placement and compaction of backfill 18 7) Clean-up 19 8. Trench Drain Removal 20 a. Measurement 21 1) Measurement for this Item shall be per linear foot of storm sewer trench 22 drain to be removed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under "Measurement' shall be paid for at the 26 unit price bid per linear foot of "Remove Trench Drain" for: 27 a) Various sizes 28 c. The price bid shall include: 29 1) Removal and disposal of storm sewer line 30 2) Pavement removal 31 3) Excavation 32 4) Hauling 33 5) Disposal of excess materials 34 6) Furnishing, placement and compaction of backfill 35 7) Clean-up 36 1.3 REFERENCES [NOT USED] 37 1.4 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination 39 1. Contact Inspector and the Water Department Field Operation Storage Yard for 40 coordination of salvage material return. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 0241 14-12 UTILITY REMOVAL/ABANDONMENT Page 12 of 17 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 7 A. Storage and Handling Requirements 8 1. Protect and salvage all materials such that no damage occurs during delivery to the 9 City. 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 22 A. General 23 1. Manhole Abandonment 24 a. All manholes that are to be taken out of service are to be removed unless 25 specifically requested and/or approved by City. 26 b. Excavate and backfill in accordance with Section 33 05 10. 27 c. Remove and salvage manhole frame and cover as coordinated with City. 28 d. Deliver salvaged material to the City. 29 e. Cut and plug sewer lines to be abandoned. 30 f. Backfill manhole void in accordance with City Standard Details. 31 B. Water Lines and Appurtenances 32 1. Water Line Pressure Plugs 33 a. Ductile Iron Water Lines CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 48 02 41 14 - 13 UTILITY REMOVAL;ABANDONMENT Page 13 of 17 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 0241 14- 14 UTILITY REMOVAL, ABANDONMENT Page 14 of 17 1 7. Water Valve Abandonment 2 a. Excavate and backfill in accordance with Section 33 05 10. 3 b. Remove the top 2 feet of the valve stack and any valve extensions. 4 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 5 8. Fire Hydrant Removal and Salvage 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Remove Fire Hydrant. 8 c. Place abandonment plug on fire hydrant lead line. 9 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 10 Yard. 11 e. Protect salvaged materials from damage. 12 9. Water Meter Removal and Salvage 13 a. Remove and salvage water meter. 14 b. Return salvaged meter to Project Representative. 15 c. City will provide replacement meter for installation. 16 d. Meter Box and Lid 17 1) Remove and salvage cast iron meter box lid. 18 2) Remove and dispose of any non -cast iron meter box lid. 19 3) Return salvaged material to the Water Department Field Operation Storage 20 Yard. 21 4) Remove and dispose of meter box. 22 10. Water Sample Station Removal and Salvage 23 a. Remove and salvage existing water sample station. 24 b. Deliver salvaged material to the Water Department Field Operation Storage 25 Yard. 26 11. Concrete Water Vault Removal 27 a. Excavate and backfill in accordance with Section 33 05 10. 28 b. Remove and salvage vault lid. 29 c. Remove and salvage valves. 30 d. Remove and salvage meters. 31 e. Deliver salvaged material to the Water Department Field Operation Storage 32 Yard. 33 f. Remove and dispose of any piping or other appurtenances. 34 g. Demolish and remove entire concrete vault. 35 h. Dispose of all excess materials. 36 12. Cathodic Test Station Abandonment 37 a. Excavate and backfill in accordance with Section 33 05 10 38 b. Remove the top 2 feet of the cathodic test station stack and contents. 39 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 40 C. Sanitary Sewer Lines and Appurtenances 41 1. Sanitary Sewer Line Abandonment Plug 42 a. Excavate and backfill in accordance with Section 33 05 10. 43 b. Remove and dispose of any sewage. 44 c. Plug with CLSM in accordance with Section 03 34 13. 45 2. Sanitary Sewer Line Abandonment by Grouting 46 a. Excavate and backfill in accordance with Section 33 05 10. 47 b. Dewater and dispose of any sewage from the existing line to be grouted. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 48 0241 14- 15 UTILITY REMOVAL/ABANDONMENT Page 15 of 17 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. 1) Removals within the existing floodwav or future bypass channel shall be backfilled with Select Fill in accordance with Section 33 05 10 and as indicated in the drawings. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. 1) Removals within the existing floodwav or future bvpass channel shall be backfilled with Select Fill in accordance with Section 33 05 10 and as indicated in the drawings. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. 1) Removals within the existing floodwav or future bvpass channel shall be backfilled with Select Fill in accordance with Section 33 05 10 and as indicated in the drawings. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. 6. Sanitary Sewer Junction Structure Plug a. Excavate and backfill in accordance with Section 33 05 10. 1) Plug installation within the existing floodwav or future bvpass channel shall be backfilled with Select Fill in accordance with Section 33 05 10 and as indicated in the drawings. b. Coordinate with Citv of Fort Worth Field Operations to obtain stop logs for the structure to divert sanitary sewer flow, if applicable. Remove the top of the Sanitary Sewer Junction Structure and install stop logs if applicable. c. Remove abandoned pipe as required. d. Plug existing pipe penetration in accordance with Sections 03 30 00 and 03 8000. D. Storm Sewer Lines and Appurtenances Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Re% ised December 20. 2012 0241 14-16 UTILITY REMOVAL/ABANDONMENT Page 16 of 17 1 2. Storm Sewer Line Abandonment by Grouting 2 a. Excavate and backfill in accordance with Section 33 05 10. 3 b. Dewater the existing line to be grouted. 4 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 5 or CLSM in accordance with 03 34 13. 6 d. Dispose of any excess material. 7 3. Storm Sewer Line Removal 8 a. Excavate and backfill in accordance with Section 33 05 10. 9 b. Remove existing pipe line and properly dispose as approved by City. 10 4. Storm Sewer Manhole Removal 11 a. All storm sewer manholes that are to be taken out of service are to be removed 12 unless specifically requested and/or approved by City. 13 b. Excavate and backfill in accordance with Section 33 05 10. 14 c. Demolish and remove entire concrete manhole. 15 d. Cut and plug storm sewer lines to be abandoned. 16 5. Storm Sewer Junction Box and/or Junction Structure Removal 17 a. Excavate and backfill in accordance with Section 33 05 10. 18 b. Demolish and remove entire concrete structure. 19 c. Cut and plug storm sewer lines to be abandoned. 20 6. Storm Sewer Inlet Removal 21 a. Excavate and backfill in accordance with Section 33 05 10. 22 b. Demolish and remove entire concrete inlet. 23 c. Cut and plug storm sewer lines to be abandoned. 24 7. Storm Sewer Box Removal 25 a. Excavate and backfill in accordance with Section 33 05 10. 26 b. Cut existing line from the utility system prior to removal. 27 c. Cut any services prior to removal. 28 d. Remove existing pipe line and properly dispose as approved by City. 29 8. Headwall/SET Removal 30 a. Excavate and backfill in accordance with Section 33 05 10. 31 b. Demolish and remove entire concrete inlet. 32 c. Cut and plug storm sewer lines to be abandoned. 33 9. Storm Sewer Trench Drain Removal 34 a. Excavate and backfill in accordance with Section 33 05 10. 35 b. Remove existing pipe line and dispose as approved by City. 36 3.5 REPAIR / RESTORATION [NOT USED] 37 3.6 RE -INSTALLATION [NOT USED] 38 3.7 FIELD [OR] SITE QUALITY CONTROL 39 3.8 SYSTEM STARTUP [NOT USED] 40 3.9 ADJUSTING [NOT USED] 41 3.10 CLEANING [NOT USED] 42 3.11 CLOSEOUT ACTIVITIES [NOT USED] 43 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 4 0241 14 - 17 UTILITY REMOVAL/ABANDONMENT Page 17 of 17 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.C.3.c. — Include Frame and Cover in Payment description 12/20/12 D. Johnson Throughout — added abandonment of storm and sewer manholes when requested and/or approved by City CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 03 30 00 - 1 CAST -IN -PLACE CONCRETE Page I of 27 5 A. Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 i. Concrete vaults for meters and valves 17 J. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. Modified 2.2.G.2.a 20 2. Added 2.2 K 2: Added PVC material to Waterstops section. 21 3. Added 2.2 K 3:Added Hvdrophilic material to Waterstops section. 22 4. Modified 2.2 P 2 a: Modified minimum compressive strength. 23 5. Added 2.2 P 3: Added concrete mixture for concrete fill within structures. 24 6. Added 2.2 P 4: Added concrete mixture for mud/seal slabs. 25 7. Modified 3.7.E.3.b and c 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 28 2. Division 1 — General Requirements 29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Cast -in -Place Concrete 31 1. Measurement 32 a. This Item is considered subsidiary to the structure or Items being placed. 33 2. Payment 34 a. The work performed and the materials furnished in accordance with this Item 35 are subsidiary to the structure or Items being placed and no other compensation 36 will be allowed. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 1 1. 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 033000-2 CAST -IN -PLACE CONCRETE Page 2 of 27 1.3 REFERENCES A. Definitions Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast -furnace slag 5) Silica fume b. Subject to compliance with the requirements of this specification 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. American Association of State Highway and Transportation (AASHTO): a. M 182, Burlap Cloth Made from Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 27 1 k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 2 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 3 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 4 m. C 171, Standard Specification for Sheet Materials for Curing Concrete. 5 n. C 150, Standard Specification for Portland Cement. 6 o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. 7 p. C219, Standard Terminology Relating to Hydraulic Cement. 8 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 9 Pressure Method. 10 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 11 s. C309, Standard Specification for Liquid Membrane -Forming Compounds for 12 Curing Concrete. 13 t. C494, Standard Specification for Chemical Admixtures for Concrete. 14 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 15 Pozzolan for Use in Concrete. 16 v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 17 Concrete. 18 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 19 Use in Concrete and Mortars. 20 x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing 21 Flowing Concrete. 22 y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 23 Concrete. 24 z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 25 Cement Concrete. 26 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 27 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 28 Levelness Numbers. 29 cc. F436, Standard Specification for Hardened Steel Washers. 30 6. American Welding Society (AWS). 31 a. DI.l, Structural Welding Code -Steel. 32 b. DIA, Structural Welding Code -Reinforcing Steel. 33 7. Concrete Reinforcing Steel Institute (CRSI) 34 a. Manual of Standard Practice 35 8. Texas Department of Transportation 36 a. Standard Specification for Construction and Maintenance of Highways, Streets 37 and Bridges 38 1.4 ADMINISTRATIVE REQUIREMENTS 39 A. Work Included 40 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 41 including shoring, reshoring, falsework, bracing, proprietary forming systems, 42 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 43 blockouts, sleeves, pockets and accessories. 44 a. Erection shall include installation in formwork of items furnished by other 45 trades. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 03 30 00 - 4 CAST -IN -PLACE CONCRETE Page 4 of27 1 2. Furnish all labor and materials required to fabricate, deliver and install 2 reinforcement and embedded metal assemblies for cast -in -place concrete, including 3 steel bars, welded steel wire fabric, ties, supports and sleeves. 4 3. Furnish all labor and materials required to perform the following: 5 a. Cast -in -place concrete 6 b. Concrete mix designs 7 c. Grouting 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 11 specials. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Product Data 14 1. Required for each type of product indicated 15 B. Design Mixtures 16 1. For each concrete mixture submit proposed mix designs in accordance with ACI 17 318, chapter 5. 18 2. Submit each proposed mix design with a record of past performance. 19 3. Submit alternate design mixtures when characteristics of materials, Project condi- 20 tions, weather, test results or other circumstances warrant adjustments. 21 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 22 a. Include this quantity on delivery ticket. 23 C. Steel Reinforcement Submittals for Information 24 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 25 ical analysis. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Manufacturer Qualifications 30 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 31 plies with ASTM C94 requirements for production facilities and equipment 32 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 33 Concrete Production Facilities" 34 B. Source Limitations 35 1. Obtain each type or class of cementitious material of the same brand from the same 36 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 37 1 source from a single manufacturer. 38 C. ACI Publications CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 03 30 00- 5 CAST -IN -PLACE CONCRETE Page 5 of27 1 1. Comply with the following unless modified by requirements in the Contract Docu- 2 ments: 3 a. ACI 301 Sections 1 through 5 4 b. ACI 117 5 D. Concrete Testing Service 6 1. Engage a qualified independent testing agency to perform material evaluation tests. 7 1.10 DELIVERY, STORAGE, AND HANDLING 8 A. Steel Reinforcement 9 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 10 2. Avoid damaging coatings on steel reinforcement. 11 B. Waterstops 12 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 13 contaminants. 14 1.11 FIELD CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-inch x 3/4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 1 1.2022 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 27 1 a. Commercially formulated form -release agent that will not bond with, stain or 2 adversely affect concrete surfaces 3 b. Shall not impair subsequent treatments of concrete surfaces 4 c. For steel form -facing materials, formulate with rust inhibitor. 5 5. Form Ties 6 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 7 plastic form ties designed to resist lateral pressure of fresh concrete on forms 8 and to prevent spalling of concrete on removal. 9 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 10 of exposed concrete surface. 11 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 12 diameter in concrete surface. 13 d. Furnish ties with integral water -barrier plates to walls indicated to receive 14 dampproofing or waterproofing. 15 C. Steel Reinforcement 16 1. Reinforcing Bars 17 a. ASTM A615, Grade 60, deformed 18 D. Reinforcement Accessories 19 1. Smooth Dowel Bars 20 a. ASTM A615, Grade 60, steel bars (smooth) 21 b. Cut bars true to length with ends square and free of burrs. 22 2. Bar Supports 23 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 24 reinforcing bars and welded wire reinforcement in place 25 b. Manufacture bar supports from steel wire, plastic or precast concrete according 26 to CRSI's "Manual of Standard Practice," of greater compressive strength than 27 concrete and as follows: 28 1) For concrete surfaces exposed to view where legs of wire bar supports 29 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 30 Class 2 stainless -steel bar supports. 31 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 32 concrete blocks on bottom where base material will not support chair legs 33 or where vapor barrier has been specified. 34 E. Embedded Metal Assemblies 35 1. Steel Shapes and Plates: ASTM A36 36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson 37 Stud Welding Division or approved equal 38 F. Expansion Anchors 39 1. Available Products 40 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 41 b. Kwik Bolt 11, Hilti Fastening Systems, Tulsa, Oklahoma 42 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 43 G. Adhesive Anchors and Dowels CITY OF FORT WORTH FWCC Part 14 Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11. 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 03 30 00- 7 CAST -IN -PLACE CONCRETE Page 7 of 27 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 200 b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide'/4-inch bolt size, unless otherwise indicated. I. Concrete Materials Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C 150, Type UII, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C 1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 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 03 30 00 - 8 CAST -IN -PLACE CONCRETE Page 8 of 27 6) Water a) ASTM C94 and potable J. Admixtures 1. Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. 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 C 1017, Type I1 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,'/4- 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. Polvvinvl Chloride: a. Material Requirements: 1) Waterstops shall be extruded from an elastomeric Polvvinvl chloride compound containing the plasticizers, resins, stabilizers, and other ma- terials necessary to meet the reauirements of these Specifications and the reauirements 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. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 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 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 27 5) Waterstops shall be provided with 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 tvpe and 6- inches minimum in width, unless shown otherwise. c. Expansion Joints: Waterstops shall be centerbulb ribbed tvpe and 9- inches minimum in width, unless shown otherwise. The centerbulb shall have a minimum outside diameter of 7/8-inch. d. Available manufacturers: 1) Vinvlex. 2) Greenstreak Plastic Products Companv 3. Hvdrophilic Waterston Materials a. General Material Properties: 1) Hvdrophilic waterstop materials shall be bentonite-free and shall ex- pand by a minimum of 80 percent of dry volume in the presence of wa- ter to form a watertight ioint seal without damaging the concrete in which it is cast. Provide onlv where indicated in the Contract Docu- ments. 2) The material shall be composed of resins and polymers which absorb water and cause an increase in volume in a completely reversible and repeatable process. The waterstop material shall be dimensionallv sta- ble after repeated wet -dry cvcles with no deterioration of swelling po- tential. 3) Select materials which are recommended by the manufacturer for the tvpe of liquid to be contained. b. Hvdrophilic Waterstop: 1) The minimum cross -sectional dimensions shall be 3-16-inch bv'/4-inch. 2) Product and Manufacturer: Provide on of the following:. a) Duroseal Gasket, by BBZ USA, Inc. b) Adeka Ultraseal MC-2010M, by Asahi Denka Kogvo K.K. c) Hvdrotite, by Greenstreak Plastic Products Companv. c. Hvdrophilic Sealant: 1) The hvdronhilic sealant shall adhere firmlv to concrete, metal and PVC in dry or damp condition. When cured it shall be elastic indefi- nitely 2) Product and Manufacturer: Provide one of the following: a) Duroseal Paste, by BBZ USA, Inc. b) Adeka Ultraseal P-201, by Asahi Denka Kogvo K.K. c) Hvdrotite, by Greenstreak Plastic Products Companv. d) SikaSwell S, by Sika Corporation. d. Hvdrophilic Infection Resin: 1) Hvdrophilic infection resin shall be acrvlate-ester based. The viscosity shall be less than 50 cps. The resin shall be water soluble in its un- cured state, solvent free and non -water reactive. In the cured state it shall form a solid hydrophilic flexible material which is resistant to permanent water pressure and shall not attach bitumen, ioint sealants or concrete. 2) Product and Manufacturer: Provide one of the following: CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 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 03 30 00 - 10 CAST -IN -PLACE CONCRETE Page 10 of 27 a) Duroseal Iniect 1K/2K. by BBZ USA. Inc. b) Sika Iniection 29. by Sika Corvoration. L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C 171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure Q-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure -Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Homcure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials 1. Bonding Agent a. ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non -load bearing 2) IV and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 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 03 30 00 - 11 CAST -IN -PLACE CONCRETE Page l l of27 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials Repair Underlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repair Overlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C 150, C595 Portland cement, Portland -Limestone Cement or hy- draulic or blended hydraulic cement as defined in ASTMC219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C 109 O. Concrete Mixtures, General 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance C1TY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 03 30 00 - 12 CAST -IN -PLACE CONCRETE Page 12 of 27 a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 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. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 1 1, 2022 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 03 30 00 - 13 CAST -IN -PLACE CONCRETE Page 13 of 27 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: 3-,000 4,500 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. c. Slump Limit: 4 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high -range water -reducing adminture 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. 4. Proportion concrete mixture for mud and seal slabs as follows: a. Minimum Compressive Strength: 2.000 psi at 28 days. b. Maximum Water-Cementitious Materials Ratio: none. c. Slump Limit: none. d. Air Content: none. e. Coarse Aggregate: Anv size that meets ASTM C33. Q. Fabricating Reinforcement 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. S. Concrete Mixing CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of 27 1 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 2 ASTM C94, and furnish batch ticket information. 3 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 4 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 5 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 6 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 7 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 8 batch machine mixer. 9 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1 /2 10 minutes, but not more than 5 minutes after ingredients are in mixer, before any 11 part of batch is released. 12 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 13 seconds for each additional 1 cubic yard. 14 c. Provide batch ticket for each batch discharged and used in the Work, indicating 15 Project identification name and number, date, mixture type, mixture time, 16 quantity, and amount of water added. Record approximate location of final 17 deposit in structure. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. Formwork 26 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 27 support vertical, lateral, static, and dynamic loads, and construction loads that might 28 be applied, until structure can support such loads. 29 2. Construct formwork so concrete members and structures are of size, shape, 30 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 31 a. Vertical alignment 32 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 33 2) Outside corner of exposed corner columns and control joints in concrete 34 exposed to view less than 100 feet in height - 1/2 inch. 35 3) Lines, surfaces and arises greater than 100 feet in height - I/1000 times the 36 height but not more than 6 inches. 37 4) Outside corner of exposed corner columns and control joints in concrete 38 exposed to view greater than 100 feet in height - 1/2000 times the height 39 but not more than 3 inches. 40 b. Lateral alignment 41 1) Members -I inch. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 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 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of 27 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 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough -formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. 5. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to I vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust -stained steel form -facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. CITY OF FORT WORTH FWCC Part 14 Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 03 30 00 - 16 CAST -IN -PLACE CONCRETE Page 16 of 27 1 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 2 caps, walls, and columns straight and to the lines and grades specified. Do no earth 3 form foundation elements unless specifically indicated on the Drawings. 4 9. Provide temporary openings for cleanouts and inspection ports where interior area 5 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 6 securely braced to prevent loss of concrete mortar. Locate temporary openings in 7 forms at inconspicuous locations. 8 10. Chamfer exterior corners and edges of permanently exposed concrete. 9 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 10 bulkheads required in the Work. Determine sizes and locations from trades 11 providing such items. 12 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 13 sawdust, dirt, and other debris just before placing concrete. 14 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 15 leaks and maintain proper alignment. 16 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 17 written instructions, before placing reinforcement, anchoring devices, and 18 embedded items. 19 a. Do not apply form release agent where concrete surfaces are scheduled to 20 receive subsequent finishes which may be affected by agent. Soak contact 21 surfaces of untreated forms with clean water. Keep surfaces wet prior to 22 placing concrete. 23 B. Embedded Items 24 1. Place and secure anchorage devices and other embedded items required for 25 adjoining work that is attached to or supported by cast -in -place concrete. Use 26 setting drawings, templates, diagrams, instructions, and directions furnished with 27 items to be embedded. 28 a. Install anchor rods, accurately located, to elevations required and complying 29 with tolerances in AISC 303, Section 7.5. 30 1) Spacing within a bolt group: 1/8 inch 31 2) Location of bolt group (center): '/2 inch 32 3) Rotation of bolt group: 5 degrees 33 4) Angle off vertical: 5 degrees 34 5) Bolt projection: f 3/8 inch 35 b. Install reglets to receive waterproofing and to receive through -wall flashings in 36 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 37 shelf angles, and other conditions. 38 C. Removing and Reusing Forms 39 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 40 compressive strength. 41 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 42 Work that does not support weight of concrete may be removed after cumulatively 43 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 44 concrete is hard enough to not be damaged by form -removal operations and curing 45 and protection operations are maintained. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page 17 of 27 1 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 2 that supports weight of concrete in place until concrete has achieved at least 70 3 percent of its 28-day design compressive strength. 4 b. Do not remove formwork supporting conventionally reinforced concrete until 5 concrete has attained 70 percent of its specified 28 day compressive strength as 6 established by tests of field cured cylinders. In the absence of cylinder tests, 7 supporting formwork shall remain in place until the concrete has cured at a 8 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 9 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 10 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 11 listed time period. Formwork for 2-way conventionally reinforced slabs shall 12 remain in place for at least the minimum cumulative time periods specified for 13 1-way slabs of the same maximum span. 14 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 15 removal. Reshores shall remain until the concrete has attained the specified 28 16 day compressive strength. 17 d. Minimum cumulative curing times may be reduced by the use of high -early 18 strength cement or forming systems which allow form removal without 19 disturbing shores, but only after the Contractor has demonstrated to the 20 satisfaction of the Engineer that the early removal of forms will not cause 21 excessive sag, distortion or damage to the concrete elements. 22 e. Completely remove wood forms. Provide temporary openings if required. 23 f. Provide adequate methods of curing and thermal protection of exposed concrete 24 if forms are removed prior to completion of specified curing time. 25 g. Reshore areas required to support construction loads in excess of 20 pounds per 26 square foot to properly distribute construction loading. Construction loads up 27 to the rated live load capacity may be placed on unshored construction provided 28 the concrete has attained the specified 28 day compressive strength. 29 h. Obtaining concrete compressive strength tests for the purposes of form removal 30 is the responsibility of the Contractor. 31 i. Remove forms only if shores have been arranged to permit removal of forms 32 without loosening or disturbing shores. 33 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 34 delaminated, or otherwise damaged form -facing material will not be acceptable for 35 exposed surfaces. Apply new form -release agent. 36 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 37 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 38 exposed concrete surfaces unless approved by Engineer. 39 D. Shores and Reshores 40 1. The Contractor is solely responsible for proper shoring and reshoring. 41 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 42 and reshoring. 43 a. Do not remove shoring or reshoring until measurement of slab tolerances is 44 complete. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 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 03 30 00 - 18 CAST -IN -PLACE CONCRETE Page 18 of 27 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: f3/8 inch 2) Members more than 8 inches deep: f1/2 inch b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 inches deep or less, f 1 /2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 03 30 00 - 19 CAST -IN -PLACE CONCRETE Page 19 of 27 1 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 2 Offset joints in girders a minimum distance of twice the beam width from a 3 beam -girder intersection. 4 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 5 beams, and girders and at the top of footings or floor slabs. 6 e. Space vertical joints in walls as indicated. Locate joints beside piers.integral 7 with walls, near corners, and in concealed locations where possible. 8 f. Use a bonding agent at locations where fresh concrete is placed against 9 hardened or partially hardened concrete surfaces. 10 3. Doweled Joints: Install dowel bars and support assemblies at joints where 11 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 12 bonding to 1 side of joint. 13 G. Waterstops 14 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 15 forma continuous diaphragm. Install in longest lengths practicable. Supportand 16 protect exposed waterstops during progress of the Work. Field fabricate joints in 17 waterstops according to manufacturer's written instructions. 18 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 19 locations indicated, according to manufacturer's written instructions, adhesive 20 bonding, mechanically fastening, and firmly pressing into place. Install in longest 21 lengths practicable. 22 H. Adhesive Anchors 23 1. Comply with the manufacturer's installation instructions on the hole diameter and 24 depth required to fully develop the tensile strength of the adhesive anchor or 25 reinforcing bar. 26 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 27 loose material from the hole, prior to installing adhesive material. 28 1. Concrete Placement 29 1. Before placing concrete, verify that installation of formwork, reinforcement, and 30 embedded items is complete and that required inspections have been performed. 31 2. Do not add water to concrete during delivery, at Project site, or during placement 32 unless approved by Engineer. 33 3. Before test sampling and placing concrete, water may be added at Project site, 34 subject to limitations of ACI 301. 35 a. Do not add water to concrete after adding high -range water -reducing 36 admixtures to mixture. 37 b. Do not exceed the maximum specified water/cement ratio for the mix. 38 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 39 that no new concrete will be placed on concrete that has hardened enough to cause 40 seams or planes of weakness. If a section cannot be placed continuously, provide 41 construction joints as indicated. Deposit concrete to avoid segregation. 42 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 43 pressures, 15 feet maximum and in a manner to avoid inclined construction 44 joints. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 033000-20 CAST -IN -PLACE CONCRETE Page 20 of 27 1 b. Consolidate placed concrete with mechanical vibrating equipment according to 2 ACI 301. 3 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 4 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 5 layer and at least 6 inches into preceding layer. Do not insert vibrators into 6 lower layers of concrete that have begun to lose plasticity. At each insertion, 7 limit duration of vibration to time necessary to consolidate concrete and 8 complete embedment of reinforcement and other embedded items without 9 causing mixture constituents to segregate. 10 d. Do not permit concrete to drop freely any distance greater than 10 feet for 11 concrete containing a high range water reducing admixture (superplasticizer) or 12 5 feet for other concrete. Provide chute or tremie to place concrete where longer 13 drops are necessary. Do not place concrete into excavations with standing 14 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 15 with its outlet near the bottom of the place of deposit. 16 e. Discard pump priming grout and do not use in the structure. 17 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 18 within limits of construction joints, until placement of a panel or section is 19 complete. 20 a. Consolidate concrete during placement operations so concrete is thoroughly 21 worked around reinforcement and other embedded items and into corners. 22 b. Maintain reinforcement in position on chairs during concrete placement. 23 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 24 d. Slope surfaces uniformly to drains where required. 25 e. Begin initial floating using bull floats or darbies to form a uniform and open- 26 textured surface plane, before excess bleedwater appears on the surface. Do not 27 further disturb slab surfaces before starting finishing operations. 28 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 29 concrete work from physical damage or reduced strength that could be caused by 30 frost, freezing actions, or low temperatures. 31 a. When average high and low temperature is expected to fall below 40 32 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 33 temperature within the temperature range required by ACI 301. 34 b. Do not use frozen materials or materials containing ice or snow. Do not place 35 concrete on frozen subgrade or on subgrade containing frozen materials. 36 c. Do not use calcium chloride, salt, or other materials containing antifreeze 37 agents or chemical accelerators unless otherwise specified and approved in 38 mixture designs. 39 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 40 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 41 placement. Chilled mixing water or chopped ice may be used to control 42 temperature, provided water equivalent of ice is calculated to total amount of 43 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 44 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 45 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 46 dry areas. 47 J. Finishing Formed Surfaces CITY OF FORT WORTH FWCC Part 13 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11.2022 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 27 1 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 2 with tie holes and defects repaired and patched. Remove fins and other projections 3 that exceed specified limits on formed -surface irregularities. 4 a. Apply to concrete surfaces not exposed to public view. 5 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 6 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 7 texture matching adjacent formed surfaces. Continue final surface treatment of 8 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 9 indicated. 10 K. Miscellaneous Concrete Items 11 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 12 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 13 specified, to blend with in -place construction. Provide other miscellaneous 14 concrete filling indicated or required to complete the Work. 15 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 16 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 17 corners, intersections, and terminations slightly rounded. 18 3. Equipment Bases and Foundations: Provide machine and equipment bases and 19 foundations as shown on Drawings. Set anchor bolts for machines and equipment 20 at correct elevations, complying with diagrams or templates from manufacturer 21 furnishing machines and equipment. 22 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 23 #3@ 16 inches on center set at middepth of pad. Trowel concrete to a dense, 24 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 25 during pouring of concrete fill. 26 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 27 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 28 L. Concrete Protecting and Curing 29 1. General: Protect freshly placed concrete from premature drying and excessive cold 30 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 31 ACI 305.1 for hot -weather protection during curing. 32 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 33 supported slabs, and other similar surfaces. If forms remain during curing period, 34 moist cure after loosening forms. If removing forms before end of curing period, 35 continue curing for the remainder of the curing period. 36 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 37 unformed surfaces, including floors and slabs, concrete floor toppings, and other 38 surfaces. 39 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 40 methods: 41 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 42 with the following materials: 43 1) Water 44 2) Continuous water -fog spray CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 72 of27 1 3) Absorptive cover, water saturated, and kept continuously wet. Cover 2 concrete surfaces and edges with 12-inch lap over adjacent absorptive 3 covers 4 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 5 retaining cover for curing concrete, placed in widest practicable width, with 6 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 7 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 8 during curing period using cover material and waterproof tape. 9 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 10 receive floor coverings. 11 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 12 receive penetrating liquid floor treatments. 13 3) Cure concrete surfaces to receive floor coverings with either a moisture- 14 retaining cover or a curing compound that the manufacturer certifies will 15 not interfere with bonding of floor covering used on Project. 16 c. Curing Compound: Apply uniformly in continuous operation by power spray 17 or roller according to manufacturer's written instructions. Recoat areas 18 subjected to heavy rainfall within 3 hours after initial application. Maintain 19 continuity of coating and repair damage during curing period. 20 3.5 REPAIR 21 A. Concrete Surface Repairs 22 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 23 Remove and replace concrete that cannot be repaired and patched to Engineer's 24 approval. 25 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 26 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 27 water for handling and placing. 28 3. Repairing Formed Surfaces: Surface defects include color and texture 29 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 30 projections on the surface, and stains and other discolorations that cannot be 31 removed by cleaning. 32 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 33 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 34 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 35 with water, and brush -coat holes and voids with bonding agent. Fill and 36 compact with patching mortar before bonding agent has dried. Fill fornl-tie 37 voids with patching mortar or cone plugs secured in place with bonding agent. 38 b. Repair defects on surfaces exposed to view by blending white portland cement 39 and standard portland cement so that, when dry, patching mortar will match 40 surrounding color. Patch a test area at inconspicuous locations to verify 41 mixture and color match before proceeding with patching. Compact mortar in 42 place and strike off slightly higher than surrounding surface. 43 c. Repair defects on concealed formed surfaces that affect concrete's durability 44 and structural performance as determined by Engineer. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 27 1 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 2 for finish and verify surface tolerances specified for each surface. Correct low and 3 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 4 a sloped template. 5 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 6 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 7 or that penetrate to reinforcement or completely through unreinforced sections 8 regardless of width, and other objectionable conditions. 9 b. After concrete has cured at least 14 days, correct high areas by grinding. 10 c. Correct localized low areas during or immediately after completing surface 1 I finishing operations by cutting out low areas and replacing with patching 12 mortar. Finish repaired areas to blend into adjacent concrete. 13 d. Repair defective areas, except random cracks and single holes 1 inch or less in 14 diameter, by cutting out and replacing with fresh concrete. Remove defective 15 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 16 inch clearance all around. Dampen concrete surfaces in contact with patching 17 concrete and apply bonding agent. Mix patching concrete of same materials 18 and mixture as original concrete except without coarse aggregate. Place, 19 compact, and finish to blend with adjacent finished concrete. Cure in same 20 manner as adjacent concrete. 21 e. Repair random cracks and single holes I inch or less in diameter with patching 22 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 23 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 24 bonding agent. Place patching mortar before bonding agent has dried. 25 Compact patching mortar and finish to match adjacent concrete. Keep patched 26 area continuously moist for at least 72 hours. 27 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 28 adhesive and patching mortar. 29 6. Repair materials and installation not specified above may be used, subject to 30 Engineer's approval. 31 3.6 RE -INSTALLATION [NOT USED] 32 3.7 FIELD QUALITY CONTROL 33 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 34 inspecting agency to perform field tests and inspections and prepare test reports. 35 B. Inspections 36 1. Steel reinforcement placement 37 2. Headed bolts and studs 38 3. Verification of use of required design mixture 39 4. Concrete placement, including conveying and depositing 40 5. Curing procedures and maintenance of curing temperature 41 6. Verification of concrete strength before removal of shores and forms from beams 42 and slabs CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 27 1 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 2 according to ASTM C 172 according to the following requirements: 3 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 4 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 5 each additional 50 cubic yard or fraction thereof. 6 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 7 not less than 1 test for each day's pour of each concrete mixture. Perform additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 10 each composite sample, but not less than 1 test for each day's pour of each concrete 11 mixture. 12 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 13 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 14 test for each composite sample. 15 5. Compression Test Specimens: ASTM C31. 16 a. Cast and laboratory cure 4 cylinders for each composite sample. 17 1) Do not transport field cast cylinders until they have cured for a 18 minimum of 24 hours. 19 6. Compressive -Strength Tests: ASTM C39; 20 a. Test 1 cylinder at 7 days. 21 b. Test 2 cylinders at 28 days. 22 c. Hold 1 cylinder for testing at 56 days as needed. 23 7. When strength of field -cured cylinders is less than 85 percent of companion 24 laboratory -cured cylinders, evaluate operations and provide corrective procedures 25 for protecting and curing in -place concrete. 26 8. Strength of each concrete mixture will be satisfactory if every average of any 3 27 consecutive compressive -strength tests equals or exceeds specified compressive 28 strength and no compressive -strength test value falls below specified compressive 29 strength by more than 500 psi. 30 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 31 within 48 hours of testing. Reports of compressive -strength tests shall contain 32 Project identification name and number, date of concrete placement, name of 33 concrete testing and inspecting agency, location of concrete batch in Work, design 34 compressive strength at 28 days, concrete mixture proportions and materials, 35 compressive breaking strength, and type of break for both 7- and 28-day tests. 36 10. Additional Tests: Testing and inspecting agency shall make additional tests of 37 concrete when test results indicate that slump, air entrainment, compressive 38 strengths, or other requirements have not been met, as directed by Engineer. 39 Testing and inspecting agency may conduct tests to determine adequacy of concrete 40 by cored cylinders complying with ASTM C42 or by other methods as directed by 41 Engineer. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 27 1 a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Engineer. Core sampling and testing shall be at Contractors 8 expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered 11 by the Engineer shall be provided by the Contractor without cost to the City. 12 11. Additional testing and inspecting, at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work with specified requirements. 14 12. Correct deficiencies in the Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 17 hours of finishing. 18 E. Concrete Finish Measurement and Tolerances 19 1. All floors are subject to measurement for flatness and levelness and comply with 20 the following: 21 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 22 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 23 both directions, lapping straightedge 3 feet on areas previously checked. Low 24 spots shall not exceed the above dimension anywhere along the straightedge. 25 Flatness shall be checked the next work day after finishing. 26 b. Slabs shall be level within a tolerance of f l /4 inch in 10 feet, not to exceed 3/4 27 inches total variation, anywhere on the floor, from elevations indicated on the 28 Drawings. Levelness shall be checked on a 10 foot grid using a level after 29 removal of forms. 30 c. Measurement Standard: All floors are subject to measurement for flatness and 31 levelness, according to ASTM E 1155. 32 2. 2 Tiered Measurement Standard 33 a. Each floor test section and the overall floor area shall conform to the 2-tiered 34 measurement standard as specified herein. 35 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 36 solute minimum surface profile that will be acceptable for any 1 test sample 37 (line of measurements) anywhere within the test area. 38 2) Specified Overall Value: The specified overall FF/FL values represent the 39 minimum values acceptable for individual floor sections as well as the floor 40 as a whole. 41 3. Floor Test Sections 42 a. A floor test section is defined as the smaller of the following areas: 43 1) The area bounded by column and/or wall lines 44 2) The area bounded by construction and/or control joint lines 45 3) Any combination of column lines and/or control joint lines CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11. 2022 03 30 00 - 26 CAST -IN -PLACE CONCRETE Page 26 of 27 1 b. Test sample measurement lines within each test section shall be 2 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 3 spacing to be determined by the Citv ' 4 c. The precise layout of each test section shall be determined by the Citv. the 5 ' 6 4. Concrete Floor Finish Tolerance 7 a. The following values apply before removal of shores. Levelness values (FL) do 8 not apply to intentionally sloped or cambered areas, nor to slabs poured on 9 metal deck or precast concrete. 10 1) Slabs 11 Overall Value FF45/FL30 12 Minimum Local Value FF30/FL20 13 5. Floor Elevation Tolerance Envelope 14 a. The acceptable tolerance envelope for absolute elevation of any point on the 15 slab surface, with respect to the elevation shown on the Drawings, is as follows: 16 1) Slab -on -Grade Construction: t 3/4 inch 17 2) Top surfaces of formed slabs measured prior to removal of supporting 18 shores: f 3/4 inch 19 3) Top surfaces of all other slabs: t 3/4 inch 20 4) Slabs specified to slope shall have a tolerance from the specified slope of 21 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 22 any point. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING 26 A. Defective Work 27 1. Imperfect or damaged work or any material damaged or determined to be defective 28 before final completion and acceptance of the entire job shall be satisfactorily re- 29 placed at the Contractor's expense, and in conformity with all of the requirements of 30 the Drawings and Specifications. 31 2. Perform removal and replacement of concrete work in such manner as not to impair 32 the appearance or strength of the structure in any way. 33 B. Cleaning 34 1. Upon completion of the work remove from the site all forms, equipment, protective 35 coverings and any rubbish resulting therefrom. 36 2. After sweeping floors, wash floors with clean water. 37 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March 11, 2022 033000-27 CAST -IN -PLACE CONCRETE Page 27 of 27 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 6 DATE I NAME 12/20/2012 D. Johnson 3/11/2022 IZelalem Arega 7 END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3A.C.1 — Changed 75% to 70% 1.3.B.5.t, 2.2.I.1, 2.2.0.2, — Added ASTMC595 — Type ILcement CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised March M 2022 033413-1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page I of 6 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART1- 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. Modified 3.7.11.1 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 03 30 00 - Cast -in -Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 B. ASTM International (ASTM): 28 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 - Standard Specification for Concrete Aggregates. 31 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 4. C 143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 34 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 37 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 38 Pozzolan for Use in Concrete. CITY OF FORT WORTH FWCC Part 14 Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 03 34 13 -2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Provide submittals in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 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 A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. 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 CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 6 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 Cement 30 pounds Fly Ash 300 pounds Water 283 pounds Coarse Aggregate 1,465 pounds Fine Aggregate 1,465 pounds Admixture 4-6 ounces TOTAL 3,543 pounds 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL 20 21 22 23 24 25 26 27 28 29 30 31 32 Specific Gravity 3.15 2.30 1.00 2.68 2.68 Absolute Volume Cubic Foot 0.15 2.09 4.54 8.76 8.76 2.70 27.00 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. B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 03 34 13-4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 6 1 c. Strike off the excess material. 2 2. Place test cylinders in a moist curing room. Exercise caution in moving and 3 transporting the cylinders since they are fragile and will withstand only minimal 4 bumping, banging, or jolting without damage. 5 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 6 tested. 7 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 8 a. Perform the capping carefully to prevent premature fractures. 9 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 10 than the test cylinders. i l c. Do not perform initial compression test until the cylinders reach a minimum 12 age of 3 days. 13 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 14 accordance with ASTM C39 except as modified herein: 15 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 16 or greater than the minimum required compression strength, but not exceed 17 maximum compression strength. 18 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 19 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 20 acceptable trial batch is produced that meets the Specifications. 21 1. All the trial batches and acceptability of materials shall be paid by the 22 CONTRACTOR. 23 2. After acceptance, do not change the mix design without submitting a new mix 24 design, trial batches, and test information. 25 E. Determine slump in accordance with ASTM C 143 with the following exceptions: 26 1. Do not rod the concrete material. 27 2. Place material in slump cone in 1 semi -continuous filling operation, slightly 28 overfill, tap lightly, strike off, and then measure and record slump. 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION [NOT USED] 33 3.4 INSTALLATION 34 A. Place CLSM by any method which preserves the quality of the material in terms of 35 compressive strength and density: 36 1. Limit lift heights of CLSM placed against structures and other facilities that could 37 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 38 height indicated on the Drawings. Do not place another lift of CLSM until the last 39 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 40 weight of the next lift of CLSM. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 6 1 2. The basic requirement for placement equipment and placement methods is the 2 maintenance of its fluid properties. 3 3. Transport and place material so that it flows easily around, beneath, or through 4 walls, pipes, conduits, or other structures. 5 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 6 material to flow freely during placement: 7 a. After trial batch testing and acceptance, maintain slump developed during 8 testing during construction at all times within f 1 inch. 9 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where 10 required) such that when placed, the material is self -compacting, self-densifying, 11 and has sufficient plasticity that compaction or mechanical vibration is not required. 12 6. When using as embedment for pipe take appropriate measures to ensure line and 13 grade of pipe. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. General 18 1. Make provisions for and furnish all material for the test specimens, and provide 19 manual assistance to assist the Engineer in preparing said specimens. 20 2. Be responsible for the care of and providing curing condition for the test specimens. 21 B. Tests by the City 22 1. During the progress of construction, the City will have tests made to determine 23 whether the CLSM, as being produced, complies with the requirements specified 24 hereinbefore. Test cylinders will be made and delivered to the laboratory by the 25 Engin Contractor, and the testing expense will be borne by the City. 26 2. Test cylinders 27 a. Prepare test cylinders in accordance with ASTM C31 with the following 28 exceptions: 29 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 30 the mix. 31 2) Do not rod the concrete mix. 32 3) Strike off the excess material. 33 b. Place the cylinders in a safe location away from the construction activities. 34 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 35 sprinkle water directly on the cylinders. 36 c. After 2 days, place the cylinders in a protective container for transport to the 37 laboratory for testing. The concrete test cylinders are fragile and shall be 38 handled carefully. The container may be a box with a Styrofoam or similar 39 lining that will limit the jarring and bumping of the cylinders. 40 d. Place test cylinders in a moist curing room. Exercise caution in moving and 41 transporting the cylinders since they are fragile and will withstand only 42 minimal bumping, banging, or jolting without damage. 43 e. Do not remove the test cylinder from mold until the cylinder is to be capped 44 and tested. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 6 1 f. The test cylinders may be capped with standard sulfur compound or neoprene 2 pads: 3 1) Perform the capping carefully to prevent premature fractures. 4 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 5 diameter than the test cylinders. 6 3) Do not perform initial compression test until the cylinders reach a 7 minimum age of 3 days. 8 3. The number of cylinder specimens taken each day shall be determined by the 9 Inspector. 10 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 11 except as modified herein. 12 b. The compression strength of the cylinders tested at 28 days shall be equal to or 13 greater than the minimum required compression strength, but not exceed 14 maximum compression strength. 15 4. The City will test the air content of the CLSM. Test will be made immediately after 16 discharge from the mixer in accordance with ASTM C231. 17 5. Test the slump of CLSM using a slump cone in accordance with ASTM C 143 with 18 the following exceptions: 19 a. Do not rod the concrete material. 20 b. Place material in slump cone in 1 semi -continuous filling operation, slightly 21 overfill, tap lightly, strike off, and then measure and record slump. 22 6. If compressive strength of test cylinders does not meet requirements, make 23 corrections to the mix design to meet the requirements of this specification. 24 3.8 SYSTEM STARTUP [NOT USEDI 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED[ 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USEDI 31 END OF SECTION 32 Revision Log DATE NAME SUMMARY OF CHANGE 33 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 03 34 16- 1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Pagel of4 1 SECTION 03 34 16 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART1- 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. Modified 3.7.A 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 3. Section 03 30 00 — Cast -in -Place Concrete 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. This Item is considered subsidiary to the structure or Items being placed. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 are subsidiary to the structure or Items being placed and no other compensation 20 will be allowed. 21 1.3 REFERENCES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. 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. 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. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 5. C 172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 03 34 16 - 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Provide submittals in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 8 of low density concrete backfill work. 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 CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type II low alkali Portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 03 34 16 -3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Place concrete base material by any method which preserves the quality of the material 9 in terms of compressive strength and density. 10 1. The basic requirement for placement equipment and placement methods is the 11 maintenance of its fluid properties. 12 2. Transport and place material so that it flows easily around, beneath, or through 13 walls, pipes, conduits, or other structures. 14 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where 15 required) such that when placed, the material is self -compacting, self-densifying, 16 and has sufficient plasticity that compaction or mechanical vibration is not required. 17 3.5 REPAIR [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL 20 A. General 21 1. Make provisions for and furnish all material for the test specimens, and provide 22 manual assistance to assist the Engineer City in preparing said specimens. 23 2. Be responsible for the care of and providing curing condition for the test specimens. 24 B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 25 according to ASTM C 172 according to the following requirements: 26 1. Testing Frequency: Obtain I composite sample for each day's pour of each 27 concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards 28 or fraction thereof. 29 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but 30 not less than I test for each day's pour of each concrete mixture. Perform additional 31 tests when concrete consistency appears to change. 32 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; I test for 33 each composite sample, but not less than 1 test for each day's pour of each concrete 34 mixture. 35 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 36 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 37 test for each composite sample. 38 5. Compression Test Specimens: ASTM C31. 39 a. Cast and laboratory cure 4 cylinders for each composite sample. 40 1) Do not transport field cast cylinders until they have cured for a minimum of 41 24 hours. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 0334 16 - 4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 1 6. Compressive -Strength Tests: ASTM C39 2 a. Test 1 cylinder at 7 days. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 31 23 16- 1 UNCLASSIFIED EXCAVATION Page 1 of 4 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. Modified 1.2.A to indicate unclassified excavation is measured by plan 16 quantity. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 3. Section 3124 00 — Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Excavation by Plan Quantity 24 a. Measurement 25 1) Measurement for this Item shall be by the cubic yard in its final position 26 using the average end area method. Limits of measurement are shown on 27 the Drawings. 28 2) When measured by the cubic yard in its final position, this is a plans 29 quantity measurement Item. The quantity to be paid is the quantity shown 30 in the proposal, unless modified by Article 11.04 of the General 31 Conditions. Additional measurements or calculations will be made if 32 adjustments of quantities are required. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under "Measurement" will be paid for at the unit 36 price bid per cubic yard of "Unclassified Excavation by Plan". No 37 additional compensation will be allowed for rock or shrinkage/swell 38 factors, as these are the Contractor's responsibility. 39 c. The price bid shall include: 40 1) Excavation 41 2) Excavation Safety 42 3) Drying CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 31 23 16 -2 UNCLASSIFIED EXCAVATION Page 2 of 4 1 4) Dust Control 2 5) Reworking or replacing the over excavated material in rock cuts 3 6) Hauling 4 7) Disposal of excess material not used elsewhere onsite 5 8) Scarification 6 9) Clean-up 7 1.3 REFERENCES 8 A. Definitions 9 1. Unclassified Excavation — Without regard to materials, all excavations shall be 10 considered unclassified and shall include all materials excavated. Any reference to 11 Rock or other materials on the Drawings or in the specifications is solely for the 12 City and the Contractor's information and is not to be taken as a classification of 13 the excavation. 14 1.4 ADMINSTRATIVE REQUIREMENTS 15 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 16 01. 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Excavation Safety 23 1. The Contractor shall be solely responsible for making all excavations in a safe 24 manner. 25 2. All excavation and related sheeting and bracing shall comply with the requirements 26 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 27 1.10 DELIVERY, STORAGE, AND HANDLING 28 A. Storage 29 1. Within Existing Rights -of -Way (ROW) 30 a. Soil may be stored within existing ROW, easements or temporary construction 31 easements, unless specifically disallowed in the Contract Documents. 32 b. Do not block drainage ways, inlets or driveways. 33 c. Provide erosion control in accordance with Section 3125 00. 34 d. When the Work is performed in active traffic areas, store materials only in 35 areas barricaded as provided in the traffic control plans. 36 e. In non -paved areas, do not store material on the root zone of any trees or in 37 landscaped areas. 38 2. Designated Storage Areas 39 a. If the Contract Documents do not allow the storage of spoils within the ROW, 40 easement or temporary construction easement, then secure and maintain an 41 adequate storage location. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 31 23 16 - 3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 1.11 FIELD CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED[ 14 2.1 OWNER -FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 19 D2487 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 CONSTRUCTION 25 A. Accept ownership of unsuitable or excess material and dispose of material off -site 26 accordance with local, state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 28 during construction with eh exception of water that is applied for dust control. 29 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 30 properly dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 32 proposed or existing structures. 33 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 34 City. 35 F. Shape slopes to avoid loosening material below or outside the proposed grades. 36 Remove and dispose of slides as directed. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 3123 16-4 UNCLASSIFIED EXCAVATION Page 4 of 4 1 G. Rock Cuts 2 1. Excavate to finish grades. 3 2. In the event of over excavation due to contractor error below the lines and grades 4 established in the Drawings, use approved embankment material compacted in 5 accordance with Section 31 24 00 to replace the over excavated at no additional 6 cost to City. 7 H. Earth Cuts 8 1. Excavate to finish subgrade 9 2. In the event of over excavation due to contractor error below the lines and grades 10 established in the Drawings, use approved embankment material compacted in 11 accordance with Section 31 24 00 to replace the over excavated at no additional 12 cost to City. 13 3. Manipulate and compact subgrade in accordance with Section 3124 00. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Subgrade Tolerances 18 1. Excavate to within 0.1 foot in all directions. 19 2. In areas of over excavation, Contractor provides fill material approved by the City 20 at no expense to the City. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 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 FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 31 24 00 - 1 EMBANKMENTS Page 1 of 9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of: 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on -site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Modified 1.2.A to indicate embankment is measured by plan quantity. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 3. Section 3123 16 — Unclassified Excavation 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment Embankments by Plan Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of measurement are shown on the Drawings. 2) When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. 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 "Embankment by Plan". No additional compensation will be allowed for rock or shrinkage/swell factors, as these are the Contractor's responsibility. c. The price bid shall include: 1) Transporting or hauling material 2) Placing, compacting, and finishing Embankment 3) Construction Water 4) Dust Control 5) Clean-up CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28.2013 312400-2 EMBANKMENTS Page 2 of 9 1 6) Proof Rolling 2 7) Disposal of excess materials 3 8) Reworking or replacement of undercut material 4 1.3 REFERENCES 5 A. Reference Standards 6 1. Reference standards cited in this specification refer to the current reference standard 7 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 Standards 10 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 11 and Plasticity Index of Soils 12 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 13 Wax Method 14 c. ASTM D698-07el, Standard Test Methods for Laboratory Compaction 15 Characteristics of Soil Using Standard Effort 16 d. ASTM D 1557-09, Standard Test Methods for Laboratory Compaction 17 Characteristics of Soil Using Modified Effort 18 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 19 Weight and Water Content Range for Effective Compaction of Granular Soils 20 Using a Vibrating Hammer 21 f. ASTM D 1556-07, Standard Test for Density and Unit Weight of Soil In -Place 22 by the Sand Cone Method 23 1.4 ADMINSTRATIVE REQUIREMENTS 24 A. Sequencing 25 1. Sequence work such that calls of proctors are complete in accordance with ASTM 26 D698 prior to commencement of construction activities. 27 1.5 SUBMITTALS 28 A. Submittals shall be in accordance with Section 0133 00. 29 B. All submittals shall be approved by the City prior to construction 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Shop Drawings 32 1. Stockpiled material 33 a. Provide a description of the storage of the excavated material only if the 34 Contract Documents do not allow storage of materials in the right-of-way or the 35 easement 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 312400-3 EMBANKMENTS Page 3 of 9 1 1. Within Existing Rights -of -Way (ROW) 2 a. Soil may be stored within existing ROW, easements or temporary construction 3 easements, unless specifically disallowed in the Contract Documents. 4 b. Do not block drainage ways, inlets or driveways. 5 c. Provide erosion control in accordance with Section 3125 00. 6 d. When the Work is performed in active traffic areas, store materials only in 7 areas barricaded as provided in the traffic control plans. 8 e. In non -paved areas, do not store material on the root zone of any trees or in 9 landscaped areas. 10 2. Designated Storage Areas 11 a. If the Contract Documents do not allow the storage within the ROW, easement 12 or temporary construction easement, then secure and maintain an adequate 13 storage location. 14 b. Provide an affidavit that rights have been secured to store the materials on 15 private property. 16 c. Provide erosion control in accordance with Section 3125 00. 17 d. Do not block drainage ways. 18 1.11 FIELD CONDITIONS 19 A. Existing Conditions 20 1. Any data which has been or may be provided on subsurface conditions is not 21 intended as a representation or warranty of accuracy or continuity between soils. It 22 is expressly understood that neither the City nor the Engineer will be responsible 23 for interpretations or conclusions drawn there from by the Contractor. 24 2. Data is made available for the convenience of the Contractor. 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [NOT USED] 28 2.2 PRODUCT TYPES AND MATERIALS 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Materials 1. Acceptable Fill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 2. Blended Fill Material a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 3. Unacceptable Fill Material CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 312400-4 EMBANKMENTS Page 4 of 9 1 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 2 D2487 3 4. Select Fill 4 a. Classified as SC or CL in accordance with ASTM D2487 5 b. Liquid limit less than 35 6 c. Plasticity index between 8 and 20 7 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 8 2.4 ACCESSORIES [NOT USED] 9 2.5 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 - EXECUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION [NOT USED] 13 3.3 PREPARATION 14 A. Protection of In -Place Conditions 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 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost 2. 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 embankments in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipment specifically designed for tree pruning or trimming. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. 4. 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 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 312400-5 EMBANKMENTS Page 5 of 9 3.4 INSTALLATION 2 A. Embankments General 3 1. Placing and Compacting Embankment Material 4 a. Perform fill operation in an orderly and systematic manner using equipment in 5 proper sequence to meet the compaction requirements 6 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 7 6 inches, unless otherwise shown on the Drawings 8 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 9 deleterious materials 10 d. Bench slopes before placing material. 11 e. Begin filling in the lowest section or the toe of the work area 12 f. When fill is placed directly or upon older fill, remove debris and any loose 13 material and proof roll existing surface. 14 g. After spreading the loose lifts to the required thickness and adjusting its 15 moisture content as necessary, simultaneously recompact scarified material 16 with the placed embankment material. 17 h. Roll with sufficient number passes to achieve the minimum required 18 compaction. 19 i. Provide water sprinkled as necessary to achieve required moisture levels for 20 specified compaction 21 J. Do not add additional lifts until the entire previous lift is properly compacted. 22 2. Surface Water Control 23 a. Grade surface horizontally but provide with sufficient longitudinal and 24 transverse slope to allow for runoff of surface water from every point. 25 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 26 created. 27 c. Install temporary dewatering sumps in low areas during filling where excess 28 amounts of runoff collect. 29 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 30 free from humps and hollows that would prevent proper uniform compaction. 31 e. Do not place fill during or shortly after rain events which prevent proper work 32 placement of the material and compaction 33 f. Prior to resuming compaction operations, remove muddy material off the 34 surface to expose firm and compacted materials 35 B. Embankments for Roads 36 1. Only Acceptable Fill Material will be allowed for roadways 37 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 38 the finished grade of the street 39 3. Construct generally to conform to the cross section of the subgrade section as 40 shown in the Drawings. 41 4. Establish grade and shape to the typical sections shown on the Drawings 42 5. Maintain finished sections of embankment to the grade and compaction 43 requirements until the project is accepted. 44 C. Earth Embankments CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 312400-6 EMBANKMENTS Page 6 of 9 1 1. Earth embankment is mainly composed of material other than rock. Construct 2 embankments in successive layers, evenly distributing materials in lengths suited 3 for sprinkling and rolling. 4 2. Rock or Concrete 5 a. Obtain approval from the City prior to incorporating rock and broken concrete 6 produced by the construction project in the lower layers of the embankment. 7 b. No Rock or Concrete will be permitted in embankments in any location where 8 future utilities are anticipated. 9 c. When the size of approved rock or broken concrete exceeds the layer thickness 10 place the rock and concrete outside the limits of the proposed structure or 11 pavement. Cut and remove all exposed reinforcing steel from the broken 12 concrete. 13 3. Move the material dumped in piles or windrows by blading or by similar methods 14 and incorporate it into uniform layers. 15 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 16 ensure there are no abrupt changes in the material. 17 5. Break down clods or lumps of material and mix embankment until a uniform 18 material is attained. 19 D. Rock Embankments 20 1. Rock embankment is mainly composed of rock. 21 2. Rock Embankments for roadways are only allowed when specifically designated on 22 the Drawings. 23 3. Construct rock embankments in successive layers for the full width of the roadway 24 cross-section with a depth of 18-inches or less. 25 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 26 case. Fill voids created by the large stone matrix with smaller stones during the 27 placement and filling operations. 28 5. Ensure the depth of the embankment layer is greater than the maximum dimension 29 of any rock. 30 6. Do not place rock greater than 18-inches in its maximum dimension. 31 7. Construct the final layer with graded material so that the density and uniformity is 32 in accordance compaction requirements. 33 8. The upper or final layer of rock embankments shall contain no material larger than 34 4 inches in their maximum dimension. 35 E. Density 36 1. Compact each layer until the maximum dry density as determined by ASTM D698 37 is achieved. 38 a. Not Under Roadway or Structure: 39 1) areas to be compacted in the open, not beneath any structure, pavement, 40 flatwork, or is a minimum of lfoot outside of the edge of any structure, 41 edge of pavement, or back of curb. 42 a) Compact each layer to a minimum of 90 percent Standard Proctor 43 Density. 44 b. Embankments under future paving: CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 31 2400-7 EMBANKMENTS Page 7 of 9 1 1) Compact each layer to a minimum of 95 percent standard proctor density 2 with a moisture content not to exceed +4 percent or -2 percent of optimum 3 moisture or as indicated on the Drawings 4 c. Embankments under structures: 5 1) Compacted each layer as indicated on the Drawings 6 F. Maintenance of Moisture and Reworking 7 1. Maintain the density and moisture content once all requirements are met. 8 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 9 percentage points below optimum. 10 3. Rework the material to obtain the specified compaction when the material loses the I 1 required stability, density, moisture, or finish. 12 4. Alter the compaction methods and procedures on subsequent work to obtain 13 specified density as directed by the City. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUAILITY CONTROL 17 A. Field Tests and Inspections 18 1. Proctors 19 a. The City will perform Proctors in accordance with ASTM D698. 20 b. Test results will generally be available to within 4 calendar days and distributed 21 to: 22 1) Contractor 23 2) City Project Manager 24 3) City Inspector 25 4) Engineer 26 c. Notify the City if the characteristic of the soil changes. 27 d. City will perform new proctors for varying soils: 28 1) When indicated in the geotechnical investigation in the Appendix 29 2) If notified by the Contractor 30 3) At the convenience of the City 31 e. Embankments where different soil types are present and are blended, the 32 proctors shall be based on the mixture of those soils. 33 2. Proof Rolling 34 a. Embankments under Future Pavement 35 1) City Project Representative must be on -site during proof rolling operations. 36 2) Use equipment that will apply sufficient load to identify soft spots that rut 37 or pump. 38 a) Acceptable equipment includes fully loaded single -axle water truck 39 with a 1500 gallon capacity. 40 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 41 4) Offset each trip by at most 1 tire width. 42 5) If an unstable or non -uniform area is found, correct the area. 43 6) Correct 44 a) Soft spots that rut or pump greater than 3/4 inch. 45 b) Areas that are unstable or non -uniform CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 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 312400-8 EMBANKMENTS Page 8 of 7) If a non -uniform area is found then correct the area. b. Embankments Not Under Future Paving 1) No Proof Rolling is required. 3. Density Testing of Embankments a. Density Test shall be in conformance with ASTM D2922. b. For Embankments under future pavement: 1) The City will perform density testing twice per working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests, but the number of test shall be appropriate for the area being compacted. 3) Testing shall be representative of the current lift being compacted. 4) Special attention should be placed on edge conditions. c. For Embankments not under future pavement or structures: 1) The City will perform density testing once working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests. 3) Testing shall be representative of the current lift being compacted. d. Make the area where the embankment is being placed available for testing. e. The City will determine the location of the test. f. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. g. A formal report will be posted to the City's Buzzsaw site within 48 hours. h. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 31 B. Non -Conforming Work 32 1. All non -conforming work shall be removed and replaced. 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION 41 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 312400-9 EMBANKMENTS Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised January 28, 2013 329213-1 HYDROMULCHING, SEEDING AND SODDING Pagel of 8 1 SECTION 32 92 14 2 NON-NATIVE SEEDING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass seed as shown on Drawings, or as directed. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Added 2.2.A.I.b — seed mixture requirements for surface repair on TRWD 9 property. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 31 10 00 — Site Clearing 14 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 15 5. Section 32 84 23 — Irrigation (if used) 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Seeding 19 a. Measurement 20 1) Measurement for this Item shall be by the square yard of Seed spread, 21 complete in place for uniform vegetative coverage. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price bid per square yard of Seed placed for various installation methods. 26 c. The price bid shall include: 27 1) Surface preparation, scarifying subgrade, cleaning, and fine grading as 28 described in section 3.3 Preparation 29 2) Furnishing and placing all Seed (until established complete in place) 30 3) Perform soil testing, if requirement is included on construction drawings, as 31 directed by City 32 4) Furnishing and applying water Slurry and hydraulic mulching, if using 33 method 34 5) Fertilizer, if required by City to be determined by soil test 35 6) Soil Retention Blanket, if required on construction drawings, as directed by 36 City 37 7) Watering (until established) 38 8) Disposal of surplus materials off site or as directed by City 39 9) Weed Removal (until established) 40 10) Minimum mowing of two cycles, beginning forty-five (45) days from 41 germination or when blade height it 4" or greater, whichever comes first 42 11) Mowing cycles shall be spaced a minimum of ten (10) days apart (until 43 established) CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised May 13,2021 32 92 13 -2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 1 2. Mowing 2 a. Measurement 3 1) Measurement for this Item shall per each, beyond the minimum of two (2) 4 mow cycles included in seeding price, as approved and directed by the City. 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 each. 9 10 1.3 REFERENCES [NOT USED] 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 ACTION SUBMITTALS [NOT USED] 13 1.6 INFORMATIONAL SUBMITTALS 14 A. Certifications, Samples and Documentation 15 1. As requested by the City, certificates and/or labels and samples of seed, fertilizer, 16 compost, soil amendments and/or other materials, including a certificate from the 17 vendor indicating seed is free from weeds. 18 a. Seeds 19 1) Vendors' certification that seeds meet Texas State seed law including: 20 a) Testing and labeling for pure live seed (PLS) 21 b) Name and type of seed 22 2) All seed shall be tested in a laboratory with certified results presented to the 23 City in writing, prior to planting. 24 3) All seed to be of the previous season's crop and the date on the Container 25 shall be within twelve (12) months of the seeding date. 26 2. All delivery receipts and copies of invoices for materials used for this work shall be 27 subject to verification by the City. 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Developer/contractor who plants material is responsible for the supervision of his crew, 32 the site, and the maintenance of the material until the project is accepted by the City. 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A. Seed 35 1. Shall be Bermuda and/or Elbon Rye seed unless otherwise specified. 36 2. Each species of seed shall be supplied in a separate, labeled container for 37 acceptance by the City. 38 B. Fertilizer, as determined by soil testing report provided to Contractor or as directed by 39 City 40 1. Provide unopened bags labeled with the analysis. 41 2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63. 42 3. Provide to City application rate for which fertilizer will be applied. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised May 13, 2021 32 92 13 -3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 1 1.11 FIELD [SITE] CONDITIONS 2 A. Grading of site and installation of topsoil must be approved by City prior to application 3 of seed. 4 1.12 WARRANTY 5 A. Seed to be replaced if coverage does not exceed 70 percent within forty-five (45) days 6 from germination. 7 B. Warranty Period: until job acceptance or through maintenance period, whichever is 8 longer duration of time. 9 C. Warrant seed against defects in product, installation and workmanship. 10 1. Exceptions include 11 a. Vandalism caused by persons other than contractor or subcontractors of this 12 project 13 b. Improper watering or maintenance by persons other than contractor or 14 subcontractors of this project 15 c. Damage caused by vehicles or equipment other than contractor or 16 subcontractors of this project. 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 19 2.2 MATERIALS AND EQUIPMENT 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Materials Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be done through the submittal process for review and approval by City. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) Not exceed one percent by weight of the total of pure live seed (PLS) and other material in the mixture b) Seed not allowed: (1) Johnson grass (2) Nutgrass (3) Millet 4) Harvest seed within twelve (12) months prior to planting CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised May 13, 2021 32 92 13 -4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 1 b. Non-native Grass Seed (TRWD Propertv) 2 1) Plant between March 16 and Aueust 31 3 Lbs. Common Name Botanical Name PLS/Acre 75 Bermuda (unhulled) cvnodon dactvlon 10 Japanese Millet echinochloa esculents 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2) Plant between September 1 and March 15 Lbs. Common Name Botanical Name PLS/Acre 75 Bermuda (unhulled) cvnodon dactvlon 10 Egyptian Wheat triticum aestivum L. c. Non-native Grass Seed 1) Plant between March 21 and October 31 Lbs. Common Name Botanical Name PLS/Acre 75 Bermuda (hulled) Cvnodon dactvlon 2) Plant between November 1 and March 20 EnEity Germinatio (percent) n (percent) 85 90 95 90 Purity Germinatio (percent) n (percent)_ 85 90 95 90 Purity Germination (percent) (percent) 95 90 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) Cvnodon dactvlon 85 90 d. Temporary Erosion Control Seed - Consist of the sowing of cool season plant seeds. Plant mix below must be included with Bermuda between November 1 through March 1. Common Name Botanical Name Lbs./Acre Lbs./Acre broadcast drilled seed method method Elbon Rye Secale cereale 100-120 80-100 2. Hydromulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. f. Form a strong moisture retaining mat. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised May 13, 2021 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 1 3. Fertilizer to be installed only as directed by City or as indicated in construction 2 documents 3 a. Determined by soil testing report 4 b. Acceptable condition for distribution per manufacturer's instructions 5 c. Applied uniformly over the seeded area. Do not fertilize inside the dripline of 6 trees, or Tree Protection Area. 7 4. Topsoil: See Section 32 91 19. 8 5. Water: clean and free of industrial wastes or other substances harmful to the 9 germination of the seed or to the growth of the vegetation. 10 11 2.3 ACCESSORIES 12 A. Soil Retention Blanket 13 1. Biodegradable Erosion Control Blanket made from natural fibers including 14 coconut, straw, or wood fiber. 15 2. As specified for sloped areas or as directed, not for general use. 16 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION 21 A. City may examine site grading to ensure grading conforms to approved drawings, prior 22 to installation of seed. 23 1. City will notify Contractor if grading is to be inspected prior to seed installation. 24 3.3 PREPARATION 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Surface Preparation: clear surface of all material including the following and dispose of off -site or as directed by City: 1. Stumps, stones, and other objects larger than 1-inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Scarify Subgrade 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City approval a. For tilled areas, use a heavy-duty disc or a chisel -type breaking plow, chisels set not more than 10-inches apart. b. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage may be up to 3-inches. c. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less seed/water run-off CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised May 13, 2021 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 8 1 3. Areas near trees: Do not till within dripline of tree. Do not disturb the Tree 2 Protection Area, or canopy dripline. 3 C. Cleaning 4 1. Soil shall be further prepared by the removal of debris, building materials, rubbish, 5 and rock 1-inch and greater, and weeds. 6 D. Fine Grading: 7 1. After scarifying or tilling and cleaning, all areas to be seeded shall have 3-inches of 8 topsoil placed, be leveled, fine graded, and a weighted spike and harrow or float 9 drag. The required shall be the elimination of ruts, depressions, humps, and 10 objectionable soil clods. This shall be the final soil preparation step to be completed 11 prior to inspection before seeding. 12 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 13 3.4 INSTALLATION 14 A. General 15 1. Seed only those areas indicated on the Drawings and areas disturbed by 16 construction. 17 2. Mark each area to be seeded in the field prior to seeding for City approval. 18 3. Provide written notice of installation and maintenance schedule to resident or 19 business adjacent to the project 20 B. Broadcast Seeding 21 1. Broadcast seed in two (2) directions at right angles to each other. 22 2. Harrow or rake lightly to cover seed. 23 3. Never cover seed with more soil than twice its diameter. 24 C. Mechanically Seeding (Drilling): 25 1. Uniformly distribute seed over the areas shown on the Drawings or as directed. 26 2. All varieties of seed and fertilizer, as determined by soil testing report, may be 27 distributed at the same time provided that each component is uniformly applied at 28 the specified rate. 29 3. Drill seed at a depth of 1/4-inch to 3/8-inch utilizing a pasture or rangeland type 30 drill. 31 4. Drill on the contour of slopes 32 5. After planting roll with a roller integral to the seed drill, or a corrugated roller of the 33 "Cultipacker" type. 34 6. Roll slope areas on the contour. 35 D. Hydromulching (only as approved by submittals) 36 1. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 37 a. Mixture is uniformly suspended to form a homogenous slurry. 38 b. Mixture forms a blotter -like ground cover impregnated uniformly with grass 39 seed. 40 c. Mixture is applied within thirty (30) minutes after placed in the equipment. 41 2. Placing 42 a. Uniformly distribute in the quantity specified over the areas shown on the 43 Drawings or as directed. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised May 13, 2021 3292 13 -7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 8 1 E. Fertilizing, as determined by soil testing report: uniformly apply fertilizer over seeded 2 area. 3 1. No fertilizer shall be applied within The Tree Protection Area, or dripline of trees. 4 F. Watering 5 1. Furnish water by means of temporary metering / irrigation, water truck or by any 6 other method necessary to achieve an acceptable stand of turf as defined in 3.13. 7 2. Water source shall be clean and free of industrial waste or other substances harmful 8 to the germination of the seed or growth of the vegetation. 9 3. Water soil to a minimum depth of 4-inches within forty-eight (48) hours of seeding. 10 4. Water at least twice daily for fourteen (14) days after seeding in such a manner as to 11 prevent washing of the slopes or dislodgement of the seed, or as directed by the 12 City. 13 5. On day fifteen (15), apply an amount of water that is equal to the average amount of 14 rainfall plus 1/2-inch per week until final acceptance by City. 15 16 3.5 REPAIR/RESTORATION [NOT USED] 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 3.12 PROTECTION [NOT USED[ 3.13 '.MAINTENANCE A. Seeded Areas 1. Water and mow seeded area until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas c. Trim and maintain along edges including curbs, drives, and walkways with maximum 1-inch surface elevation change. d. Includes protection, reseeding, and maintaining grades with no settlement over 1-inch, and immediate repair of erosion damage until the project receives final acceptance. B. Acceptance 1. Turf will be accepted once fully established as follows: a. Seeded area must have minimum 70 percent uniform ground coverage without bare areas greater than six -inches square or thirty-six (36) square inches and blade height of 3-inches with two (2) mow cycles, minimum ten (10) days apart, performed by the Contractor prior to consideration of acceptance by the City. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised May 13, 2021 4 5 6 7 8 9 10 11 12 13 14 15 E 329213-8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 8 b. Grass shall be actively growing and free of disease and pests. c. Ground surface to be smooth and free of foreign material and rocks or clods f - inch diameter and greater. C. Rejection City may reject seeded area based on the following items: a. Weed populations b. Poor installation including lack of coverage c. Disease and/or pests d. Insufficient or over watering e. Poor or improper maintenance f. Soil settlement in excess of 1-inch 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Removed information and details regarding sod, native grasses and wildflowers. These items are addressed in 32 92 13 and new specification 32 92 15. Updated 1.2 payment measurement. Items pertaining to fertilizer throughout document updated to 5/13/2021 C Moon include soil testing. 2.2 planting dates updated to reflect typical frost dates. 3.3 Preparation updated to reflect current industry tree care standards for root zone disturbance. 3.4 Installation added descriptions to clarify watering. 3.13 Maintenance added descriptions to clarify acceptance and rejection of seeded areas including growth, mow cycle and watering. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised May 13.2021 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 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer 7 lines unless otherwise specified in the Contract Documents 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Added 1.2.A.3.k — Cost for cutting and repair of RCP sanitary sewer pipe. 10 2. Added 1.2.A.3.1— Cost for repair of sanitary sewer junction structure is 11 included as part of bvpass pumping. 12 3. Added 1.6.A.14 — Submittal requirement for contingencv plan related to high 13 river flows or flood events within the floodway. 14 4. Added 1.6.A.15 — Submittal requirement for repair of RCP sanitary sewer 15 pipe• 16 5. Added 1.6.A.15 — Submittal requirement for repair of existin_ sanitary sewer 17 junction structures. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division I — General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Measurement 25 a. Measurement for this Item will be by lump sum. 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item will 28 be paid for at the lump sum price bid for "Bypass Pumping". 29 3. The price bid shall include: 30 a. Mobilization 31 b. Development of bypass plans 32 c. Transportation and storage 33 d. Setup 34 e. Confined space entry 35 f. Plugging 36 g. Pumping 37 h. Clean up 38 i. Manhole restoration 39 j. Surface restoration 40 k. Cut and repair of existing pipe for bypass pumping, if required 41 1. Repair of existing sanitary sewer junction structures CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 City Project No. 104484 33 03 10-2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 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. Occupational Safety and Health Organization (OSHA). 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Coordination 9 1. Schedule meeting with City to review sewer shutdown prior to replacing or 10 rehabilitating any facilities. 11 2. City reserves the right to delay schedule due to weather conditions, or other 12 unexpected emergency within the sewer system. 13 3. Review bypass pumping arrangement or layout in the field with City prior to 14 beginning operations. Facilitate preliminary bypass pumping run with City staff 15 present to affirm the operation is satisfactory to the City. 16 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of 17 sewer flow with City staff. 18 5. Provide onsite continuous monitoring during all bypass pumping operations using 19 one of the following methods: 20 a. Personnel on site 21 b. Portable SCADA equipment 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 0133 00, 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all 27 provisions and precautions that will be taken with regard to the handling of sewer 28 flows. Submit the plan to the City for approval a minimum of 7 days prior to 29 commencing work. Include the following details: 30 1. Schedule for installation and maintenance of the bypass pumping system 31 2. Staging areas for pumps 32 3. Pump sizes, capacity, number of each size, and power requirements 33 4. Calculations for static lift, friction losses, and velocity 34 5. Pump curves showing operating range and system head curves 35 6. Sewer plugging methods 36 7. Size, length, material, joint type, and method for installation of suction and 37 discharge piping 38 8. Method of noise control for each pump and/or generator, if required 39 9. Standby power generator size and location 40 10. Suction and discharge piping plan CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 City Project No. 104484 33 03 10 - 3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 1 11. Emergency action plan identifying the measures taken in the event of a pump 2 failure or sewer spill 3 12. Staffing plan for responding to alarm conditions identifying multiple contacts by 4 name and phone numbers (office, mobile) 5 13. A contingency plan to implement in the event the replacement or rehabilitation has 6 unexpected delays or problems 7 14. A contingencv plan to implement in the event of high river flow or a flood 8 event (high river flows are considered to exist when water levels rise to that of 9 the existing river bank). 10 15. Procedures for repairing of existing RCP sanitary sewer upon completion of 11 bvpass pumping measures. 12 16. Procedures for repairing of existing sanitary sewer ]unction structures upon 13 completion of bvpass pumping measures. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED[ 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED 10111 OWNER -SUPPLIED PRODUCTS [NOT USED] 22 23 24 25 26 27 78 29 30 31 32 33 34 35 36 37 38 2.2 EQUIPMENT A. Pumping 1. Provide equipment that will convey 100 percent of wet weather peak flow conditions. 2. Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming the system. 3. Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. 5. If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. 6. Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping 1. Install pipes with joints which prevent the incident of flow spillage. C. Plugs or Stop Logs CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 City Project No. 104484 3303 10 - 4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 1 1. Plugs 2 a. Select a plug that is made for the size and potential pressure head that will be 3 experienced. 4 b. Provide an additional anchor, support or bracing to secure plug when back 5 pressure is present. 6 c. Use accurately calibrated air pressure gauges for monitoring the inflation 7 pressure. 8 d. Place inflation gauge at location outside of confined space area. Keep the 9 inflation gauge and valve a safe distance from the plugs. 10 e. Never over inflate the plug beyond its pressure rating. 11 2. Stop Logs 12 a. Use stop log devices designed for the manhole or sewer vault structure in use. 13 b. If applicable, obtain stop logs from City that may be used on specific structures. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION 20 A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and 21 obtain approval of those locations from the City. 22 B. Make preparations to comply with OSHA requirements when working in the presence 23 of sewer gases, oxygen -deficient atmospheres and confined spaces. 24 C. Do not begin bypass preparation and operation until City approval of the submittals 25 requested per this Specification. 26 3.4 INSTALLATION 27 A. Install and operate pumping and piping equipment in accordance to the submittals 28 provided per this Specification. 29 B. Sewer flow stoppage 30 1. Plugging 31 a. Use confined space procedures and equipment during installation when 32 necessary. 33 b. Thoroughly clean the pipe before insertion of the plug. 34 c. Insert the plug seal surface completely so it is fully supported by the pipe. 35 d. Position the plug where there are not sharp edges or protrusions that may 36 damage the plug. 37 e. Use pressure gauges for measuring inflation pressures. 38 f. Minimize upstream pressure head before deflating and removing. 39 C. Sewer flow control and monitoring CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 City Project No. 104484 33 03 10- 5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 1 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding 2 or damage to public or private property. The Contractor is responsible for any 3 damage resulting from bypass pumping operations. 4 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or 5 blocked. Be prepared to immediately start bypass pumping if needed due to 6 surcharge conditions. 7 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or 8 container only. Do not discharge sewer into an open environment such as an open 9 channel or earthen holding facility. 10 4. Do not construct bypass facilities where vehicular traffic may travel over the 11 piping. 12 a. Provide details in the suction and discharge piping plan that accommodate both 13 the bypass facilities and traffic without disrupting either service. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD (OR] SITE QUALITY CONTROL 17 A. Field [OR] Site Tests and Inspections 18 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment 19 before actual operation begins. Have City staff on site during tests. 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES 24 A. Once plugging or blocking is no longer necessary, remove in such a way that permits 25 the sewer flow to slowly return to normal — preventing surge, surcharging and major 26 downstream disturbance. 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 DATE I NAME Revision Log SUMMARY OF CHANGE 12/20/2012 I D. Johnson 1.6 — Clarified submittals required for 18" and larger lines 32 CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 City Project No. 104484 33 05 10- 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I of 21 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. 2.2.A.8.a — Removed SC as an allowable soil classification for Select Fill. 26 2. 3.4,E.3.a.1: Removed Select backfill from standard compaction requirements. 27 3. 3.4.E.3.a.2: Added Modified Proctor compaction and moisture content 28 requirements for Select backfill. 29 4. 3.4.E.3.c.1: Removed Select backfill from standard compaction requirements. 30 5. 3.4.E.3.c.2: Added Modified Proctor compaction and moisture content 31 6. Modified 3.4.E.6 32 7. Modified 3.7.A.1 33 C. Related Specification Sections include, but are not necessarily limited to: 34 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 35 Contract 36 2. Division 1 — General Requirements 37 3. Section 02 41 13 — Selective Site Demolition 38 4. Section 02 41 15 — Paving Removal 39 5. Section 02 41 14 — Utility Removal/Abandonment 40 6. Section 03 30 00 — Cast -in -place Concrete 41 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 33 05 10 -2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 1 8. Section 31 10 00 — Site Clearing 2 9. Section 31 25 00 — Erosion and Sediment Control 3 10. Section 33 05 26 — Utility Markers/Locators 4 11. Section 34 71 13 — Traffic Control 5 1.2 PRICE AND PAYMENT PROCEDURES 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 A. Measurement and Payment 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. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 33 05 10 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 21 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 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. 21 1.3 REFERENCES 22 A. Definitions 23 1. General — Definitions used in this section are in accordance with Terminologies 24 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 25 noted. 26 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 27 haunching bedding, springline, pipe zone and foundation are defined as shown in 28 the following schematic: CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 3305 10- 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 y aAVED'AREAS`a ? UNoAVE� AREAS J J 1 � L� Y Y L' Q Q CD rye V _J Q a v z z I INITIAL 5ACOLL S z / w � z c SPR NGLINE - - -- - � i 2 L.J n HAUNCHING BEDDING S =0,6DAT!ON I OD CLEARANCE LKAVATED TRENCI WIDTH 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 33 05 10- 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 4 Cement Mixture 5 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 6 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 7 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 8 Place by Sand Cone Method. 9 i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 10 (Unified Soil Classification System) 11 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 12 and Other Gravity -Flow Applications 13 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 14 Aggregate in Place by Nuclear Methods (Shallow Depth) 15 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 16 place by Nuclear Methods ( Shallow Depth) 17 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 18 Weight of Soils and Calculations of Relative Density 19 3. OSHA 20 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 21 Regulations for Construction, Subpart P - Excavations 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Utility Company Notification 25 a. Notify area utility companies at least 48 hours in advance, excluding weekends 26 and holidays, before starting excavation. 27 b. Request the location of buried lines and cables in the vicinity of the proposed 28 work. 29 B. Sequencing 30 1. Sequence work for each section of the pipe installed to complete the embedment 31 and backfill placement on the day the pipe foundation is complete. 32 2. Sequence work such that proctors are complete in accordance with ASTM D698 33 prior to commencement of construction activities. 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 0133 00. 36 B. All submittals shall be approved by the City prior to construction. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Shop Drawings 39 1. Provide detailed drawings and explanation for ground water and surface water 40 control, if required. 41 2. Trench Safety Plan in accordance with Occupational Safety and Health 42 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 43 Excavations 44 3. Stockpiled excavation and/or backfill material CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 1 a. Provide a description of the storage of the excavated material only if the 2 Contract Documents do not allow storage of materials in the right-of-way of the 3 easement. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING 8 A. Storage 9 1. Within Existing Rights -of -Way (ROW) 10 a. Spoil, imported embedment and backfill materials may be stored within 11 existing ROW, easements or temporary construction easements, unless 12 specifically disallowed in the Contract Documents. 13 b. Do not block drainage ways, inlets or driveways. 14 c. Provide erosion control in accordance with Section 3125 00. 15 d. Store materials only in areas barricaded as provided in the traffic control plans. 16 e. In non -paved areas, do not store material on the root zone of any trees or in 17 landscaped areas. 18 2. Designated Storage Areas 19 a. If the Contract Documents do not allow the storage of spoils, embedment or 20 backfill materials within the ROW, easement or temporary construction 21 easement, then secure and maintain an adequate storage location. 22 b. Provide an affidavit that rights have been secured to store the materials on 23 private property. 24 c. Provide erosion control in accordance with Section 3125 00. 25 d. Do not block drainage ways. 26 e. Only materials used for 1 working day will be allowed to be stored in the work 27 zone. 28 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 29 1.11 FIELD [SITE] CONDITIONS 30 A. Existing Conditions 31 1. Any data which has been or may be provided on subsurface conditions is not 32 intended as a representation or warranty of accuracy or continuity between soils. It 33 is expressly understood that neither the City nor the Engineer will be responsible 34 for interpretations or conclusions drawn there from by the Contractor. 35 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 33 05 10 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT. AND BACKFILL Page 7 of 21 1.12 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 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/backfill Sieve Size Percent Retained '/2" 0 t/4" 0-5 #4 0-10 #16 0-20 #50 20-70 # 100 60-90 #200 90-100 e. The City has a pre -approved list of sand sources for utility embedment. The pre -approved list can be found on the City website, Project Resources page. The utility sand sources in the pre -approved list have demonstrated continued quality and uniformity on City of Fort Worth projects. Sand from these sources are pre -approved for use on City projects without project specific testing. 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 C 131 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 C 131 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 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 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 33 05 10- 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 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 C 131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C 142, less than 0.5 percent (2) Lightweight pieces, ASTM C123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type UII portland cement c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D 1633, Method A CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 3305 10-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 1 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 2 that exceeds the maximum compressive strength shall be removed by the 3 Contractor for no additional compensation. 4 f. Random samples of delivered product will be taken in the field at point of 5 delivery for each day of placement in the work area. Specimens will be 6 prepared in accordance with ASTM D 1632. 7 10. Controlled Low Strength Material (CLSM) 8 a. Conform to Section 03 34 13 9 11. Trench Geotextile Fabric 10 a. Soils other than ML or OH in accordance with ASTM D2487 11 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 12 2) Fibers shall retain their relative position 13 3) Inert to biological degradation 14 4) Resist naturally occurring chemicals 15 5) UV Resistant 16 6) Mirafi 140N by Tencate, or approved equal 17 b. Soils Classified as ML or OH in accordance with ASTM D2487 18 1) High -tenacity monofilament polypropylene woven yarn 19 2) Percent open area of 8 percent to 10 percent 20 3) Fibers shall retain their relative position 21 4) Inert to biological degradation 22 5) Resist naturally occurring chemicals 23 6) UV Resistant 24 7) Mirafi FW402 by Tencate, or approved equal 25 12. Concrete Encasement 26 a. Conform to Section 03 30 00. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION 32 A. Verification of Conditions 33 1. Review all known, identified or marked utilities, whether public or private, prior to 34 excavation. 35 2. Locate and protect all known, identified and marked utilities or underground 36 facilities as excavation progresses. 37 3. Notify all utility owners within the project limits 48 hours prior to beginning 38 excavation. 39 4. The information and data shown in the Drawings with respect to utilities is 40 approximate and based on record information or on physical appurtenances 41 observed within the project limits. 42 5. Coordinate with the Owner(s) of underground facilities. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 3305 10- 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 1 6. Immediately notify any utility owner of damages to underground facilities resulting 2 from construction activities. 3 7. Repair any damages resulting from the construction activities. 4 B. Notify the City immediately of any changed condition that impacts excavation and 5 installation of the proposed utility. 6 3.3 PREPARATION 7 A. Protection of In -Place Conditions 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 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. 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 trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. 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 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 3305 10 - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of21 a. Notify the City's Transportation Management 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. c. Immediately notify the City's Transportation Management Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 14 3.4 INSTALLATION 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 A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4, The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 8. Rock — No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 3305 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of21 1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 3. Furnish, put in place and maintain a trench safety system in accordance with the 7 Excavation Safety Plan and required by Federal, State or local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 11 City. 12 5. Do not allow soil, or water containing soil, to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System. Movable bracing, shoring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe's line and grade after the Excavation Protection System is 18 removed 19 c. Compromise the compaction of the embedment located below the spring line of 20 the pipe and in the haunching 21 C. Water Control 22 1. Surface Water 23 a. Furnish all materials and equipment and perform all incidental work required to 24 direct surface water away from the excavation. 25 2. Ground Water 26 a. Furnish all materials and equipment to dewater ground water by a method 27 which preserves the undisturbed state of the subgrade soils. 28 b. Do not allow the pipe to be submerged within 24 hours after placement. 29 c. Do not allow water to flow over concrete until it has sufficiently cured. 30 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 31 Control Plan if any of the following conditions are encountered: 32 1) A Ground Water Control Plan is specifically required by the Contract 33 Documents 34 2) If in the sole judgment of the City, ground water is so severe that an 35 Engineered Ground Water Control Plan is required to protect the trench or 36 the installation of the pipe which may include: 37 a) Ground water levels in the trench are unable to be maintained below 38 the top of the bedding 39 b) A firm trench bottom cannot be maintained due to ground water 40 c) Ground water entering the excavation undermines the stability of the 41 excavation. 42 d) Ground water entering the excavation is transporting unacceptable 43 quantities of soils through the Excavation Safety System. 44 e. In the event that there is no bid item for a Ground Water Control and the City 45 requires an Engineered Ground Water Control Plan due to conditions 46 discovered at the site, the contractor will be eligible to submit a change order. 47 f. Control of ground water shall be considered subsidiary to the excavation when: CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 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 3305 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 2 l 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. I. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 3305 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: l) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 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, uniforn bedding. l ) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) t 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 prior 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 a commercial testing firm approved by the 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. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 3305 10 - 15 UTILITY TRENCH EXCAVATION. EMBEDMENT, AND BACKFILL Page 15 of 21 1 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 2 a. The entire embedment zone shall be of uniform material. 3 b. Crushed rock shall be used for embedment. 4 c. Place evenly spread 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 sanitary 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. Place pipe on the bedding according to the alignment shown in the Drawings. 14 g. The pipe line shall be within f0.1 inches of the elevation, and be consistent 15 with the grade shown on the Drawings. 16 h. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe manufacturer's recommendations. 18 1. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 19 exceed the spring line prior to compaction. 20 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 21 but not more than 12 inches, above the pipe. 22 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 23 ASTM D 698. 24 1. Density test may be performed by a commercial testing firm approved by the 25 City to verify that the compaction of embedment meets requirements. 26 in. Place trench geotextile fabric on top of the initial backfill. 27 n. Place marker tape on top of the trench geotextile fabric in accordance with 28 Section 33 05 26. 29 5. Storm Sewer (RCP) 30 a. The bedding and the pipe zone up to the spring line shall be of uniform 31 material. 32 b. Crushed rock shall be used for embedment up to the spring line. 33 c. The specified backfill material may be used above the spring line. 34 d. Place evenly spread bedding material on a firm trench bottom. 35 e. Spread bedding so that lines and grades are maintained and that there are no 36 sags in the storm sewer pipe line. 37 f. Provide firm, uniform bedding. 38 1) Additional bedding may be required if ground water is present in the 39 trench. 40 2) If additional crushed rock is required which is not specifically identified in 41 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 42 price. 43 g. Place pipe on the bedding according to the alignment of the Drawings. 44 h. The pipe line shall be within t0.1 inches of the elevation, and be consistent 45 with the grade, shown on the Drawings. 46 1. Place embedment material up to the spring line. 47 1) Place embedment to ensure that adequate support is obtained in the haunch. 48 J. Compact the embedment and initial backfill to 95 percent Standard Proctor 49 ASTM D 698. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 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 3305 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 k. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer (PP - Polypropylene) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment up to top of pipe. 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 storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within t0. l inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. j. Density test may be performed by City to verify that the compaction of embedment meets requirements. k. Place trench geotextile fabric on top of the initial backfill. 7. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within t0. l inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 8. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3305 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 9. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill (not under existing pavement or future pavement) 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater (under existing or future pavement) 1) Backfill depth from 0 to 15 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required b) c. Backfill for service lines: CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 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 3305 10 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density a. Final backfill (depths less than 15 feet) 1) Compact acceptable backfill material and blended backfill material of seleet baelifill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) Compact select backfill material to a minimum of 95 percent Modified Proctor per ASTM D1557 at moisture content within -2 to +3 percent of the optimum moisture. 3) CSS or CLSM requires no compaction. b. Final backfill (depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 1) Compact acceptable backfill material and blended backfill material of seleet beekii to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) Compact select backfill material to a minimum of 95 percent Modified Proctor per ASTM D1557 at moisture content within -2 to +3 percent of the optimum moisture. 4. Saturated Soils a. If in -situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix, Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 3305 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 1 c. Place in loose lifts not to exceed 12 inches. 2 d. Compact to specified densities. 3 e. Compact only on top of initial backfill, undisturbed trench or previously 4 compacted backfill. 5 f. Remove any loose materials due to the movement of any trench box or shoring 6 or due to sloughing of the trench wall. 7 g. Install appropriate tracking balls for water and sanitary sewer trenches in 8 accordance with Section 33 05 26. 9 6. Backfill Means and Methods Demonstration 10 a. Notify the City in writing with sufficient time for the City to obtain samples 11 and perform standard proctor test in accordance with ASTM D698, and 12 modified proctor test in accordance with ASTM D1557. 13 b. The results of the standard proctor test must be received prior to beginning 14 excavation. 15 c. Upon commencing of backfill placement for the project the Contractor shall 16 demonstrate means and methods to obtain the required densities. 17 d. Demonstrate Means and Methods for compaction including: 18 1) Depth of lifts for backfill which shall not exceed 12 inches 19 2) Method of moisture control for excessively dry or wet backfill 20 3) Placement and moving trench box, if used 21 4) Compaction techniques in an open trench 22 5) Compaction techniques around structure 23 e. Provide a testing trench box to provide access to the recently backfilled 24 material. 25 f. The City will provide a qualified testing lab full time during this period to 26 randomly test density and moisture continent. 27 1) The testing lab will provide results as available on the job site. 28 7. Varying Ground Conditions 29 a. Notify the City of varying ground conditions and the need for additional 30 proctors. 31 b. Request additional proctors when soil conditions change. 32 c. The City may acquire additional proctors at its discretion. 33 d. Significant changes in soil conditions will require an additional Means and 34 Methods demonstration. 35 3.5 REPAIR [NOT USED] 36 3.6 RE -INSTALLATION [NOT USED] 37 3.7 FIELD QUALITY CONTROL 38 A. Field Tests and Inspections 39 1. Proctors 40 a. The City will perform Standard Proctors in accordance with ASTM D698, and 41 Modified Proctors in accordance with ASTM Di557. 42 b. Test results will generally be available to within 4 calendar days and distributed 43 to: 44 1) Contractor 45 2) City Project Manager 46 3) City Inspector 47 4) Engineer CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 3305 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 1 c. Notify the City if the characteristic of the soil changes. 2 d. City will perform new proctors for varying soils: 3 1) When indicated in the geotechnical investigation in the Appendix 4 2) If notified by the Contractor 5 3) At the convenience of the City 6 e. Trenches where different soil types are present at different depths, the proctors 7 shall be based on the mixture of those soils. 8 2. Density Testing of Backfill 9 a. Density Tests shall be in conformance with ASTM D2922. 10 b. Provide a testing trench protection for trench depths in excess of 5 feet. 11 c. Place, move and remove testing trench protection as necessary to facilitate all 12 test conducted by the commercial testing firm approved by the City. 13 d. The commercial testing lab will perform moisture/density test for every 200-ft 14 or less of trench length, as measured along the length of the pipe. A minimum 15 of one test shall be performed for every 2 vertical feet of compacted backfill 16 material, independent of the contractor's lift thickness for compaction. Test 17 locations shall be staggered within each lift so that successive lifts are not 18 tested in the same location. A random number generator may be used to 19 determine test locations. Moisture/density tests shall be performed at a depth 20 not more than 2 feet above the top of the pipe bedding and in 2-foot increments 21 up to the final grade. The project inspector or project manager may request 22 testing at an increased frequency and/or at specific locations. 23 e. The contractor can proceed with subsequent earthwork only after test results for 24 previously completed work comply with requirements. If the required 25 compaction density has not been obtained, the backfill should be scarified and 26 moistened or aerated, or removed to a depth required, and be replaced with 27 approved backfill, and re -compacted to the specified density at the contractor's 28 expense. In no case will excavation, pipe -laying, or other operation be allowed 29 to proceed until the specified compaction is attained. 30 f. The testing lab will provide results to Contractor and the City's Inspector upon 31 completion of the testing. 32 g. A formal report will be posted to the City's Accela (Developer Projects) and 33 BIM 360 (City Projects) site within 48 hours. 34 h. Test reports shall include: 35 1) Location of test by station number 36 2) Time and date of test 37 3) Depth of testing 38 4) Field moisture 39 5) Dry density 40 6) Proctor identifier 41 7) Percent Proctor Density 42 3. Density of Embedment 43 a. Storm sewer boxes that are embedded with acceptable backfill material, 44 blended backfill material, cement modified backfill material or select material 45 will follow the same testing procedure as backfill. 46 b. The City may test fine crushed rock or crushed rock embedment in accordance 47 with ASTM D2922 or ASTM 1556. 48 B. Non -Conforming Work 49 1. All non -conforming work shall be removed and replaced. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 3305 10 - 2l UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of21 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 - Added Item for Concrete Encasement for Utility Lines Various Sections - Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A - Additional notes for pavement protection and positive drainage. 3.4.E.2 - Added requirements for backfill of service lines. 3.4.E.5 - Added language prohibiting flooding of trench 1.2.A.3 - Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A - Added language for concrete encasement 11/09/16 Z. Arega 2 2.A. Ld Modify gradation for sand material 9 2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - 2/26/2021 Z. Arega Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised April 2, 2021 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 33 05 22 STEEL CASING PIPE 330522-1 STEEL CASING PIPE Page l of 7 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. Added 1.1.C.5 — Include Open -Shield Pipeiacking Specification reference. 11 2. Removed 1.2 A 2 c 3 and 4 — Shaft Construction will be paid for separatelv as 12 indicated in Section 33 05 41. 13 3. Added 1.2 A 2 c 5 through 8 — Added additional work items to be included in 14 bid. 15 4. Added 1.3.B — Include reference to geotechnical reports. 16 5. Modified 2.2.A.3 — Include minimum thickness requirements for 60"-84". and 17 greater than 84" steel casing pipe. 18 6. Modified 2.2.A.4 — Casing spacer references. 19 7. Modified 2.2.11.1 — Hvdrostatic testing of steel casing pipe not required. 20 8. Modified 2.2.11.4 - Revised text to add clarity about welding pipe before 21 iacking. 22 9. Modified 2.2.11.5 — Permit spirally welded pipe. 23 10. Modified 2.2.0 — Coating and Lining not required for sanitary sewer. 24 11. Modified 3A.A.1— Include reference to Open -Shield Pipeiackinu Specification. 25 as well as indicating allowed methods at specific locations. 26 12. Modified 3.4.A.3 - Revised text to add claritv about welding pipe before 27 iacking. 28 C. Related Specification Sections include, but are not necessarily limited to: 29 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 30 Contract 31 2. Division 1 — General Requirements 32 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 33 4. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 34 5. Section 33 05 27 — Open -Shield Pipeiacking 35 6. Section 33 05 45 — Contact Grouting 36 1.2 PRICE AND PAYMENT PROCEDURES 37 A. Measurement and Payment 38 1. Open Cut 39 a. Measurement CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 Addendum No. 4 City Project No. 104484 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 330522-2 STEEL CASING PIPE Page 2 of 7 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 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/Tunnel Liner Plate, By Other than Open Cut' installed for: a) Various Sizes 2) 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 Other than 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) Launehing shaft 5) Groundwater Control 6) Portal Stabilization 7) Settlement Monitoring 8) Contact Grouting 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Furnishing, placement, and compaction of backfill 14) Clean-up 47 1.3 REFERENCES 48 A. Reference Standards CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 Addendum No. 4 City Project No. 104484 330522-3 STEEL CASING PIPE Page 3 of 7 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM International (ASTM): 5 a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe 6 (NPS Sizes 4 and Over). 7 3. American Water Works Association (AWWA): 8 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 9 Enamel and Tape - Hot Applied. 10 B. Reference Documents: 11 1. "Geotechnical Engineering Report — TRV Channel Segment Utility 12 Relocations, Part 14 Segment C. Fort Worth, Texas", G&AI Proiect No. 13- 13 0466, August 3, 2015. 14 2. "Geotechnical Engineering Resort — TRV Channel Segment Utilitv 15 Relocations, Part 14 Segment C, Forth Worth, Texas", G&AI Proiect No. 17- 16 0038, June 21, 2017. 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS 19 A. Submittals shall be in accordance with Section 01 33 00. 20 B. All submittals shall be approved by the City prior to delivery. 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Product Data 23 1. Exterior Coating 24 a. Material data 25 b. Field touch-up procedures 26 2. Interior Coating 27 a. Material data 28 b. Field touch-up procedures 29 B. Shop Drawings 30 1. Provide the following: 31 a. Furnish details for Steel Casing Pipe outlining the following: 32 1) Grout/lubrication ports 33 2) Joint details 34 3) Other miscellaneous items for furnishing and fabricating pipe 35 b. Submit calculations in a neat, legible format that is sealed by a Licensed 36 Professional Engineer in Texas, consistent with the information provided in the 37 geotechnical report, and includes: 38 1) Calculations confirming that pipe jacking capacity is adequate to resist the 39 anticipated jacking loads for each crossing, with a minimum factor of safety 40 of 2. 41 2) Calculations confirming that pipe capacity is adequate to safely support all 42 other anticipated loads, including earth and groundwater pressures, 43 surcharge loads, and handling loads 44 3) Calculations confirming that jointing method will support all loading 45 conditions CITY OF FORT WORTH FWCC — Part 13 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 Addendum No. 4 City Project No. 104484 33 05 22 -4 STEEL CASING PIPE Page 4 of 7 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Delivery, Handling, and Storage 6 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, 7 as recommended by the manufacturer, for protection during shipping and storage. 8 2. Deliver, handle and store pipe in accordance with the Manufacturer's 9 recommendations to protect coating systems. 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 2.2 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for by other than open cut installations: 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 Minimum Wall Thickness (inches) (inches) 14 — 18 .3125 (5/16) 20 — 24 .375 (3/8) 26 — 32 .5 (1/2) 34 — 42 .625 (5/8) 44 — 48 I .6875 (11/16) 606084 I 0.75 (3/4) Greater than 84 1.00(1) CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 Addendum No. 4 City Project No. 104484 330522-5 STEEL CASING PIPE Page 5 of 7 2 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently 3 install the required carrier pipe with casing spacers/Contractor-designed pipe 4 suuports as required in Section 33 05 24. 5 a. Allowable Intended casing diameters are shown on the Drawings for each 6 crossing. 7 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable 8 work areas. 9 6. Random segments of pipe will not be permitted for straight runs of casing. 10 a. Closing piece segments, however, shall be acceptable. 11 7. When required by installation method, provide grout/lubricant ports along the pipe 12 at intervals of 10 feet or less. 13 a. Ports and fittings shall be attached to the pipe in a manner that will not 14 materially affect the strength of the pipe nor interfere with installation of carrier 15 pipe. 16 b. Plugs for sealing the fittings shall be provided by the Contractor and shall be 17 capable of withstanding all external and internal pressures and loads without 18 leaking. 19 B. Materials 20 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade BS 21 except that Hvdrostatic Testing as indicated in Paragraph 16 shall not be 22 required. 23 2. Dimensional Tolerances 24 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are 25 compatible with performance requirements and proposed installation methods 26 that meet or exceed the specific requirements below: 27 1) Minimum wall thickness at any point shall be at least 87.5 percent of the 28 nominal wall thickness. 29 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal 30 circumference, whichever is less. 31 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 32 diameter. 33 4) Roundness such that the difference between the major and minor outside 34 diameters shall not exceed 0.5 percent of the specified nominal outside 35 diameter or 1/4 inch, whichever is less. 36 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot 37 length. 38 3. All steel pipe shall have square ends. 39 a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from 40 a true plane perpendicular to the axis of the pipe and passing through the center 41 of the pipe at the end. 42 b. When pipe ends have to be beveled for welding, the ends shall be beveled on 43 the outside to an angle of 35 degrees with a tolerance of ± 2'/2 degrees and with 44 a width of root face 1/16 inch ± 1/32 inch. 45 4. Steel Casing Pipe connections shall be achieved by full penetration field butt 46 welding or an integral machine press -fit connection (Permalok or equal), prior to 47 jacking of the pipe. CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 Addendum No. 4 City Project No. 104484 33 05 22 -6 STEEL CASING PIPE Page 6 of 7 1 5. Steel Casing Pipe shall be fabricated with longitudinal weld seams, or spiral 2 Double Submersed Arc Welds (DSAW). 3 a. All girth weld seams shall be ground flush. 4 C. Finishes 5 1. None Required. 6 2.3 ACCESSORIES [NOT USED] 7 2,4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Method for installation of Steel Casinll Pipe for By Other than Open Cut shall be in accordance with Section 33 05 27. Method of Installation allowed at each location shall be as specified in the above mentioned Specifications and on the Drawines. Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. 1. Steel Casing Pipe by Other than Open Cut at STA 6+024 to STA 13+25.37. STA 21+24.67 to STA 25+64.20, and STA 26+72 to STA 29+65.93 shall onlv be permitted to be installed by Open -Shield Pipeiackine as specified in Section 33 0527. 2. 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 jacking of the pipe. 3. Allowable joint types for each crossing are shown on the Drawings. 4. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 5. Integral machined press -fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 33 05 27 and 33 05 45. CITY OF FORT WORTH FWCC - Part 14 -Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 Addendum No. 4 City Project No. 104484 1 2 3 4 5 6 7 8 9 10 12 13 330522-7 STEEL CASING PIPE Page 7 of 7 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2013 D.Johnson 2.2.A — Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 Addendum No. 4 City Project No. 104484 33 05 24- 1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page l of 12 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART1- GENERAL 4 1.1 SUMMARY 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 A. Section Includes: 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner plate at locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. Modified LLCA: Replaced reference to Concrete Pressure Pipe with reference to Fiberglass Reinforced Pipe for Gravity Sewers. 2. Added 1.1.C.5: Reference to Open -Shield Piveiackine Specification. 3. Modified 1.2.A.1.c.3 and 1.2.A.2.c.3: Revised text for clarity. 4. Modified 1.6.A.1/2: Revised text for clarity. 5. Modified 1.6.B.1: Submittals required for 24-inch and larger carrier pipe. 6. Modified 1.6.B.3.c: Added "and calculations" to submittal requirements for alternate casing spacers. 7. Added 1.5.B.4 — Bid Alternate Casing Support Design 8. Modified 1.6.B.6: changed "casing" to "carrier" for clarity. 9. Deleted 1.6 B.6.a., c.4. and 5: unnecessary submittal items. 10. Modified 1.6.B.6.d.2.a. through e: changed formatting for clarity. 11. Modified 1.6.B.6.g: changed calculation requirements for clarity. 12. Modified 1.6.B.6.f: added requirement for contractor to submit calculations for anticipated grout installation. 13. Modified 1.6.B.6.2: deleted limiting requirement for pipe size requiring buoyant force calculation submittals. 14. Modified 1.6.B.6.h: deleted "if required" at end of reauirement for submittal of methods to prevent buckling during annular grouting. 15. Added 1.6.B.6.i: added requirement for daily reporting of grout volumes. pressures, problems, etc. 16. Modified 2.2.B.1: DIP not allowed for this proiect. 17. Modified 2.2.B.3.a.1: Added requirement for foaming agent to meet ASTM C869. 18. Modified 2.2.B.3.c.1: lowered annular grout to 150psi minimum at 28 days. 19. Modified 2.2.B.3.d: added "damage" to reauirement. 20. Modified 2.2.B.4/5: For Contractor -Designed supports and end seal clarification. 21. Modified 3.4.B.1: Allow wider tolerance for line and grade for siphon piping only. 22. Modified 3.4.C.2.a/b/c/d: Include pipe supports CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised June 19, 2013 City Project No. 104484 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 12 1 23. Modified 3.4.C.3: Differentiate between manufactured spacers and 2 Contractor -designed pipe supports 3 24. Deleted 3A.C.211: Guide rails shall be allowed for installation of carrier pipe. 4 25. Modified 3.4.C.2.h: changed "carrier" to "casing spacer" for claritv. 5 26. Modified 3.4.C.4.d: added "carrier" for claritv. 6 27. Modified 3.4.D.2: require end seals to be used to contain grout backfill. 7 28. Modified 3.7.A: Reporting is required for 24-inch and lareer casing pipe for 8 runs lonLyer than 250 feet. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 33 0130 — Sewer and Manhole Testing 14 4. Section 33 31 13 — Fiberglass Reinforced Pipe for Gravitv Sewers 15 5. Section 33 05 27 — Open -Shield Piveiacking 16 1.2 PRICE AND PAYMENT PROCEDURES 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Measurement and Payment 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Casing Spacers/Contractor-designed carrier pipe supports 4) End seals/bulkheads 5) Annular Space Grout 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner Payment b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Water Carrier Pipe" complete in place for: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 24- 3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 12 1 a) Various Sizes 2 c. The price bid shall include: 3 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 4 as specified by the Drawings 5 2) Mobilization 6 3) Joint restraint 7 4) Casing Spacers 8 5) End seals 9 6) Annular Space Grout 10 7) Excavation 11 8) Hauling 12 9) Disposal of excess material 13 10) Clean-up 14 1.3 REFERENCES 15 A. Definitions 16 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 17 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 18 ground and provides a stable underground excavation for installation of the carrier 19 pipe 20 B. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. American Society of Testing and Materials (ASTM) 25 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 26 Specimens. 27 b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 28 Mortars (Using 2-in or [50 mm] Cube Specimens). 29 c. C869, Standard Specification for Foaming Agents Used in Making Preformed 30 Foam for Cellular Concrete 31 d. D638, Standard Test Method for Tensile Properties of Plastics. 32 3. International Organization for Standardization (ISO): 33 a. 9001, Quality Management Systems - Requirements. 34 4. Occupational Safety and Health Administration (OSHA) 35 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 36 1926, Subpart S, Underground Construction and Subpart P, Excavation. 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 33 00. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Product Data 43 1. Casing Isolators/Spacers/Pipe Supports CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised June 19, 2013 City Project No. 104484 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 12 1 a. Material Data 2 2. Annular Space Grout Mix 3 a. Material Data 4 B. Shop Drawings 5 1. Required for 24-inch and larger carrier pipe installations 6 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 7 construction methods to be employed. 8 3. Casing Spacers/Isolators 9 a. Detail drawings and manufacturer's information for the casing isolators/spacers 10 that will be used. 11 1) Include dimension and component materials and documentation of 12 manufacturer's ISO 9001:2000 certification. 13 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 14 by -case basis. 15 c. For consideration of alternate method, submit a detailed description of method 16 including details and calculations. 17 4. Contractor -Designed Carrier Pipe Supports (for Bid Alternative No. I — Single 18 Large Casing) 19 a. Submit a detailed description of pipe support system and method of 20 installation. 21 b. Detail drawings for the carrier pipe supports that will be used, including 22 dimensions and component materials. 23 c. Submit design calculations (sealed by a licensed Engineer in the State of 24 Texas) demonstrating that the carrier pipe supports can safely resist all 25 applicable installation loads including pipe dead weight (including anv 26 water filling), and buovant uplift forces generated during annular mace 27 grouting. 28 5. End seal or bulkhead designs and locations for casing/liners. 29 6. Annular Space (between carrier pipe and casing/tunnel liner plate) Grouting Work 30 Plan and Methods including: 31 a. Details of equipment 32 b. Grouting procedures and sequences including: 33 1) Injection methods 34 2) Injection pressures 35 3) Monitoring and recording equipment 36 c. Grout mix details including: 37 1) Proportions 38 2) Admixtures including manufacturer's literature 39 3) Laboratory test data verifying the strength of the proposed grout mix 40 4) Proposed grout densities 41 5) Viscositv 42 6) Initial set time of grout 43 7) Data for these requirements shall be derived from trial batches from 44 an approved testing laboratory. 45 8) Submit a minimum of 3 other similar vroiects where the proposed 46 grout mix design was used. 47 d. Submit calculations indicating anticipated volumes of grout to be pumped for 48 each application and reach grouted. CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised June 19, 2013 City Project No. 104484 33 05 24- 5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 12 1 e. Provide buovant force and hvdrostatic bucklinu calculations during 2 uroutin2 and measures to prevent damage to the pipe or the casing 3 spacers/pipe supports. 4 1) Calculations sealed by a licensed Engineer in the State of Texas. 5 f. Description of methods and devices to prevent buckling of carrier pipe during 6 grouting of annular space. 7 g. Reports and Records: 8 1) Maintain and submit dailv lots of uoutinu operations, includin>?: 9 a) Grouting locations, pressures, volumes, shout mix pumped, time of 10 pumping, and anv problems or unusual observations on lots. 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE 14 A. Certifications 15 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 16 IS09001:2000. 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED 10R] OWNER-SUPPLIEDPRODUCTS [NOT USED] 22 2.2 MATERIALS 23 A. Manufacturers 24 1. Only the manufacturers as listed on the City's Standard Products List will be 25 considered as shown in Section 01 60 00. 26 a. The manufacturer must comply with this Specification and related Sections. 27 2. Any product that is not listed on the Standard Products List is considered a 28 substitution and shall be submitted in accordance with Section 0125 00. 29 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 30 regularly engaged in the manufacturing of casing spacers/isolators. 31 B. Design Criteria and Materials 32 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 33 indicated in PART 3 of this Specification, incorporating all support/insulator 34 dimensions required. 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 CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised June 19, 2013 City Project No. 104484 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 33 05 24- 6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 12 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and greater AWWA C301 (Restrained) 33 11 15 Sanitary DIP (with Ceramic Epoxy) 33 11 10 Sewer Line 8-16 PVC C900 DR14 33 31 20 DIP (vAth Cer-afnie Epoxy) 33 >> >n �o 18 and greater Fiberglass 33 31 13 2. Grout of annular space a. For gravity sewer carrier pipe installation: 1) Fill all voids between the carrier pipe and the casing or liner with grout. 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces shall be in contact with the grout. b. For water line installation: 1) No annular space fill will be used. 3. Grout Mixes a. Low Density Cellular Grout (LDCG) 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be LDCG. 2) The LDCG shall be portland cement based grout mix with the addition of a foaming agent designed for this application. The foaming agent shall conform to ASTM C 869. 3) Develop one or more grout mixes designed to completely fill the annular space based on the following requirements: a) Provide adequate retardation to completely fill the annular space in one monolithic pour. b) Provide less than one (1 %) percent shrinkage by volume. c) Compressive Strength (1) Minimum strength of 10 psi in 24 hours, 150 psi in 28 days d) Design grout mix with the proper density and use proper methods to prevent floatation or damaee of the carrier pipe. e) Proportion grout to flow and to completely fill all voids between the carrier pipe and the casing or liner. 4. End Seals/Bulkheads a. Provide end seals or bulkheads at each end of the casing or liner to close the casing/liner ends to prevent the inflow of water or soil and/or to contain Lyrout during annular soace filling. 1) For water piping less than 24-inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. 2) For water piping 24-inch diameter and greater, use pull -on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 3) For sewer piping, fie end seals or bulkheads shall be used are feEtHired sineethe to contain the annular space ry out• between the e the casing will be gr-ettted. b. Design end seals to withstand the anticipated soil or grouting pressure and be watertight to prevent groundwater from entering the casing. 5. Casing Spacers/Insulators/Contractor-Designed Carrier Pipe Supports CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 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 33 05 24- 7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 12 a. Provide casing spacers/insulators/supports to support the carrier pipe during installation and grouting (where grout is used). 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing spacers/isolators. 2) Mortar bands shall be in accordance with Section 33 11 13. 3) Provide restrained-stvle casing spacers to hold all pipes stable during grouting operations and prevent floating or movement. 4) Suitable for supporting weight of carrier pipe without deformation or collapse during installation 5) Provide adequate space for flow of annular space grout to fill all voids. Spacers/insulators/supports shall maintain a minimum of 6 inches clear between all surfaces of the carrier pipe(s) and the casing pipe/tunnel liner inside surface. b. Manufactured Casing Spacers/Isolators material and properties: 1) Shall be minimum 14 gage 2) For water pipe, utilize Stainless Steel. 3) For sewer pipe, utilize Coated Steel. 4) Provide dielectric strength sufficient to electricallv isolate each component from one another and from the casing. 5) Design risers for appropriate loads, and, as a minimum: a) Provide 10 gage steel risers (1) Provide stainless steel bands and risers for water installations. 6) Band material and criteria a) Provide polvvinvl chloride inner liner with: (1) Minimum thickness of 0.09 inches (2) Durometer "A" of 85-90 hardness (3) Minimum dielectric strength of 58,000 volts 7) Runner material and criteria a) Provide pressure -molded glass reinforced polvmer or UHMW with: (1) Minimum of 2 inches in width and a minimum of 11 inches in length. b) Attach to the band or riser with 3/8 inch minimum welded steel or stainless steel studs. c) Runner studs and nuts shall be recessed well below the wearing surface of the runner (1) Fill recess with a corrosion inhibiting filler. e. Disef 1,v;,tl,r 1) P-mvide sufficient height with attaehe f e .ltait a nrn1ma7r. e of 2 inehes between the outside of eaffier- pipe bells of eotiplings and the side ofth , S lir`. cur:- . CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 24- 8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 12 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 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 3.4 INSTALLATION A. General 1. Carrier pipe installation shall not begin until the following tasks have been completed: a. All required submittals have been provided, reviewed and accepted. b. All casing/liner joints are watertight and no water is entering casing or liner from any sources. c. All contact grouting is complete. d. Casing/liner alignment record drawings have been submitted and accepted by City to document deviations due to casing/liner installation. e. Site safety representative has prepared a code of safe practices and an emergency plan in accordance with applicable requirements. 2. The carrier pipe shall be installed within the casings or liners between the limits indicated on the Drawings, to the specified lines and grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities and the public. B. Control of Line and Grade 1. Install Carrier pipe inside the steel casing within the following tolerances: a. Inverted Siphon Carrier Pipe Only: 1) Horizontal a) f 3 inches from design line 2) Vertical a) t3 inch from design grade b. All Others: 1) Horizontal a) t 2 inches from design line 2) Vertical a) f 1 inch from design grade 2. Check line and grade set up prior to beginning carrier pipe installation. 3. Perform survey checks of line -and -grade of carrier pipe during installation operations. 4. The Contractor is fully responsible for the accuracy of the installation and the correction of it, as required. a. Where the carrier pipe installation does not satisfy the specified tolerances, correct the installation, including if necessary, redesign of the pipe or structures at no additional cost to City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 24-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 12 1 C. Installation of Carrier Pipe 2 1. Pipe Installation 3 a. Remove all soil from casing or liner. 4 b. Grind smooth all rough welds at casing joints. 5 2. Installation of Casing Spacers/Pipe Supports 6 a. Provide casing spacers, insulators, Contractor -designed carrier pipe 7 supports or other approved devices to prevent flotation, movement or damage 8 to the pipe during installation and grout backfill placement. 9 b. Assemble and securely fasten casing spacers/supports to the pipeline to be 10 installed in casings or tunnels. 11 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 12 insulators/supports and pipe insertion. 13 d. Install spacers/supports in accordance with manufacturer's recommendations 14 or Contractor's submitted methods. 15 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 16 and the casing. 17 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 18 the casing/liner in a manner that could damage the pipe or coatings. 19 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 20 lubricant to minimize friction when installing the carrier pipe. 21 h. The casin>4 spacer shall be electrically isolated from the carrier pipe and from 22 the casing. 23 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 24 firm, uniform and continuous support for the pipe. If the trench requires some 25 backfill to establish the final trench bottom grade, place the backfill material in 26 6-inch lifts and compact each layer. 27 J. After the casing or tunnel liner has been placed, pump dry and maintain dry 28 until the casing spacers and end seals are installed. 29 3. Manufactured Casing Spacer/Insulator Spacing 30 a. Maximum distance between spacers is to be 6 feet. 31 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 32 1) Install 2 spacers within 1 foot on each side of the bell or flange. 33 2) Remaining 2 spacers shall be spaced equally. 34 c. If the casing or pipe is angled or bent, reduce the spacing. 35 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 36 of size of casing and pipe or type of spacer used. 37 e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 38 spigot into the bell. 39 4. After installation of the carrier pipe: 40 a. Mortar inside and outside of the joints, as applicable 41 b. Verify electrical discontinuity between the carrier pipe and tunnel liner. 42 1) If continuity exists, remedy the short, by all means necessary including 43 removing and reinstalling the carrier pipe, prior to applying cellular grout. 44 c. If hold down jacks, pipe supports, or casing spacers are used, seal or plug the 45 ends of the casing. 46 d. If steel carrier pipe is used, and not welded prior to installation in casing/liner, 47 welding of pipe will only be allowed after grouting of annular space is 48 complete. CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised June 19, 2013 City Project No. 104484 3305 24 - 10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 12 1 D. Installation of End Seals 2 1. For Water Pipes 3 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 4 b. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the 5 casing. Securely fasten with stainless steel bands. 6 2. For Sewer Pipes 7 a. Grout annular space between carrier pipe and casing as indicated in this 8 Specification, usine bulkheads or end seals to contain erout backfill. 9 E. Annular Space Grouting (For Sewer Only) 10 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 11 operation as necessary. 12 2. Mixing of Grout 13 a. Mix material in equipment of sufficient size to provide the desired amount of 14 grout material for each stage in a single operation. 15 1) The equipment shall be capable of mixing the grout at the required densities 16 for the approved procedure and shall be capable of changing the densities 17 as required by field conditions. 18 3. Backfill Annular Space with Grout 19 a. Prior to filling of the annular space, test the carrier pipe in accordance with 20 Section 33 0130. 21 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 22 do not exceed this pressure. 23 c. After the installation of the carrier pipe, the remaining space (all voids) between 24 the casing/liner and the carrier shall be filled with LDCG grout. 25 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 26 be in contact with the grout. 27 2) Grout shall be pumped through a pipe or hose. 28 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 29 pipe during grouting. 30 4. Injection of LDCG Grout 31 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 32 approved recommendations or 5 psi (whichever is lower). 33 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 34 velocity, and pressure compatible with the size/volume of the annular space. 35 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 36 grouting procedures require multiple stages. 37 d. Grout placements shall not be terminated until the estimated annular volume of 38 grout has been injected. 39 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 40 6. Protect and preserve the interior surfaces of the casing from damage. 41 3.5 REPAIR / RESTORATION [NOT USED] 42 3.6 RE -INSTALLATION [NOT USED] 43 3.7 FIELD [OR] SITE QUALITY CONTROL 44 A. Reports and Records required for casing pipe installations greater than 24-inches 45 and longer than 250 feet CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised June 19, 2013 City Project No. 104484 33 05 24 - 11 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page l 1 of 12 1 1. Maintain and submit daily logs of grouting operations. 2 a. Include: 3 1) Grouting locations 4 2) Pressures 5 3) Volumes 6 4) Grout mix pumped 7 5) Time of pumping 8 2. Note any problems or unusual observations on logs. 9 B. Grout Strength Tests 10 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 11 cylinder molds or grout cubes obtained during grouting operations. 12 2. City will perform field sampling during annular space grouting. 13 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 14 cubic yards of grout injected but not less than 1 set for each grouting shift. 15 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 16 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 17 c. Remaining samples shall be tested as directed by City. 18 C. Safety 19 1. The Contractor is responsible for safety on the job site. 20 a. Perform all Work in accordance with the current applicable regulations of the 21 Federal, State and local agencies. 22 b. In the event of conflict, comply with the more restrictive applicable 23 requirement. 24 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 25 shafts/pits. 26 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 27 applicable local, State and Federal regulations. 28 3. Methods of construction shall be such as to ensure the safety of the Work, 29 Contractor's and other employees on site and the public. 30 4. Fumish and operate a temporary ventilation system in accordance with applicable 31 safety requirements when personnel are underground. 32 a. Perform all required air and gas monitoring. 33 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 34 atmosphere free of toxic or flammable gasses in all underground work areas. 35 5. Perform all Work in accordance with all current applicable regulations and safety 36 requirements of the federal, state and local agencies. 37 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 38 Underground Construction and Subpart P, Excavations. 39 b. In the event of conflict, comply with the more stringent requirements. 40 6. If personnel will enter the pipe during construction, the Contractor shall develop an 41 emergency response plan for rescuing personnel trapped underground in a shaft 42 excavation or pipe. 43 a. Keep on -site all equipment required for emergency response in accordance with 44 the agency having jurisdiction CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised June 19, 2013 City Project No. 104484 330524-12 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 12 of 12 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 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 1.1.0 — Added Concrete Pressure Pipe Specification reference. 6/19/2013 D. Johnson 2.2.B.5 — Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3 — Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised June 19, 2013 City Project No. 104484 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 SECTION 33 05 27 OPEN -SHIELD PIPEJACKING PART GENERAL 1.1 SUMMARY 33 05 27 OPEN -SHIELD PIPEJACKING Page l of 15 A. Section Includes: 1. Minimum requirements for the installation of casing pipe using open -shield pipejacking. Open -shield pipejacking shall be used to install steel casing pipe at locations shown on the Drawings. Jacking pipe shall be provided in accordance with 33 05 22 — Steel Casing Pipe. B. Deviations from this City of Fort Worth Standard Specification 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 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. 33 05 22 — Steel Casing Pipe 4. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 5. 33 05 41 — Shaft Excavation and Support 6. 33 05 42 — Water Control for Shaft and Tunnel Construction 7. 33 05 43 — Portal Stabilization 8. 33 05 44 — Settlement Monitoring 9. 33 05 45 — Contact Grouting 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. This Item is considered subsidiary to Steel Casing Pipe installation. 2. Payment: a. The work performed and materials furnished in accordance with this Item are considered subsidiary to the unit price bid per unit linear foot of By Other than Open Cut installation of Steel Casing to be completed in place and no other compensation will be allowed. 1.3 REFERENCES A. Definitions: 1. Open -Shield Pipejacking: Open -shield pipejacking is a technique for installing jacking pipe from a jacking shaft to a receiving shaft, using hydraulic jacks. Soil/rock excavation is carried out within a shield in front of the lead pipe segment using hand - mining, mechanical methods such as a roadheader or digger -boom, or with mechanized equipment such as a rotary tunnel boring machine (TBM). The excavation method should be chosen to be compatible with the anticipated ground CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 27 OPEN -SHIELD PIPEJACKING Page 2 of 15 1 conditions. The shield is steerable using hydraulic or mechanical jacks to orient an 2 articulated section of the shield, and guidance is provided using a laser, theodolite, or 3 gyroscope system supplemented with a water level if necessary. 4 2. Jacking Pipe: The pipe jacked behind the shield. The jacking pipe shall be 5 specifically designed to be installed by pipejacking. 6 3. Intermediate Jacking Station (IJS): A fabricated steel cylinder fitted with hydraulic 7 jacks spaced around the circumference, which is incorporated into the pipeline 8 between two specially fabricated pipe sections. The function of an IJS is to distribute 9 the jacking load along the pipe string during pipe installation. The hydraulic jacks are 10 removed at the completion of a drive and the gap between adjacent pipe sections is 11 fully closed by pushing the pipes together with the main shaft jacks or another IJS. 12 The steel cylinder remains as an extended sleeve or coupling. The steel cylinder must 13 be protected from corrosion, consistent with corrosion protection used for the jacking 14 pipe and joints. 15 4. Launch/Retrieval Seal or Entry/Exit Seal: A mechanical seal usually comprised of 16 one or more rubber flanges attached to a steel housing that is mounted to the wall of 17 the jacking/receiving shaft. The shield or jacking pipe distends the flange seal as it 18 passes through, reducing water, lubricant, and soil/rock inflows into the shaft during 19 pipejacking operations. 20 5. Lubrication/Grout Port: A port located within the shield or in a jacking pipe segment, 21 fitted with a one-way valve, for injection of lubrication material or grout into the 22 annular space between the pipe and the ground. 23 6. Obstruction: An object that lies completely or partially within the cross-section of the 24 tunnel and that prevents continued forward progress of the shield or jacking pipes 25 along the design path, and within allowable tolerances, after all diligent efforts to 26 advance past the object by the Contractor have failed. 27 B. Reference Standards: 28 1. Reference standards cited in this Specification refer to the current reference standard 29 published at the time of the latest revision date logged at the end of this Specification, 30 unless a date is specifically cited. 31 2. Occupational Safety and Health Administration (OSHA) 32 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 33 1926 Subpart P — Excavations, and Subpart S — Underground Construction. 34 C. Reference Documents: 35 1. "Geotechnical Engineering Report — TRV Channel Segment Utility Relocations, Part 36 14 Segment C, Fort Worth, Texas", G&AI Project No. 13-0466, August 3, 2015. 37 2. "Geotechnical Engineering Report — TRV Channel Segment Utility Relocations, Part 38 14 Segment C, Fort Worth, Texas", G&AI Project No. 17-0038, June 21, 2017. 39 1.4 ADMINISTRATIVE REQUIREMENTS 40 A. The Contractor shall provide written notice to the Engineer at least 72 hours in advance of 41 the planned launch of the pipejacking drive. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 ?7 OPEN -SHIELD PIPEJACKING Page 3 of 15 1 B. All work by the Contractor shall be done in the presence of the Engineer unless the 2 Engineer grants prior written approval to perform such work in Engineer's absence. 3 1.5 SUBMITTALS 4 A. Submittals shall be made in accordance with Section 01 33 00. 5 B. All submittals shall be approved by the Engineer or the City prior to delivery. 6 C. Review and acceptance of the Contractor's submittals by the Engineer shall not be 7 construed in any way as relieving the Contractor of its responsibilities under this Contract. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Qualifications: 10 1. Submit the names of the project superintendent, shield operator(s)/tunnel foreman, site 11 safety representative, and surveyor. 12 2. Submit personnel qualifications in accordance with Paragraphs 1.9 B through E. 13 3. Provide qualifications and training records for site safety representative, personnel 14 responsible for air quality monitoring, and licensed surveyor. 15 B. Shop Drawings: 16 1. Pipejacking Equipment: Submit the following describing the pipejacking equipment 17 and construction methods: 18 a. A detailed description of the methods and equipment to be used in completing 19 each pipejacking drive. 20 b. Manufacturer's literature describing the pipejacking system including the shield 21 and all ancillary equipment. Provide descriptions of projects on which this 22 system has been successfully used including names, current addresses, and 23 telephone numbers of owner's representatives for these projects as well as 24 length, diameter, ground conditions, and pipe material used. 25 C. The excavation diameter based upon the outermost dimensions of the shield. 26 Also provide the radial overcut, which shall be determined as the difference 27 between the maximum excavation diameter and the outer diameter of the 28 jacking pipe, divided by two. 29 d. A description of the alignment control system. 30 1) Provide manufacturer's literature and drawings, showing setup and 31 support provisions, and other details for the laser, gyroscope, water level, 32 and/or theodolite system. Confirm that these systems can achieve the 33 required line and grade within the specified tolerances. 34 2) Submit a description of surveying methods to set guidance system 35 positions and a description of procedures to check and reset or realign 36 guidance system during construction, including how the alignment system 37 will be mounted so as not to be affected by jacking operations. 38 3) Submit a description of methods to ensure that thrust block, entry seal, and 39 jacking frame are installed on proper line and grade. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 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 2 33 05 27 OPEN -SHIELD PIPEJACKING Page 4of15 4) Submit results of line and grade survey to ensure that the thrust block, jacking frame, and launch and retrieval seals are installed properly, prior to launch. e. Capacity, number, and arrangement of main jacks. Provide details of: 1) Thrust block 2) Jacking frame and thrust ring 3) Jacking calibration data (hydraulic pressure vs. jacking force relationship for each stage of the jacks). f. Details of pipe lubrication injection system and pipe lubricants to be used during pipejacking, including: 1) Manufacturer's literature and SDS sheets. 2) A description of proposed lubrication procedures during jacking, including estimated volumes of lubricant that will be pumped. 3) Confirm that sufficient volume of lubricant will be pumped at all times to completely fill the annular space outside the jacking pipe. g. Detailed description of equipment and procedures for spoil removal, containment, transport, and off -site disposal. Provide written documentation from the disposal site(s) indicating that they will accept the spoil and are in compliance with applicable regulations. h. Drawings and design details for intermediate jacking stations (where used), indicating: 1) Number required 2) Shell materials 3) Proposed spacing 4) Criteria for installing 5) Method of operation 1. Ventilation and air quality monitoring system, including monitors for shield or TBM deactivation and alarm activation. Shaft Layout Drawings: a. The Contractor shall submit shaft layout drawings for both jacking and receiving shafts detailing dimensions and locations of all equipment. b. The Contractor's layout drawings shall show that all equipment and operations will be completely contained within the allowable work areas shown on the Drawings. 3. Calculations: CITY OF FORT WORTH a. Calculations shall be consistent with information provided in the Geotechnical Engineering Reports. Calculations shall be prepared, stamped and signed by a Civil or Structural engineer licensed in the State of Texas. FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 27 OPEN -SHIELD PIPEJACKING Page 5 of 15 1 1) Provide an estimate of the maximum jacking force expected to complete 2 each drive, accounting for both face pressures and frictional resistance 3 along the pipe string. 4 2) Calculations demonstrating that the ground behind the thrust block can 5 transfer the maximum planned jacking forces exerted by the main jacks to 6 the ground during pipe installation with an acceptable factor of safety of at 7 least 1.5, without excessive deflection or displacement. The thrust block 8 capacity submittal shall be coordinated between the Contractor, shaft 9 subcontractor, and pipejacking subcontractor to ensure an adequate 10 jacking system is provided to complete the work. 11 4. Schedule: 12 a. Provide a schedule for all pipejacking work, identifying all major construction 13 activities as independent items. The schedule shall include, at a minimum, the 14 following activities: mobilization, water control, shaft excavation and support, 15 working slab construction, thrust block construction, jacking equipment setup, 16 entry/exit seal installation for launch/retrieval of shield, portal stabilization and 17 testing, pipejacking, retrieval of the shield, contact grouting, installation of carrier 18 pipe, shaft backfill, site restoration, cleanup, and demobilization. 19 b. The schedule shall also include the planned work hours and workdays. 20 C. Daily Records: The following daily records shall be submitted to the onsite Engineer for 21 review, by noon on the day following the shift for which the data or records were taken: 22 1. Jacking Records: The Contractor shall provide complete written jacking records to the 23 Engineer. These records shall include, at a minimum: date, time, name of operator, 24 tunnel drive identification, installed pipe number and corresponding tunnel length, 25 time required to jack each pipe and time required to set subsequent pipe, spoil 26 volumes (muck carts per pipe joint, and estimated volume per cart), ground conditions 27 including occurrences of unstable ground and estimated groundwater inflow rates if 28 any, jacking forces, steering jack positions, line and grade offsets and any movement 29 of the guidance system, hydraulic pressures of excavation equipment 30 (TBM/roadheader torque, digger arm pressure, etc.), shield roll, intermediate jacking 31 station use and jacking forces, volume and location of lubricant pumped, and 32 problems encountered with the pipejacking shield or other components or equipment, 33 and durations and reasons for delays. 34 2. Manually recorded observations shall be made at intervals of not less than three times 35 per pipe, as conditions change, and as directed by the Engineer. 36 3. At least fourteen (14) days prior to the launch of the shield, the Contractor shall 37 submit samples of the jacking logs or records to be used. 38 D. Safety Plan: 39 1. Submit a Safety Plan for the pipejacking operations including: 40 a. Air monitoring equipment 41 b. Procedures and provisions for lighting, ventilation, and electrical system 42 safeguards. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 27 OPEN -SHIELD PIPEJACKING Page 6 of 15 1 C. Provide name of site safety representative responsible for implementing safety 2 program 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Failure to meet the qualification requirements is failure to fulfill the Contract and the 7 Contractor will be required to obtain a subcontractor that meets the qualification 8 requirements. 9 B. The project superintendent shall have at least five (5) years of experience supervising open- 10 shield pipejacking construction. The Contractor shall submit details of referenced projects 11 including owner's name and contact information, project superintendent, and shield 12 operators. 13 C. The open -shield pipejacking operator(s)/tunnel foreman shall have technical training in the 14 operation of the proposed open -shield pipejacking equipment and shall have completed, as a 15 primary operator/foreman, at least five (5) similar open -shield pipejacking tunnel drives of 16 at least 300 feet of pipejacking on each drive. At least one drive shall have been completed 17 beneath a flood control levee. At least two (2) of the drives shall have tunnel diameters 18 equal to or greater than 72 inches. At least one (1) drive completed shall have a length of at 19 least 700 feet. The Contractor shall submit details of referenced projects including owner's 20 name and contact information, project superintendent, and machine operators. If the 21 Contractor proposes to complete the Bypass Channel crossing using Bid Alternate No. 1 22 (single large casing), submit details of at least two (2) completed drives with excavation 23 diameters equal to or greater than 108 inches. 24 D. The site safety representative and personnel responsible for air quality monitoring shall be 25 experienced in tunnel construction and shall have current certification by OSHA. 26 E. The surveyor responsible for line -and -grade control shall be a Licensed Surveyor registered 27 in the State of Texas who has prior experience on trenchless projects. 28 F. The Contractor shall immediately notify the Engineer, in writing, when any problems are 29 encountered with equipment or materials, or if the Contractor believes the conditions 30 encountered are materially and significantly different from those represented within the 31 Contract Documents. 32 G. The Contractor shall allow access to the Engineer and shall furnish necessary assistance and 33 cooperation to aid the Engineer in observations, measurements, data, and sample collection, 34 including, but not limited to the following: 35 1. The Engineer shall have access to the pipejacking shield and jacking system hydraulic 36 pressure gauges prior to, during, and following all pipejacking operations. 37 Additionally, the Contractor shall allow the Engineer reasonable access to the 38 pipejacking shield for inspection of the excavation face. 39 2. The Engineer shall have access to the jacking and reception shafts prior to, during, 40 and following all jacking operations. The Contractor shall provide safe access in 41 accordance with all safety regulations. This shall include, but not be limited to: 42 a. Visual inspection of installed pipes 43 b. Launch and retrieval seals CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 27 OPEN -SHIELD PIPEJACKING Page 7 of 15 1 C. Verification of line and grade. 2 3. The Engineer shall have access to spoils removed from the tunnel excavation prior to, 3 during, and following all pipejacking operations. The Engineer shall be allowed to 4 collect samples from the muck buckets or spoil piles a minimum of once per installed 5 pipe section, or every ten (10) feet, whichever is more often, and at any time when 6 changes in ground conditions or obstructions are apparent or suspected. 7 4. The Engineer shall have access to the bentonite lubrication plant prior to, during, and 8 following all jacking operations. This shall include, but not be limited to, access to 9 visually inspect: 10 a. Storage and mixing tanks 11 b. Lubricant pressures and pumping rates 12 C. Amount and type of lubricants on site. 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED[ 16 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 MATERIALS 20 A. Steel Casing Pipe: Steel casing pipe used as jacking pipe shall conform to 33 05 22 — Steel 21 Casing Pipe. 22 B. Design Criteria: 23 1. Pipejacking Equipment: 24 a. The open-faced pipejacking shield shall be designed to support all ground loads 25 which may be imposed upon it as well as any surcharge loads and loads imposed 26 by the thrust jacks, steering mechanisms, and other appurtenances. 27 b. The pipejacking shield, including the weight, dimensions, steering capabilities, 28 excavation capabilities, and other characteristics, shall be suitable for, and 29 capable of, efficiently advancing through the conditions indicated in the 30 Geotechnical Engineering Report, and the conditions anticipated by the 31 Contractor. The spoil conveyance system shall also be designed for the full 32 range of ground conditions indicated. 33 C. The shield shall be continuous around its full perimeter and shall have suitable 34 breast tables, sand shelves, breast jacks, closeable flood doors, or other such 35 provisions as necessary to support the excavation face and prevent loss of ground. 36 d. The shield shall be capable of fully supporting the excavation face at all times, 37 including periods of shutdown or raveling/running/flowing ground conditions. 38 e. Non -rotary type shields shall have a hood that covers the crown and projects not 39 less than two (2) feet nor more than three (3) feet beyond the shield edge. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 27 OPEN -SHIELD PIPEJACKING Page 8 of 15 1 f. If a rotary -type cutterhead is used, the cutterhead shall have a reversible drive 2 system so that it can rotate in either direction or have other suitable provisions to 3 minimize rotation or roll of the shield and/or pipe during installation. 4 g. The pipejacking shield shall have an articulation joint between two segments of 5 the shield to allow for steering. 6 h. The shield shall be steerable in both the vertical and horizontal directions to 7 allow the operator to maintain line and grade within the specified tolerances 8 listed in Paragraph 3.4 C 7. 9 i. The shield shall be laser, theodolite, water level, or gyroscope guided, and 10 monitored continuously by the operator. 11 j. The guidance system shall be designed to function at the maximum required 12 drive length without loss of accuracy or reliability of function. 13 k. The shield shall have provisions to prevent material from moving into the tunnel 14 through the articulation joint, and the joint between the tail skin and the pipe. 15 1. The maximum radial overcut for each crossing has been determined based on 16 considerations for potential settlement above the tunnel, drive length, pipe 17 diameter, and ground conditions. The maximum radial overcut shall be one 18 (1.0) inch. The minimum radial overcut shall be one-half (0.5) of one inch. The 19 radial overcut shall be determined as the difference between the maximum 20 diameter created by the cutting teeth or overcut band on the shield (whichever is 21 greater) and the outer diameter of the pipeline, divided by two. 22 m. The jacking system shall be capable of continuously monitoring the jacking 23 pressure, the rate of advancement, and the distance jacked. The jacking system 24 shall develop a uniform distribution of jacking forces on the end of the pipe. 25 n. A lubrication injection system shall be provided to inject pipe lubricant around 26 the shield and jacking pipe to decrease frictional resistance. 27 1) Lubrication materials may include a mixture of bentonite and/or polymers 28 and water. 29 2) Lubrication ports shall be provided in the shield and jacking pipe to allow 30 for lubrication along the pipe string at intervals not more than ten (10) 31 feet. 32 3) Lubrication ports shall be installed in the pipe by the manufacturer. 33 2. A thrust block shall be used to transfer jacking loads to the ground behind the jacking 34 shaft. 35 a. The thrust block face shall be constructed perpendicular to the proposed pipe 36 alignment. 37 b. The thrust block shall be designed to withstand the maximum jacking forces 38 developed by the main jacks, without excessive deflection or displacement. 39 C. Forces applied to the ground shall not exceed the allowable passive earth 40 pressure, with a minimum factor of safety of 1.5, or the strength of the ground 41 support system with consideration of passive earth resistance and allowable 42 deformations of the support system and ground mass. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 27 OPEN -SHIELD PIPEJACKING Page 9 of 15 1 3. Pipe design for jacking loads and acceptable fabrication tolerances is the 2 responsibility of the Contractor. 3 4. Intermediate Jacking Stations: 4 a. Shall be fully gasketed between the interjack shell and each interjack pipe, with 5 two (2) gaskets installed on each jacking pipe. 6 b. The interjack shell shall be protected from corrosion in the same manner as the 7 jacking pipe joints. 8 C. The Contractor shall determine the need for and required spacing of 9 intermediate jacking stations, based on the geotechnical conditions indicated in 10 the Geotechnical Engineering Report, estimated jacking forces, and jacking load 11 capacity of the pipe, jacking frame, and thrust block proposed by the Contractor. 12 d. An IJS shall be installed and used if anticipated or actual jacking forces exceed 13 70% of the allowable design capacity of the jacking pipe, jacking frame, thrust 14 block, or thrust capacity of the main jacks, whichever is lowest. The Contractor 15 may elect to use IJSs before jacking forces reach the threshold values. 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION 20 1. Pipejacking shall not begin until the following tasks have been completed: 21 a. All required submittals have been provided, reviewed, and accepted. 22 b. Jacking and receiving shaft excavations and support systems have been 23 completed in accordance with accepted submittals and the requirements of 33 05 24 41 — Shaft Excavation and Support. 25 C. The Contractor has confirmed that the ground at all portal locations has been 26 stabilized to the extent that it will remain stable while the shield is being 27 launched or received into a shaft, or during jacking operations. The progressive 28 steps identified in 33 05 43 — Portal Stabilization shall be used to confirm 29 suitable stabilization for all entry/exit locations. 30 d. For trenchless shaft penetrations, provide watertight gasketed seals at all 31 locations per 33 05 41 — Shaft Excavation and Support. 32 e. The location, orientation, and grade of the jacking frame or guide rails and 33 entry/exit seals have been surveyed to ensure they are on the proper line and 34 grade and to verify that they are properly supported. 35 f. Guide rails or jacking frame shall be securely attached to the concrete working 36 slab, with supplementary braces, concrete, or grout, as necessary, to prevent 37 movement or shifting during the work. 38 g. A start-up inspection of all mechanical and hydraulic systems associated with 39 the pipejacking operations has been completed. 40 1) The system shall be tested to ensure that the pipejacking shield and 41 supporting equipment is functioning properly. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 27 OPEN -SHIELD PIPEJACKING Page 10 of 15 1 2) The Engineer shall be notified at least 72 hours prior to the start-up 2 inspection and a site inspector representing the City shall be present during 3 the start-up inspection. 4 3) Key shield performance data shall be measured and recorded by the 5 Contractor during this inspection, including cutterhead rotational torque, 6 correct functioning of main and steering jacks, guidance system, and other 7 components. 8 4) The records of the start-up inspection shall be submitted to the Engineer 9 within 24 hours of the completed inspection. 10 h. Site safety representative has prepared a code of safe practices and an 11 emergency plan in accordance with OSHA and other applicable requirements. 12 Provide the Engineer with a copy of each prior to starting pipejacking. 13 i. Hold safety meetings and provide safety instruction for new employees as 14 required by OSHA. 15 j. All specified settlement monitoring instrumentation has been installed, 16 approved, and baselined in accordance with 33 05 44 — Settlement Monitoring. 17 3.4 INSTALLATION 18 A. General: 19 1. The Contractor shall furnish all necessary equipment, power, water, and utilities for 20 pipejacking, pipe lubricant mixing and pumping, spoil removal and disposal, grouting, 21 and other associated work required for the Contractor's methods of construction. 22 2. The Contractor shall properly manage and dispose of groundwater, surface water, and 23 construction water inflows to the shafts and/or tunnels in accordance with the 24 requirements of 33 05 42 — Water Control for Shaft and Tunnel Construction. 25 3. Conduct all operations such that trucks and other vehicles do not interfere with traffic 26 or create a mud, dust, or noise nuisance in the streets and to adjacent properties. 27 Promptly clean up, remove, and dispose of mud or spoil spillage. 28 4. All work shall be done so as not to disturb roadways, railroads, levees, waterways, 29 adjacent structures, landscaped areas, or existing utilities. Any damage shall be 30 immediately repaired to original or better condition. 31 5. Whenever there is a condition that is likely to endanger the stability of the excavation 32 or adjacent structures, the Contractor shall operate with a full crew 24 hours a day, 33 including weekends and holidays, without interruption, until those conditions no 34 longer jeopardize the stability of the work. 35 6. Existing Utilities: 36 a. The Contractor shall notify the Texas One Call system (811 or 800-245-4545) to 37 request marking of utilities by utility owners / operators that subscribe to One 38 Call, and shall individually notify all other known or suspected utilities to 39 request marking of these utilities. 40 b. The Contractor shall confirm that all requested locates are made prior to 41 commencing tunneling operations. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 27 OPEN -SHIELD PIPEJACKING Page I I of 15 1 C. The Contractor shall visually confirm and stake all existing lines, cables, or 2 other underground facilities including exposing all crossing utilities and utilities 3 within ten (10) feet laterally of the designed tunnel. 4 d. Contractor shall make diligent efforts to locate any unmarked or abandoned 5 utilities by conducting a visual site inspection and using available information, 6 maps, and drawings. 7 e. The Contractor shall control drilling and grouting practices to prevent damage to 8 existing utilities 9 B. Pipejacking: 10 1. Provide a suitable jacking frame and thrust block to carry out the work. 11 2. Provide intermediate jacking stations as necessary to complete the pipejacking drives 12 indicated on the Drawings. 13 3. IJS's shall be installed and operated in accordance with approved submittals. 14 4. Transport the jacking pipe from storage to jacking shaft without damage. Transport 15 methods shall be acceptable to pipe manufacturer. 16 5. Damaged jacking pipe shall not be used in the work, unless permitted in writing by 17 the Engineer. 18 6. Set the pipe to be jacked on properly braced and supported guide rails or jacking 19 frame. 20 7. The axial forces from the thrust jacks shall be distributed to the jacking pipe 21 uniformly through a properly designed thrust ring and cushion material to prevent 22 damage to the ends of the pipe. Jacking forces applied to the pipe shall not exceed the 23 allowable compressive stresses specified in Section 33 05 22 — Steel Casing Pipe. 24 8. Jacking pipe sections shall be jacked into position following the design line and grade 25 without damaging the pipe. In the event a section of pipe is damaged during the 26 jacking operation, the Contractor, with written approval from the Engineer, shall make 27 temporary repairs to the pipe and shall jack the pipe through to the next shaft for 28 removal. 29 9. Excavated Material: 30 a. The pipejacking shield shall be operated to restrict the excavation of the 31 materials to a volume equal to the shield and pipe jacked, to prevent loss of 32 ground, and settlement or possible damage to overlying structures. 33 b. The Contractor shall monitor excavated spoil volume. If excavated spoil 34 volume exceeds the theoretical volume of the shield and pipe being installed, 35 with a reasonable accommodation for material bulking, the Contractor shall 36 notify the Engineer and promptly modify excavation and face support 37 procedures to prevent further overexcavation. 38 10. Pipejacking operations shall control surface settlement and heave above the pipeline 39 to prevent damage to existing utilities, facilities, and improvements. In no case shall 40 ground movements (settlement/heave) exceed the values specified in 33 05 44 — 41 Settlement Monitoring, and ground movements shall not cause damage to adjacent 42 structures, roadways, or utilities. The Contractor shall repair any damage resulting CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 0527 OPEN -SHIELD PIPEJACKING Page 12 of 15 1 from construction activities, at no additional cost to City and without extension of 2 schedule for completion. The Contractor shall modify equipment and procedures as 3 required to avoid recurrence of excessive settlements or damage. 4 11. Keep the excavation face breasted or otherwise supported and prevent ground losses, 5 excessive raveling, or erosion. Maintain standby face supports for immediate use 6 when needed. During shutdown periods, support the face of the excavation by 7 positive means; no support shall rely solely on hydraulic pressure. 8 12. Pipe Lubrication: 9 a. Inject pipe lubricants through injection ports at the rear of the pipejacking shield 10 and ports in the jacking pipe to minimize pipe friction. 11 b. Pipe lubricants shall be injected continuously as the pipe is advanced. 12 C. The volume injected shall not be less than that required to fill the annular void 13 space outside the pipe. Inject greater volumes as required to minimize jacking 14 forces. 15 13. Completely contain, transport, and dispose of all excavated materials away from the 16 construction site. Use only the disposal sites identified in approved submittals for 17 spoil disposal. 18 14. The Contractor shall perform contact grouting for shaft construction and pipejacking 19 as specified in 33 05 45 — Contact Grouting. 20 C. Control of Line and Grade: 21 1. The Contractor will establish the survey control points indicated on the Drawings, at 22 ground surface. The Contractor shall verify these control points by survey prior to the 23 start of construction, and shall confirm positions or report any errors or discrepancies 24 in writing to the Engineer. 25 2. After confirming that all established survey control points provided for the 26 Contractor's use are accurate, the Contractor shall use these control points to furnish 27 and maintain all reference lines and grades for pipejacking. 28 3. The Contractor shall use these lines and grades to establish the exact location of the 29 jacking pipe using a laser, gyroscope, or theodolite guidance system supplemented 30 with a water level, as necessary. 31 4. Submit to the Engineer copies of field notes used to establish all lines and grades and 32 Contractor shall check guidance system setup prior to beginning each pipejacking 33 drive. 34 5. The Contractor is fully responsible for the accuracy of the work and the correction of 35 it, as required. 36 6. The Contractor shall install the jacking pipe in accordance with the following 37 tolerances: 38 a. Variations from design line (Horizontal): +/- three (3) inch maximum. 39 b. Variations from design grade (Vertical): +/- two (2) inch maximum. CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 27 OPEN -SHIELD PIPEJACKING Page 13 of 15 1 7. The shield shall be steered to maintain line and grade within the tolerances specified. 2 This shall be achieved by continuously monitoring and adjusting line, grade, roll, and 3 steering attitude during the operation. 4 8. If the installation is off of design line or grade, make the necessary corrections and 5 return to the design alignment and grade at a rate of not more than one (1) inch per 6 twenty-five (25) feet. 7 9. Guidance System: 8 a. The guidance system shall be mounted independently from the thrust block and 9 jacking frame and independent of shaft shoring system to maintain alignment if 10 there is movement of equipment during jacking. 11 b. Stop pipejacking operations and reset guidance system if its alignment shifts or 12 is moved off design alignment and grade for any reason. 13 C. Check guidance system setup at least once per shift during pipejacking 14 operations. Guidance system shall only be reset by experienced, competent 15 surveying personnel in accordance with acceptable procedures. 16 10. Monitor line and grade continuously during pipejacking operations. Record deviation 17 with respect to design line and grade at least three times per pipe joint and submit 18 records to Engineer daily. 19 11. If the pipe installation does not meet the specified tolerance, the Contractor shall 20 correct the installation including any necessary redesign of the pipeline or structures 21 and acquisition of necessary easements. All corrective work shall be performed by 22 the Contractor at no additional cost to the City and without schedule extension, and is 23 subject to the written approval of the Engineer. 24 D. Obstructions: 25 1. If the pipejacking operations should encounter an object or condition that impedes the 26 forward progress of the shield along the design alignment within the specified 27 horizontal and vertical tolerances, after all diligent efforts to advance past the object 28 by the Contractor have failed, the Contractor shall notify the Engineer immediately. 29 The Contractor shall submit a plan to correct the condition, and remove, clear, or 30 otherwise make it possible for the pipejacking shield and jacked pipe to advance past 31 any objects or obstructions that impede forward progress along the design alignment 32 within the specified horizontal and vertical tolerances. Upon written notification of 33 the City, the Contractor shall proceed with removal of the object or obstruction by 34 methods submitted by the Contractor and accepted by the Engineer. The Contractor 35 will receive compensation for removal of obstructions, which cannot be broken up by 36 the cutting tools with diligent effort, and that are located partially or wholly within the 37 cross -sectional area of the tunnel. Payment will be negotiated with the Contractor by 38 the Engineer on a case -by -case basis. The Engineer shall be provided an opportunity 39 to view obstruction prior to removal. Any removal process that does not allow direct 40 inspection of the nature and position of the obstruction will not be considered for 41 payment. The Contractor will receive no additional compensation for removing, 42 clearing, or otherwise making it possible for the pipejacking shield to advance past 43 objects consisting of cobbles, boulders, wood, reinforced concrete, and other 44 nonmetallic objects or debris with maximum lateral dimensions less than forty percent 45 (40%) of the outer diameter of the shield or cutterhead, whichever is larger. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 27 OPEN -SHIELD PIPEJACKING Page 14 of 15 1 Additionally, full -face rock with unconfined compressive strength of less than 6,000 2 psi will not be considered an obstruction, and will not be grounds for additional 3 compensation. 4 3.5 CLEANUP AND RESTORATION 5 A. Cleanup: 6 1. After completion of pipejacking, all construction debris, spoils, oil, grease, and other 7 materials shall be removed from the jacking pipe, jacking and receiving shafts, and all 8 Contractor and project work areas. 9 B. Restoration: 10 1. Restoration shall follow construction as the work progresses, and shall be completed as 11 soon as possible. Restore and repair any damage resulting from surface settlement 12 caused by shaft excavation, or pipejacking. Any property damaged or destroyed, shall 13 be restored to a condition equal to or better than existing prior to construction. 14 Restoration shall be completed no later than thirty (30) days after the pipejacking is 15 complete. This provision for restoration shall include all property affected by the 16 construction operations 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 SITE QUALITY CONTROL 19 A. Safety: 20 1. The Contractor is responsible for safety on the job site. 21 2. Methods of construction shall be such as to ensure the safety of the work, Contractor's 22 and other employees on site, and the public. 23 3. Perform all work in accordance with all current applicable regulations and safety 24 requirements of Federal, State, and local agencies. Comply with all applicable 25 provisions of 29 CFR Part 1926, Subpart S — Underground Construction and Subpart 26 P — Excavations, by OSHA. In the event of conflict, comply with the more stringent 27 requirements. 28 4. When personnel are underground, furnish and operate a temporary ventilation system, 29 and air monitoring system conforming to the requirements of and OSHA. Operate and 30 maintain a ventilation system that provides a sufficient supply of fresh air and maintains 31 an atmosphere free of toxic or flammable gasses in all underground work areas. 32 5. All work shall conform to the requirements of and OSHA. Gas testing shall be 33 performed by a certified gas tester in accordance with OSHA requirements. 34 6. No gasoline -powered equipment shall be permitted in jacking and receiving shafts. 35 Diesel, electrical, hydraulic, and air powered equipment is acceptable, subject to 36 applicable local, State, and Federal regulations. 37 7. Contractor shall obtain necessary tunneling permits it needs for its work 38 CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 27 OPEN -SHIELD PIPEJACKING Page 15 of 15 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] X END OF SECTION CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 2 3 PART1- GENERAL 4 1.1 SUMMARY 9 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 33 05 41- 1 SHAFT EXCAVATION AND SUPPORT Page 1 of 21 SECTION 33 05 41 SHAFT EXCAVATION AND SUPPORT A. Section Includes: 1. The minimum requirements and acceptable construction methods for excavation and support of shafts for the trenchless crossings. The shafts will also be used to facilitate the construction of connections, valves, vaults, access manholes and other permanent structures shown on the Drawings. 2. Design, furnish, install, and maintain a system of temporary supports, including all bracing and associated items, to retain excavations in a safe manner, to control ground movements, and to control groundwater inflows. 3. The Work shall include: site grading; temporary access road construction; safety fencing and signage; construction staging areas; design and construction of shaft excavations and excavation support systems; material disposal; ground improvement where necessary and where shown on the Drawings; protection of existing utilities; control and disposal of groundwater (in locations where dewatering is allowed), water that infiltrates shafts, surface water, and construction water; tunnel portal stabilization; removal, backfilling, and abandoning of shafts; and site restoration. 4. Depending on crossing location, acceptable shaft types may include: slide rails, soldier piles and lagging, liner plate, secant pile shafts/cutter soil mixed (CSM) shafts, or other contractor proposed construction methods for jacking/receiving shafts subject to review and written approval by the City and Engineer. See the Drawings for allowable shaft types for each crossing. Sloped open excavations, speed shores, and trench boxes shall not be allowed at any crossing. Due to the presence of high groundwater, permeable soils, and limestone bedrock at the anticipated shaft bottom elevations of some shafts, slide rails, soldier piles and lagging, and liner plates are not considered feasible construction methods for certain locations. B. Deviations from this City of Fort Worth Standard Specification 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION C. Related Specification Sections include, but are not necessarily limited to: Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. 33 05 10 — Utility Trench Excavation, Embedment, and Backfill 4. 33 05 22 — Steel Casing Pipe 5. 33 05 27 — Open Shield Pipejacking CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41-2 SHAFT EXCAVATION AND SUPPORT Page 2 of 2 I 1 6. 33 05 42 — Water Control for Shaft and Tunnel Construction 2 7. 33 05 43 — Portal Stabilization 3 8. 33 05 44 — Settlement Monitoring 4 9. 33 05 45 — Contact Grouting 5 1.2 PRICE AND PAYMENT PROCEDURES 6 A. Measurement and Payment: 7 1. Measurement: 8 a. Measurement for this item by lump sum for the shafts associated with the 9 future bypass channel, existing levee, and West Fork Trinity River 10 crossings. 11 b. All other shafts associated with the installation of Steel Casing pipe by 12 other than open cut shall be subsidiary to the installation of the Steel 13 Casing Pipe. 14 2. Payment: 15 a. The work performed and materials furnished in accordance with this 16 Item will be paid for at the lump sum price bid for "Shaft Excavation and 17 Support" by Station. 18 3. The Price bid shall include: 19 a. Mobilization 20 b. Development of Shaft Design 21 C. Site Preparation 22 d. Furnishing and Installing Proposed Shaft 23 e. Furnishing and Installation of Shaft Embankment 24 f. Removal of Shaft Embankment 25 g. Preconstruction Topographic Survey to establish the existing levee 26 surface, as indicated in the drawings 27 h. Post Construction Topographic Survey to establish post construction 28 levee surface, as indicated in the drawings 29 i. Portal Stabilization 30 J. Dewatering / Water Control 31 k. Contingency Plan Procedures 32 1. Emergency Procedures 33 m. Hauling 34 n. Disposal of Excess Material 35 o. Furnishing, placement, and compaction ofbackfill 36 p. Cleanup 37 q. Vertical Pipe Installation 38 1.3 REFERENCES 39 A. Definitions: 40 1. Backfill Grouting/Primary Grouting: The injection of a fluid, rapid -setting, 41 grout in shafts to fill the void behind liner plates or other shoring elements. 42 2. Contact Grouting/Secondary Grouting: The injection of fluid, non -shrink, 43 rapid -setting grout into any remaining voids between the backfill grout and 44 the primary support or excavated surface. CITY OF FORT WORTH F\N CC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41- 3 SHAFT EXCAVATION AND SUPPORT Page 3 of21 1 3. Cutter Soil Mixed (CSM) Shaft: A shaft that is formed by overlapping panels 2 of soilcrete that have been created by mixing native soil with self -curing 3 cement -based slurries. The panels are excavated by driving a modified trench 4 cutter tool into the ground that mixes the soils with a drilling fluid. Once the 5 cutter has reached the appropriate depth, the cutter head is retracted and 6 cement is mixed into the soil slurry to create the soilcrete panel. Cutter soil 7 mixed shafts may be round or rectangular, using integral steel reinforcement 8 or wales as necessary to support the piles. A concrete seal slab, of sufficient 9 thickness to resist buoyant forces on the dewatered shaft and to prevent 10 groundwater inflows, is then placed at the bottom of the shaft, by tremie if 11 required. Cutter soil mixed shafts can be constructed to provide a watertight 12 shoring system 13 4. Liner Plate Shaft: A shaft formed by sequential excavation and erection of 14 support rings consisting of segmental steel liner plates. All voids between the 15 excavation and the liner plates are backfilled with grout to ensure complete 16 contact with the ground. A liner -plate shaft is generally considered a non- 17 watertight shaft. External dewatering may be required if groundwater levels 18 are above shaft invert. 19 5. Secant Pile Shaft: A shaft that is formed by overlapping concrete piles. The 20 concrete is placed using the tremie method, in bored holes that are stabilized 21 with drilling fluid and/or temporary casing. Secant pile shafts may be round 22 or rectangular, using integral steel reinforcement or wales as necessary to 23 support the piles. A concrete seal slab, of sufficient thickness to resist 24 buoyant forces on the dewatered shaft and to prevent groundwater inflows, is 25 then placed at the bottom of the shaft, by tremie if required. Secant pile shafts 26 can be constructed to provide a watertight shoring system. 27 6. Soldier Pile and Lagging Shaft: An excavation support system composed of 28 vertical steel piles, wales, struts, and lagging. The vertical piles extend from 29 ground surface to a sufficient depth below the final excavation depth to 30 provide adequate resistance against earth pressures. Lagging, consisting of 31 wooden boards or steel sheets is inserted between the flanges of the adjacent 32 H-beams to support the excavation and prevent soil from sloughing or caving 33 into the excavation. Wales are installed to stiffen the support system and are 34 sized and installed at a vertical spacing to safely support external earth loads. 35 The shaft bottom is covered with a concrete slab with one or more sumps. A 36 soldier pile and lagging shaft is considered a non -watertight shaft. External 37 dewatering may be required if groundwater levels are above shaft invert. 38 7. Tunnel Portal Stabilization: Where the new tunneled pipelines enter or exit a 39 shaft excavation, the Contractor shall stabilize the portal to prevent soil or 40 groundwater inflows into the shaft that may lead to settlement around the 41 shaft or flooding of the excavation. Portal stabilization is required at all shafts 42 and is subject to the requirements of 33 05 43 — Portal Stabilization. 43 B. Reference Standards: 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of 46 this Specification, unless a date is specifically cited. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41-4 SHAFT EXCAVATION AND SUPPORT Page 4 of 21 1 2. American Association of State Highway and Transportation Officials 2 (AASHTO): 3 a. HB-17, Standard Specifications for Highway Bridges, Section 15. 4 3. Occupational Safety and Health Administration (OSHA) 5 a. Regulations and Standards for Underground Construction, 29 CFR Part 6 1926, Subpart S, Underground Construction, and Subpart P, Excavations 7 C. Reference Documents: 8 1. "Geotechnical Engineering Report — TRV Channel Segment Utility 9 Relocations, Part 14 Segment C, Fort Worth, Texas", G&AI Project No. 13- 10 0466, August 3, 2015. 11 2. "Geotechnical Engineering Report — TRV Channel Segment Utility 12 Relocations, Part 14 Segment C, Fort Worth, Texas", G&AI Project No. 17- 13 0038, June 21, 2017 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. All work by the Contractor shall be done in the presence of the Engineer's 16 representative unless the Engineer grants prior written approval to perform such 17 work in Engineer's representative's absence. 18 1.5 SUBMITTALS 19 A. Submittals shall be made in accordance with Section 01 33 00. 20 B. All submittals shall be approved by the Engineer or the City prior to delivery. 21 C. Review and acceptance of the Contractor's submittals by the City and Engineer shall 22 not be construed in any way as relieving the Contractor of its responsibilities under 23 this Contract. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Qualifications: 26 27 28 29 30 31 32 33 B 34 35 36 37 38 1. Submit the name and qualifications of person(s) responsible for each excavation support system design. 2. Submit the qualifications of shaft subcontractor for each shaft type to be constructed. Submit information confirming that each subcontractor meets the requirements listed in Paragraph 1.9 A 2. Provide project names, dates, owner's contact information, details of shaft geometry and construction, and soil and groundwater conditions. Shop Drawings: 1 N CITY OF FORT WORTH Sequence of each type of shaft construction including major milestones such as: installation of shoring, water control, soil excavation, installation of wales/struts, installation of tremie seal/groundwater control, installation of working slab, dewatering of shaft interior, etc. Scaled drawings (plan and section views with dimensions and sizes) showing: FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 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 33 05 41- 5 SHAFT EXCAVATION AND SUPPORT Page 5 of 21 a. The proposed shaft elements and shoring system to be used at each crossing location b. Adjacent and nearby existing structures and utilities C. Details of trenchless pipe penetrations d. Details of pipe penetrations for connection to open cut sections of the pipeline e. Staging areas for all shaft construction operations indicating that all work, equipment, and materials will be contained within the allowable work areas. 3. Design Calculations: submit all calculations in a legible, comprehensible format, the calculations shall be performed by or under the direct supervision of a Civil or Structural Engineer registered in the State of Texas, who shall stamp and sign the design calculations. a. Provide design calculations for the shoring and bracing indicating the system can withstand all earth and unrelieved groundwater pressures, equipment and applicable traffic and construction loads, and other surcharge loads in accordance with the site conditions, the information listed in the Geotechnical Engineering Reports, and any other requirements described in these Drawings and Specifications. b. For shafts subject to groundwater loading, provide design calculations indicating the structural design of the tremie seal and working slab and uplift resistance of the shaft. 1) Confirm that tremie seal and working slab weight, structural connection to shaft walls, and any frictional resistance assumed along sidewalls of the shaft are adequate to resist uplift. 2) Show that a minimum factor of safety against uplift failure of 1.1 is achieved under the most extreme loading conditions. 4. Signed letter from the trenchless subcontractor confirming that the proposed shaft design has been reviewed and will provide the necessary internal dimensions, ground support, thrust resistance, groundwater control, and portal provisions (tunneling equipment can efficiently excavate through the shaft walls/any portal grout, etc.) to allow for completion of the trenchless work. 5. Describe procedures for excavation of the spoils from the shaft interior. a. Describe the procedures for excavation of material below the reach of conventional hydraulic excavators or for hard/very dense soils and rock. b. For shafts that extend below groundwater, describe procedures for groundwater control during excavation (groundwater cutoff, grouting, etc.) or procedures for "in -the -wet" excavation and shaft bottom seals. 6. Written documentation signed by the intended spoil disposal site owner or manager indicating that the site will accept the spoils and that the site is in compliance with all applicable local, State, and Federal regulations. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41-6 SHAFT EXCAVATION AND SUPPORT Page 6 of 21 1 7. Describe procedures for dewatering the shaft interior after excavation is 2 complete (for "in -the -wet" construction), and for control of groundwater 3 inflows after excavation has been completed, method of maintaining bottom 4 stability, and protection of subgrade. 5 8. Concrete mix information and placement procedures for the tremie seal, 6 working slab and/or any annular grout. Describe procedure for installing 7 concrete tremie slab and working slab to the required thickness and at the 8 correct elevation. 9 9. Details for protecting existing utilities and structures within zone of influence. 10 10. Details of procedures for preloading bracing members. 11 11. Procedures for checking and maintaining plumbness of the shaft and ensuring 12 proper elevation is reached. 13 12. Additional submittals for Specific Shaft Types: 14 a. Soldier Piles and Lagging: 15 1) Describe the equipment, procedures, and sequence to be used 16 to construct the solider pile and lagging shafts. 17 2) Provide details for installation piles, lagging, plates, wales, 18 struts, and braces. 19 3) Describe method of monitoring deviation of shaft supports and 20 proposed corrective measures to be implement if necessary. 21 b. Secant Pile/CSM Shafts: 22 1) Description of the equipment, procedures, and sequence to be used to 23 construct the secant pile/CSM shafts. 24 a). Details for drilling template/layout to ensure that secant 25 piles/panels are drilled contiguously, without gaps. 26 b). Methods for providing continuous support of the bore holes 27 during drilling, including design of drilling fluid, if it is to be 28 used. 29 c). Method of monitoring deviation from vertical of pile/panel holes 30 during excavation, and details of proposed corrective measures 31 to be implemented if necessary. 32 d). Methods for placing tremie concrete for secant piles and 33 handling displaced drilling fluid, if applicable. 34 e). Describe concrete/soilcrete design, including assumed soil 35 parameter values, to be used for piles/panels. Include required 36 design strength, and anticipated cure time before advancing 37 secondary piles/panels, and cure time to achieve design strength. 38 f). Describe methods for sampling concrete/soilcrete during 39 pile/panel construction. 40 g). Methods for installing reinforcing or wales. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 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 C 32 33 34 35 36 37 38 39 40 33 05 41- 7 SHAFT EXCAVATION AND SUPPORT Page 7 of 21 c. Liner Plate Shafts: 1) Description of the equipment, procedures, and sequence to be used to construct the liner plate shafts and to execute the associated grouting. a). Manufacturer's literature and design calculations for the liner plate, based on anticipated loading conditions. b). Details of plates including grout holes, bolt holes, bolt sizes, sealants, gaskets, and grommets where used. c). Excavation dimensions for each proposed shaft section. d). Details of assembly, backfilling, and grouting. Show installation details including: (1). Requirements for staggering of adjacent rings (2). Use of tie rods if necessary during grouting operations (3). Grout seals required to maintain backfill grout in place and to prevent flow back into shafts. e). A grout mix design including: grout type and designation; grout mix constituents and proportions, including materials by weight and volume; grout densities and viscosities, including wet density at point of placement; initial set time of grout; bleeding/ shrinkage/expansion; and compressive strength. f). A description for backfill/primary grouting operations that includes sketches as appropriate, indicating type of mixing pumps, injection points, venting method, direction of flow, pressure measurement and maximum allowable pressure, blocking or otherwise securing liner to avoid floating or excessive displacement, volume measurement, grouting sequence, and stage volumes. 2) Grouting Records: Maintain daily logs of grouting operations and submit records of grouting to the Engineer's representative. The records shall include the following information hole name, collar station, face station, date. Daily Records: CITY OF FORT WORTH Written daily progress reports shall be submitted during construction. The progress reports shall have field logs recorded at intervals of five feet or less during excavation and shall be submitted to the Engineer's representative within one working day of the shift for which the logs were created. As a minimum, the logs shall include: a. The date, starting time, and finish time b. Equipment used C. Actual quantities and descriptions of excavated material including soil/rock types FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41- 8 SHAFT EXCAVATION AND SUPPORT Page 8 of 21 1 d. Any unusual conditions, breakdowns, and delays, including problems 2 with support, bottom instability, and obstructions 3 e. Detailed description of the support installed, including sizes, lengths, 4 spacing, and elevations relative to excavation elevation 5 f. Pumping rates from shaft sumps and inflow conditions or flooding levels 6 for shafts excavated "in the wet" 7 g. Deformation monitoring results, and record of action taken by the 8 designer of record and the Contractor if predicted deflections are 9 exceeded. 10 h. Details of any QA/QC testing performed on concrete/soilcrete. 11 1.7 CLOSEOUT SUBMITTALS 12 A. Post -Construction: 13 1. Within 15 days of backfill of excavations, the Contractor shall submit a 14 detailed as -built location plan of all remaining buried shoring members 15 including size, location, and cutoff elevation. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Qualifications: 19 1. Failure to meet the qualification requirements is failure to fulfill the Contract 20 and the Contractor will be required to obtain a subcontractor that meets the 21 qualification requirements. 22 2. The Contractor who shall perform the Work specified herein shall have 23 successfully completed at least three (3) shafts utilizing each of the proposed 24 shaft construction methods of similar size, depth, and complexity, and in 25 similar ground conditions, within the past ten (10) years. In addition, the 26 Superintendent(s) for the construction work shall have demonstrated similar 27 successful experience with the proposed shaft construction method(s). 28 3. Quality control, testing, and inspection shall be provided as required by the 29 Contractor's design engineer and in accordance with approved submittals. 30 The Contractor's design engineer shall visit the site to observe the Work in 31 progress. The Contractor's design engineer shall provide report summarizing 32 condition encountered, potential problems, and general assessment of the 33 work. 34 4. The Contractor shall immediately notify the City and Engineer, in writing, 35 when any problems are encountered with equipment or materials, or if the 36 Contractor believes the conditions encountered are materially and 37 significantly different from those represented within the Contract Documents. 38 5. The Contractor shall allow access to the City and Engineer and shall furnish 39 necessary assistance and cooperation to aid the City and Engineer in 40 observations and data and sample collection. 41 6. Unit Responsibility and Coordination: CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 330541-9 SHAFT EXCAVATION AND SUPPORT Page 9 of 21 1 a. The Contractor shall cause all necessary items for the excavation and 2 support of the proposed shafts, specified under this section to be 3 furnished and installed by the prequalified "Water Tight Shaft" 4 Contractor who shall be responsible for the adequacy of the installation. 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS 9 2.1 CITY -FURNISHED [OR] CITY -SUPPLIED PRODUCTS [NOT USED] T 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 2.2 MATERIALS A. All timber and structural steel used for the supporting systems, whether new or used, shall be sound and free from defects which may impair strength. B. Liner Plate: Section 15 of AASHTO HB-17 "Standard Specifications for Highway Bridges". 1. Corrugated metal tunnel liner plates shall be made from steel sheets conforming to the requirements of ASTM A-1011. 2. Steel liner plates may be either 2-flange or 4-flange type, 16 inches to 24 inches in width. 3. Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO HB-17. 4. Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the shaft. 5. Where shown on the Drawings, gasketed liner plates shall be used. 6. Every other plate radially of every second ring vertically shall be fitted with a minimum 1 t/2 -inch diameter grout hole. 7. Field welding of liner plates, including grout couplings shall not be allowed. 8. The material used for the construction of these plates shall be new, unused and suitable for the purpose intended. 9. Bolts used with lapped -seam (2-flange) liner plates shall be not less than 5/8" diameter. Bolts shall conform to ASTM A-449 for plate thickness equal to or greater than 0.209", and to ASTM A-307 for plate thickness less than 0.209". The nuts shall conform to ASTM A-307. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. I04484 330541-10 SHAFT EXCAVATION AND SUPPORT Page 10of21 1 10. Bolts used with 4-flange liner plates shall be not less than t/2" diameter 2 for plate thickness up to and including 0.179", and not less than 5/8" 3 diameter for plates of greater thickness. The bolts and nuts shall be 4 quick -acting coarse thread and shall conform to ASTM A-307, Grade 5 A. 6 C. Design Criteria: 7 1. The Contractor shall have sole responsibility for selection of shaft types, 8 construction methods, and shaft excavation sizes to complete the Work, 9 meeting the requirements of these Specifications. The size of the shafts shall 10 be adequate to complete all trenchless construction and to construct all 11 pipelines, structures, and appurtenances shown on the Drawings. 12 2. Depending on crossing location, acceptable shaft types may include: slide rail 13 systems, soldier piles and lagging, liner plate, secant pile shafts, cutter soil 14 mixed shafts, or other Contractor proposed construction methods for 15 jacking/receiving shafts subject to review and written approval by the City 16 and Engineer. See the Drawings for allowable shaft types for each crossing. 17 Sloped open excavations, speed shores, and trench boxes shall not be allowed 18 at any crossing. Due to the presence of high groundwater, permeable soils, 19 and limestone bedrock at the anticipated shaft bottom elevations for certain 20 shafts, slide rails, soldier piles and lagging, and liner plates are not considered 21 feasible construction methods for certain locations. 22 3. The use of blasting is prohibited. 23 4. Excavation support systems shall be designed by or under the direct 24 supervision of a Civil or Structural Engineer registered in the State of Texas 25 who has a minimum of five (5) years' experience in the design of soil 26 retaining structures, and who shall stamp and sign the submittals and shop 27 drawings. The Contractor's design engineer shall have previous experience 28 designing at least one shaft excavation for each type proposed to be 29 constructed. 30 5. The Contractor's licensed engineer shall design all shafts to provide a 31 continuous, dry, excavation support system, with appropriate groundwater 32 control systems as needed. 33 6. Shafts shall be designed to support earth and groundwater pressures, 34 equipment, applicable traffic, and construction loads and pressures (i.e. 35 annulus grouting pressures); and other surcharge loads in accordance with the 36 site conditions, the Geotechnical Engineering Reports, and any other 37 requirements described in these Drawings and Specifications. 38 7. Shafts shall be designed to withstand the full hydrostatic head of groundwater 39 or shall include provisions for dewatering to completely remove groundwater 40 loading, (where dewatering is allowed). 41 8. Design excavation support systems in accordance with AISC and ACI code 42 provisions, as applicable. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41- 11 SHAFT EXCAVATION AND SUPPORT Page 11 of 21 1 9. The shaft design shall allow the safe and expeditious construction of the 2 permanent facilities without excessive movement or settlement of the ground 3 and in a manner that will prevent damage to, or movement of, any adjacent 4 structures, utilities, or other facilities. 5 10. The shafts shall be of a size large enough to facilitate all necessary 6 groundwater control, construction operations including the trenchless pipe 7 installation, construction of any structures shown on the Drawings, and 8 pipeline connections to open -cut reaches of the work. 9 11. The Contractor shall ensure that the depth of the shaft excavations allows 10 sufficient vertical clearance for placement of the working slab and jacking 11 frame at the required elevations and angles to install the pipeline as shown on 12 the Drawings. Survey of final shaft bottom elevations shall be recorded and 13 submitted. 14 12. The shaft floors shall be designed with a sump to remove any infiltrating 15 groundwater, rainwater, runoff, or construction water that enters the shaft. 16 a. The Contractor shall not discharge groundwater inflows into storm 17 sewers, sanitary sewers, water bodies, or streets without obtaining and 18 submitting copies of the required permissions and/or permits. 19 b. Contractor shall properly dispose of groundwater in accordance with 20 permit requirements and the requirements of 33 05 42 — Water Control 21 for Shaft and Tunnel Construction, and other applicable Sections. 22 13. All shafts shall be designed with a concrete working slab to provide a stable 23 platform to complete the Work. The working slab at each excavation where 24 groundwater is above the invert of the shaft shall be designed to protect the 25 excavation invert in accordance with these minimum design criteria: 26 a. All shafts shall have a finished concrete tremie seal and/or working slab 27 and adequate sump pumping system to control groundwater inflows 28 through the bottom of the shaft and to resist uplift of the completed shaft. 29 b. The tremie seal and working slab reinforcing may be designed to 30 structurally tie the slab to the shaft walls to take advantage of the shaft 31 dead weight and sidewall friction in resisting uplift due to buoyancy, if 32 necessary. 33 C. Shafts shall be capable of resisting expected hydrostatic uplift with a 34 minimum safety factor of at least 1.1. 35 d. Be capable of supporting such combined dead and live loads as are 36 required by the Contractor's means and methods. 37 14. Grout: 38 a. The strength of any concrete or grout mixture used to fill the annulus 39 between the internal shoring or other supports and the excavation, if 40 used, shall be selected to allow the tunneling equipment to efficiently 41 excavate or advance through the grouted annulus during both launch and 42 retrieval. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41- 12 SHAFT EXCAVATION AND SUPPORT Page 12 of21 1 b. The tunneling subcontractor shall be consulted to ensure compatibility 2 between the grout strength and tunneling equipment. 3 c. The minimum strength of the grout mixture shall equal or exceed the 4 strength of the soils outside the excavation. 5 15. The support systems shall be designed to protect adjacent utilities from 6 damage and to minimize horizontal and vertical movements to below the 7 maximum allowable values for deformation which are specified in 33 05 44 — 8 Settlement Monitoring. 9 16. The shafts shall be designed for staged installation and removal of all portions 10 of the upper 5 feet and to accommodate construction of connections and 11 backfill sequences, unless otherwise noted on the Drawings. 12 17. Jacking shafts shall be designed to provide, when combined with a thrust 13 block, adequate thrust reaction capacity to resist anticipated jacking loads for 14 the trenchless work. 15 18. The Contractor is responsible for providing all necessary Portal Stabilization 16 measures to prevent the inflow of soil or rock and control the inflow of 17 groundwater through the tunnel portals at all shafts as specified in 33 05 43 — 18 Portal Stabilization. 19 19. Provide necessary groundwater control measures to perform the shaft 20 construction work, to provide safe working conditions, and to prevent 21 excessive inflows of water in the shaft during and following construction. 22 Perform all water control work in accordance with 33 05 42 — Water Control 23 for Shaft and Tunnel Construction. 24 20. The Contractor's groundwater control methods shall provide means to prevent 25 removal of soil from the surrounding ground, or other adverse effects. In the 26 even any damage does occur as a result of groundwater control efforts, or lack 27 thereof, the Contractor shall be fully responsible for correction of damage. 28 21. Relocate overhead wires, poles, guy wires, and appurtenant items as needed to 29 install shoring systems and to perform other activities required for 30 construction of shafts and trenchless crossings. 31 22. All shafts shall be surrounded by an 8-foot high chain -link perimeter fence 32 and shafts not in active use shall be kept covered to prevent unauthorized 33 entry or access, including weekends and nights. 34 23. Soldier Pile and Lagging Shafts: 35 a. Install piles to the tip elevations shown in approved submittals. 36 b. Provide timber, steel, or precast concrete lagging or sheets of 37 sufficient thickness to withstand lateral earth pressures. 38 c. Struts shall be installed and preloaded by jacking to 50 percent of 39 design capacity, before excavation resumes. Steel wedges, or 40 shims, shall be installed and welded in place to lock in preloaded 41 stresses and prevent excessive lateral deformations. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41- 13 SHAFT EXCAVATION AND SUPPORT Page 13 of 21 1 24. Secant Pile/CSM Shafts: 2 a. Secant pile/CSM, installation equipment, and methods shall be 3 compatible with the conditions described in the Geotechnical 4 Engineering Report. 5 b. Individual pile/panel holes shall be completely supported with stabilizing 6 drilling fluid or temporary casing at all times during drilling. 7 c. Individual secant piles/panels shall be installed within a tolerance of 8 0.5% of true vertical. 9 d. The following will be considered defects requiring satisfactory repair or 10 replacement 11 1) Installed pile/panel exceeds specified vertical tolerances. 12 2) Less than the minimum wall thickness/interlock between piles/panels 13 shown on the Contractor's approved submittals. 14 3) Less than minimum concrete/soilcrete strength required by 15 Contractor's design and submittals. 16 4) Voids/cavities/honeycombing 17 25. Liner Plate Shafts: 18 a. Liner Plates 19 1) Liner plates shall be designed to that erection and assembly can be 20 accomplished entirely from inside the shaft. 21 2) Liner plates shall be capable of withstanding the ring thrust load and 22 transmitting this load from plate to plate. 23 3) The minimum thickness of liner plates shall be determined by the 24 Contractor's shaft design engineer. 25 b. Grouting 26 1) All voids behind liner plates shall be fully grouted. 27 2) Grouting shall be performed in a sequence which will preclude 28 deflections exceeding 5 percent of the shaft diameter. 29 3) At minimum, grouting shall be performed at the end of each day 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION 36 A. Shaft Construction shall not begin until the following tasks have been completed: CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41- 14 SHAFT EXCAVATION AND SUPPORT Page 14 of 21 1 l . All required submittals have been made and the City and/or Engineer has 2 reviewed and accepted all submittals. 3 2. Review of available utility drawings and location of conduits and 4 underground utilities in all areas where excavation is to be performed. 5 a. The Contractor shall notify the Texas One Call system (811 or 800-245- 6 4545) to request marking of utilities by utility owners / operators that 7 subscribe to One Call, and shall individually notify all other known or 8 suspected utilities to request marking of these utilities. 9 b. The Contractor shall confirm that all requested locates are made prior to 10 commencing excavation operations. 11 C. Contractor shall make diligent efforts to locate any unmarked or 12 abandoned utilities using available information, maps, and drawings. 13 d. The Contractor shall visually confirm and stake all existing lines, cables, 14 or other underground facilities including exposing all crossing utilities 15 and utilities within ten (10) feet laterally of the designed extent of the 16 shaft work, including portal stability work. 17 3. Site safety representative has prepared a code of safe practices in accordance 18 with OSHA requirements. 19 a. Provide the Engineer and City with a copy of each prior to starting shaft 20 construction. 21 b. Hold safety meetings and provide safety instruction for new employees 22 as required by OSHA. 23 3.4 INSTALLATION 24 A. General: 25 1. Settling of adjacent property and/or facilities shall not be permitted. 26 Settlement monitoring of adjacent facilities shall be conducted in accordance 27 with 33 05 44 — Settlement Monitoring. 28 2. Excavation shall be performed in sequence with installation of shoring and 29 bracing in a manner that limits settlement of surrounding ground and adjacent 30 vaults, utilities, structures, or roads, and that presents no hazard to traffic. 31 3. Corrective measures shall be immediately taken where movement or 32 deformation of support systems may in any way impair the integrity of the 33 support system or that of adjacent facilities. 34 4. Repair damage to existing utilities resulting from excavation at no additional 35 cost to the City. 36 5. All excavated spoils, and other materials used during shaft construction, shall 37 be completely contained when stockpiled on site, and shall be disposed of by 38 the Contractor in accordance with the accepted disposal plan at the 39 completion of shaft construction. 40 a. Any spills shall be completely contained and cleaned up promptly by the 41 Contractor. CITY OF FORT WORTH FW'CC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41- 15 SHAFT EXCAVATION AND SUPPORT Page 15 of21 1 b. Under no circumstances shall spoils, drilling fluids, groundwater inflows, 2 or construction water enter any sanitary or storm sewers, or any water 3 body. 4 C. Contractor shall properly dispose of groundwater in accordance with 5 permit requirements. 6 6. Vertical Deviation: 7 a. Care shall be taken to keep the shafts plumb during construction. The 8 deviation from plumb shall not exceed one (1) foot (12 inches) in 100 9 feet, or 1%, unless otherwise specified herein. 10 b. Any correction of shaft deviation, and any construction and associated 11 costs resulting from relocation of appurtenances inside the shaft, 12 including the tunneled pipe connections and the launch and retrieval 13 seals, caused by the shaft's deviation from plumb or other deficiencies in 14 workmanship shall be accomplished at the Contractor's expense and 15 shall not be cause for schedule extension. 16 7. For trenchless shaft penetrations, provide watertight gasketed seals and portal 17 stabilization at all locations. 18 8. Shaft contractor shall ensure that there is no steel reinforcing or walers 19 obstructing the entry or exit portals of the shaft. 20 9. Any drainage of groundwater into shaft or pumping from shaft sumps shall 21 not result in boils, softening of the ground, or loss of fines. Sumps, subdrains, 22 geotextiles, and drain blankets shall be installed as necessary, using suitable 23 filters or screens so that fines are not removed from the surrounding ground. 24 10. Shafts in active use shall be surrounded by safety fencing, consisting of eight- 25 foot high chain link fence, installed completely around the shaft perimeter and 26 shall have a lockable entry gate to prevent unauthorized access. Shafts not in 27 active use for more than 72 hours shall be covered with traffic plates or 28 surrounded with an 8-foot high chain link fence and safety cage, plating, or 29 netting to prevent unauthorized entry or access. 30 11. The shoring system shall extend not more than 5 feet and not less than 3 feet 31 above natural ground surface to prevent accidental or unauthorized entry. 32 12. Safety rails shall be installed in accordance with applicable safety regulations. 33 B. Internal Bracing and Support System: 34 1. The internal bracing support system for shafts shall include wales, struts, 35 and/or shores where necessary. 36 a. Struts with intermediate bracing shall be provided as needed to enable 37 shafts to carry maximum design load without distortion or buckling. 38 b. Struts shall be installed and preloaded by jacking to 50% of design 39 capacity, before excavation resumes. Steel wedges, or shims, shall be 40 installed and welded in place to lock in preloaded stresses and prevent 41 excessive lateral deformations. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 4l- 16 SHAFT EXCAVATION AND SUPPORT Page 16 of21 1 C. Web stiffeners, plates, or angles shall be included as needed to prevent 2 rotation, crippling, or buckling of connections and points of bearing 3 between structural steel members. Allow for eccentricities caused by 4 field fabrication and assembly. 5 d. All bracing support members shall be installed and maintained in tight 6 contact with each other and with the surface being supported. 7 e. Procedures that produce uniform loading of bracing member shall be 8 used without eccentricities or overstressing and distortion of members of 9 system. 10 2. Internal supports, including wales, struts, and corner braces, shall be installed l l sequentially as the shaft is excavated. 12 a. At no time shall the unsupported excavation depth exceed the 13 Contractor's design location for wales or struts, plus 2 feet, as shown on 14 the Contractor's submittals. 15 b. All internal supports shall be installed within +/- 3 inches of design 16 locations shown on approved submittals. 17 3. Tiebacks shall be used where proposed in conjunction with or in lieu of struts, 18 bracing and shores. 19 a. Tiebacks shall be designed, installed, and tested in accordance with 20 recommendations of the Post Tensioning Institute. 21 1) On -site tests shall be performed to demonstrate adequacy of tiebacks 22 for subsurface conditions. 23 2) Tieback lengths shall be adequate to obtain anchorage behind 24 potential failure plane of excavation. 25 3) Conduct proof -tests, performance tests and lift-off tests of the 26 tieback systems to verify capacity and lock -off load. 27 C. Soldier Pile and Lagging Shaft Installation: 28 1. Install piles in predrilled holes, to the tip elevations shown in approved 29 submittals. Provide casing or drilling mud as necessary to prevent caving of 30 holes and loss of ground. 31 2. After each soldier pile has been seated plumb in the drill hole, encase it with 32 concrete or crushed rock from the tip to the bottom level of the final 33 excavation. Apply vibration through the pile. 34 3. Concrete strength shall be in accordance with submittals and shall be placed 35 by means of a tremie system. 36 4. Provide timber, steel, or precast concrete lagging or steel sheets that span 37 completely between adjacent soldier piles, and of sufficient thickness to 38 withstand lateral earth pressures. 39 5. Lagging shall be advanced concurrent with the excavation and at no time shall 40 the unsupported excavation depth exceed two (2) feet. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41- 17 SHAFT EXCAVATION AND SUPPORT Page 17 of 21 1 6. Install lagging with no gap between adjacent boards. As installation 2 progresses, backfill the voids between the excavation face and the lagging 3 with sand, pea gravel, or lean grout packed into place. Pack with materials 4 such as hay, burlap, or geotextile fabric where necessary to allow drainage of 5 groundwater without loss of ground due to piping. 6 D. Secant Pile/CSM Shafts: 7 1. The Contractor shall construct proper guides and use appropriate surveying 8 methods to achieve the necessary position and vertical alignment of the secant 9 piles/CSM panels and to contain spoils. Guides shall be fully constructed 10 prior to construction of piles/panels. 11 2. Pile/panel excavations shall be completely supported by properly designed 12 drilling fluid, continuous temporary casing, or mixed ground at all times 13 during drilling. 14 3. Casing: 15 a. If used, casings shall be equipped with cutting teeth to provide positive 16 cut into the previously installed adjacent piles and installed by either 17 rotating or oscillating the casing. 18 b. Installing casings by vibratory or percussive means shall not be allowed. 19 C. Sufficient quantity of temporary casing shall be onsite at all times. 20 4. Excavate piles/panels in such a manner that the soil outside the pile/panel 21 limits is not adversely affected. Use excavation methods that will minimize 22 over -excavation, loosening, and caving of material outside the pile/panel. 23 5. Pile/panel excavations shall be completed continuously from the ground 24 surface to the required depth and either backfilled with concrete, or mixed 25 with cement to form soilcrete, in a continuous operation. For secant piles, if 26 the pile excavation and backfilling cannot be completed in a continuous 27 operation, the excavation shall be backfilled to a minimum depth of 5 feet 28 above the bottom of the excavation. 29 6. Do not advance secondary piles/panels until concrete/soilcrete in adjacent 30 primary piles/panels has been in place a minimum of 24 hours, or if adjacent 31 primary piles/panels contain unset concrete/soilcrete. 32 7. For secant piles, place concrete by the tremie method, in such a manner that 33 the concrete displaces the drilling fluid or groundwater, progressing from the 34 bottom and rising uniformly to the ground surface. Concrete placement shall 35 continue in one operation to the top of the pile hole. Throughout the 36 underwater concrete placement operation, the discharge end of the tube shall 37 remain submerged in the concrete by at least 5 feet. 38 8. Casing, where used, shall be extracted while the concrete within remains 39 sufficiently workable to ensure that the concrete is not lifted. When the 40 casing is withdrawn as concreting proceeds, a sufficient head of concrete shall 41 be maintained to prevent the entry of groundwater or soil that may cause 42 reduction of cross-section of the pile. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 4l- 18 SHAFT EXCAVATION AND SUPPORT Page 18 of 21 1 9. For CSM panels, the addition of cement to form soilcrete shall continue in 2 one operation from the bottom of the excavation to the top of the panel. 3 10. Contactor shall take samples of the concrete/soilcrete and test for compressive 4 strength at 24 hours and 7 days. Test results shall be submitted to the 5 Engineer's representative prior to excavation of the interior of the shaft. 6 11. For those piles/panels determined to be defective, the Contractor shall submit 7 a remedial action plan to the City and Engineer for review. Only proven 8 methods and materials will be allowed for repair. 9 E. Liner Plate Shaft Construction: 10 1. Longitudinal joints in adjacent rings shall be staggered and not in alignment 11 more often than every second ring. 12 2. Grouting: 13 a. Every second liner plate in a ring shall be provided with 1.5-inch or 14 larger grouting holes located near the centers. 15 b. The holes in each ring shall be staggered resulting in a diamond pattern 16 for grout holes. 17 C. All space between the liner plate and the earth shall be filled with grout 18 forced in under pressure. 19 d. As the pumping through any hole is stopped it shall be plugged to 20 prevent backflow of grout. 21 e. Grouting shall be performed in a sequence which will preclude 22 deflections exceeding 5 percent of the shaft diameter. 23 f At minimum, grouting shall be performed at the end of each day. 24 3. Shaft excavation shall not proceed more than 30 inches below the bottom of 25 the last row of liner plate before installation of another row of liner plate. 26 4. Use steel ribs, tie rods, stiffeners, and/or other restraint as required to maintain 27 the liner plate ring in a true circle without buckling until backfill grouting 28 operations are complete. 29 5. Ribs shall be blocked to the liner plate by hardwood or steel 30 wedging/blocking at two points per plate. Nail wedges to preclude loosening. 31 6. Erect liner plates with tight, clean joints, (and gaskets where shown on the 32 Drawings) and in a manner which will not deform or overstress the completed 33 rings. Flanges shall be clean and free from material that could interfere with 34 proper bearing. 35 7. Previously placed rings of liner plates shall be monitored daily for signs of 36 damage or distress. Where the City or the Contractor observes damage or 37 distress, promptly repair or replace such elements, as appropriate, and at no 38 additional cost to the City. 39 F. Shaft Bottom Stability and Groundwater Inflows: CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104494 33 05 41- 19 SHAFT EXCAVATION AND SUPPORT Page 19 of21 1 1. The Contractor is responsible for preventing, controlling, or otherwise 2 handling groundwater inflows into the shaft excavations. All groundwater 3 inflows shall be collected and disposed of in accordance with 33 05 42 — 4 Water Control for Shaft and Tunnel Construction. 5 2. The Contractor shall control groundwater inflows to prevent heaving, boiling, 6 piping, or other loosening of the subgrade or surrounding ground that will 7 damage surrounding features, compromise shaft integrity, or provide 8 unsuitable foundation for the pipe and/or manholes. 9 3. Provide sufficient backup generators, pumping equipment, alarms, and 10 inspection at the site to assure that the operation of the groundwater control 11 system can be maintained without interruption. 12 G. Portal Stabilization: 13 1. For all shafts, prior to initiating penetration through the shaft wall, securely 14 install tunnel entry/exit seals. 15 2. The Contractor shall stabilize the ground outside the shaft seals as specified in 16 33 05 43 — Portal Stabilization, to facilitate launching or receiving of the 17 tunneling equipment from the shafts. 18 H. Settlement Instrumentation and Monitoring: 19 1. Performance of excavation support system shall be monitored for both 20 horizontal and vertical deflections. 21 2. If excessive settlement or deflections of supports or nearby utilities or other 22 improvements occur that exceed those values predicted by the Contractor's 23 shoring designer and the maximum allowable values specified in 33 05 44 — 24 Settlement Monitoring, modifications to the excavation and shoring approach 25 will be required. 26 a. Revised shop drawings and calculations shall be submitted to the City 27 and Engineer. 28 b. Changes to excavation sequence and shoring shall be implemented as 29 may be necessary at no additional cost to the City. 30 I. Shaft Removal and Backfill: 31 1. The Contractor shall remove shoring to a depth of 5 feet, and as required to 32 accommodate construction of connections and backfill sequences, unless 33 otherwise noted on the Drawings. 34 a. All shoring elements located in the upper 5 feet, including shaft walls, 35 wales, struts, lagging, and shores shall be removed from the excavation 36 prior to restoration. 37 b. Shoring elements that remain in place shall be identified on the record 38 drawings. 39 C. Removal of the support system shall be performed in a manner that will 40 not disturb or harm adjacent construction or facilities and only after 41 backfill has been fully compacted. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 41- 20 SHAFT EXCAVATION AND SUPPORT Page 20 of 21 1 d. Any voids created or encountered during the removal of the support 2 system shall be immediately filled with grout as specified in 33 05 45 — 3 Contact Grouting, or as approved in writing by the City and Engineer. 4 e. The support system removed from the excavation shall remain the 5 property of the Contractor and shall be removed from the site. 6 2. The use of imported materials for shaft backfilling shall be required as shown 7 on the Drawings. Where not shown on the Drawings, Backfill of shafts shall 8 be as Specified. Backfill materials shall be placed and compacted in 9 accordance with the requirements of Section 33 05 10 Utility Trench 10 Excavation, Embedment, and Backfill. 11 3.5 CLEANUP AND RESTORATION 12 A. The Contractor shall remove all construction debris, spoil, slurry, oil, grease, and 13 other materials from the shaft, pipeline, and all surface work areas upon completion 14 of construction of the pipeline. 15 B. Restoration shall follow construction as the Work progresses and shall be completed 16 as soon as reasonably possible. 17 1. Restore and repair any damage resulting from surface settlement caused by 18 shaft excavation. 19 2. Any property damaged or destroyed, shall be restored to a condition equal to 20 or better than that to which it existed prior to construction. 21 3. Restoration shall be completed no later than 30 days after tunneling is 22 complete, or earlier if required as part of a permit or easement agreement. 23 4. This provision for restoration shall include all property affected by the 24 construction operations. 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 SITE QUALITY CONTROL 27 A. Safety: 28 l . No gasoline powered equipment shall be permitted in shafts/pits. 29 a. Diesel, electrical, hydraulic and air powered equipment are acceptable, 30 subject to applicable local, State, and Federal regulations. 31 2. The Contractor shall be solely responsible for, and bear the sole burden of 32 cost for any and all damages resulting from improper shoring or failure to 33 shore. 34 3. The safety of workers, the protection of adjacent structures, property and 35 utilities, and the installation of adequate supports for all excavations shall be 36 the sole responsibility of the Contractor. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 330541-21 SHAFT EXCAVATION AND SUPPORT Page 21 of 21 1 4. The design, planning, installation, and removal of all shoring shall be 2 accomplished in such a manner as to maintain stability of the required 3 excavation and prevent movement of soil that may cause damage to adjacent 4 shoring systems, structures and utilities, damage or delay the Work, or 5 endanger life and health. 6 5. All materials and methods of construction shall meet the applicable 7 requirements of the Contract Documents. Particular attention is called to 8 Subpart P — Excavations and Subpart S — Underground Construction of the 9 Standards (29 CFR 1926/1920, published as U.S. Department of Labor 10 Publication 207, revised October 1, 1979, and revised again August 1, 1989. 11 6. Perform all Work in accordance with all current applicable regulations and 12 safety requirements of the Federal, State, and Local agencies. Comply with all 13 applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground 14 Construction and Subpart P, Excavations. 15 7. In the event of conflict, comply with the more stringent requirements. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 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 USED] 23 24 CITY OF FORT WORTH END OF SECTION FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 33 0542 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Page 1 of 4 SECTION 33 05 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION PART1- GENERAL 1.1 SUMMARY A. This section covers work necessary to control groundwater, surface water, runoff, and nuisance water that may be encountered within shafts and tunnels, as required for performance of the trenchless Work. B. Deviations from this City of Fort Worth Standard Specification 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 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. 33 05 27 — Open -Shield Pipejacking 4. 33 05 41 — Shaft Excavation and Support 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. This item is considered subsidiary to Steel Casing Pipe installation. 2. Payment: a. The work performed and materials furnished in accordance with this item are considered subsidiary the unit price bid per linear foot of By Other than Open Cut installation of Tunnel Liner Plate or Steel Casing to be completed in place, and no other compensation will be allowed. 1.3 REFERENCES A. 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. B. Reference Documents: 1. "Geotechnical Engineering Report — TRV Channel Segment Utility Relocations, Part 14 Segment C, Fort Worth, Texas", G&AI Project No. 13-0466, August 3, 2015. 2. "Geotechnical Engineering Report — TRV Channel Segment Utility Relocations, Part 14 Segment C, Fort Worth, Texas", G&AI Project No. 17-0038, June 21, 2017. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be made in accordance with Section 0133 00. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 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 33 05 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Page 2 of 4 B. All submittals shall be approved by the Engineer or the City prior to construction. C. Review and acceptance of the Contractor's submittals by the Engineer shall not be construed in any way as relieving the Contractor of its responsibilities under this Contract. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings: 1. Water Control Plan: No later than 30 days before installation of water control systems, submit methods and equipment proposed to be utilized to prevent excessive groundwater from entering shafts and tunnels, and to remove and dispose of the water that does enter. 2. Submit drawings indicating location and configuration of water control facilities including, but not limited to, water control barriers, dewatering wells, monitoring wells, sumps, discharge lines, storage tanks or basins, and discharge points or disposal methods. 3. Submit detailed descriptions of water control schedule, operation, maintenance, and abandonment procedures. 4. Submit drawings and details of any required treatment facilities to be used in treating water that collects within the shafts before it is discharged. 5. Submit a copy of all applicable permits required for discharge of collected water or documentation of proper offsite disposal plans. Confirm that disposal plan is in compliance with all permit requirements. L7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 CITY -FURNISHED [OR] CITY -SUPPLIED PRODUCTS [NOT USED] 30 2.2 MATERIALS 31 A. Design Criteria: 32 1. Lowering of the water table by active dewatering is prohibited at certain shaft 33 locations, as shown on the Drawings. 34 2. Design, furnish, install, operate, and maintain all machinery, appliances, power, 35 and equipment necessary to remove water from tunnels and shafts during 36 construction. 37 3. Dewater, treat, and dispose of water so as not to cause injury to public or private 38 property or to cause a nuisance or a menace to the public and in accordance with 39 all applicable permit requirements. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Page 3 of 4 1 4. Have on hand at all times sufficient pumping equipment and machinery in good 2 working condition for all ordinary emergencies, including power outages and 3 flooding, and have available at all times competent workers for the continuous and 4 successful operation of the water control and monitoring systems. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 37 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. General: 13 1. Provide continuous control of surface water runoff and water in shafts and tunnels 14 during the course of construction, including weekends and holidays, and during 15 periods of work stoppages. 16 2. Take reasonable precautions necessary to ensure successful operation of water 17 control systems. 18 3. Dispose of water under terms, requirements, and restrictions of applicable permits. 19 4. Modify water control system after installation and while in operation if it causes, 20 or threatens to cause, damage to adjacent property or to existing buildings, 21 structures, or utilities. 22 B. Surface Drainage: 23 I. Intercept and divert surface drainage away from the Work by use of dikes, curb 24 walls, ditches, sumps, or other means, in accordance with the approved plan. 25 2. Design surface drainage system so as not to cause erosion on or off the site. 26 Surface runoff shall be controlled to prevent entry of water into excavations and 27 shafts, water bodies, sanitary sewers, or storm sewers, unless written permission is 28 provided by the facility owner allowing discharge. 29 C. Water Control in Underground Works: 30 I. Use water control methods that are appropriate for the ground conditions described 31 in the Geotechnical Reports, the planned construction operations, and requirements 32 of these Contract Documents. 33 2. If a large amount of subsurface water drains into an excavation, take immediate 34 steps to control water inflow. Large amounts of inflow requiring immediate 35 control shall be defined as that which adversely affects the Work and/or threatens 36 damage to adjacent structures or facilities. 37 3. Design and operate water control system to prevent removal of in situ soils or 38 loosening or softening of in situ soils surrounding the excavation. CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 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 33 05 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Page 4 of 4 4. Water shall be removed during periods when concrete is being placed, during tunneling operations, when pipe is being installed, during shaft excavation, and at such other times as is necessary for efficient and safe execution of the Work. 5. If a concrete tremie plug or work slab for shaft construction is required, the plug shall not be subjected to unbalanced hydrostatic pressures until it has obtained compressive strength sufficient to resist uplift pressure. D. Treatment and Disposal of Water: 1. Obtain necessary permits from the authority having jurisdiction to use any sanitary sewers, storm sewers, drains, or waterways for water disposal purposes. 2. Discharge water removed from the site through pipes, tanks, or by truck and as required by the Contractor's discharge permit. Water shall be discharged in a manner that will not cause soil erosion at discharge point. 3. Treat water collected in shafts as required by regulatory agencies prior to discharge. E. System Removal: 1. Facilities shall be removed and abandoned at the completion of the Work in conformance with regulatory requirements and Contractor's permit. 3.5 CLEANUP AND RESTORATION 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH FWCC - Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 1 2 3 II I 6 7 8 9 10 11 12 13 14 15 L 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 SECTION 33 05 43 PORTAL STABILIZATION PART1 GENERAL 1.1 SUMMARY 33 05 43 PORTAL STABILIZATION Page 1 of 6 A. Section Includes: 1. Requirements for portal stabilization measures to be taken at shaft locations to prevent ground inflows and to control groundwater inflows during launching and retrieving of the tunneling equipment. 2. The Contractor may provide portal stabilization using grouting methods, guillotine wall (double -wall) methods, methods integral to the shaft construction, or other methods proposed by the Contractor, subject to Engineer's written approval. 3. The Work includes all operations necessary to provide portal stabilization that meets the requirements herein. This includes any secondary measures (such as additional contact grouting) or work required if initial stabilization methods are not successful. B. Deviations from this City of Fort Worth Standard Specification 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION C. Related Work Specified Elsewhere: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. 33 05 27 — Open -Shield Pipejacking 4. 33 05 41 — Shaft Excavation and Support 5. 33 05 45 — Contact Grouting 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. This Item is considered subsidiary to Steel Casing Pipe installation. 2. Payment: a. The work performed and materials furnished in accordance with this Item are considered subsidiary to the unit price bid per unit linear foot of By Other than Open Cut installation of Steel Casing to be completed in place and no other compensation will be allowed. 1.3 REFERENCES A. Definitions: 1. Portal Stabilization: Where the new trenchless pipelines enter or exit a shaft excavation, the Contractor shall stabilize the portal to prevent ground or groundwater inflows into the shaft that may lead to settlement around the shaft or CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No.104484 33 0543 PORTAL STABILIZATION Page 2 of6 1 flooding of the excavation. Portal stabilization may be accomplished using 2 applicable ground improvement, double sheeting methods combined with contact 3 grouting (guillotine method), or may be integral to the shaft construction method 4 (such as for secant pile/CSM shafts). 5 2. Guillotine (Double -Wall) Stabilization Method: To provide stable ground and 6 groundwater control at shaft penetrations, a set of steel sheetpiles or plates is 7 installed just outside the primary shoring system in front of the portal locations. 8 Contact grout is then injected between the primary shoring system and guillotine 9 shoring to confirm that the soil between is stable and will prevent groundwater 10 flow. A hole is then cut in the primary shoring, exposing the stabilized ground and 11 allowing for the insertion of the tunneling equipment into the shaft seal and 12 through the primary shoring. Once the tunneling shield and shaft seal are mated, 13 the guillotine shoring can be lifted out of the tunnel path and removed. This 14 method is typically limited in the height of groundwater head that can be 15 supported. 16 3. Ground Improvement: A prism of stabilized ground is created just outside the 17 shoring system using grouting methods appropriate for the ground conditions (such 18 as permeation grouting or jet grouting). The improved block stabilizes the ground 19 and lowers the permeability of the ground sufficiently to control groundwater 20 inflows. It is important that the stabilized prism is cast tightly against the existing 21 shoring, extending well beyond the portal to be cut in the shoring, so that 22 groundwater cannot flow along the shoring and enter the portal. Any grout/soil- 23 cement strength must also be carefully controlled to allow the tunneling equipment 24 to efficiently excavate it. 25 B. Reference Documents: 26 1. "Geotechnical Engineering Report — TRV Channel Segment Utility Relocations, 27 Part 14 Segment C, Fort Worth, Texas", G&AI Project No. 13-0466, August 3, 28 2015. 29 2. "Geotechnical Engineering Report — TRV Channel Segment Utility Relocations, 30 Part 14 Segment C, Fort Worth, Texas", G&AI Project No. 17-0038, June 21, 31 2017. 32 1.4 SUBMITTALS 33 A. Submittals shall be made in accordance with Section 01 33 00. 34 B. All submittals shall be approved by the Engineer or the City prior to construction. 35 C. Review and acceptance of the Contractor's submittals by the Engineer shall not be 36 construed in any way as relieving the Contractor of its responsibilities under this 37 Contract. 38 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Portal Stabilization: 40 1. Provide a description of the methods to be used for each portal stabilization 41 technique proposed. Provide shop drawings showing the details and dimensions of 42 each stabilization system and full narrative describing the procedures. CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No.104484 33 05 43 PORTAL STABILIZATION Page 3 of 6 1 2. Provide a list of which portal stabilization method will be used at each shaft 2 location. 3 3. Provide a description of the secondary or remedial methods that will be employed 4 if the initial stabilization efforts fail to achieve the required stabilization as 5 described in Paragraph 3.4 A 3 c. 6 4. Provide mix designs for any concrete or grout proposed as a part of the portal 7 stabilization work. 8 1.6 CLOSEOUT SUBMITTALS [NOT USED] 9 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.8 QUALITY ASSURANCE [NOT USED] 11 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.10 FIELD [SITE] CONDITIONS [NOT USED] 13 1.11 WARRANTY [NOT USED] 14 PART 2 — PRODUCTS 15 2.1 OWNER -FURNISHED [OR] OWNER SUPPLIED PRODUCTS [NOT USED] 16 2.2 MATERIALS 17 A. Design Criteria: 18 1. The Contractor shall provide portal stabilization to prevent ground inflows and to 19 control groundwater inflows during launch and retrieval of the tunneling 20 equipment for all shaft locations. 21 2. Portal stabilization methods shall ensure that no ground and no more than 5 gpm of 22 water enters the shaft when creating portals for the launch or retrieval of the 23 tunneling equipment, as described in Paragraph 3.4 A 3 c. 24 3. The Contractor may accomplish portal stabilization by the use of ground 25 improvement, the guillotine wall (double -wall) method, methods integral to the 26 shoring system (such as for secant pile/CSM shafts) or by other Contractor 27 suggested methods, subject to the requirements of these Specifications and the 28 Engineer's written approval. Multiple options for achieving portal stabilization, 29 including consideration of Contractor -suggested methods, are presented to allow 30 flexibility for Contractor preference. Not all methods listed are appropriate for all 31 ground conditions. It is the sole responsibility of the Contractor to choose portal 32 stabilization methods that are appropriate for the ground conditions at each shaft. 33 4. Grout: 34 a. The minimum 24-hour compressive strength shall be at least 10 psi. 35 b. The maximum 28-day compressive strength of any grout used or improved 36 ground created shall not exceed 150 psi. 37 C. Additionally, the cured grout or improved ground shall be of a strength that 38 can be efficiently excavated by the tunneling equipment without damage to 39 the equipment. CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No.104484 33 0543 PORTAL STABILIZATION Page 4 of 6 1 5. Guillotine Wall (Double -Wall) Method: 2 a. The guillotine wall shall extend not less than three (3) feet beyond the 3 maximum portal dimensions to be opened in the primary shoring system, in 4 all directions. 5 b. The contractor shall inject contact grout between the primary shoring system 6 and the guillotine wall, as necessary, to stabilize the ground between and to 7 seal any voids that will allow groundwater flow into the shaft, before 8 opening tunnel portals. 9 6. Ground Improvement Method: 10 a. Choose ground improvement methods that will achieve the stability 11 specified herein, in the ground conditions described in the Geotechnical 12 Engineering Reports, for each shaft location. 13 b. The prism of improved ground shall extend not less than four (4) feet 14 beyond the maximum portal dimensions to be opened in the primary shoring 15 system, in all directions. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] B8 PART 3 EXECUTION 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General: 1. Guillotine Wall Methods: a. The Contractor shall visually verify the location of all utilities that may cross, or are within 10 feet adjacent to the location of guillotine shoring before commencing installation. b. Pre -drilling of the soils may be necessary to install guillotine shoring to the required depths. C. Guillotine shoring shall be completely removed after the tunneling equipment has been seated in the shaft seal. 2. Ground Improvement Methods: a. Prisms of improved ground shall be installed in full contact with the shoring to prevent uncontrolled groundwater flow along the shoring face and into the portals. b. If ground improvement cannot be performed tight against the shoring face, supplemental contact grouting shall be used to achieve control of groundwater inflows. CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No.104484 33 05 43 PORTAL STABILIZATION Page 5 of 6 1 3. Verification of Stability: 2 a. The Contractor shall stabilize the ground at all tunnel portal locations to 3 prevent the inflow of weak, raveling, running, or flowing ground and to 4 control groundwater inflows. 5 b. The Contractor shall confirm that the ground has been stabilized to the 6 extent that ground will remain stable without movement of soil or rock or 7 water while the entry/exit location shoring is removed and while the 8 tunneling equipment is being launched or received into a shaft or during 9 jacking operations. 10 C. The progressive steps identified below shall be used to confirm suitable 11 stabilization has been achieved for all shaft types and entry/exit locations: 12 1.) After the Contractor believes they have stabilized the ground 13 sufficiently outside a given shaft seal, the Contractor shall 14 demonstrate the stability of the ground by cutting a 3-inch diameter 15 hole in the shoring wall near the center of the bore. 16 a) If no ground and less than 5 gpm of water enter the shaft, the 17 Contractor may progress to the next demonstration step. 18 b) If any ground or more than 5 gpm of water enter into the shaft, 19 the Contractor shall seal the demonstration hole and further 20 stabilize the ground before repeating the demonstration step. 21 2.) After successful completion of the first demonstration step, the 22 Contractor shall demonstrate the stability of the ground by cutting a 23 12-inch diameter hole in the shoring wall at the location of previous 24 demonstration hole. 25 a) If no ground and less than 5 gpm of water enter the shaft, the 26 Contractor may progress to the next demonstration step. 27 b) If any ground or more than 5 gpm of water enters the shaft, the 28 Contractor shall seal the demonstration hole and further 29 stabilize the ground before repeating the demonstration step. 30 3.) After successful completion of the first two demonstrations steps, and 31 if the Contractor believes the portal stabilization work is sufficient, 32 the Contractor may proceed with remainder of the shaft wall 33 penetration procedures. 34 4.) Successful completion of shaft wall penetrations and related activities 35 necessary to demonstrate such shall be at the Contractor's sole 36 expense. 37 3.5 CLEANUP AND RESTORATION [NOT USED] 38 3.6 RE -INSTALLATION [NOT USED] 39 3.7 SITE QUALITY CONTROL [NOT USED] 40 3.8 SYSTEM STARTUP [NOT USED] 41 3.9 ADJUSTING [NOT USED] 42 3.10 CLEANING [NOT USED] 43 3.11 CLOSEOUT [NOT USED] CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No.104484 33 05 43 PORTAL STABILIZATION Page 6 of 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No.104484 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 SECTION 33 05 44 SETTLEMENT MONITORING PART 1 - GENERAL 1.1 SUMMARY 33 05 44 SETTLEMENT MONITORING Page 1 of 6 A. Section Includes: 1. Furnishing, installing, and monitoring settlement instrumentation for measuring ground movements around and above trenchless construction operations. The Work includes but is not limited to: installing surface monitoring points, installing subsurface monitoring points, furnishing monitoring equipment, and recording observations and measurements from the monitoring points on a periodic basis before, during, and after trenchless construction. B. Deviations from this City of Fort Worth Standard Specification 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 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. 33 05 27 — Open -Shield Pipejacking 4. 33 05 41 — Shaft Excavation and Support 5. 33 05 45 — Contact Grouting 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. This Item is considered subsidiary to Steel Casing Pipe. 2. Payment: a. The work performed and materials furnished in accordance with this Item are considered subsidiary to the unit price bid per unit linear foot of By Other than Open Cut installation of Steel Casing to be completed in place and no other compensation will be allowed. 1.3 REFERENCES A. Definitions: 1. Surface Monitoring Points: A marking established as a baseline for measuring elevation of the ground surface using optical survey methods. 2. Subsurface Monitoring Point: A cased borehole settlement monitoring point located above the tunnel crown used for detecting settlement between the location of the settlement point and the tunnel excavation. B. Reference Documents: 1. "Geotechnical Engineering Report — TRV Channel Segment Utility Relocations, Part 14 Segment C, Fort Worth, Texas", G&AI Project No. 13-0466, August 3, 2015. CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 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 1.4 1.5 33 05 44 SETTLEMENT MONITORING Page 2 of 6 2. "Geotechnical Engineering Report — TRV Channel Segment Utility Relocations, Part 14 Segment C, Fort Worth, Texas", G&AI Project No. 17-0038, June 21, 2017. ADMINISTRATIVE REQUIREMENTS [NOT USED] SUBMITTALS A. Submittals shall be made in accordance with Section 0133 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. C. Review and acceptance of the Contractor's submittals by the Engineer shall not be construed in any way as relieving the Contractor of its responsibilities under this Contract. ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Qualifications: 1. Submit surveying personnel qualifications in accordance with the requirements herein. B. Shop Drawings: l . Submit the following, at least one (1) month before scheduled installation of monitoring points: a. Monitoring Point Schedule: Submit the proposed schedule for installing the surface and subsurface monitoring points. b. Description of methods and materials for installing and protecting surface and subsurface monitoring points. C. Drawings with locations of proposed monitoring points shown in plan and profile. C. Reports and Records: 1. The Contractor shall submit all reports of monitoring data to the Engineer. 2. Within 72 hours following installation of the instruments, submit: a. Drawings showing the actual as -built installed location b. Monitoring point identification number C. Monitoring point type d. Installation date and time C. Tip elevation and length of subsurface monitoring point. f. Include details of installed monitoring points, accessories and protective measures including all dimensions and materials used. 3. Submit surveyed baseline measurements of all monitoring points at least seven (7) days prior to commencing excavation to establish baseline readings. 4. Submit surveyed measurements of monitoring points during and after construction in accordance with Part 3 of this Specification. CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 44 SETTLEMENT MONITORING Page 3 of 6 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Surveyor Qualifications: All surveying shall be performed by a land surveyor licensed in 5 the State of Texas with previous experience surveying for the detection of surface 6 deformations. 7 B. Should actual field conditions prevent installation of monitoring points at the location 8 shown on the Drawings or specified herein, obtain written acceptance from the Engineer for 9 new monitoring point location and elevation. 10 C. Surveying for monitoring settlement points shall be referenced to the same control points 11 and benchmarks established for setting out the Work. Control points shall be tied to 12 benchmarks and other monuments outside of the zone of influence of the excavation or 13 trenchless construction. 14 D. Contractor shall provide access and assistance to the Engineer for obtaining supplemental 15 monitoring data, as requested by Engineer. 16 E. Provide data from readings of all monitoring points to the Engineer within 24 hours of 17 reading. 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 CITY -FURNISHED [OR] CITY -SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 24 A. Surface Monitoring Points: 25 1. Surface monitoring points shall be established by an inscribed marking or approved 26 surveyor's nail driven flush with the surface in asphalt or concrete paved areas. 27 2. In landscaped areas, surface monitoring points shall be established by driving a 28 minimum 0.5-inch diameter steel rod driven a minimum of 12-inches until flush with 29 the ground. The stake shall be driven to a depth required to provide a stable 30 monitoring point given the soil conditions. 31 3. Each monitoring point shall have a tag or marking indicating the station and offset 32 from centerline. 33 B. Subsurface Monitoring Points: 34 1. Subsurface Monitoring Points shall be established and installed as indicated on the 35 Drawings. 36 2. Each point shall consist of a #6 rebar settlement rod installed within, and isolated 37 from, a PVC -cased borehole. The settlement rod shall be driven 6 to 12 inches past the 38 bottom of the borehole casing into undisturbed ground, and the tips shall be located at 39 five feet above the pipe crown centerline as noted on the Drawings, or as directed by CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 1 2 3 4 5 6 II 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 33 05 44 SETTLEMENT MONITORING Page 4 of 6 the Engineer. The settlement rod shall be secured to the PVC casing with an approximately 12-inch length of loose cable or chain to prevent the rod from falling more than approximately 12 inches. The casing shall be flush with pavement or recessed, and capped and protected with a road box if installed within traffic lanes, shoulders, parking lots, or bike lanes and shall be in accordance with applicable permit requirements. C. Design Criteria: 1. Any ground movements (settlement/heave) shall be limited to values that do not cause damage to adjacent utilities and facilities. In no case shall settlements exceed the applicable values listed in Table 1 below. Table I — Maximum Allowable Settlement / Heave Values Site Feature Allowable Settlement / Heave (inches) Levee Crests 0.25 Levee Toes 0.50 Railroad Tracks 0.25 Future Soft and Hard -Edge Levices 0.50 Underground Utilities 1.00 Unimproved Ground 3.00 Top of Shaft Excavation 0.50 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION 3.4 INSTALLATION A. General: 1. Install all monitoring points within one-half (0.5) foot of the horizontal and vertical location shown on the Drawings or as directed by the Engineer. Up to six (6) additional surface monitoring points may be required and shall be installed as directed by the City or Engineer. 2. The Contractor shall locate conduits and underground utilities in all areas where borings are to be drilled and subsurface monitoring points installed. Follow State CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 44 SETTLEMENT MONITORING Page 5 of 6 1 laws and accepted industry procedures for one -call notification and visual 2 confirmation of locations of all crossing or adjacent utilities. 3 3. Subsurface monitoring point locations shall be modified, as approved by the City or 4 Engineer, to avoid interference with the existing conduit and utilities. The Contractor 5 shall repair damage to existing utilities resulting from subsurface monitoring point 6 installations. 7 4. Contractor shall install and perform a baseline survey of all surface and subsurface 8 settlement monitoring devices at least 7 days prior to excavation or trenchless 9 construction. 10 B. Monitoring Frequency: 11 1. Surface Monitoring Points: Initial survey measurements shall be obtained prior to any 12 excavation and daily after beginning excavation or trenchless construction. 13 2. Subsurface Monitoring Points: Once trenchless construction begins, subsurface 14 monitoring points within 50 feet of the tunnel face shall be surveyed once for every 10 15 feet of tunnel progress, and at least once daily. 16 3. All monitoring points shall be surveyed at least once per day during trenchless 17 construction operations. Once these operations are complete, all settlement 18 monitoring devices shall be surveyed once per day for the first seven days, once at 14 19 days, and once at 30 days after completion of the trenchless work. 20 C. Surface Monitoring Points: 21 1. Establish a system of surface monitoring points. Monitoring point locations are 22 shown on the Drawings. Up to six (6) additional monitoring point locations shall be 23 determined jointly by the City, Engineer and Contractor in the field. 24 2. Surveying of surface monitoring points shall consist of determining the elevation of 25 each monitoring point with respect to a benchmark selected by the Engineer to a 26 precision of 0.01 foot. 27 D. Subsurface Monitoring Points: 28 1. Notify the City and Engineer at least 7 days in advance of installing subsurface 29 monitoring points. 30 2. The subsurface monitoring points shall be installed as close as practicable to the 31 locations shown on the Drawings. The City or Engineer may modify subsurface 32 monitoring point locations depending on field conditions, conflicting utilities, and 33 monitoring objectives. 34 3. Subsurface monitoring point installations shall be completed at least 7 days in 35 advance of commencing shaft construction, or trenchless construction. 36 4. Conduct drilling operations using appropriate methods that are consistent with 37 anticipated geologic conditions. Use mud rotary wash methods or provide casing as 38 required to hold drill hole open. 39 5. Subsurface monitoring rods shall move freely with the soil at the tip and shall be 40 isolated from the soil surrounding the borehole by the casing. 41 6. Protection: Install protective housing with cap. Protective housing shall be installed 42 within a flush -mounted precast concrete box or vault if in traffic lanes or paved areas, CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 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 33 05 44 SETTLEMENT MONITORING Page 6 of 6 so as not to obstruct vehicle or foot traffic, and shall be in accordance with TxDOT standards and permit requirements. 7. Surveying of subsurface monitoring points shall consist of determining the elevation of each monitoring rod with respect to a benchmark selected by the City and Engineer to a precision of 0.01 foot. 8. All instrumentation shall remain the property of the Contractor following completion of the Work and shall be removed or abandoned according to applicable codes and standards, unless otherwise noted. E. Monitoring Point Protection, Maintenance and Repair: 1. Protect the monitoring points and surface control points from damage. Damaged installations shall be replaced or repaired prior to continuing excavation, or trenchless construction, unless permitted otherwise in writing by the City and Engineer. F. Abandonment of Monitoring Points: 1. Surface Monitoring Points: a. All surface monitoring points on public property shall remain in place at the completion of the Work. b. Remove all surface monitoring points on private property during the cleanup and restoration work, or as required by the City or Engineer. 2. Subsurface Monitoring Points: a. Properly abandon all monitoring point boreholes, by removing the rebar and then grouting the drilled holes. b. Subsurface monitoring points shall be abandoned at the conclusion of the monitoring phase (See Section 3.4 B 3) as described in 33 05 45 — Contact Grouting, or as required by the City or Engineer. C. Remove flush mounted surface boxes and restore surface to original condition. 3.5 CLEANUP AND RESTORATION 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 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 we 37 38 33 05 45 CONTACT GROUTING Page 1 of 8 SECTION 33 05 45 CONTACT GROUTING PART 1 -- GENERAL 1.1 SUMMARY A. Section includes: 1. Minimum requirements for contact grouting of all voids caused or encountered during casing installation, the annular space outside the jacking or product pipe after trenchless installations are complete, around shafts as necessary to prevent surface settlement, as necessary to complete portal stabilization work, and for abandonment grouting of boreholes for subsurface monitoring points after trenchless construction is complete. B. Deviations from this City of Fort Worth Standard Specification 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 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. 33 05 22 — Steel Casing Pipe 4. 33 05 27 — Open -Shield Pipejacking 5. 33 05 41 — Shaft Excavation and Support 6. 33 05 43 — Portal Stabilization 7. 33 05 44 — Settlement Monitoring 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. This item is considered subsidiary to Steel Casing Pipe installation. 2. Payment: a. The work performed and materials furnished in accordance with this item are considered subsidiary to the unit price bid per linear foot of By Other than Open Cut installation of Steel Casing to be completed in place, and no other compensation will be allowed. 1.3 REFERENCES A. 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. American Society for Testing and Materials (ASTM) a. C 31 Standard Practice for Making and Curing Concrete Test Specimens in the Field CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 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 1.4 1.5 1.6 33 05 45 CONTACT GROUTING Page 2 of 8 b. C 39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens c. C 94 Standard Specification for Ready -Mixed Concrete d. C 109 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch Cube Specimens) e. C 144 Standard Specification for Aggregate for Masonry Mortar f. C 150 Standard Specification for Portland Cement g. C 937 Standard Specification for Grout Fluidifier for Preplaced-Aggregate Concrete B. Reference Documents: 1. "Geotechnical Engineering Report — TRV Channel Segment Utility Relocations, Part 14 Segment C, Fort Worth, Texas", G&AI Project No. 13-0466, August 3, 2015. 2. "Geotechnical Engineering Report — TRV Channel Segment Utility Relocations, Part 14 Segment C, Fort Worth, Texas", G&AI Project No. 17-0038, June 21, 2017. ADMINISTRATIVE REQUIREMENTS A. All grouting operations are to be performed in the presence of the Engineer. B. Notify the Engineer at least 24 hours in advance of starting contact grouting operations SUBMITTALS A. Submittals shall be made in accordance with Section 01 33 00. B. All submittals shall be approved by the Engineer or the City prior to construction. C. Review and acceptance of the Contractor's submittals by the Engineer shall not be construed in any way as relieving the Contractor of its responsibilities under this Contract. ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Work Plan and Methods: 1. Submit a work plan for each type of contact grouting required, including: 2 C[TY OF FORT WOR"1'H a. Contact grouting methods and details of equipment b. Grouting procedures and sequences c. Injection pressures d. Monitoring and recording equipment e. Methods of controlling grout pressure f. Pressure gauge calibration data Submit details of grout mix proportions, including: a. Laboratory test data verifying the strength of the proposed grout mix b. Admixtures, including manufacturer's literature FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 33 0545 CONTACT GROUTING Page 3 of S c. SDS sheets B. Reports and Records: 1. Maintain and submit daily logs of grouting operations, including: a. Grouting locations, pressures, volumes, grout mix pumped, time of pumping, and any problems or unusual observations on logs. C. Grout Strength Tests: 1. Submit test results for 24-hour and 7-day compressive strength tests for the cylinder molds or grout cubes obtained during grouting operations within one (1) week of completing tests. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Grout Strength Tests: 1. Prepare samples for 24-hour and 7-day compressive strength tests according to ASTM C31 for cylinders or ASTM C 109 for cubes. 2. Test samples according to ASTM C39 or C 109 as applicable. 3. Grout for the cylinders or cubes shall be taken from the nozzle of the grout injection line. 4. Collect at least one set of four (4) samples for each 500 cubic feet of grout injected but not less than one set for each grouting shift, unless directed in writing otherwise by the Engineer. 1.10 DELIVIERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 27 28 29 30 31 32 33 34 35 2.1 CITY -FURNISHED [OR] CITY -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Materials: 1. Cement: Cement shall be Type II or Type IV Portland cement conforming to ASTM C 150. 2. Bentonite: Bentonite shall be a commercially processed powdered bentonite, Wyoming type, such as Imacco-gel, Black Hills, or equal. 3. Fluidifier: Fluidifiers shall hold the solid constituents of the grout in colloidal suspension, be compatible with the cement and water used in the grouting work, and comply with the requirements of ASTM C 937. CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 45 CONTACT GROUTING Page 4 of 8 1 4. Admixtures: Other admixtures may be used subject to the written approval of the 2 Engineer to improve the pumpability, to control set time, to hold sand in suspension, 3 and to prevent segregation and bleeding. 4 B. Equipment: 5 1. Equipment for mixing and injecting grout shall be adequate to satisfactorily mix and 6 agitate the grout and force it into the grout ports, in a continuous flow at the desired 7 pressure. Pumps shall be capable of continuously developing a sustained pressure of 8 15 psi in excess of existing groundwater pressures at the grout port connection. 9 2. Two pressure gauges shall be provided, one at the grout pump and one at the collar 10 of each port being grouted. The accuracy of the gauges shall be periodically 11 checked with an accurately calibrated pressure gauge. A minimum of two spare 12 pressure gauges shall be available on site at all times. 13 3. The grouting equipment shall be provided with a meter to determine the volume of 14 grout injected. The meter shall be calibrated in cubic feet to the nearest one -tenth of 15 a cubic foot. 16 4. The grouting equipment shall be maintained in satisfactory operating condition 17 throughout the course of the work to ensure continuous and efficient performance 18 during grouting operations. 19 5. Suitable stop valves shall be provided at the collar of each port for use in 20 maintaining pressure as required until the grout has set. 21 6. Grout hoses shall have an inside diameter not less than 1-1/2 inches and shall be 22 capable of withstanding the maximum water and grout pressures to be used. 23 C. Design Criteria: 24 1. Contact grout shall be used to fill any voids caused or encountered outside the 25 casing pipe; to fill the annular space created by the shield overcut during trenchless 26 construction; to fill any voids caused or encountered outside of shafts; as necessary 27 for portal stabilization, and for abandonment of subsurface monitoring point 28 boreholes. 29 2. Grout Mixes: 30 a. Develop one or more grout mixes designed to completely fill the voids outside 31 the casing, product pipe, or shafts and to provide acceptable strength to prevent 32 settlement; for portal stabilization; and for abandonment of subsurface 33 monitoring point boreholes after completion of trenchless construction. 34 b. Grout used outside shaft excavations shall be of a strength that allows for 35 efficient excavation by the tunneling equipment. 36 c. Determine 24-hour and 7-day strength of each grout mix in accordance with 37 ASTM C39 or C 109. 38 d. All grout mix proportions shall be subject to review and acceptance by the 39 Engineer. 40 e. Provide less than one (1 %) percent shrinkage by volume. 41 CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 45 CONTACT GROUTING Page 5 of 8 1 3. Grout Composition: 2 a. Grout shall consist of Portland cement, bentonite, fluidifier as necessary, and 3 water in the proportions specified herein or as approved by the Engineer. 4 b. Sand may be added to the grout mix in instances of very high grout takes, as 5 approved in writing by the Engineer. The addition of sand may require 6 additional water or fluidifier to be added to the grout mix. 7 4. Compressive Strength: 8 a. The minimum compressive strength at 24 hours shall be 10 psi. 9 b. The minimum compressive strength at 7 days shall be 50 psi. 10 c. The grouting contractor shall coordinate with the trenchless subcontractor to 11 ensure that the maximum anticipated grout strength can be efficiently excavated 12 by the tunneling equipment without damaging the equipment or causing 13 excessive wear of cutting tools, if used at tunnel portals. 14 PART 3 - EXECUTION 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Grouting shall not begin until the following have been completed 1. All required submittals have been made and the City and/or Engineer has reviewed and accepted all submittals in accordance with Section 01 33 00 - Submittals. 3.4 EXECUTION A. General: 1. The Contractor shall use contact grouting to fill any voids caused or encountered during shaft construction that could lead to shaft movements during trenchless operations, or that could lead to settlement and damage of installed pipe, surface features, or subsurface utilities. 2. The Contractor shall use contact grouting to completely fill the void space outside the jacking pipe caused by the trenchless operations (including overcut), and any voids caused or encountered during the trenchless construction. 3. The Contractor shall use contact grouting as necessary to compete portal stabilization work in accordance with this Specification and 33 05 43 — Portal Stabilization. 4. The Contractor shall use contact grouting to fill and abandon boreholes for subsurface monitoring points as noted in 33 05 44 — Settlement Monitoring. 5. Spills: a. The Contractor shall take care to prevent the spill or escape of grout to the ground surface, into any water body, or into any sanitary or storm sewer. CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 05 45 CONTACT GROUTING Page 6 of 8 1 b. The Contractor shall closely monitor grouting operations to detect any spills or 2 escape of grout to the surface or into any water body, sanitary sewer, or storm 3 sewer. 4 c. Any such spill shall be immediately contained and cleaned up by the Contractor 5 at no additional cost. 6 6. During grouting work, provide for adequate disposal of all waste and wastewater. 7 Remove and properly dispose of all waste grout resulting from grouting operations. 8 The contents of grout lines shall not be discharged into the pipe, sanitary sewers, 9 storm drains, or water bodies. 10 B. Mixing and Injection of Grout: 11 1. All materials shall be free of lumps when put into the mixer and the grout mix shall 12 be continuously agitated. 13 2. Grout shall flow unimpeded and shall completely fill all voids. 14 3. Grout not injected within 90 minutes of mixing shall not be used. 15 4. The grouting process shall be operated and controlled so that the grout is delivered 16 uniformly and steadily. 17 5. Recirculate grout mixes when any new mix is batched or after adding water, 18 fluidifier, or sand to mix. Recirculate mix for at least 2 minutes prior to pumping 19 grout into grout port. 20 6. In general, grouting will be considered completed when less than one cubic foot of 21 grout of the accepted mix and consistency can be pumped in 5 minutes under the 22 specified maximum pressure. 23 7. After the grouting is finished, the valve shall be closed before the grout header is 24 removed and remain closed until grout has set. 25 8. For any port ahead of the grouting operation, with a valve attached, and the valve in 26 the open position, the current port shall be considered grouted if grout issues forth 27 from the subsequent port with the same color and consistency and at the same rate as 28 that being pumped. 29 9. Replace grout plugs in ports at the completion of grouting. 30 C. Contact Grouting of Shafts: 31 1. Commence contact grouting of shafts after completion of each shaft, and before 32 trenchless construction begins. 33 2. Inject grout through vertical or inclined holes drilled from the ground surface to 34 intersect the known or suspected void. Alternatively, drill grout holes horizontally 35 through shaft support elements into the soil to intersect the known or suspected void. 36 Holes shall be sufficiently close to ensure all voids are completely filled. 37 3. Install check valve and grout nipple in each hole drilled. 38 4. Inject grout through each grout nipple until completion, as defined in Paragraphs 3.4 39 B 6 through 9. CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 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 0 E F 33 05 45 CONTACT GROUTING Page 7 of 8 5. Engineer may direct Contractor to drill and grout additional holes if the grouting operation has not, in the judgment of the Engineer, achieved satisfactory filling of known or suspected voids. Contact Grouting Outside of Steel Casing: 1. Commence contact grouting outside of the casing pipe within 48 hours following the completion of each drive. 2. Grout ports shall be provided in casing pipes at intervals not greater than 10 feet. 3. Grout ports shall be threaded to accept valve fittings and plugs. 4. An attempt shall be made to hook-up and pump grout at every port or coupling unless approval is granted by the Engineer in writing to omit grouting of selected ports. 5. Before attempting to grout a port the Contractor shall insert a rod through the port to clean the area outside the grout port of loose soil and to provide a path for grout to travel. 6. Inject grout through the grout connections in such a manner as to completely fill all voids outside the pipe resulting from, or encountered during, trenchless operations. 7. Grout pressure shall be controlled to avoid damaging the pipe and to avoid movement of the surrounding ground or improvements. 8. Grouting shall generally progress sequentially in a constant up -gradient direction from one grout port to the next grout port in the sequence indicated in the approved submittals. 9. At all times during the grouting operations, sufficient contact grout ports ahead of the port to be grouted shall be cleaned and ready for grouting. Valves or other suitable devices shall be attached and placed in the fully open position on all ungrouted ports within the maximum grout communication distance, as determined by the Contractor and accepted by the Engineer. 10. Inject grout through each grout nipple until completion, as defined in Paragraphs 3.4 B 6 through 9. 11. Replace grout plugs in ports at the completion of grouting. 12. Pipe grout fittings shall be sealed with screw type plugs upon completion of grouting. Grouting for Portal Stabilization 1. The Contractor shall use contact grouting for portal stabilization in accordance with Section 33 05 43 — Portal Stabilization, if the Contractor elects to use grout for portal stabilization. Contact Grouting of Subsurface Settlement Point Boreholes: 1. After all settlement monitoring measurements have been completed, monitoring point borehole casings shall be grouted. 2. Inject grout into each casing until filled. CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 33 05 45 CONTACT GROUTING Page 8 of 8 3. Grout may be injected by gravity flow, through a tremie pipe, or by attaching a valve and nipple at the casing collar. 3.5 CLEANUP AND RESTORATION A. Cleanup: 1. After completion of contact grouting, all related construction debris, grout, oil, grease, and all other materials shall be removed from the jacking pipe, jacking and receiving shafts, and all Contractor work areas. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH END OF SECTION FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 3331 13 - 1 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 1 of 7 1 SECTION 33 3113 2 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 3 PART1- GENERAL 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. Added 1.6.B.9 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 01 31 — Closed Circuit Television (CCTV) Inspection 16 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 6. Section 33 05 26 — Utility Markers/Locators 18 7. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measured horizontally along the surface from center line to center line of the 23 manhole, or appurtenance 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under "Measurement" will be paid for at the unit price 27 bid per linear foot for "Fiberglass Sewer Pipe" installed for: 28 1) Various sizes 29 2) Various backfills 30 3. The price bid shall include: 31 a. Furnishing and installing Fiberglass gravity pipe with joints as specified by the 32 Drawings 33 b. Mobilization 34 c. Pavement removal 35 d. Excavation 36 e. Hauling 37 f. Disposal of excess material 38 g. Gaskets 39 h. Furnishing, placement and compaction of embedment 40 i. Furnishing, placement and compaction of backfill CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 33 31 13 -2 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 2 of 7 l j. Trench water stops 2 k. Clean-up 3 1. Cleaning 4 in. Testing 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. ASTM International (ASTM): 11 a. D3236, Standard Test Method for Apparent Viscoscity of Hot Melt Adhesives 12 and Coating Materials. 13 b. D3262, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced 14 Thermosetting -Resin) Sewer Pipe. 15 c. D3681, Standard Test Method for Chemical Resistance of "Fiberglass" (Glass- 16 Fiber -Reinforced Thermosetting -Resin) Pipe in a Deflected Condition. 17 d. D4161, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced 18 Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric Seals. 19 e. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic 20 Pipe. 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Manufacturer 28 2. Manufacturer Number (identifies factory, location, and date manufactured.) 29 3. Nominal Diameter 30 4. Beam load 31 5. Laying lengths 32 6. ASTM designation 33 B. Shop Drawings 34 1. Pipe details 35 2. Joint details 36 3. Miscellaneous items to be furnished and fabricated for the pipe 37 4. Dimensions 38 5. Tolerances 39 6. Wall thickness 40 7. Properties and strengths 41 8. Pipe calculations CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 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 9. Siphon Dron Pining 4 a. Calculations considering installation and long-term loadings for nine, 5 couplings, and fittings, signed and sealed by a Licensed Professional 6 Engineer in Texas 7 b. Horizontal and vertical lav drawings signed and sealed by a Licensed 8 Professional Engineer in Texas 9 C. Certificates 10 1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the 11 provisions of this Section and has been tested and meets the requirements of ASTM 12 D3262. 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Qualifications 17 1. Manufacturers 18 a. Finished pipe shall be the product of 1 manufacturer for each size per project. 19 b. Pipe manufacturing operations shall be performed under the control of the 20 manufacturer. 21 c. All pipe furnished shall be in conformance with this specification and ASTM 22 D3262. 23 1.10 DELIVERY, STORAGE, AND HANDLING 24 A. Delivery 25 1. Provide adequate strutting during transport to prevent damage to the pipe, fittings 26 and appurtenances. 27 B. Storage and Handling Requirements 28 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 29 guidelines. 30 2. Secure and maintain a location to store the material in accordance with 31 Section 01 66 00. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART2- PRODUCTS 35 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 36 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 37 A. Manufacturers CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 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 3331 13-4 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 4 of 7 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Performance / Design Criteria 1. Pipe a. Design in accordance with ASTM D3262 b. Design pipe for service loads that include: 1) External groundwater and earth loads 2) Jacking/pushing loads a) The allowable jacking/pushing capacity shall not exceed 40 percent of the ultimate compressive strength or the maximum allowable compressive strength recommended by the manufacturer, whichever is less. 3) Traffic loads 4) Practical considerations for handling, shipping and other construction operations c. Design is to be conducted under the supervision of a Professional Engineer licensed in the State of Texas, who shall seal and sign the design. d. Standard lay length of 20 feet, except for special fittings or closure pieces necessary to comply with the Drawings. e. Stiffness class that satisfies design requirement on the Drawings, but not less than 46 psi when used in direct bury operations. f. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. g. In no case shall pipe be installed deeper than its design allows. 2. Dimensional Tolerances a. Inside diameter 1) Pipe shall not vary more than 1/8 inch from the nominal inside diameter. b. Roundness 1) The difference between the major and minor outside diameters shall not exceed 0.1 percent of the nominal outside or'/4 inch, whichever is less. c. Wall thickness 1) Provide minimum single point thickness no less than 98 percent of stated design thickness. d. End Squareness 1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. e. Fittings 1) Provide tolerance of angle of elbow and angle between main and leg of wye or tee to t2 degrees. 2) Provide tolerance of laying length of fitting to t2 inches. C. Materials Resin Systems a. Only use polyester resin system with proven history of performance in this particular application. 2. Glass Reinforcements CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 3331 13-5 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 5 of 7 1 a. Use reinforcing glass fibers of highest quality commercial grade E-glass 2 filaments with binder and sizing compatible with impregnated resins to 3 manufacture components. 4 3. Fillers 5 a. Silica sand or other suitable materials may be used. 6 b. Use 98 percent silica with maximum moisture contest of 0.2 percent. 7 4. Additives 8 a. Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic 9 agents, etc., when used, shall not detrimentally affect the performance of the 10 product. 11 5. Internal liner resin 12 a. Suitable for service as sewer pipe 13 b. Highly resistant to exposure to sulfuric acid 14 c. Produced by biological activity from hydrogen sulfide gases 15 d. Meet or exceed requirements of ASTM D3681 16 6. Gaskets 17 a. Supply from approved gasket manufacturer in accordance with ASTM F477 18 and suitable for service intended. 19 b. Affix gaskets to pipe by means of suitable adhesive or install in a manner so as 20 to prevent gasket from rolling out of pre-cut groove in pipe or sleeve coupling. 21 c. Provide the following gaskets in potentially contaminated areas. 22 1) Petroleum (diesel, gasoline) — Viton 23 2) Other contaminants — Manufacturer recommendation 24 7. Couplings 25 a. Field connect pipe with fiberglass sleeve couplings that utilize elastomeric 26 sealing gaskets as sole means to maintain joint water tightness. 27 8. Joints 28 a. Joints must meet requirements of ASTM D4161. 29 9. Pipe markings shall meet the minimum requirements of ASTM D3236. Minimum 30 pipe markings shall be as follows: 31 a. Manufacturer 32 b. Manufacturer Number (identifies factory, location, date manufactured, shift 33 and sequence) 34 c. Nominal diameter 35 d. Beam load 36 e. Laying length 37 f ASTM designation 38 10. Connections 39 a. Use only manufactured fittings. 40 b. See Section 33 31 50. 41 11. Detectable Metallic Tape 42 a. See Section 33 05 26. 43 2.3 ACCESSORIES [NOT USED] 44 2.4 SOURCE QUALITY CONTROL [NOT USED[ 45 PART 3 - EXECUTION CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 33 31 13 - 6 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 6 of 7 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 INSTALLATION 5 A. General 6 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 7 Section 33 05 10 and in accordance with the pipe manufacturer's recommendations. 8 2. Lay pipe to the lines and grades as indicated in the Drawings. 9 3. Excavate and backfill trenches in accordance with Section 33 05 10. 10 4. Embed pipe in accordance with Section 33 05 10. 11 5. For installation of carrier pipe within casing, see Section 33 05 24. 12 B. Pipe Handling 13 1. Haul and distribute pipe and fittings at the project site. 14 2. Handle piping with care to avoid damage. 15 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 16 lowering into the trench. 17 b. Use only nylon ropes, slings or other lifting devices that will not damage the 18 surface of the pipe for handling pipe. 19 3. At the close of each operating day: 20 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 21 the laying operation. 22 b. Effectively seal the open end of the pipe using a gasketed night cap. 23 C. Pipe Joint Installation 24 a. Clean dirt and foreign material from the gasketed socket and the spigot end. 25 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 26 end to the reference mark. 27 c. Install such that identification marking on each joint are oriented upward 28 toward the trench opening. 29 d. When making connection to manhole, use an elastomeric seal or flexible boot 30 to facilitate a seal. 31 D. Connection Installation 32 1. See Section 33 3150. 33 E. Detectable Metallic Tape Installation 34 1. See Section 33 05 26. 35 3.5 REPAIR / RESTORATION [NOT USED] 36 3.6 RE -INSTALLATION [NOT USED] 37 3.7 FIELD [OR] SITE QUALITY CONTROL 38 A. Field Tests and Inspections 39 1. Closed Circuit Television (CCTV) Inspection 40 a. Provide a CCTV inspection in accordance with Section 33 01 31. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 11 11 M 33 31 13 -7 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 7 of 7 2. Air Test and Deflection (Mandrel) Test a. Perform test in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 3339 10- 1 CAST -IN -PLACE CONCRETE MANHOLE Page 1 of 7 SECTION 33 39 10 CAST -IN -PLACE CONCRETE MANHOLE A. Section Includes: 1. Sanitary Sewer Cast -in -Place Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.1.C.8: Stop Log Specification referenced. 2. Modified 1.2.A.: CIarified to include Siphon Structures with Junction Structures 3. Added 1.2.A.3.19) — 21) : Stop logs, vent piping, and odor control subsidiary to iunction structures. 4. Added 2.2.11.8 & 9: Vent piping, odor control units and piping materials. 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 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 8. Section 33 39 70 — Stop Logs for Sanitary Sewer Structures 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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 "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: I ) Manhole structure complete in place 2) Excavation 3) Forms 4) Concrete 5) Backfill 6) Foundation CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 City Project No. 104484 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 33 39 10-2 CAST-[N-PLACE CONCRETE MANHOLE Page 2 of 7 7) Drop pipe 8) Stubs 9) Frame 10) Cover 11) Grade rings 12) Pipe connections 13) Pavement removal 14) Hauling 15) Disposal of excess material 16) Placement and compaction of backfill 17) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 3. Sanitary Sewer Junction/Siphon Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Sewer Junction/Siphon Structure" location. c. Price bid will include: 1) Junction Structure complete in place CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 FWCC — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 33 39 10-3 CAST -IN -PLACE CONCRETE MANHOLE Page 3 of 7 1 2) Excavation 2 3) Forms 3 4) Reinforcing steel (if required) 4 5) Concrete 5 6) Backfill 6 7) Foundation 7 8) Drop pipe 8 9) Stubs 9 10) Frame 10 11) Cover 11 12) Grade rings 12 13) Pipe connections 13 14) Pavement removal 14 15) Hauling 15 16) Disposal of excess material 16 17) Placement and compaction of backfill 17 18) Clean-up 18 19) Stop logs, rails/frames, and lifting? devices 19 20) Vent piping 20 21) Odor control units and media 21 22) Odor control Dit)ing 22 1.3 REFERENCES 23 A. Definitions 24 1. Manhole Type 25 a. Standard Manhole (See City Standard Details) 26 1) Greater than 4 feet deep up to 6 feet deep 27 b. Standard Drop Manhole (See City Standard Details) 28 1) Same as Standard Manhole with external drop connection (s) 29 c. Type "A" Manhole (See City Standard Details) 30 1) Manhole set on a reinforced concrete block placed around 39-inch and 31 larger sewer pipe 32 d. Shallow Manhole (See City Standard Details) 33 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 34 than 39-inch 35 2. Manhole Size 36 a. 4 foot diameter 37 1) Used with pipe ranging from 8-inch to 15-inch 38 b. 5 foot diameter 39 1) Used with pipe ranging from 18-inch to 36-inch 40 c. See specific manhole design on Drawings for pipes larger than 36-inch. 41 B. Reference Standards 42 1. Reference standards cited in this Specification refer to the current reference 43 standard published at the time of the latest revision date logged at the end of this 44 Specification, unless a date is specifically cited. 45 2. ASTM International (ASTM): 46 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 47 b. D4259, Standard Practice for Abrading Concrete. CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 City Project No. 104484 33 39 10 - 4 CAST -IN -PLACE CONCRETE MANHOLE Page 4 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 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. Drop connection materials 8 2. Pipe connections at manhole walls 9 3. Stubs and stub plugs 10 4. Admixtures 11 5. Concrete Mix Design 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 21 A. Manufacturers 22 1. Only the manufacturers as listed on the City's Standard Products List will be 23 considered as shown in Section 01 60 00. 24 a. The manufacturer must comply with this Specification and related Sections. 25 2. Any product that is not listed on the Standard Products List is considered a 26 substitution and shall be submitted in accordance with Section 01 25 00. 27 B. Materials 28 1. Concrete - Conform to Section 03 30 00. 29 2. Reinforcing Steel - Conform to Section 03 2100. 30 3. Frame and Cover - Conform to Section 33 05 13. 31 4. Grade Ring - Conform to Section 33 05 13. 32 5. Pipe Connections 33 a. Pipe connections can be premolded pipe adapter, flexible locked -in boot 34 adapter, or integrally cast gasket channel and gasket. 35 6. Interior Coating or Liner - Conform to Section 33 39 60, if required. CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 City Project No. 104484 3339 10-5 CAST -IN -PLACE CONCRETE MANHOLE Page 5 of 7 1 7. Exterior Coating 2 a. Use Coal Tar Bitumastic for below grade damp proofing. 3 b. Dry film thickness shall be no less than 12 mils and no greater than 30 mils. 4 c. Solids content is 68 percent by volume f 2 percent. 5 8. Stop logs, rails/frames, and lifting devices — Conform to Section 33 39 70. 6 9. Vent Piping — as indicated in the Drawings. 7 10. Odor Control Unit and Piping — as indicated in the Drawings. 8 2.3 ACCESSORIES [NOT USED] 9 2.4 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 - EXECUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION 13 A. Evaluation and Assessment 14 1. Verify lines and grades are in accordance to the Drawings. 15 3.3 PREPARATION 16 A. Foundation Preparation 17 1. Excavate 8 inches below manhole foundation. 18 2. Replace excavated soil with course aggregate, creating a stable base for the 19 manhole construction. 20 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 21 mud slab may be substituted. 22 3.4 INSTALLATION 23 A. Manhole 24 1. Construct manhole to dimensions shown on Drawings. 25 2. Cast manhole foundation and wall monolithically. 26 a. A cold joint with water stop is allowed when the manhole depth exceeds 12 27 feet. 28 b. No other joints are allowed unless shown on Drawings. 29 3. Place, finish and cure concrete according to Section 03 30 00. 30 a. Manholes must cure 3 days before backfilling around structure. 31 B. Pipe connection at Manhole 32 1. Do not construct joints of sewer pipe within wall sections of manhole. 33 C. Invert 34 1. Construct invert channels to provide a smooth waterway with no disruption of flow 35 at pipe -manhole connections. 36 2. For direction changes of mains, construct channels tangent to mains with maximum 37 possible radius of curvature. 38 a. Provide curves for side inlets. CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 City Project No. 104484 333910-6 CAST -IN -PLACE CONCRETE MANHOLE Page 6 of 7 1 3. Sewer pipe may be laid through the manhole and the top '/2 of the pipe removed to 2 facilitate manhole construction. 3 4. For all standard manholes provide full depth invert. 4 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 5 inches in depth. 6 D. Drop Manhole Connection 7 1. Install drop connection when sewer line enters manhole higher than 24 inches 8 above the invert. 9 E. Final Rim Elevation 10 1. Install concrete grade rings for height adjustment. 11 a. Construct grade ring on load bearing shoulder of manhole. 12 b. Use sealant between rings as shown on Drawings. 13 2. Set frame on top of manhole or grade rings using continuous water sealant. 14 3. Remove debris, stones and dirt to ensure a watertight seal. 15 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 16 final surface elevation of the manhole frame. 17 F. Internal coating 18 1. Internal coating application will conform to Section 33 39 60, if required by 19 Drawings. 20 G. External coating 21 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 22 the coating. 23 2. Cure for 3 days before backfilling around structure. 24 3. Coat the same date the forms are removed. 25 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 26 5. Application will follow manufacturer's recommendation. 27 H. Modifications and Pipe Penetrations 28 1. Conform to Section 03 80 00. 29 I. Junction Structures 30 1. All structures shall be installed as specified in Drawings. 31 3.5 REPAIR ' RESTORATION [NOT USED] 32 3.6 RE -INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL 34 A. Field Tests and Inspections 35 1. Perform vacuum test in accordance with Section 33 0130. 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING [NOT USED] 38 3.10 CLEANING [NOT USED] CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 City Project No. 104484 33 39 10 - 7 CAST -IN -PLACE CONCRETE MANHOLE Page 7 of 7 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.l.c. — reinforcing steel removed from items to be included in price bid 7 CITY OF FORT WORTH FWCC — Part 14 — Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised December 20, 2012 City Project No. 104484 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 39 21 POLYMER CONCRETE MANHOLES 33 3921 POLYMER CONCRETE MANHOLES Page 1 of 5 5 A. Section Includes: 6 1. Acid resistant polymer manholes intended for use in sanitary sewers, storm sewers 7 and water lines, where corrosion resistance is required. 8 1.2 PRICE AND PAYMENT PROCEDURES 9 A. Measurement and Payment 10 1. Manhole 11 a. Measurement 12 1) Measurement for this Item shall be per each Concrete Polymer Manhole 13 b. Payment 14 1) The work performed and the materials furnished in accordance with this 15 Item shall 16 2) be paid for at the unit price bid per each "Manhole" installed for: 17 a) Various sizes 18 b) Various types 19 c) All depths 20 c. The price bid will include: 21 1) Manhole structure complete in place 22 2) Excavation 23 3) Forms 24 4) Reinforcing steel (if required) 25 5) Concrete 26 6) Backfill 27 7) Foundation 28 8) Drop pipe 29 9) Stubs 30 10) Frame 31 11) Cover 32 12) Grade rings 33 13) Pipe connections 34 14) Pavement removal 35 15) Hauling 36 16) Disposal of excess material 37 17) Placement and compaction of backfill 38 18) Clean-up 39 1.3 REFERENCES 40 A. ASTM C 478 (most current) Standard Specification for Precast Reinforced Concrete 41 Manhole Sections. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations City Project No. 104484 33 3921 POLYMER CONCRETE MANHOLES Page 2 of 5 1 B. ASTM C 857 (most current) Standard Practice for Minimum Structural Design Loading 2 for Underground Utility Structures. 3 C. ASTM D 648 (most current) Test Method for Deflection Temperature of Plastics Under 4 Flexural Load in Edgewise Position. 5 D. ASTM D 6783 (most current) Standard Specification for Polymer Concrete Pipe. 6 E. ASTM D 2584 (most current) Test Method for Ignition Loss of Cured Reinforced 7 Resins. 8 F. ASTM C 923 (most current) Standard Specifications for Resilient Connectors between 9 Concrete Manholes Structures and Pipe. 10 G. ASTM C 990 (most current) Standard Specification for Joints for Concrete Pipe, 11 Manholes and Precast Box Sections using Preformed Flexible Joint Sealants 12 H. ASTM C 497 (most current) Test Methods for Concrete Pipe, Manhole Sections, or 13 Tile. 14 I. AASHTO LRFD Bridge Design Specifications 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 01 33 00. 18 B. All submittals shall be approved by the City prior to delivery. 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 20 A. Product Data 21 1. Frames, grates, rings and covers 22 2. Materials to be used in fabricating drop connections 23 3. Materials to be used for pipe connections at manhole walls 24 4. Materials to be used for stubs and stub plugs, if required 25 5. Proof of current (within the last 3-months) independent Chemical Resistance testing 26 conducted in accordance with the Standard Specifications for Public Work 27 Construction (California Greenbook) Section 211-2 or equal. Reactive material 28 shall not exceed 5%. 29 B. Shop Drawings 30 1. Shop drawings of manhole sections, base units and construction details, jointing 31 methods, materials and dimensions 32 2. Summary of criteria used in manhole design including, as minimum, material 33 properties, loadings, load combinations, and dimensions assumed. Include 34 certification from manufacturer that acid resistant polymer manhole design meets or 35 exceeds the load and strength requirements of ASTM C 478 and ASTM C 857 36 3. Shop Drawings shall be sealed by a Professional Engineer registered in the State of 37 Texas. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations City Project No. 104484 33 39 21 POLYMER CONCRETE MANHOLES Page 3 of 5 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY 7 A. Manufacturer Warranty 8 1. Manufacturer's Warranty shall be in accordance with Division 1. 9 PART2- PRODUCTS 10 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 11 2.2 MATERIALS 12 A. Manufacturers 13 1. Armorock 14 2. U.S. Composite Pipe, Inc. 15 3. No other manufacturers shall be permitted. 16 B. General 17 1. Provide acid resistant polymer manhole sections, base sections and related 18 components conforming to ASTM C 478. ASTM C 478 material and 19 manufacturing is allowed compositional and dimensional differences required by a 20 polymer product. 21 2. Provide base riser section with integral floors, unless shown otherwise. 22 3. Provide riser sections joined with bell and spigot / ship -lap design seamed with 23 butyl mastic (ASTM C 990) so that on assembly, manhole base, riser and top 24 section make a continuous and uniform manhole. 25 4. Construct riser sections for polymer manholes from standard polymer manhole 26 sections of the diameter indicated on drawings. 27 5. Use various lengths of manhole sections in combination to provide correct height 28 with the fewest joints. 29 6. Design wall sections for depth and loading conditions with wall thickness as 30 required by polymer manufacturer. 31 7. Provide tops to support HL-93 vehicle loading and receiving cast iron frame covers, 32 as indicated on drawings. 33 8. Where polymer transition slabs are required provide precast base sections with flat 34 polymer slab top sections used to transition to 48-inch diameter manhole access 35 riser sections. Transition can be concentric or eccentric as shown on drawings. 36 Locate transition to provide minimum of 7-foot head clearance from base to 37 underside of transition unless otherwise approved by engineer. 38 C. Design Criteria CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations City Project No. 104484 33 3921 POLYMER CONCRETE MANHOLES Page 4 of 5 1 1. Manhole risers, transition slabs, conical tops, grade rings and manhole base sections 2 shall be designed, by manufacturer, to meet the intent of ASTM C 478 with 3 allowable compositional and sizing differences required by a polymer product. 4 a. AASHTO LRFD HL-93 design live loading applied to manhole cover and 5 transition and base slabs. 6 b. Polymer manholes will be designed based upon live and dead load criteria in 7 ASTM C 857. 8 c. Unit soil weight of 120 pcf located above portions of manhole, including base 9 slab projections. 10 d. Internal liquid pressure based on unit weight of 63 pcf. 11 e. Dead load of manhole sections fully supported by transition and base slabs. 12 D. Design 13 1. Manhole risers, transition slabs, conical tops, grade rings and manhole base sections 14 shall be designed, by manufacture, to requirements of ASTM C 478 and ASTM C 15 857 as modified to accept polymer construction in lieu of concrete as follows: 16 a. Polymer Mixture - the mixture shall consist solely of thermosetting resin sand 17 and aggregate. No cementitious materials shall be allowed as part of the mix 18 design matrix. All sand and aggregate shall be nonreactive in an acid 19 environment. 20 b. Required wall thickness for all members will be that stated by polymer manhole 21 manufacturer based upon loading conditions and material properties. The wall 22 thickness of risers and conical tops shall be not less than that prescribed by the 23 manufacturer's design by more than 5%. A wall greater than the prescribed 24 design shall not be cause for rejection. 25 c. Thermosetting Resin - The resin shall have a minimum of deflection 26 temperature of 158°F when tested at 264 psi (1.820 mPa) following Test 27 Method D 648. The resin content shall not be less than 7% of the weight of the 28 sample as determined by test method D 2584. Resin selection shall be suitable 29 for applications in the corrosive conditions to which the structures will be 30 exposed. 31 d. Each manhole component shall be free of all defects, including indentations, 32 cracks, foreign inclusions and resin starved areas that, due to their nature and 33 degree or extent, detrimentally affect the strength and serviceability of the 34 component part. The internal diameter of manhole components shall not vary 35 more than 1%. Variations in height of two opposite sides of risers and conical 36 tops shall not be more the 5/8 inch. The under run in height of a riser or conical 37 top shall not be more than 1/4in./ft of height with a maximum of inch in any 38 one section. 39 e. Marketing and Identification - Each manhole shall be marked on the inside and 40 outside with the following information - Manufacturer's name or trademark, 41 Manufacturer's location and Production Date. 42 f. Manhole joints shall be assembled with a bell/spigot or shiplap butyl mastic 43 joint so that on assembly, manhole base, riser and top section make a 44 continuous and uniform manhole. Joint sealing surfaces shall be free of dents, 45 gouges and other surface irregularities that would affect joint integrity. 46 g. Minimum clear distance between two wall penetrations shall be a minimum of 47 6" on 48" to 72" diameter manholes and a minimum of 8" on larger diameter 48 manholes. A clearance of 3" is required between wall penetration and joint. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations City Project No. 104484 33 3921 POLYMER CONCRETE MANHOLES Page 5 of 5 1 h. Construct invert channels to provide smooth flow transition waterway with no 2 disruption of flow at pipe -manhole connections. Invert slope through manhole 3 is as indicated on drawings. Provide curves for side inlets and smooth invert 4 fillets for flow transition between pipe inverts. Polymer bench and channel are 5 to be constructed with all resin aggregate material — no alternative fill material 6 is allowed. Extended base footer requirements for buoyancy concerns can be 7 addressed with cementitious concrete material. 8 i. Provide resilient connectors conforming to requirements of ASTM C 923 or as 9 a required by owner. All connectors are to be water tight. Install approved 10 resilient connectors at each pipe entering and exiting manholes in accordance 11 with manufacturer's instructions. 12 j. Steel reinforcement shall be coated for acid resistance. Designs using non-streel 13 reinforcement are allowed. 14 k. Exceptions to ASTM C 478- components shall be designed for the intended 15 combinations of manufacturing materials. Component designs may be as non- 16 reinforced members or reinforced members as recommended by the 17 manufacturer. Steel reinforcement is not required for circumferential 18 reinforcement, joint reinforcement, base slab reinforcement or hoop 19 reinforcement, but may be placed for the purpose of product handling. 20 2.3 ACCESSORIES 21 A. All materials needed for grouting and patching will be a polyester mortar compound 22 provided by the manufacturer or an approved equivalent by the manufacture. 23 a. 24 2.4 SOURCE QUALITY CONTROL 25 A. Facility Quality Control should be maintained by adhering to ISO 9001 for 26 manufacturing. All fabricators will be ISO 9001 Certifiied. All fabrication will take 27 place in an all polymer concrete fabrication facility. At no time will the polymer 28 concrete fabrication facility share the facility with a cementitious precast product 29 production facility, 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION 33 A. Evaluation and Assessment 34 1. Verify lines and grades are in accordance to the Drawings. 35 3.3 PREPARATION 36 A. Foundation Preparation 37 1. Excavate below manhole foundation in accordance with manufacturer's 38 recommendations, but at 12-inches at a minimum. 39 2. Replace excavated soil with course aggregate; creating a stable base for manhole 40 construction. 41 a. If soil conditions or ground water prevent use of course aggregate base a 4-inch 42 mud slab may be substituted. CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations City Project No. 104484 33 3921 POLYMER CONCRETE MANHOLES Page 6 of 5 1 3.4 INSTALLATION 2 A. Manhole 3 1. Construct manhole to dimensions shown on Drawings. 4 2. Precast Sections 5 a. Provide bell -and -spigot design incorporating a premolded joint sealing 6 compound for wastewater use. 7 b. Clean bell spigot and gaskets, lubricate and join. 8 c. Minimize number of segments. 9 d. Use long joints used at the bottom and shorter joints toward the top. 10 B. Invert 11 1. Construct invert channels to provide a smooth waterway with no disruption of flow 12 at pipe -manhole connections. 13 2. For direction changes of mains, construct channels tangent to mains with maximum 14 possible radius of curvature. 15 a. Provide curves for side inlets. 16 3. For all standard manholes provide full depth invert. 17 4. For example, if 8-inch pipe is connected to manhole construct the invert to full 8 18 inches in depth. 19 C. Drop Manhole Connection 20 1. Install drop connection when sewer line enters manhole higher than 24 inches 21 above the invert. 22 D. Final Rim Elevation 23 1. Install concrete grade rings for height adjustment. 24 a. Construct grade ring on load bearing shoulder of manhole. 25 b. Use sealant between rings as shown on Drawings. 26 2. Set frame on top of manhole or grade rings using continuous water sealant. 27 3. Remove debris, stones and dirt to ensure a watertight seal. 28 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 29 final surface elevation of the manhole frame. 30 E. Modifications and Pipe Penetrations 31 1. Conform to Section 03 80 00. 32 3.5 REPAIR / RESTORATION [NOT USED] 33 3.6 RE -INSTALLATION [NOT USED] 34 3.7 FIELD QUALITY CONTROL 35 A. Field Tests and Inspections 36 1. Perform vacuum test in accordance with Section 33 01 30. CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations City Project No. 104484 33 3921 POLYMER CONCRETE MANHOLES Page 7 of 5 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION CITY OF FORT WORTH FWCC Part 14 - Channel Segment C Sanitary Sewer Relocations City Project No. 104484 33 39 70 - 1 STOP LOGS FOR SANITARY SEWER STRUCTURES Page 1 of 4 I SECTION 33 39 70 2 STOP LOGS FOR SANITARY SEWER STRUCTURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Stainless steel stop logs used for flow control in sanitary sewer structures: 7 a. Stop log frames/rails 8 b. Stop logs 9 c. Lifting devices 10 d. Fasteners 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1 — General Requirements 17 3. Section 33 39 10 — Cast -In -Place Concrete Manhole 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. This Item is considered subsidiary to the structure containing the stop logs. 22 2. Payment 23 a. The work performed and the materials furnished in accordance with this Item 24 are subsidiary to the unit price bid per each structure complete in place, and no 25 other compensation will be allowed. 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 SUBMITTALS 33 A. Submittals shall be in accordance with Section 0133 00. 34 B. All submittals shall be approved by the City prior to delivery and/or fabrication. 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 36 A. Product Data 37 1. Provide manufacturer's: CITY OF FORT WORTH FWCC PART 14 - CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS CITY PROJECT NO. 104484 333970-2 STOP LOGS FOR SANITARY SEWER STRUCTURES Page 2 of 4 1 a. Specifications 2 b. Load tables 3 c. Dimension diagrams 4 d. Anchor and bolt details 5 e. Installation instructions 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING 10 A. Deliver, handle and store material in accordance with the manufacturer's 11 recommendations. 12 B. Point of Delivery 13 1. The Contractor is responsible for securing and maintaining a location to store the 14 material in accordance with Section 0166 00. 15 2. After the stop logs have been tested in the structures, the stop logs and lifting 16 devices shall be delivered to the City Field Operations Plant located at 1608 11"' 17 Ave., Fort Worth, Texas 76102. Contact Luke Coffman at 817-223-7438 and the 18 inspector prior to delivery. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 24 A. Manufacturers 25 1. H. Fontaine Ltd. 26 B. Performance 27 1. Leakage: Stop logs shall be substantially watertight under the design head 28 conditions. Leakage shall not exceed 0.1 U.S. gallon per minute per foot (1.25 1/min 29 per meter) of periphery for the rated seating head. 30 2. Design Head: For the purpose of these specifications, stop logs shall be defined as 31 meeting the leakage requirements at maximum water level (height of stop logs in 32 channel). 33 C. Products 34 1. Series 95 stainless steel stop logs sizing as indicated on the Drawings. 35 2. Series 95 stainless steel embedded frame/rails, sizing as indicated on the Drawings. 36 3. Series 95 stainless steel lifting devices. 37 D. Materials 38 1. Frames/rails 39 a. Stainless steel ASTM A-240 type 304L or 316 L CITY OF FORT WORTH FWCC PART 14 - CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS CITY PROJECT NO. 104484 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 333970-3 STOP LOGS FOR SANITARY SEWER STRUCTURES Page 3 of 4 2. Guides a. Ultra high molecular weight polyethylene (UHMWPE) ASTM D-4020 3. Seals a. EPDM ASTM D-2000 4. Fasteners a. ASTM F593 and F594 GR1 for type 304 and GR2 for type 316 E. Dimensions 1. Dimensions are show in the drawings F. Quantities 1. Five stop logs shall be provided per set of frames/rails 2. One lifting device 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION 1. Install per the manufacturer's recommendations and in conformance with the drawings. 2. Testing a. After installing the frames/rails and prior to grouting the frames/rails, slide the stop logs down the frames/rails to ensure proper fit and function. b. After the structures are complete and prior to operational, slide the stop logs down the frames/rails to ensure proper fit and function. CITY OF FORT WORTH FWCC PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS CITY PROJECT NO. 104484 33 39 70 - 4 STOP LOGS FOR SANITARY SEWER STRUCTURES Page 4 of 4 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION CITY OF FORT WORTH FWCC PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS CITY PROJECT NO. 104484 FORT WORTH CONTRACT FOR THE CONSTRUCTION OF WATER & SANITARY SEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITY PROJECT PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS Mattie Parker Mayor VOLUME 2 OF 2 City Project No. 104484 "X" No. 26680 Christopher P. Harder, P.E. Water Department Director Prepared for The City of Fort Worth Water Department 2023 David Cooke City Manager Prepared by: P, Kimley)))Horn Texas Registered Engineering Firm F-928 Kimley-Horn No. 061018052 �►'NN*»111, OF 1 y: `..„.JOSH. MRCHO ... i�► : 113002 : f 04/13/2023 FORTWORTH CONTRACT FOR THE CONSTRUCTION OF WATER & SANITARY SEWER RELOCATIONS FOR THE FORT WORTH CENTRAL CITY PROJECT PART 14 — CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS Mattie Parker Mayor VOLUME 2 OF 2 City Project No. 104484 "X" No. 26680 Christopher P. Harder, P.E. Water Department Director Prepared for The City of Fort Worth Water Department 2023 David Cooke City Manager Prepared by: W, Ki rn ley Horn Texas Registered Engineering Firm F-928 Kimley-Horn No. 061018052 .006.06.4 113002 .:A 04/13/2023 FORT WORTH,, "llir City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 OF 2: Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders - MODIFIED 07/19/2021 0021 13 Instructions to Bidders - MODIFIED 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 9/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications - MODIFIED 08/13/2021 0045 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application - MODIFIED 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 07/19/2021 00 52 43 Agreement 09/01/2021 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 0061 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting - MODIFIED 08/17/2012 01 31 20 Project Meetings - MODIFIED 07/01/2011 01 32 16 Construction Schedule - MODIFIED 08/13/2021 013233 Preconstruction Video - MODIFIED 07/01/2011 01 33 00 Submittals - MODIFIED 12/20/2012 013513 Special Project Procedures - MODIFIED 03/11/2022 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 5713 Storm Water Pollution Prevention Plan - MODIFIED 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 7000 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 7423 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised June 10, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 01 7823 1 Operation and Maintenance Data 01 7839 1 Project Record Documents 12/20/2012 07/01 /2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 02 - Existing Conditions Modified 0241 14 1 Utility Removal/Abandonment 4/13/2023 Division 03 - Concrete 03 3000 Cast -In -Place Concrete 4/13/2023 03 34 13 Controlled Low Strength Material (CLSM) 4/13/2023 03 34 16 Concrete Base Material for Trench Repair 4/13/2023 Division 31 - Earthwork 31 23 16 Unclassified Excavation 4/13/2023 31 2400 Embankment 4/13/2023 Division 32 - Exterior Improvements 3292 14 1 Non -Native Seeding 4/13/2023 Division 33 - Utilities 33 03 10 Bypass Pumping of Existing Sewer Systems 4/13/2023 33 05 10 Utility Trench Excavation, Embedment, and Backfill 4/13/2023 33 0522 Steel Casing Pipe 4/13/2023 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 4/13/2023 Special Specifications — Not City of Fort Worth Standards 33 0527 Open -Shield Pipejacking 4/13/2023 33 0541 Shaft Excavation and Support 4/13/2023 33 05 42 Water Control for Shaft and Tunnel Construction 4/13/2023 33 0543 Portal Stabilization 4/13/2023 33 0544 Settlement Monitoring 4/13/2023 33 0545 Contact Grouting 4/13/2023 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 4/13/2023 33 39 10 Cast -in -Place Concrete Manholes 4/13/2023 33 3921 Polymer Concrete Manholes 4/13/2023 33 3970 Stop Logs for Sanitary Sewer Structures 4/13/2023 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised June 10, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of4 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httn:Hfortworthtexas.t!ov/tvw/contractors/ or httDs:Hapes.fortworthtexas-gov/ProiectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 Division 03 - Concrete 03 8000 1 Modifications to Existing Concrete Structures 12/20/2012 Division 31 - Earthwork 31 0000 I Site Clearing I 03/22/2021 31 25 00 Erosion and Sediment Control 04/29/2021 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 12 16 Asphalt Paving 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2021 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 06/10/2022 3231 13 Chain Fences and Gates 12/20/2012 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 Division 33 - Utilities 3301 30 Sewer and Manhole Testing 9/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 03/11/2022 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 33 05 13 Frame, Cover and Grade Rings 12/09/2021 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 1220 Resilient Seated Gate Valve 05/06/2015 33 3920 Precast Concrete Manholes 12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised June 10, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 4 VOLUME 2 OF 2: Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements SWFP 1 150-2-1 Criteria for Design and Const. within the Limits of Existing Federal Projects END OF SECTION CITY OF FORT WORTH FWCC Part 14 — Channel Segment C Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104484 Revised June 10, 2022 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.06 Hazardous Environmental Conditions at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements SWFP 1150-2-1 Criteria for Design and Construction within the Limits of Existing Federal Projects CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised July 1.2011 City Project No. 104484 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 FORT WORTH AND WESTERN RAILROAD CROSSING AGREEMENT PARCEL No. 5A SANITARY SEWER LICENSE CITY PROJECT No. 00969 RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a sanitary sewer license situated in the Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, 'Texas, said sanitary sewer license being a portion of a tract of land deeded to the Fort Worth and Western Railroad Company as recorded in Volume 9391, Page 2044 of the Deed Records of Tarrant County, Texas, said sanitary sewer license being more particularly described by metes and bounds as follows: COMMENCING at a point for the northeast corner of Block 1 of Henderson Street Bazaar, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-160, Page 8 of the Plat Records of Tarrant County, Texas, said point being in the westerly line of said tract of land deeded to the Fort Worth and Western Railroad Company, from which a brass cap in concrete found for reference bears South 63 degrees 51 minutes 27 seconds West, a distance of 0.33 feet; THENCE South 22 degrees 16 minutes 04 seconds West, with the westerly line of said tract of land deeded to the Fort Worth and Western Railroad Company and with the easterly line of said Block 1, a distance of 732.65 feet to the POINT OF BEGINNING of the herein described sanitary sewer license; THENCE South 67 degrees 35 minutes 25 seconds East, a distance of 100.00 feet to a point for corner in the easterly line of said tract of land deeded to the Fort Worth and Western Railroad Company, said point being in the westerly line of a 5.630 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap stamped "Fulton Surveying" found for the northwest corner of said 5.630 acre tract of land bears North 22 degrees 16 minutes 04 seconds East, a distance of 586.00 feet; THENCE South 22 degrees 16 minutes 04 seconds West, with the easterly line of said tract of land deeded Fort Worth and Western Railroad Company and with the westerly line of said 5.630 acre tract of land, a distance of 50.00 feet to a point for corner; THENCE North 67 degrees 35 minutes 25 seconds West, a distance of 100.00 feet to a point for corner in the westerly line of said tract of land deeded to the Fort Worth and Western Railroad Company, said point being in the easterly line of said Block 1, from which a 1 inch iron rod found for the south corner of said Block 1 bears South 22 degrees 16 minutes 04 seconds West, a distance of 124.53 feet, said 1 inch iron rod being the intersection of the northeasterly right-of-way line of Henderson Street (State Highway 199), a variable width right-of-way, with the westerly line of said tract of land deeded to Fort Worth and Western Railroad Company; Exhibit A Page 1 of 2 THENCE North 22 degrees 16 minutes 04 seconds East, with the westerly line of said tract of land deeded to the Fort Worth and Western Railroad Company and with the easterly line of said Block 1, a distance of 50.00 feet to the POINT OF BEGINNING and containing 5,000 square feet or 0.115 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. Date: April 25, 2017 Curtis Smith CL Registered Professional Land Surveyor F•.. TF` No. 5494 CURTIS SMITH 5494 y OF `p�?•' O Exhibit A Page 2 of 2 SUR`�� EXHIBIT "A " PARCEL No. 5A RICHARD CROWLEY SURVEY ABSTRACT No. 313 � f r 1�ixti BRASS CAP IN CONCRETE FND FOR REFERENCE BEARS Q 0 S 63'51'27"W 0.33' �p N g '`� Q9 Q x 1 nzAA o� � a ~' BLSTS 0 pAGF 8��;' HENDERE 388 T,CT. ^wry VpLUM p.R SANITARY SEWER LICENSE AREA N 5,000 SO. FT. OR ^' / 0.115 ACRES f r / FND 1 "IR / NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. `lNE TABLE LINE BEARING DISTANCE L-1 S 67'35'25E 100.00' L-2 S 22' 16'04"W 50.00' L-3 N 67'35'25"W 100.00' L-4 N 22' 16'04"E 50.00' / TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 / VOLUME 2529, PAGE 533 D.R.T.C.T. I FND 1/2"IR W/CAP STAMPED "FULTON SURVEYING" 5.630 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211294524 D.R.T.C.T. f 100 50 0 100 SCALE IN FEET TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 VOLUME 2642, PAGE 47 D.R.T.C.T, biffft r City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING AOF SANITARY SEWER LICENSE OUT OF A '� '�G RF'' TRACT OF LAND DEEDED TO FORT WORTH AND WESTERN RAILROAD COMPANY -37 SITUATED IN THE "` '.0) RICHARD CROWLEY SURVEY, ABSTRACT No. 313 ��'����"�"�'"S S� Mll•�H CURTIS SMI H CITY OF FORT WORTH, TARRANT COUNTY, TEXAS _.._ „........ ..._...................... AS RECORDED IN p 5494 Q� aF VOLUME 9391, PAGE 2044 s DEED RECORDS OF TARRANT COUNTY, TEXAS JF PROJECT: FWWRR UTILITY CROSSING AGREEMENT ACQUISITION AREA 5.000 SQUARE FEET OR 0.115 ACRES I CITY PROJ. No. 00969 CURTIS SMITH JOB No. KHA_1616.00 I DRAWN BY: JCE CAD FILE: USA—REV2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: APRIL 25, 2017 EXHIBIT B PAGE 1 OF 1 SCALE: 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD S UTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 D221261149 09/08/2021 10:12 AM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION Parcel No. 8 CITY PROJECT No. 00969 1000 NORTH HENDERSON STREET BLOCK 1, HENDERSON STREET BAZAAR STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH _ T- PERMANENT SEWER FACILITY EASEMENT DATE: August, 27, 2021 GRANTOR: SBG BAILEY, LLC and JGM McMAHON, LLC GRANTOR'S MAILING ADDRESS (including County): 201 NORTH MAIN STREET FORT WORTH, TARRANT COUNTY, TX 76102 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent sanitary sewer easement situated in Block 1 of Henderson Street Bazaar, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-160, Page 8 of the Plat Records of Tarrant County, Texas, said Block 1 being deeded to SG Bailey, LLC and JGM McMahon, LLC as recorded in County Clerk's File No. D211202871 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as shown in exhibits A and B. PERMANENT SEWER FACILITY EASEMENT Rev. 01I1817 Q9 D221261149 Page 2 of 8 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. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FACIUTY EASEMENT Rev, 0111e/17 t' ' -16 D221261149 Page 3 of 8 Grantor: JGM McMahon, LLC, a Texas Limited Liability Company By: cSecurity State Bank & Trust, successor Trustee Randall T. Johnson, Vice President & Trust Officer SBG Bailey, LLC, a Texas limited liability company By: Security QS�tate Bank & Trust, successor Trustee BY: Randall T. Johnson, Vice President $ Trust Officer ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF KERR § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personalty appeared _Randall T. Johnson, Vice President & Trust Officer of Security State Bank Trust, Successor of Trust, 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 Randall T. Johnson, Vice President & Trust Officer and that he/she executed the same as the act of said _JGM McMahon, LLC for the purposes and consideration therein expressed and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this t� .!'� day of 1i1J,�; , 2421. iywY A�w LINDSEY GULLEDGE * �# Notary Public State of Texas of IA # 12986484-1 'moo My Comm. Expires W24-2o22 Notary Public jh and for the S to of Texas D221261149 Page 4 of 8 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF KERR § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared _Randall T. Johnson, Vice President & Trust Officer of Security State Bank Trust, Successor of Trust, 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 Randall T. Johnson, Vice President & Trust Officer and that he/she executed the same as the act of said SBG Bailey, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of LAl� . , 2021. i 1(f r1 i f - -- NotaryPublip i d for the Texas LINDSEY GULLEDGE N Ac , • * Stateto o of Te Texaa � lD 0129SU"l i My Comm. Exores 05-24-2022 GRANTEE: City of Fort Worth By (Signature): / Bru�Rltolo F Dana Burghdoff, Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature): ✓�` Matt Murray, Assistant City Attorney M&C 21-0178 D221261149 Page 5 of 8 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 _Dana Burghdoff, 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 30th day of August 2021 I Digitally signed by Selena Ala Selena Aa Date; 2021.08.30 14:18:53 -05,00, Notary Public in and for the State of Texas D221261149 Page 6 of 8 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 8 CITY PROJECT No. 00969 BLOCK 1, HENDERSON STREET BAZAAR CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in Block 1 of Henderson Street Bazaar, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-160, Page 8 of the Plat Records of Tarrant County, Texas, said Block 1 being deeded to SBG Bailey, LLC and JGM McMahon, LLC as recorded in County Clerk's File No. D211202871 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northeast corner of said Block 1, said point being in the westerly luxe of a tract of land deeded to Fort Worth and Western Railroad Company as recorded in Volume 9391, Page 2044 of said Deed Records of Tarrant County, Texas, from which a brass cap in concrete found for reference bears South 63 degrees 51 minutes 27 seconds West, a distance of 0.33 feet; THENCE South 22 degrees 16 minutes 04 seconds West, with the easterly line of said Block 1 and with the westerly line of said tract of land deeded to Fort Worth and Western Railroad Company, a distance of 732.65 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; THENCE South 22 degrees 16 minutes 04 seconds West, with the easterly line of said Block 1 and with the westerly line of said tract of land deeded Fort Worth and Western Railroad Company, a distance of 50.00 feet to a point for corner, from which a 1 inch iron rod found for the south corner of said Block 1 bears South 22 degrees 16 minutes 04 seconds West, a distance of 124.53 feet, said 1 inch iron rod being the intersection of the northeast right-of-way line of Henderson Street (State Highway 199), a variable width right-of-way, with the westerly line of said tract of land deeded to Fort Worth and Western Railroad Company; THENCE North 67 degrees 35 minutes 25 seconds West, a distance of 136.25 feet to a point for comer, THENCE South 69 degrees 46 minutes 40 seconds West, a distance of 78.82 feet to a point for corner in the southwest line of said Block 1, said point being in the northeast right-of- way line of said Henderson Street; THENCE North 47 degrees 30 minutes 12 seconds West, with the southwest line of said Block 1 and with the northeast right-of-way line of said Henderson Street, a distance of 56.26 feet to a point for corner, from which a 1 inch iron rod found for an angle point in the southwest line of said Block 1 bears North 47 degrees 30 minutes 12 seconds West, a distance of 332.19 feet, said 1 inch iron rod also being in the northeast right-of-way line of said Henderson Street; Exhibit A Page 1 of 2 D221261149 Page 7 of 8 THENCE North 69 degrees 46 minutes 40 seconds East, a distance of 124.12 feet to a point for comer; THENCE South 67 degrees 35 minutes 25 seconds East, a distance of 155.63 feet to the POINT OF BEGINNING and containing 12,370 square feet or 0.284 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground November, 2006. Date: November 9, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 Exhibit A Page 2 of 2 �' P �� F CURTIS SMITH r °,p 5494 yam' �ijiOpfiESS � V<.C'-�C SUR% D221261149 Page 8 of 8 FNO 1'IR EXHIBIT "A " P.O.C. PARCEL No. 8 N CONCRETE CAP FND TARRANT COUNTY WATER CONTROL FOR REFERENCE BEARS AND IMPROVEMENT DISTRICT No. ONE S SX51'27'W 0.33' VOLUME 2313, PAGE 509 C D.R.T.C.T, ti r RICHARD CROWLEY SURVEY OCK t BAZAAR BL STRSS�pAGE 8 HENOEREO388r1609 .0 T vOLUM p.R•T' SBG BAILEY, LLC \ DRAINAGE AND ��` / j / JGM MCMAHON, LLC UDC EASEMENT �„ VOLUME 388-160. PAGE 8 C.C.F. No. D211202871 P.R.T.C.T. 0.R.T.C.i, \ \ / / PERMANENT SANITARY SEWER EASEMENT AREA 12,370 SO. FT. OR 0.284 ACRES L)LIN1 S J,., T W �O.00E L-2 S 69-46-40-P 78.82' L-3 N 47'30'12"W 56.26' L--4 S 69'46'40"E 124.12' ABSTRACT No. 3t3 �J� r �r US PEkDENS � . ONCOR EASEMENT C.C.F. No. D212?87251 FIRE LANE AND EMERGENCY ACCESS EASEMENT�. VOLUME 388-160, PAGE 8 / ilil rga�� P.R.T.C.T. r �y of �• s tiro r T � y FND 1'1R NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTN CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE, 3. SURVEYED ON THE GROUND NOVEMBER, 2006. 100 50 0 100 SCALE IN FEET FORTWOUP City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 75102 EXHBIT SHOWING AOF E _...F r PERMANENT SANITARY SEWER EASEMENT F \ OUT OF A BLOCK 1, HENDERSON STREET BAZAAR AN AODFTION TO ..»»_......._._._....»_ ..... THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CU TIS SMIT AS RECORDED IN VOLUME 388-160, PAGE 8 r • 1111 5494 ! ':Z- PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT; TRV PART 14-f�HANN4 SEGMENT C SANITARY SEWER RELOCATION ACQ ITION AREA 12,370 SQUARE FEET OR 0.284 ACRES ICITY PROJ. No. OQ969 ?, -rurx la SMITH JOB j • KHA_1616.00 DRAWN BY: JLC CAD FILE: 08-PSSE-1Ei1.OWG REGISTERED PROFESSIONAL. LAND S DATE: NOVEMBER 9. 2020 EXHIBIT R PAGE i OF 1 SCALE: I. - 100' NO. 5494 TEXAS F No. 11 CORRONDONA & ASSOCIATES, INC. • 2800 NE LOOP 820. SURE 6 D FORT WORTH, TX. 76137 - 817-496-1424 FAX 817- -1768 D221261150 09/08/2021 10:12 AM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records 0"J-� MARY LOUISE NICHOLSON COUNTY CLERK TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION Parcel No. 8-TE1 CITY PROJECT No: 00969 1000 NORTH HENDERSON STREET BLOCK 1, HENDERSON STREET BAZAAR CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: August 27, 2021 GRANTOR: SBG BAILEY, LLC and JGM McMAHON, LLC GRANTOR'S MAILING ADDRESS (including County): 201 NORTH MAIN STREET FORT WORTH, TARRANT COUNTY, TX 76102 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in Block 1 of Henderson Street Bazaar, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-160, Page 8 of the Plat Records of Tarrant County, Texas, said Block 1 being deeded to SBG Bailey, LLC and JGM McMahon, LLC as recorded in County Clerk's File No. D211202871 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as shown in exhibits and B. TeaporaryConstruation Eneumt 01/18n017 D221261150 Page 2 of 8 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 constriction of sanitary sewer facilities. 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 Property, 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 01/1812017 D221261150 Page 3 of 8 Grantor: JGM McMahon, LLC, a Texas Limited Liability Company By: (SSecu ft State Bank & Trust, successor Trustee Randall T. Johnson, Vice President & Trust Officer SSG Bailey, LLC, a Texas limited liability company By: Security QState Bank & Trust, successor Trustee BY: { .L 6, Randall T. Johnson, Vice President & Trust Officer ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF KERR § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared —Randall T. Johnson, Vice President & Trust Officer of Security State Bank Trust, Successor of Trust, 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 Randall T. Johnson, Vice President & Trust Officer and that he/she executed the same as the act of said JGM McMahon, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY NAND AND SEAL OF OFFICE this `/ I i'tr 11 day of Ll , 2021. LINDSEY GULLEDGE * Notary Public * State of Texas 0 01298e484-1 F ------------- My Comm. Exptrea W24-2022 - Notary Public jh arW for the S to of Texas D221261150 Page 4 of 8 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF KERR § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared _Randall T. Johnson, Vice President & Trust Officer of Security State Bank Trust, Successor of Trust, 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 Randall T. Johnson, Vice President & Trust Officer and that he/she executed the same as the act of said SBG Bailey, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 44"i1A- day of 2021.s Notary PublW kC46&for the tate of Texas LINDSEY GULLEDGE n Notary Public • * State of Texas ; ID # 1298U84-1 My Comm. Expires 08.24-2022 �..�...s - ----- ti GRANTEE: City of Fort Worth Z5"z." 8cc By (Signature): .-,. Dana Burghdoff, Assistant City Manager APPROVED AS TO FORM AND /LEGALITY ✓6Ca�cw ✓Y.{tObrG;6 By (Signature): sYl�ac rr O Matt Murray, Assistant City Attorney M&C 21-0178 D221261150 Page 5 of 8 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 _Dana Burghdoff, 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 31st day of August 24 21 Digitally signed by Selena Ala Selena Ala Date: 2021.08.31 17:30:01 -05,00, Notary Public in and for the State of Texas D221261150 Page 6 of 8 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 8-TE1 CITY PROJECT No. 00969 BLOCK 1, HENDERSON STREET BAZAAR CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in Block 1 of Henderson Street Bazaar, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-160, Page 8 of the Plat Records of Tarrant County, Texas, said Block 1 being deeded to SBG Bailey, LLC and JGM McMahon, LLC as recorded in County Clerk's File No. D211202871 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northeast comer of said Block 1, said point being in the westerly line of a tract of land deeded to Fort Worth and Western Railroad Company as recorded in Volume 9391, Page 2044 of said Deed Records of Tarrant County, Texas, from which a brass cap in concrete found for reference bears South 63 degrees 51 minutes 27 seconds West, a distance of 0.33 feet; THENCE South 22 degrees 16 minutes 04 seconds West, with the easterly line of said Block 1 and with the westerly line of said tract of land deeded to Fort Worth and Western Railroad Company, a distance of 707.65 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 22 degrees 16 minutes 04 seconds West, with the easterly line of said Block 1 and with the westerly line of said tract of land deeded Fort Worth and Western Railroad Company, a distance of 25.00 feet to a point for corner, from which a 1 inch iron rod found for the south corner of said Block 1 bears South 22 degrees 16 minutes 04 seconds West, a distance of 174.53 feet, said 1 inch iron rod being the intersection of the northerly right-of-way line of Henderson Street (State Highway 199), a variable width right-of-way, with the westerly line of said tract of land deeded to Fort Worth and Western Railroad Company; THENCE North 67 degrees 35 minutes 25 seconds West, a distance of 155.63 feet to a point for comer; THENCE South 69 degrees 46 minutes 40 seconds West, a distance of 124.12 feet to a point for corner in the southwest line of said Block 1, said point being in the northeast right-of- way line of said Henderson Street; THENCE North 47 degrees 30 minutes 12 seconds West with the southwest line of said Block 1 and with the northeast right-of-way line of said Henderson Street, a distance of 3 3.7 5 feet to a point for comer, from which a 1 inch iron rod found for an angle point in the southwest line of said Block 1 bears North 47 degrees 30 minutes 12 seconds West, a distance of 298.44 feet, said 1 inch iron rod also being in the northeast right-of-way line of said Henderson Street; Exhibit A Page 1 of 2 D221261150 Page 7 of 8 THENCE North 69 degrees 46 minutes 40 seconds East, a distance of 143.91 feet to a point for comer; THENCE South 67 degrees 35 minutes 25 seconds East, a distance o€172.71 feet to the POINT OF BEGINNING and containing 8,125 square feet or 0.187 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground November, 2006. Date: November 9, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Exhibit A Page 2 of 2 E.. T �P _GG1 wr' CURTIS SMITH X3 5494 .......... D221261150 Page 8 of 8 FND re EXHIBIT "A 'T P.O.C. PARCEL No. 8—M BRASS CAP IN CONCRETE FND TARRANT COUNTY WATER CONTROL FOR REFERENCE BEARS AND IMPROVEMENT DISTRICT No. ONE r "��. , S 63'51'27 W 0.33' VOLUME PAGE 509 D.R.R,TT- .C.T. r RICHARD CROWLEY SURVEY DSTRACT N 31 %AAR A o. 3 -�, IaL N ST EST CRAB US PENDENS Rs0 ' &0, ONCOR EASEMENT gNDE gg8� �', C.C.F. No./3212287251 + , H OGUIKE R T,C. sec BAILEY, LLC \ , D.R.T.C.T, Y P JGM MCMAHON, LLC .DI1�.00, � L— S 1' i 6'0.48y1�► IL-2 N 67-35'25'W 155.63' 133.75' L-4 N 4 3'4] 2' IL-5 N 6 '46'40" 143.9V L-6 S 67'35'25"E 172.71 C.C.F. No. D211202871 \\ UT�AI EASEEND D.R.T.C.T. VOLUME 389-PACE 8 TEMPORARY PJtT,C.T. C.T. CONSTRUCTION EASEMENT AREA EMERGES MaSLANE SEi15EMEM • / /// / ate~ 8.125 SO. FT. OR VOLUME 303-160, PAGE B 0.187 ACRES PR.T.C.T. ,, i i NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE, 3. SURVEYED ON THE GROUND NOVEMBER, 2GOS. 100 50 0 100 SCALE 1N FEET City of Fort Worth 1000 THROCKMORTON STREET " FORT WORTH, TEXAS 76102 EXHOT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A BLOCK 1, HENDERSON STREET BAZAAR AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 388-160, PAGE 8 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEINER RELOCATION AGUISITION AREA 8.125 SQUARE FEET OR 0.187 ACRES �1TY PR No. 00gg6�9 JOBNo. KHA_1616.00 DRAWN BY: JLC CAD F. TE1-REV�.DWG DATE: NOVEUBER 9/ 2020 EXHUT 8 PAGE i OF 1 SCALE: i" .. 100' GORRON00NA do ASSOCIATES, INC. • 2800 NE LOOP 820, SUITE FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONALAND SURYEYOR NO. 5494 SIFlR9-n760106,900 b?-496-t424 F78 D221261151 09/08/2021 10:12 AM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION Parcel: No. 8 TE2 CITY PROJECT No. 00969 1000 NORTH HENDERSON STREET BLOCK 1, HENDERSON STREET BAZAAR CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: August 27, 2021 GRANTOR. SSG BAILEY, LLC and JGM McMAHON, LLC GRANTOR'S MAILING ADDRESS (including County): 201 NORTH MAIN STREET FORT WORTH, TARRANT COUNTY, TX 76102 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in Block 1 of Henderson Street Bazaar, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-160, Page 8 of the Plat Records of Tarrant County, Texas, said Block 1 being deeded to SBG Bailey, LLC and JGM McMahon, LLC as recorded in County Clerk's File No. D211202871 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as shown in exhibits A and B. Temposry Constfudion Essament oirr8M17 D221261151 Page 2 of 8 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 construction of sanitary sewer facilities. 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 Property, 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 CoaWuction Gescmcat Dmina17 aTWOR D221261151 Page 3 of 8 Grantor: JGM McMahon, LLC, a Texas Limited Liability Company By: Security State Bank & Trust, successor Trustee BY:IC+u��c1C f .l�p�•.. Randall T. Johnson, Vice President & Trust Officer SSG Bailey, LLC, a Texas limited liability company By: Security State Bank & Trust, successor Trustee BY: t l 1 bi,, Randall T. Johnson, Vice President & Trust Officer ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF KERR § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared _Randall T. Johnson, Vice President & Trust Officer of Security State Bank Trust, Successor of Trust, 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 Randall T. Johnson, Vice President & Trust Officer and that he/she executed the same as the act of said _JGM McMahon, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this j f . ( tVday of 2021. o�*ylT A dG LINDSEY GULLEDGE *�# Notary Public m Slats of Texas 10 01298604-1 My Comm. Expires M24-2022 t is Notary Publican and for the Slue of Texas D221261151 Page 4 of 8 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF KERR § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared _Randall T. Johnson, Vice President & Trust Officer of Security State Bank Trust, Successor of Trust, 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 Randall T. Johnson, Vice President & Trust Officer and that he/she executed the same as the act of said SBG Bailey, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE thisday of 2021.E Notary P 004 11W 41hd for the fate of Texas LINDSEY GULLEDGE Notary PubBc ' * State of Texas ID Y 12986484-1 ' My Comm. Expires W24 2022 GRANTEE: City of Fort Worth Dan y Sur�-Hdo{� By (Signature): - Dana Burghdoff, Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature): �'A&.'I".' -4-1— Matt Murray, Assistant City Attorney M&C 21-0178 D221261151 Page 5 of 8 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 _Dana Burghdoff, Assistant City Manager_, of the City of Fort Worth, known to me to be the same person whose name is subscribed to the #oregoing 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 31st day of August 2021 Digitally signed by Selena Ala Selena Ala Date: 2021.08.31 17:31:37 -05,00, Notary Public in and for the State of Texas D221261151 Page 6 of 8 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 8-TE2 CITY PROJECT No. 00969 BLOCK 1, HENDERSON STREET BAZAAR CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in Block 1 of Henderson Street Bazaar, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-160, Page 8 of the Plat Records of Tarrant County, Texas, said Block 1 being deeded to SBG Bailey, LLC and JGM McMahon, LLC as recorded in County Clerk's File No. D211202871 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northeast comer of said Block 1, said point being in the westerly line of a tract of land deeded to Fort Worth and Western Railroad Company as recorded in Volume 9391, Page 2044 of said Deed Records of Tarrant County, Texas, from which a brass cap in concrete found for reference bears South 63 degrees 51 minutes 27 seconds West, a distance of 0.33 feet; THENCE South 22 degrees 16 minutes 04 seconds West, with the easterly line of said Block 1 and with the westerly line of said tract of land deeded to Fort Worth and Western Railroad Company, a distance of 782.65 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 22 degrees 16 minutes 04 seconds West, with the easterly line of said Block 1 and with the westerly line of said tract of land deeded Fort Worth and Western Railroad Company, a distance of 124.53 feet to a 1 inch iron rod found for the south corner of said Block 1, said 1 inch iron rod being the intersection of the northeast right-of-way line of Henderson Street (State Highway 199), a variable width right-of-way, with the westerly line of said tract of land deeded to Fort Worth and Western Railroad Company; THENCE North 47 degrees 30 minutes 12 seconds West with the southwest line of said Block 1 and with the northeast right-of-way line of said Henderson Street, a distance of207.14 feet to a point for corner, from which a 1 inch iron rod found for an angle point in the southwest line of said Block 1 bears North 47 degrees 30 minutes 12 seconds West, a distance of 388.45 feet, said 1 inch iron rod also being in the northeast right-of-way line of said Henderson Street; THENCE North 69 degrees 46 minutes 40 seconds East, a distance of 78.82 feet to a point for comer; THENCE South 67 degrees 35 minutes 25 seconds East, a distance of 136.25 feet to the POINT OF BEGINNING and containing 15,739 square feet or 0.361 acres of land, more or less. Exhibit A Page 1 of 2 D221261151 Page 7 of 8 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1,0001375289116. (3) Surveyed on the ground November, 2006. Date: November 9, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Exhibit A Page 2 of 2 4-6 COI` a CURTIS SMITH kt 5494 yr "Lyn° ess SUR`I D221261151 Page 8 of 8 EXHIBIT "A " P.O.C. PARCEL No. 8--TE2 BRASS CAP IN CONCRETE FND FOR REFERENCE BEARS TARRANT COUNTY WATER CONTROL S 63'51'27"W 0,33' AND IMPROVEMENT DISTRICT No. ONE VOLUME 2313, PAGE 509 r '~ D.R.T.C.T. f f RICHARD CROWLEY SURVEY ZAAR ABSTRACT No. 313 sLGCK BT gA S .� \Flo I-IR gT DAf'E . . • LIS PENDENS y.sUN �gO► ! ONCOR EASEMENT ` H,fir++ N� 38 `� `� C.C.F. No. 02I2287251 Vo (tj g p.T.C.T. D.R.T.C�T.���� ; t �[� SBG BAILEY, LLC � ORUNACE AND JGM McNIAHON, LLC VOLUME E EASEMENT 8 C.C.F. No. D211202871 PR.T.C.T. \` D.R.T.C.L FIRE LANE AND EMERGENCY ACCESS EASEMENT \`� 1 ��� SOW O 3a,,,� �Ta VOLUME 388PJLT160, PAGE 8 -�\ ♦_ ^Wry �U�� TEMPORARY is ��a ` CONSTRUCTION EASEMENT AREA r 15,739 SO. FT. OR y� o� 0.361 ACRES _•:� LN 11 N 69'CIE DI$TgNCE �' L-21 S 67-35.25"E 17396.225 1M >>4, H FND I IR NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 100 50 0 100 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83. THE NORTH CENTRAL ZONE 420Z ALL DISTANCES AND AREAS SHOWN ARE SLITFACE. 3. SURVEYED ON THE GROUND NOVEMBER. 2006. SCALE IN FEET o �Vo City of Fort Worth 1000 THROCKMORTON STREET " FORT WORTH, TEXAS 76102 EXHW SHO"NG A TEMPORARY CONSTRUCTION EASEMENT OUT OF A BLOCK 1. HENDERSON STREET BAZAAR AN A0017MI TO THE CITY OF FORT WORTH, TARRANT COUNTY. TEXAS AS RECORDED 01 VOLUME 388--160, PAGE 8 PLAT RECORDS OF TARRANT COUNTY, TEXAS � iSITION�AREA 15.73� 5EET�R 0.361 ACRE SEWER OCATION PR 6i&OO DRAWN BY. CAD ME, 0�� DATE: I�R 9 2020 ARE B PAGE 1 OF 1 Fa I" - 100' tiORRONpi do ASSOCIATES. INC. " 2600 NE LOOP 620. SUITE 6 TIORTH. TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LANNpD� SSURVEYOR 01i%6--14 FAX 6 TEXAS-44996—{ m01190f1 D221146656 05/24/2021 08:43 AM Page: 1 of 14 Fee: $71.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk In Official Public Records (3t5 MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 00969 TRV Part 14-Channel Segment C. Sanitary Sewer Relocation PARCEL NO.15 PAE 1229 Jacksboro Hwy, Fort Worth, TX Lot 1A, Bailey Gardens STATE OF TEXAS § COUNTY OF TARRANT § ;-" _ 'r ; f CITY OF FORT WORTH -" PUBLIC ACCESS EASEMENT DATE: GRANTOR: PETER W. ROKKAS, DBA A-B INVESTMENTS GRANTOR'S MAILING ADDRESS (including County): 616 N. RIVERSIDE DR FORT WORTH, TARRANT COUNTY, TX, 76111 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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 more particularly described In the attached Exhibits "A" and `B". Grantor, for the consideration paid to Grantor, hereby grants, bargains, and conveys to Grantee, its successors and assigns, an exclusive easement and right-of-way for public access upon, over, across and through the following tract of land situated in Tarrant County, Texas, as described in accordance with Exhibit "A" & "B", and depicted in accordance with Exhibit "A" & `B", attached hereto and made a part hereof. Any such entry and use of such tract by Grantee or its agents and independent contractors shall be permissive and shall not constitute a trespass. Public Access Easement Rev. 20190725 D221146656 Page 2 of 14 It is intended by these presents to convey a Public Access Easement to the Grantee to maintain, construct and repair the above -described improvements, with the usual rights of ingress and egress in the necessary use of such Access Easement, in and along said premises. GRANTEE shall construct, maintain and repair the above -described improvements according to the Subdivision Ordinance, Section. 31-106 I of the City Code: 1. Access Easement Design Standards (Public Access Easements, Reciprocal Access Easements, Private Drives or Ways). 1. Definition. An access easement is an officially approved and privately maintained `drive' or `way', with the roadway constructed to City Street Standards that is open to unrestricted and irrevocable public access and serves two or more lots, each having a minimum of one hundred 100 feet of frontage each, as their primary means of access. Access Easements are designed to provide access from adjoining lots, such as within a `conventional' or'strip' shopping center, to an adjacent Arterial Street, usually in conjunction with a median break. They may also provide an alternate access to a Collector or Arterial Street where unusual topography may otherwise impede a safe entry connection to the lots served. 2. Easement Width. The unobstructed easement width shall not be less than twenty-four (24) feet. 3. Turnouts. Turnouts shall not have less than a twenty-five (25) foot interior radius measured at the vertex of the easement lines and an outside radius of fifty (50) feet. 4. Vertical Obstructions. No vertical obstruction shall be allowed within the area between the top of the pavement -surface to a vertical height of fourteen (14) feet. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property." TO HAVE AND TO HOLD the above -described permanent easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Public Access Easement Rev. 20190725 D221146656 Page 3 of 14 Grantee's successors and assigns forever; and Grantor does hereby bind itself, its 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. Under Chapter 21, 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 Oh 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 Grantor in this acquisition. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PublicAocess Easement Rev. 20190725 D221146656 Page 4 of 14 GRANTOR: PETER W. ROKKAS DBA A-B INVESTMENTS By: Peter W. Rokkas, Owner GRANTEE: City of Fort Worth By (Signature):( (VA pt (Print Name) Title JA �4 ►'1 APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) MattMurray , Title Assistant City Attorney Ordinance No. 24161-04-2020 / M&C 21-0303 [ACKNOWLEDGEMENTS APPEAR ON THE FOLLOWING PAGE] Public Access Easement Rev. 20190725 D221146656 Page 5 of 14 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 Peter'W. Rokkas, Owner, lrnown 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 A-B Investments and that he/she executed the same as the act of said enti for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 494 day of l •t � , 20_k. t`M A � ; PP fie! •., �' a'S ice•;. - �Pjtflllififll���\ STATE OF TEXAS 0 COUNTY OF TA.RRANT § Not is in and for t� exas ACKNOWLEDGEMENT BEFO A�.,ifdersigned authority, a Notary Public in and for the State of Texas, on this dap e� cfy appeared i ' 4 , of the City df Fort Worth, known to me to be the same persoA whose na�ie is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort North 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 SE; ENA ALA "votary PubhC, State Of Texas r o'r Comm, expires 03-3-2024 t Notary iQ .32422528 Public Access Easement Rev. 20190725 D221146656 Page 6 of 14 ADDENDUM TO CITY OF FORT WORTH This addendum amends the Easement as follows: 1. Restore roadway of Public Access Easement to like or better condition existing prior to the performance of any construction or maintenance work. 2. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property 3. Easement does not constitute or allow access to any entity other than Grantee or its agents and independent contractors. Any such entry and use of such tract by Grantee or its agents and independent contractors shall be permissive and shall not constitute a trespass 4. Upon completion of construction, The City agrees subject lands will not be impacted, to the extent reasonably practical, by unwarranted noise as a result of the structures within the Sanitary Sewer Facility Easement 5. Sanitary sewer structures will include gasketed, bolt -down lids to minimize airlwater ingress/egress from the structures to mitigate the presence of odors caused by said structures. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Addendum Rev. 20201029 D221146656 Page 7 of 14 GRANTOR: PETER W. ROKKAS, DBA A B INVESTMENTS By: PI& N i' xa� Peter Rokkas, OlVnor 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 Peter W. Rokkas• Owner, A B Investments 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 A B Investments and that he/she executed the same as the act of,,said Entity for the purposes and consideration therein. expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF O 2of) . t .J N of 1"11;�'°102(11j120;tiit qll day of blic in and for the State of Texas Addendum Rev, 20201029 D221146656 Page 8 of 14 ACCEPTED BY: GRANTEE: City of Fort Worth By (Signature): (Print Name)��� (Title) APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray (Title) Assistant Citv Attornev Ordinance No. 24161-04.2020 / M&C 21-0303 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFOREkEthe� nrind authority, a Notary Public in and for the State of Texas, on this d�ytl' eared �} , ( of the City of 1746rt Worth, known to me to be the same persoh 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 SEAL OF OFFICE this the date of / 3 PZ44� 24?-1 a t,IIG,,.r SELtNA ALA NN,olary Punitc, Stare of Texas Comm expires 03-31-2024 r + Notiry €D 132422528 %-:? otary Public in and for the State of Texas Addendum Rev. 20201029 D221146666 Page 9 of 14 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No.15 PAE CITY PROJECT No. 00969 1229 JACKSBORO HWY., FORT WORTH, TEXAS LOT 1, BAILEY GARDENS CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent access easement situated in the Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land described as Lot 1A, Bailey Gardens Addition in a deed to A B Investments as recorded in Volume 16000, Page 310 of the Deed Records of Tarrant Coumty, Texas, said Lot 1 A being a remainder portion of Lot 1 of Bailey Oardens, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 939, Page 559 ofsaid peed records of Tarrant County, Texas, said Lot IA also being a portionof a 7.171 acre tract of land (by deed) as recorded in Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas, said permanent access easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "LGG" found in the north line of said 7.171 acre tract of land, said 5/8 inch iron rod with cap stamped "LGG" being the southeast corner of a 10.449 acre tract of land (by deed) deeded to Peter W. Rokkas, eta1. and Barbara Rokkas -as -fecorded in Volume 12593; Page 658 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" land being the most southerly southwest comer of Lot 1- R, Block 1 of Oakwood Cemetery, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in. Volume 388-198, Page 35 of the Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "LGG" found for the northeast corner of said 10.449 acre tract of land bears North 01 degrees 54 minutes 29 seconds West, a distance of 278.27 feet, said 5/8 inch iron rod with cap stamped "LGG" being at interior ell coiner in the south line of said Lot 1-R; THENCE South 89 degrees 28 minutes 37 seconds West, with the north line of said 7.171 acre tract of land and with the south line of said 10.449 acre tract of land, a distance of 1,199.83 feet to the POINT OF BEGINNING of the herein described permanent access easement, said point being in the most easterly north line of Lot 1 of said Bailey Gardens; THENCE South 57 degrees 37 minutes 44 seconds East, a distance of 3.37 feet to a point for corner; THENCE South 82 degrees 37 minutes 13 seconds East, a distance of 52.29 feet to a point for corner, THENCE North 90 degrees 00 minutes 00 seconds East, a distance of 61.46 feet to a point for corner; THENCE North 78 degrees 43 minutes 09 seconds East, a distance of 45.86 feet to a point for corner; Exhibit A Page 1 of 3 D221146656 Page 10 of 14 THENCE North 89 degrees 25 minutes 02 seconds East, a distance of 318.77 feet to a point for corner; THENCE South 85 degrees 21 minutes 49 seconds East, a distance of 106.00 feet to a point for corner; THENCE South 87 degrees 44 minutes 24 seconds East, a distance of 23,59 feet to a point for corner; THENCE North 86 degrees 11 minutes 59 seconds East, a distance of 2.68 feet to a point for corner; THENCE South 68 degrees 55 minutes 00 seconds East, a distance of 33.20 feet to a point for corner; THENCE South 39 degrees 53 minutes 34 seconds East, a distance of 47.70 feet to a point for comer; THENCE South 18 degrees 35 minutes 43 seconds East, a distance of 36.98 feet to a point for comer; THENCE South 46 degrees 10 minutes. 3-0 seconds East, a distance of 16.28 feet to a point for corner in the northerly line of an existing 30' Sanitary Sewer Easement granted:6 the City of Fort Worth as recorded in Volume 12804, Page 596 of said Deed Records of Tarrant County, Texas; THENCE South 81 degrees 42 minutes 44 seconds West, with the northerly line of said existing 30' Sanitary Sewer Easement, a distance of 36.00 feet to a point for corner; THENCE North 32 degrees 56 minutes 53 seconds East, a distance of 15.17 feet to a point for corner; THENCE North 18 degrees 35 minutes 43 seconds West, a distance of 32.53 feet to a point for corner; THENCE North 39 degrees 53 minutes 34 seconds West, a distance of 40.55 feet to a point for corner; THENCE North 68 degrees 55 minutes 00 seconds West, a distance of 25,53 feet to a point for corner; THENCE North 87 degrees 44 minutes 24 seconds West, a distance of 24.77 feet to a point for comer; THENCE North 85 degrees 21 minutes 49 seconds West, a distance of 105.60 feet to a -point for corner; Exhibit A Page 2 of 3 D221146656 Page 11 of 14 THENCE South 89 degrees 25 minutes 02 seconds West, a distance of 316.54 feet to apoint for comer; THENCE South 78 degrees 43 minutes 09 seconds West, a distance of 45.95 feet to a point for corner; THENCE North 90 degrees 00 minutes 00 seconds West, a distance of 64.07 feet to a point for corner; THENCE North 82 degrees 37 minutes 13 seconds West, a distance of 56.86 feet to a point for corner; THENCE North 57 degrees 29 minutes 57 seconds West, a distance of 31.55 feet to a point for corner in the north line of said 7.171 acre .tract of land, said point being in .the.most easterly.north line of Lot 1 of said Bailey Gardens, said point also being in the south line of said 10.449 acre tract of land; THENCE North 89 degrees 28 minutes 37 seconds East, with the north line of said 7.171 acre tract of land, with the most easterly north line of Lot 1 of said Bailey Gardens and with the south line of said 10.449 acre tract of land, a distance of 29.33 feet to the POINT OF BEGINNING and containing 12,122 square feet br 0.278 acres of Jand, more or Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Ceutral Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: November 9, 2020 Curtis Smith Registered Professional Land Surveyor No, 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 .Fort Worth, Texas 76137 Texas Firm No. 10106900 Exhibit A Page 3 of 3 D221146656 Page 12 of 14 EXHIBIT T "B „ PARCEL )Va. 15 PAE FND 6181R W/ CAP STAMPED PARCEL No. 15 PAE "LOG" �51)RN�`! REMAINDER OF cl N° j� LOT i R, BLACK f LOT 1 AlaSl?A OAA700D CEMETERY VOLUME 3'08—i9$, PAQE 36 SUBJECT TRACT & P.R.T. C T. LOCATION OF EASEMENT 10,449 ACRES (BY DEED) PETER W. fto( AS, ETAL AND B4R9ARA ROKKAS VOLUME 12593, PAGE 636 Q D.R.T.C.T. A B INVESTMENTS 30.0' SANITARY SEWER EASEMENT--+n w VOLUME 10000, PAGE 310 VOLUME 11582, PAGE 1838 1 W D.R.T,C.T. D.R.T.C.T. J L�- Z PORTION OF A �{ —_�- 7.171 ACRES (BY DEED) 30.0' SANITARY SEWER EASEMENT FURTHER DESCRIBED IN VOLUME 12555, PAGE 652 = VOLUME 12593, PAGE 633 D.R.r.c.r. QD. R.T.C,T. co REMAINDER OF LOT 1 BAILEY GARDENS VOLUME 939, PAGE 669 C D.I. T T. ' o P, C. z / J b/$"IR WITH CAP STAMPED °LGG" FND J / APPROXIMATE SURVEY LINE TRACT 14 A B INVESTMENTS RICHARD CROWLEY SURVEY VOLUME 16581, PAGE 205 DA.T.C.T. ABSTRACT No. 313 PORTION OF A 7.171 ACRES (BY DEED) SANITARY SEWER EASEMENT FURTHER DESCRIBED IN VOLUME 12804, PAGE 596 VOLUME 12593, PAGE 633 O.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, ALL BEARINGS AND. COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 60' 30' 0 60� SYSTEM, NAD-83, THE NORTH CENTRAL 20NE 4202, ALL, D{STANCES AND AREAS SHOW ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13. 2017. SCALE 1N FEE? o WORT City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT ACCESS EASEMENT OUT OF A REMAINDER OF LOT 1 OF BAILEY GARDENS AN ADDITION THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 939, PAGE 569 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION DgEMENT AREA: 12.122 SQUARE FEET OR 0.278 ACRES CITY PROD. No. 00969 JOB No. KHA-108.00 I DRAWN BY: JLC CAD FILE: 15— AE—PTI.DWG DATE: NOVEMBER 9I� 2020 I EXHIBIT B .PAGE 1 OF 3 SCALE: 1" - 60' GORRONDONA do ASSOCIATES, INC, , 2AQNE LOOP 820. SURE' 8 0 FORT WORTH, TX. 76131 CURTIS SMITH . REGISTERED PROFESSIONAL LAND SL NO. -548 FIRM No, 1 [ 8 7-496-1424 FAX D221146656 Page 13 of 14 EXHIBIT 51 B 91 PARCEL No, 15 PAE i LINE TABLE LINE BEARING DISTANCE L-5 S 85'21'49"E 106.00' UGH 5UR ��� 2 L--7 N 86-11'59"E 2. 8' j 10.449 PETER ACRES ROW -AS. E DEED) -(�tAO� w. L-8 S 68'55'00"E 33.20' W.L-9 S 39'53'34" E 47.70' qND,E t2693, PACE 6AR593RA 638 L-10I S 18`35'43"E j 36.98' j VOLUME 6 D.R.T.O.T. L-11 S 46110'30"E 16.28' F IL-12 S 81'42'44W 36.00' j PERMANENT ACCESS L-13 N 32'56'53"E 15.17' EASEMENT AREA L-14 N 18'35'43'V I 32.53' 14122 SO. FT. OR L-151 N 39'53'34"W 40.55' 0.270 ACRES L-161 N 68'55'00"W 1 25.53' I L-171 N 87'44'24"W 1 24.77' Q LLI S 80-28-37-W 1,199.53' APPROXIMATE SURVEY LINE LL1 Z _ = L 7 Z N $9'25'D2"E..31177`x:.-.-_::- L-6 ;rx,.„•=r�xir"a^7x-wy;�w:;iF-^;:i:; .— xmr�.s••: •J_........rr::" 7 _- u'. 3•rscxti x..^.�•�,z•_::__�� a.;z'x.•.."a^i•`V"' " .'"x..'7.ciu••,uu.�•w.+:•:rr��.+"%:.5ii.:'yVeirT,�'.�'�^��: 3— ^�S-89 25 02"W N 85' 'gw 'W""•^`°' , = '—; =w:� REMXNDER OF LOT I C) 316.54' 105 60 L; 1� T ; ; lei B.4 iLEY GARDENS U Q �yRV�� ---- -`� VOLUME 939, PAGE 569 Q D.R:TC.T. - ��GH�R��AG No, - - --"A B INVESTMENTS Ag5 VOLUME 16.006, PAGE 310 -- D.R.T C T PORT10M OF A 7.171 ACRES (BY DEED) L-1 FURTHER D> SCRISED ON VOLUME 12593, PAGE 633 DOTC' T — f - �SEYIFR EASEMENT 30V UM�12804, PAGE 896 -- ---PARCEL No. 15 PAE 0.R3,C T. — - TARRANT COUNTY WATER CONTROL-� REMAINDER OF IMPROVEMENT DISTRICT NUMBER ONE LOT 1 GHT--OF-WAY, EASEMENT AND DEED VOLUME 2768. PAGE 272 SUBJECT TRACT & b.R.T.C.T, LOCAIluN OF EASEMENT NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM NAD-83, THE NORTH 'CENTRAL ZONE 4202, ALL OISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. o Wo 60 30 0 60 SCALE IN FEET City of Fort Worth EXHIBIT SNOWING A 1000 THROCKMORTON STREET + FORT WORTH, TEXAS 76102 PERMANENT ACCESS EASEMENT OUT OF A REMAINDER OF LOT 1 OF BAILEY GARDENS AN ADDITION THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 939, PAGE 569 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION 'EASEMENT AREA: 12,122 SQUARE FEET OR 0.278 ACRES CITY PROD. No. 00969 JOB No. KHA_18t 6.00 Imm BY. JL C cAb FILTS; 15-PAE-PTI.OWG DATE: NOVEMBER 9, 2020 EXWB 8 PAGE '2 OF 3 SCALE 1" — 60' GORRONDOM do ASSOCIATES, NC, • 8� NE LOOP 820, SUITE B 0 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL, LAND No. 5494 TEXAS FIRM No. 8 7-496--1424 FAX 817- 06- I i D221146656 Page 14 of 14 LIME TABLE LINE BEARING DISTANCE L-1 S 57'37'44"E 3.37' L-2 S 82'37'1YE 52.29' L-3 N 90'00'00"E 61.46' L-4 N 78'43'09"E 1 45.86' L-18 S 78'43'09"W 1 45.95' L-161 N 9©'00'Oo"W 1 64.07' L-201 N 6T37'13"W 1 56.86' L-21I N 57'29'57"W 1 31.55' 1 L-221 N 89'28'37" E 1 20.33' EXHIBIT "B 11 ROWEL No. 15 PAE DETAIL A NOT TO SCALE ao�AN ,OW Np�R �5Y 10.449 ACRES (BY DEED) PETER W. ROKKAS, ETAL AND BARBARA ROKKAS VOLUME 12593, PAGE 638 D.P.r.c.r. '--'� A B INVESTMENTS VOLUME 16000, PAGE 310 D.R T.C.T. PORTION OF A 1.171 ACRES (BY DEED) FURTHER DESCRIBED IN VOLUME 12593, PAGE 633 PERMANENT ACCESS EASEMENT AREA 12.122 SQ. FT. OR 0.278 ACRES .1 1 V.&JT REMAINDER OF LOT 1 BAILRY GARDENS VOLUME 989, PACE 569 D.R.T. C.T. S vNt-I PARCEL No. i5 PAE D.R.T.C.T. GRu 0 • 3 I REMAINDER OF LOT 1 TARRANT COUNTY WATER CONTROL SUBJECT TRACT & `AND IMPROVEMENT DISTRICT NUMBER ONE IWO LOCATION OF �EASEMENT__----- RCGHT-OF--WAY, EASEMENT AND DEED 1VOLUME 2766, PAGE 272 D.R.T.C.T. �� �~ SAtSTTAS('� EPA rj9� VOLUME NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, r 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 60 30 0 60 SYSTEM, NAD-83. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FRET FoRTWORTH C'i t y of Fort Worth 1000 11-IROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT ACCESS EASEMENT OUT OF A REMAINDER OF LOT 1 OF BAILEY GARDENS AN ADWION THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 939, PAGE 569 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT:- TRV PART 14—CH�NNEL SEGMENT C SANITARY SEWER RELOCATION EASEMENT AREA: 12.122 SQUARE FEET OR 0.278 ACRES CITY PROJ. No. 00969 JOB No, KHA-1819.00 I DRAWN BY: JLC CAD FILE: 15—PAE—PT1.0W4 DATE: NOVEMBER 9. 2020 ExHIBTT B- P GE 3 OF 3 SCALE: 1" - 60' GORRONDONA h ASSOCIATES, INC LOOP'820, SUITE 660 FORT WORTH, TX. 761M CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS Fl No. i0108900 7--406—.1424 FAX 817— —1789 D221146657 05/24/2021 08:43 AM Page: 1 of 11 Fee: $59.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 00969 TRV Part 14-Channel Segment C. Sanitary Sewer Relocation PARCEL NO. 15 Part I SFE 1100 Jacksboro Hwy, Fort Worth, TX TR 14, Richard Crowley Survey, Abstract No, 313 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTHG�7U` SEWER FACILITY EASEMENT DATE: 0 GRANTOR: PETER W, ROKKAS, DBA A-B INVESTMENTS GRANTOR'S MAILING ADDRESS (including County): 616 N, RIVERSIDE DR FORT WORTH, TARRANT COUNTY, TX, 76111 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits "A" 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 Rev. 2D FACILITY EASEMENT FOR'�'W w Rev. 2D20022T —�+�� D221146657 Page 2 of 11 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 Easement Property and more fully described in Exhibits "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement 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 Easement 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 Easement 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 Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 101 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 Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property." SEWER FACILITY EASEMENT I+oaTWO�. Rev. 20200227 '�� D221146657 Page 3 of 11 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACUTY EASEMENT Rev. 20200227 FO� "rol D221146657 Page 4 of 11 GRANTOR: PETER W. ROKKAS DBA A-B INVESTMENTS BArw.W 6 K r oas, er GRANTEE: City of Fort Worth By (Signa (Print Nam tuxe APPROVED AS TO FORM AND LEGALITY By (Signature): &'w K,,,,7 (Print Name) MattMurray , Title Assistant City Attorney Ordinance No. 24161-04-2020 / M&C 21-0303 [ACKNOWLEDGEMENTS APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev.20200227 FORTAbR1 . D221146657 Page 5 of 11 ACKNOWLED GEMWNT 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 Peter W. Rokkas, Owner, 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 A-B Investments and that he/she executed the same as the act of said entijy for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this —it( day of MARri��'', 0+ t x 0i2,```��� STATE OF TEXAS § COUNTY OF TARRANT § Not blic in and for the ,State of Texas ACKNOWLEDGEMENT BEFO Utgerdersigned authority, a Nota Public in andfor he State of Texas, this da ppeared g., of the City o art Worth, known to me to be the same persVn whose na a 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 t+ day of 20 Z1 . SEj..FNIA A: i Notary Public in and for the State of Texas . .srSNolary P"It-l1c. "Tate f Texas pmm Expires 03-31-2024 `rii ttr` ND?3;'J ID 131"422528 SEWER FACILITY EASEMENT Rev. 20200227 Ir— FORTWORTH. D221146657 Page 6 of 11 ADDENDUM TO CITY OF FORT WORTH This addendum amends the Easement as follows: 1. Restore roadway of Public Access Easement to like or better condition existing prior to the performance of any construction or maintenance work. 2. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it, Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property 3. Easement does not constitute or allow access to any entity other than Grantee or its agents and independent contractors. Any such entry and use of such tract by Grantee or its agents and independent contractors shall be permissive and shall not constitute a trespass 4. Upon completion of construction, The City agrees subject lands will not be impacted, to the extent reasonably practical, by unwarranted noise as a result of the structures within the Sanitary Sewer Facility Easement 5. Sanitary sewer structures will include gasketed, bolt -down lids to minimize air/water ingress/egress from the structures to mitigate the presence of odors caused by said structures. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Addendum Rev. 20201029 D221146657 Page 7 of 11 GRANTOR: PETER W. ROKKAS, DBA A B INVESTMENTS B. Pzi�� 4) Y fw K—e'fi'� Peter Rok ner 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 Peter W. Rokkas, Owner, A B Investments 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 A B Investments and that he/she executed the same as the aCt of said Entity for the purposes and consideration theerein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ?fk day of �L 2011. l Not ublic in an or a State of Texas Addendum Rev. 20201028 D221146657 Page 8 of 11 ACCEPTED BY: GRANTEE: City of Fort Worth By (Signature); ! (Print Name) 6- (Title) ct i APPROVED AS TO FORM AND LEGALITY By (Signature); (Print Name) Matt Murray (Title) Assistant City Attorney Ordinance No. 24161-04-2020 / M&C 21-0303 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, authority, a Nota Public in and for the State of Texas, o this perso pn�Srs ap� e � , tAAj�of the CityArt orth, known to me to be the same persdA whose na a 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 the date of �('�Ij Notary PtJoho Stme ;f Texas �`i :ten; �:Cir�m, x'strg 03.35.2024 F lJolary tD 132422526 Notary Public in and for the State of Texas Addendum Rev_ 20201029 D221146657 Page 9 of 11 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No:15 PART 1 PSSE CITY PROJECT No. 00969 1100 JACKSBORO HWY,, FORT WORTS, TEXAS TR 14, RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARR.ANT COUNTY, TEXAS E)IBIT "A" Being a permanent sanitary sewer easement situated in the Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, and being aportion of a tract of land described as Tract 14 deeded to A B Investments as recorded in Volume 16581, Page 205 of the Deed Records of Tarrant County, Texas, said Tract 14 being a portion of a 7.171 acre tract of land (by deed) as recorded in Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas, said Permanent sanitarysewer easement being more particularly described by metes and bounds as follows: COMA ENCING at a 5/8 inch iron rod with cap stamped "LOG" found in the north line of said 7.171 acre tract of land, said 5/8 inch iron rod with cap stamped "LGG" being the southeast corner of a 10.449 acre tract of land (by deed) deeded to Peter W. Rolrlcas, etal and Bafbara Rokkas as recorded in Volume 12593, Page 619 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" berg the most southerly southwest corner of Lot 1-R, Block.l of Oakwood Cemetery, an addition to the City of Fort Worth, Tarrant County; Texas as recorded in Volume 388-198, Page 35 of the Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "LGG' found for the northeast corner of said 10.449 acre tract of land bears North 01 degrees 54 minutes 29 seconds West, a distance of 278.27 feet, said 5/8 inch iron rod with cap stamped "LOG"being an interior ell comer in the south line of said Lot 1-R; THENCE South 89 degrees 28 minutes 37 seconds West, with the north line of said 7.171 acre tract of land and with the south line of said 10.449 acre tract of land, a distance of 177.75 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; THENCE South 61 degrees 50 minutes 05 seconds West, a distance of 229.87 feet to apoint for comer in the east line of Lot 1 of Bailey Gardens, an addition to the City of Fort Worth; Tarrant County, Texas as recorded in Volume 939, Page 569 of said Deed Records of Tarrant County, Texas; THENCE North 00 degrees 35 minutes 07 seconds West, with the east line of said Lot 1, a distance of 6.31 feet, to a point for corner in the southeasterly line of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12904, Page 596 of said Deed Records of Tarrant County, Texas, Exhibit A Page 1 of 2 D221146657 Page 10 of 11 THE, NCE North 54 degrees 26 minutes 33 seconds East, with the southeasterly line of said existing 30.0' Sanitary Sewer Easement, a distance of 174.79 feet to a point for corner in the north line of said 7.171 acre tract of land, said point being in the south line of said 10.449 acre tract of land, said point being the northeast corner of said existing 30.0' Sanitary Sewer Easement recorded in Volume 12804, Page 596, said point also being the most westerly southeast corner of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12555, Page 652 of said Deed Records of Tarrant County, Texas; THENCE North 89 degrees 28 minutes 37 seconds East, with the north line of said 7.171 acre tract of land and with the south line of said 10.449 acre tract of land, a distance of 60.52 feet to the POINT OF BEGINNING and containing 3,679 square feet or 0.085 acres of land, more or less. Notes- (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of L0001375289116. (3) Surveyed on the ground February 13, 2017, Date: November 9, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 Exhibit A Page 2 of 2 D221146657 Page 11 of 11 EXHIBIT "A 99. PARCEL No. 15 PART 1 PSSE PARCEL No. 15 FND, 1"IRON ROO FND: 5/8"IRON PART 1 PS ROD WITH CAP STAMPED "LGG" REMAAINDER OF LOT 1 10.449 ACRES (BY DEED) PETER W. ROKKAS, ETAL II AND BARBARA ROKKAS 1 SUBJECT TRACT do VOLUME 12593, PAGE 538 LOCATION OF EASEMENT D.R T.C.T. J. BAUGH SURVEY ABSTRACT No. 115 kO CID �.w L4 N N�0 �' CqN�t3 coC4 �Qto �ff b�� t OCCCCCC , 30.0' SANITARY SEWER EASEMENT VOLUME 12555, PAGE 652 D.R.T.C7. -lr i� A B INVE$TMEKT,S VOLU14E 16000, PAGE 310 c°i-___--_----_-` :- - D:R.T.C.T. PERMANENT SANITARY PORTION OF A SEWER EASEMENT AREA o 7.171 ACRES (BY DEED) 3,679 SO. FT. OR �� �' z - i FURTHER DESCRIBED IN VOLUME 12593, PAGE 033 0.0$5 ACRES I N 89'28'37"E 60.52' APPROXIMATE SURVEY LIA�E � � - TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NUMBER ONE S 89'28'37"W 177.7V P. 0.B. EASEMENT AND. DEED TRACT 14 VOLUME 2766 ,� �,r„ �p�s A B INVESTMENTS 11 DART.GE c 2_,�' a''615p VOLUME 16581; PAGE 205 __ :L- L-1— S D.R.T.C.T. --�30.0' SANITARY SEWER EASEMENT oI VOLUME 11804 z� PAGE 596 D,R.T.C.T. w s REMAINDER OF LOT 1 N ,BA=Y G.1nENS VOLUME 838. JACF 669 D' R.T.C.T. PORTION OF A 7.171 ACRES (BY DEED) P. D.C. FND. 5/8"IRON ROD WITH CAP STAMPED "LGG" FURTHER DESCRIBED IN VOLUME 12593, PAGE 633 �.� r RICHARD CROWLEY SURVEY D.R,T.C.T, ABSTRACT No. 313 r r TARRANT COUNTY WATER CONTROL 1 LINE TABLE AND IMPROVEMENT DISTRICT No. ONE 1] LINE I BEARING VOLUME 2624, PAGE 452 l _L-1_ N 0035'07"W D.R.T.CTT, NOTES;_ 1.A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. DISTANCE 1 6.31' 1 J. M 2. ALL BEARINGS AND COORDINA7ES ARE, REFERENCED TO THE TEAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE, 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017, SCALE IN FEET FoRTWOUH City of Fort" Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY.: SEWER EASEMENT OUT OF TRACT OF LAND DESCRIBED AS, TRACT .14 DEEDED TO A B INVESTMENTS SITUATED AN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 16581; PAGE 205 & FULLY DESCRIBED IN VOLUME 12593, PAGE 633 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT .0 SANITARY SEWER RELOCATION ACQUISITION AREA 3.679 SQUARE FEET OR 0.085 ACRES CITY PROJ. No. D0969 CURTIS JOB No. PJA-1616.00 DRAWN 8Y: JLC CAD FILE: 15-PSSE-PTI-REVI.DWG REGISTER; DATE: NOVEMBER 9// 2020 I EXHIBIT B PAGE 1 OF i SCALE: I" - 100' NO 5494 GORRONOONA & ASSOCIATES, INC, " 2800 NE LOOP 820, SUITE 6, 0 FORT WORTH, TX. 76t37 • 80-496-1, SMITH PROFESSIONAL LAND SURVEYOR TEXAS FIRM No. 10106960 ?4 FAX 817-496--1768 D221146658 05/24/2021 08:43 AM Page: 1 of 11 Fee: $59.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records IJ"k-AJ MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 00969 TRV Part 14-Channel Segment C. Sanitary Sewer Relocation PARCEL NO. 15 Part 2 SFE 1229 Jacksboro Hwy, Fort Worth, TX Lot 1A, Bailey Gardens STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: �, rod 0 9 ) T"� -/,- _ GRANTOR: PETER W. ROKKAS, DBA A-B INVESTMENTS GRANTOR'S MAILING ADDRESS (including County): 616 N. RIVERSIDE DR FORT WORTH, TARRANT COUNTY, TX, 76111 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits "A". 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 SEWER FACLrrY EASEMENT Rev. 20200227 FoRrWo T . D221146658 Page 2 of 11 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 Easement Property and more fully described in Exhibits "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement 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 Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (I1) 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 Easement 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 Chapter 21, 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'h 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 Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property. SEWER FACUff EASEMENT EXTWOR Rev. 20200227 D221146658 Page 3 of 11 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] seVER FACItrrY FASEMW Rev. 20=2n Fogm- D221146658 Page 4 of 11 GRANTOR: PETER W. ROKKAS DBA A-B INVESTMENTS By: Px;4,W 6 t-1, Peter W. Rol GRANTEE: City of Fort Worth By (Signature): (Print Name) t Title . U" APPROVED AS TO FORM AND LEGALITY By (Signature):-44W.I.w (Print Name) M att M u rray , Title Assistant City Attorney Ordinance No. 24161-04-2020 / M&C 21-0303 f ACKNOWLEDGEMENTS APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev. 20200227 F RT WO M. ------------- - -- --- ' D221146658 Page 5 of 11 AC"OWLED GEMENT STATE OF TEXAS COUNTY OF TARR.ANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Peter W. Rokkas, Owner, 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 A-B Investments and that he/she executed the same as the act of said entijy for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of F'b", 20 y NrPQblic the State of Texas _ ! Of 4, '''', 02 ' ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE he d igr}e,d authority, a Nota Public in and fo a State of Texas, on this day p r+ JIF a6pearFrd ,4,. oft e City of rt Worth, known to me to be the same person hose nam s 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 �ka4A 2021(. SEi.ENA 4i-A ✓`'' �4-�"— — `' Notary Pubtie. State of Texas Notary Public in and for the State o Texas _ Comm. Expires 03-31-2024 Notary ID 13242252E SEWER FACILITY EASEMENT Rev. 20200227 ORTWORT . D221146658 Page 6 of 11 ADDENDUM TO CITY OF FORT WORTH This addendum amends the Easement as follows: 1. Restore roadway of Public Access Easement to like or better condition existing prior to the performance of any construction or maintenance work. 2. For Grantor and Grantors heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property 3. Easement does not constitute or allow access to any entity other than Grantee or its agents and independent contractors. Any such entry and use of such tract by Grantee or its agents and independent contractors shall be permissive and shall not constitute a trespass 4. Upon completion of construction, The City agrees subject lands will not be impacted, to the extent reasonably practical, by unwarranted noise as a result of the structures within the Sanitary Sewer Facility Easement 5. Sanitary sewer structures will include gasketed, bolt -down lids to minimize air/water ingress/egress from the structures to mitigate the presence of odors caused by said structures. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Addendum Rev.20201020 D221146658 Page 7 of 11 GRANTOR: PETER W. ROKKAS, DBA A B INVESTMENTS P By: I LU y Peter`RtSkK ner ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texast on this day personally appeared Peter W. Rokkas. Owner. A B Investments 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 A B Investments and that he/she executed the same as the act of said Enfit�jor the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 94 day of J , 20-QL. Addendum Rev_ 20201029 the State of Texas a+.. .a..: - ... n..:`e*:..•.....n•.�:+:.A+.3S=:4... Jn.._..+''r'.s�.�.$..$•.'rn.C'R iw .:.'},Aa ....;�v..:-'�.'+': �• ,t _.•,.. :.y�. ..t :...: .t ?ii-`•�:'R:;`r:;4.:. • .. ..a!�5 �a •i��Li:. •i+:'.v.s. :. :.. r.c:�.w\5. �1. �:.....�\:....•v._....-rol':'._...%1...h�:....��t :::.w .. _.. .....��1• D221146658 Page 8 of 11 ACCEPTED BY: GRANTEE: City of Fort Worth By (Signature): 4 (Print Name) <1JCiArA ' ' �14 (Title)� l APPROVED AS TO FORM AND LEGALITY By (Signature): '"��`� (Print Name) Matt Murray (Title) Assistant City Attorney Ordinance No. 24161-04-2020 / M&C 21-0303 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFO h rsigned authority, a Notary ublic in and for th State of Texas, on this da ea appeared !' of th�City ofF Worth, known to me to be the same person se name i�cribed 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 the date of I.- 21�0 SELENA ALA UUbe. State of texas ;? •�}, ` _Notary P .'.v= Comm Expires U3.31-2024 �Texa llotary fD :32ai::526 Notary Public in and for the State of s �4r111• Addendum Rev. 20201029 rq•+-'S.rvr-.. i:. nT';nf• .-- -ryT:c.: n•--.w:-.1�•�." __ •C!,'Lt—�:•��-^.c. _�___ v}• w T 'aa OEM >� ti ��',Y'.3. ...:5,—a.«e. .r.:... ti �...i_ti�:.v.,.�.,...� .,'L::pie:is:�i��..iii:".-.iV;•'.:.'';'.. '�:�L:�'':•. ..�. � �:. D221146658 Page 9 of 11 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No.15 PART 2 PSSE CITY PROJECT No. 00969 1229 JAACKSBORG HWY., FORT WORTH, TEXA.S LOT 1, BAILEY GARDENS CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in the Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land described as Lot 1A, Bailey Gardens in a deed to A B Investments as recorded in Volume 16000, Page 310 of the Deed Records of Tarrant County, Texas, said Lot 1A being a remainder portion of Lot 1 of Bailey Gardens, an addition to the .City of Fort Worth, Tarrant County, Texas, as recorded in Volume 939, Page 569 of said Deed Records. of Taut County, Texas, said Lot lA being a portion of 7.171 acre tract of land (by deed) as recorded in Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "LGG" found in the north line of said 7.171 acre tract of land, said 5/8 inch iron rod with cap stamped "LGG" being the southeast corner .of a 10.449 .acre tract. of land. (by deed) deeded to Peter W. Rokkas, etal and Barbara Rolckas as recorded in Volume 12593, Page 638 of said Deed Records -of Tarrant County, Texas, said 5/8 inch iron: rod with cap stamped "LGG" being the most southerly southwest corner of Lot 1-R, Block 1 of Oalmood Cemetery, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-198, Page 35 of the Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "LGG" found for the northeast corner of said 10.449 acre tract of land bears North 01 degrees 54 minutes 29 seconds West, a distance of 278.2.7 feet, said 5/8 inch iron rod with cap stamped "LGG" being an interior ell comet in the south line of said Lot 1-R; THENCE South 89 degrees 28 minutes 37 seconds West, with the north line of said 7.171 acre tract of land and with the south line of said 10.449 acre tract of land, a distance of 238.27 feet to a point for the northeast corner of an existing 30:0' Sanitary Sewer Easement recorded in Volume 12804, page 596 of said Deed. Records of Tarrant County, Texas, said point also being the most westerly southeast corner of an existing 30.0.' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12555, Page 652 of said Deed Records of Tarrant County; Texas; THENCE South 54 degrees 26 minutes 33 seconds West with the southeasterly line of said existing 30.0' Sanitary Sewer Easement recorded in Volume 12804, Page 596, a distance of 174.79 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement, said point being in the east line of Lot 1 of said Bailey Gardens; THENCE South 00 degrees 35 minutes 07 seconds East, with the east line of Lot 1 of said Bailey Gardens, a. distance of 6.31 feet to a point for comer; THENCE South 61 degrees 50 minutes 05 seconds West, a distance of 40.17 feet to a point for comer in the southeasterly line of said existing 30.0' Sanitary Sewer Easement recorded in Volume 12804, Page 596; Exhibit A Page 1 of 2 -- A D221146658 Page 10 of 11 THENCE North 54 degrees 26 minutes 33 seconds East, with the southeasterly line of said existing 30.0' Sanitary Sewer Easement recorded in Volume 12804, Page 596, a distance of 43.45 feet to the POINT OF BEGINNING and containing 112 square feet or 0.003 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: November 9, 2020 Curtis Smith OF Registered Professional Land Surveyor ,`P:GlsrfipF,9 No. 5494 �' ° . Lo Gorrondona & Associates, Inc. CURTIS SM1ITH 2800 NE Loop 820, Suite 660 �,O,po 5494 �PYa 4 Fort Worth, Texas 76137F�ss�°•`�� Texas Firm No. 10106900 .$URJ� Exhibit A. Page 2 of 2 D221146658 Page 11 of 11 EXHIBIT "A „ M y PARCEL No. 15 PART 2 PSSE LINE TABLE FNp. VIRON ROD FND. 5/89RON V F 4 o w ti LINE IL-1 BEARING DISTANCE I ROD WITH CAP STAMPED "LGG' rq W m Ci S 00'35'07"E 6.31' 1 10.449 ACRES (BY DEED) ,J ( Eti E L-2 S 61'50'05"W 40.17' 1 PETER w, ROKKAS, ETAL g 'no W4 IL-3 N 54'25'33"E 43.45' ( AND BARBARA ROKKAS. �. M 0. VOLUME 12593, PAGE 638 D.R.T.C.T. S O W 1 A A $INVESTMENTS VOLUME 16000, PAGE 310 30.0' SANITARY SEWER EASEMENT — VOLUME 12555, PAGE 652 r- N D.R.T.C.T: O.R.T.C.T. PORTION OF A 7..17i ACRES (BY DEED) J. BAUGH SURVEY FURTHER DESCRIBED IN ABSTRACT No. 115 _n___-------- VOLUME 12593, PAGE 633 D.R.T.C,T. ry � APPROXIMATE SURVEY LINF. �i7t� S 89'28'3N 238.27' I __",,_TARRANT COUNT WATER CONTROL JP. 0. B.r 0 TRACT 14 �• ��y� A D INVESTMENTS P• O. C, / AND IMPROVEMENT DISTRICT NUMBER ONE �� �1 VOLUME 16581, PAGE 205 i D.R.T.C.T. FND. S/8"IRON RIGHT-OF-WAY, EASEMENT AND DEED �' VOLUME 2768 �� i S i ryb� PORTION OF A riga 7.171 ACRES (BY DEED) ROD WITHCAP STAMPED 'l.CG' PAGE 272 i 5 FURTHER DESCRIBED IN O.R.T.C.T, �� ' VOLUME 12593, PAGE 633 �l _-- — �tg L_1 D.R.T.C,T. 'RICHARD 1 _ PERMANENT SANITARY ABSTRACT .CROWLEY SURVEY -No. � 13 --'-~ ~- 130.0' SEWER EASEMENT AREA 112 SO. FT. OR -' SANITARY SEWER EASEMENT wi 0.003 ACRES �� PARCEL No, 15 PART 2 PSSE VOLUME PACE D4 596dal i D.R.T.C.T. 1° REMAINDER OF LOT I REMAINDER OF LOT i a� r^ r BAILEY GARDENS TARRANT COUNTY WATER CONTROL VOLUME 939, PAGE 569 AND IMPROVEMENT DISTRICT No. ONE VOLUME 482 SUBJECT TRACT k D.R.T. C. T. � � D.R.T.C.621, T. LOCATION OF EASEMENT i NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. ALL HEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE- 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13. 2017. SCALE IN FEET oar wox�r City of Fort Worth rth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF REMAINDER OF LOT 1 OF BAILEY GARDENS AN ADDITION. THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED 1N VOLUME 939, PAGE 569 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECTI TRV PART 14= CHANNEL SEG1u) T C SANITARY SEWER RELOCATION ACQUISITION AREA 112 SQUARE FEET O♦.003 ACRES CITY PROD. No. 00969 CURTIS SMITH JOB No. KHA-1616.00 I DRAWN BY: JLC I CAD FILE: i5--PSSE—PT2—REV2.DWG REGISTERED PROFESSIONAL LAND S DATE: NOVEMBER 9 2020 EXHIBIT 8 PAGE i OF 1 SCALE: 1' s 100' NO. 5494 TEXAS FIRM No. 1 GORRONDO4A & ASSOCIATES, INC. • 2800 NE LOOP 820, SUITE 6 b PORT WORTH, TX 76137 • 80-496-1424 FAX 817-496-1768 ---------------- - - V I D221146659 05/24/2021 08:43 AM Page: 1 of 12 Fee: $63.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records 0"k,a MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 00969 TRV Part 14-Channel Segment C. Sanitary Sewer Relocation PARCEL NO. 16 Part 3 SFE 1229 Jacksboro Hwy, Fort Worth, TX Lot 1A, Bailey Gardens STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILITY EASEMENT c2 —,q —� a DATE: GRANTOR: PETER W. ROKKAS, DBAA-B INVESTMENTS GRANTOR'S MAILING ADDRESS (including County): 616 N. RIVERSIDE DR FORT WORTH, TARRANT COUNTY, TX, 76111 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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. EASEMENT PROPERTY: BEINq_more particularly described in the attached Exhibits "All and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility SEWER FACILITY EASEMENT FORT' WORN. Rev. 20200227 D221146659 Page 2 of 12 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 Easement Property and more fully described in Exhibits "A"and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement 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 Easement 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 shali 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 Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similarsurface 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 Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10E' anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use forwhich the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property. SEWER FACILITY EASEMENT FIgwTfi- Rev. 20200227 D221146659 Page 3 of 12 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev, 20200227 D221146659 Page 4 of 12 GRANTOR: PETER W. ROKKAS DBA A-B INVESTMENTS BY n� : ! w G<P24� �( Peter W: tzokkas, uwffuf----- GRANTEE: City of Fort Worth By (Signature): S61 (Print Nam II r , Title APPROVED AS TO FORM AND LEGALITY By (Signature): / „— -40Ki-0` (Print Name) Matt Murray , Title Assistant City Attorney Ordinance No. 24161-04-2020 / M&C 21-0303 [ACKNOWLEDGEMENTS APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev. 20200227 kEip". D221146659 Page 5 of 12 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 Peter W. Rokkas, Owner, 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 A-B Investments and that he/she executed the same as the act of said entity for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this in day of ti b�c+4 cc�� 32091. J Ni ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § in and for the State of Texas — BEFORE M the u ers authori a Notary Pu lic in and far the State of Texas, o this day per y pp* } i..• _ - , .c of the City of Fort orth known to me to be the same persA whose name s 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 R�.t� 20Aed . In1r SELENA At A dt M „s`: y,Y.•n,�PG t^r-ublIc. Slate of Texas nm n FxA+'es r 31 2024 ` NotBfY ,D 132422528 Notary Public in and for the State of Texas SEWER FACfL[TY EASEMENT Rev. 20200227 FoeTWORTH. D221146659 Page 6 of 12 ADDENDUM TO CITY OF FORT WORTH This addendum amends the Easement as follows: 1. Restore roadway of Public Access Easement to like or better condition existing prior to the performance of any construction or maintenance work. 2. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property 3. Easement does not constitute or allow access to any entity other than Grantee or its agents and independent contractors. Any such entry and use of such tract by Grantee or its agents and independent contractors shall be permissive and shall not constitute a trespass 4. Upon completion of construction, The City agrees subject lands will not be impacted, to the extent reasonably practical, by unwarranted noise as a result of -the structures within the Sanitary Sewer Facility Easement 5. Sanitary sewer structures will include gasketed, bolt -down lids to minimize air/water ingress/egress from the structures to mitigate the presence of odors caused by said structures. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Addendum Rev. 20201029 D221146659 Page 7 of 12 GRANTOR, PETER W. ROKKAS, DBA A B INVESTMENTS By:j,,. Peter `.. , G tYer 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 Peter W. Rokkas, Owner, A B Investments 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 A B Investments and that he/she executed the same as the act of said Enti for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this &� day of TL �('(,,� 20,L — N "M A PVC•., ti of Texas Addendum Rev. 20201029 D221146659 Page 8 of 12 ACCEPTED BY: GRANTEE: City of Fort Worth By (Signature): (Print Name)JE{NV' (Title) U APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray (Title) Assistant City Attorney Ordinance No. 24161-04-2020 / M&C 21-0303 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the a si n Mc thority, a Notary Public in and for t�h� Ptate of Texas, on this da personally ar Ana �C JDI-+:. ` of the City of Fort rth, known to me to be the same perso 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 the date of NA ALA . Nwary Jnli S;a€e ! Tgx85 ±;mrnn)q)jra5 03.31.2024 ici } 32422528 otary Public in and for the State of Texas fff IV11 w Addendum Rev. 20201029 D221146659 Page 9 of 12 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No.15 PART 3 PSSE CITY PROJECT No. 00969 1229 JACKSBORO HWY., FORT WORTH, TEXAS LOT 1, BAILEY GARDENS CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in the Richard Crowley Survey, Abstract No, 313, City of Fort Worth, Tarrant County, Texas, and being aportion of a tract of land described as Lot XA, Bailey Gardens Addition in a deed to A B Investments as recorded in Volume 16000, Page 3 10 of the Deed Records of Tarrant County, Texas, said Lot I being a remainder portion of 1 of Bailey Gardens, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 939, Page 569 of said Deed Records of Tarrant County, Texas, said Lot IA, also being a_ portion of a 7.171 acre tract of land (by deed) as recorded iu Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "LGG" found for the southwest comer of a 10.449 acre tract of land (by deed) deeded to Peter W. Roklcas, etal and Barbara Rokkas as recorded. -in Voluriae 12593., Page 638 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" being an interior comer in the northeasterly right-of-way line of S.H. 199 (Jacksboro Highway) (a variable width right-of-way), said 5/8 inch iron rod with cap stamped "LGG" also being in the most easterly north line of Lot I of said Bailey Gardens; THENCE North 89 degrees 28 minutes 37 seconds East, with the south line of said 10.449 acre tract of land, with the most easterly north line of Lot 1 of said Bailey Gardens and with the northeasterly right of-wayline of said S.H. 199, a distance of 86.56 feet to a point for the northwest corner of said 7.171 acre tract of land, saidpointbeing an exterior corner in the northeasterly right- of-way line of said S.H. 199; THENCE South 47 degrees 38 minutes 09 seconds Eas#, with the southwesterly line of said 7.171 acre tract of land and with the northeasterly right -of --way line of said S.H. 199, a distance of 311.96 feet to a point for the rnost, westerly southwest corner of an existing 30' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12804, Page 596 of said Deed Records of Tarrant Coluity, Texas; THENCE North 81 degrees 42 minutes 44 seconds East, with the southeasterly line of said existing 30' Sanitary Sewer Easement, a distance of 32.64 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; THENCE North 81 degrees 4.2 minutes 44 seconds East, with the southeasterly line of said existing 30' Sanitary Sewer Easement, a distance of 59.62 feet to a point for corner; THENCE South 41 degrees 17 minutes 08 seconds East, a distance of 215.73 feet to a point for corner in the southeasterly line of said 7.171 acre tract of land; Exhibit A Page 1 of 2 D221146659 Page 10 of 12 THENCE South 74 degrees 25 minutes 18 seconds West, with the southeasterly line of said 7.171 acre tract of land, a distance of 5.5.49 feet. to a point for comer, from which a 5/8 inch iron rod with cap stamped "LOU' found for the southwest corner of said 7.171 acre tract of land and being in the northeasterly right-of-way line of said S.H. 199 bears South 74 degrees 25 minutes 18 seconds West, a distance of 0.53 feet; THENCE North 41 degrees 17 minutes 08 seconds West, a distance of 224.13 feet to the POINT OF BEGINNING and containing 10,996 square feet or 0.252 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: November 9, 2020 Curtis Smith CtCURT19 O F Registered Professional Land Surveyor 4 No. 5494Gorrondona & Associates, Inc. 'SMITH 2800 NE Loop 820, Suite 660 4s QPri, Fort Worth, Texas 76137 ss),.•• �Texas Firm No.10106900fl8% Exhibit A Page 2 of 2 D221146659 Page 11 of 12 EXHIBIT "B " PARCEL No. 15 PART 3 PS',S'E 10.449 ACRES (8Y DEED) PETER W. RGKKAS, -TAL AND 9AR9AFZK4 ROXKAS \ VOLUME 12693, PAGE 638 \ D.R.T.C:T. \ P. 0. G'. \ 5/8"fR WITH CAP STAMPED `Lwl FIND APPROXIMATE SURVEY LINE N 69'28'37'E rl N�� O p> o'4o! a 'v ARCEL No. 15 PART 3 PSSE O� E ALOTER SUBJECT TRACT & LOCATION OF EASEMENT CROwV2�'o �iCH A S��ACI � . N SAVG Na� A 1 t J A SZRpCj APPROXIMATE SURVEY LINE A. B INVESTMENTS VOLUME 16004, PACE 310 D.R.T,C.T. PORTION OF A 7.171 ACRES (BY DEED) \V.01L URTHER DESCRIBED IN UME 12593, PAGE 633 D. R,T.C,T. #rA \ S,jRV0 %a° — - -5A 5 RE►yEAINDER OF LOT .BAILEY G910ENS VOLUME 939, PAGE D.R. T. C. T. a, �9s• 1 � 569 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL. BEARINGS AND COORDINATES ARE IREFERENCED- TO THE TEXAS COORDINATE 60' 30' 0 60' SYSTEM, NAD-83, THE NORTH 'CENTRAL ZONE 4202, kL DISTANCES AND AREAS SHOWN ARE SURFACE. mi N 3. SURVEYED ON THE GROUND FESRUAW 13, 2017, SCALE IN FEE lid o�cWoRT City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF REMAINDER OF LOT 1 OF BAILEY GARDENS AN ADDMON THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 939, PAGE 569 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14--CHANNEL SEG�IE� C SANITARY SEWER RELOCATION EASEMENT AREA: 10.9.96 SQUARE FEET OR 0.2 ACRES . CITY PROJ. No. 00969 JOB No. KHA_1616.00 J DRAWN BY: PLC . CAD FILE; 15—PSSE—PT73.DWG DATE: NOVEMBER 9// 2020 I EXHIBIT PAGE i OF 2 SCALE: 1" - 60' DORRONDONA & ASSOCIATES, INC. 2 00 N£ LOOP 820, SUITE 40 FORT WORTH, TX. 76137, Q Lit Z U Q RTIS SMITH ISTERED PROFESSIONAL LAND SURVEYOR 1641424 M726 17BBn1089Op D221146659 Page 12 of 12 LiJ Z J U Q PERMANENT SANITARY EASEMENT AREA 10.996 SQ. Fr. OR 0.252 ACRES SUBJECT TRACT & LOCATION OF EASEMENT EXHIBIT "B 11 PARCEL No. f 5 PART 3 PSSE OVOLUMIE B04EPAGE 5g6 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT "�'.A''yt•SM1.0 B/B'IR WITH CAP S 7V25'18'W STAMPED 0.53' "LOG" FND REMAINDER OF LOT 1 BALLEY GARD.NVS VOLUME 939, PAGE 569 n_R.r.C.T. A H INVESTMENTS VOLUME 16000, PAGE 310 D.R.TC.T. PORTION OF A 7.171 ACRES (BY DEED) FURTHER DESCRIBED IN VOLUME 12593, PAGE 633 D.R,T.C.T r - TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No., ONE VOLUME 26211 PAGE 482 D.RT.C.T. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 60 30 0 60 SYSTEM, RE SUR, THE NORTH CENTRAL ZONE 4202, All DISTANCES AND AREAS .� SHOIYN ARE SURFACE, 1-1 � - 3. SURVEYED ON THE GROUND FE13RUMY 13, 2017, SCALE IN FEET o �VoRT City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF REMAINDER OF LOT 1 OF BAILEY GARDENS AN ADDITION THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 939, PAGE 569 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION EASEMENT AREA: 10,996 SQUARE FEET OR 0.252 ACRES CITY PROJ No. 00969 JOB No. KHA-1818.00 ( DRAWN BY: JLO CAD FILE: 1? PSSE—PT3,DWG DATE: NOVEMBER 9 2020 I EXHIBIT Bl\�-0P-AGE 2 OF 2 SCALE 1" d 6V GORRON006 & ASSOCIATE$, INC,,- 28gNE LOOP 820, SUITE 0 b FORT WORTH. 79, 76137 CUR11S SMITH D221146660 05/24/2021 08:43 AM Page: 1 of 7 Fee: $43.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records 0«�,�,� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 00969 TRV Part 14-Channel Segment C. Sanitary Sewer Relocation PARCEL NO. 15 Part 1 TCE 1100 Jacksboro Hwy, Fort Worth, TX TR 14, Richard Crowley Survey, Abstract No. 313 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § V. CITY OF FORT WORTHG�a TEMPORARY CONSTRUCTION EASEMENT`- DATE: a GRANTOR: PETER W. ROKKAS, DBA A-B INVESTMENTS GRANTOR'S MAILING ADDRESS (including County): 616 N. RIVERSIDE DR FORT WORTH, TARRANT COUNTY, TX, 761 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibit "A" and "B" Grantor, for the consideration paid to Grantor, does 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, as described and depicted in Temporary Construdon Easement F�R_ TWORTH. Rev. 20200905 ���'" D221146660 Page 2 of 7 accordance with Exhibits "A" and "B", attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing sanitary sewer improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the cessation or expiration of the rights granted hereunder. 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement Rev. 20200305 Ir- FaRTMU . D221146660 Page 3 of 7 GRANTOR: PETER W. ROKKAS DBA A-B INVESTMENTS By:Pj* w kbXW Peter W. Rokkas, Owner GRANTEE: City of Fort Worth By (Signature): V (Print Name)}/ af Titl U APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray , Title Assistant City Attomey Ordinance No. 24161-04-2020 / M&C 21-0303 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 Peter W. Rokkas, Owner. 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 A-B Investments and that he/she executed the same as the act of said e_ ntity for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this g R day of -� -- . 20PA `��t�tis��ttnrr►��,� �`�,�•OSH M A q o�PPY P Notary b wro in and or t e 5idie of T-exgs ` Temporary Cori Rev. 20200305 Fo= rW-R - D221146660 Page 4 of 7 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE MEN$ n rs authority, a Notary Public in and for the State of Texas, on is day persdrt 0 d �off ,of theh, known to me to be the same person w ose 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 sF j NA Al -A Notary Public in and for the State of Texas Notaryblsc. Sratecf Taxas ;-n Exp!res l) 1.3 t -202't Nota+v 10 132422526 Temporary Construction Easement Rev. 20200305 FORTWORTH. D221146660 Page 5 of 7 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No.15 PART 1 TE CITY PROJECT No. 00969 1100 JACKSBORO HWY., FORT WORTH, TEXAS TR 14, RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT ( A;) Being a temporary construction basement situated in the Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas and being a portion of a tract of land described as Tract 14 deeded to A B Investments as recorded in Volume 16581, Page 205 of the Deed Records of Tarrant County, Texas, said Tract 14 being a portion of a 7.171 acre tract of land (by deed) as recorded in Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "LOG" found in the north line of said 7.171 acre tract ofland, said 5/8 inch iron rod with cap stamped "LGG" being the southeast corner of a 10.449 acre tract of land (by deed) deeded to Peter W. Rokkas, eta-1 and Barbara Rokkas as recorded in Volume 12593, Page 638 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron -rod with cap stamped "LGG" being the most southerly southwest corner .of Lot 1-R, Block 1 of Oakwood Cemetery, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-198, Page 35 of the Plat Rocords of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "LGG" found for the northeast comer- of said 10.449 acre tract of land bears North 01 degrees 54 minutes 29 seconds West, a distance of 278.27 feet, said 5/8 inch iron rod with cap stamped "LGG" being an interior ell comer in the south line of said Lot 1-R; THENCE South 89 degrees 28 minutes 37 seconds West, with the north line of said 7.171 acre tract of land and with the south line of said 10.449 acre tract of land, a distance 'of 29.0.53 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the most northerly northwest corner of at existing 30' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12804, Page 596 of said Deed Records of Tarrant County, Texas, said point also being the most southerly southwest corner of an existing 30' Sanitary Sewer granted to the City of Fort Worth as recorded in Volume 12555, Page 652 of said Deed Records of Tarrant County, Texas; THENCE South 54 degrees 26 minutes 33 seconds West, with the northwesterly line of said existing 30' Sanitary Sewer Easement recorded in Volume 12804, Page 596, a distance of 111.02 feet to a point for corner in the east line of Lot 1 of Bailey Gardens, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 939, Page 569 of said Deed Records of Tarrant County, Texas; THENCE North 00 degrees 35 minutes 07 seconds Nest, with the east line of Lot 1 of said Bailey Gardens, a distance of 36.61 feet to a point for cornea; Exhibit A Page 1 of 2 D221146660 Page 6 of 7 THENCE North 54 degrees 26 minutes 33 seconds East, a distance of 47.24 feet to a point for comer in the north line of said 7,171 acre tract of land and being in the south line of said 10.449 acre tract of land; THENCE North 89 degrees 28 minutes 37 seconds East, with the north line of said 7.171 acre tract of land and with the south lime of said 10.449 acre tract of land, a distance of 52.26 feet to the POINT OF BEGINNING and containing 2,374 square feet or 0,055 acres of land, more or less. Notes: (1) Aplat of even survey date herewith accoxnpanies this legal description; (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: November 9, 2020 z —Alewl Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 CURTIS SMITH f 5494�Qrt • •II.I�N\ I V Exhibit A Page 2 of 2 D221146660 Page 7 of 7 EXHIBIT "B " PARCEL No. 1$ PARS' 1 TE LINE TABLE I LINE BEARING DISTANCEI L 1 S 54'26'33"W 111.02' C L--�2 N 00'35'07" W 36.,61' t L-3 N 54'26'33"E ' 47.24' L--4 N 89-28'37"E' 52.26' �AUGµ ov���� � A SZRAC� N A p INVESTMEMS VOLUME 16000, PAGE 310 D.R.T.C.T- PORTION OF A 7.171 ACRES (BY DEED) FURTHER DESCRIBED IN VOLUME 12593. PAGE 533 O.R.T.C.T. 30.0' SANITARY SEWER EASEMENT• VOLUME 12555, PAGE 652 D.R.T.0 T. LOT i R, BLOCK 1 OA 700D CEWTEPY VOLuAce 388---188, PAGE P.R. T. C.T. FRD 5//e`IR W/ CAP $�AMPEb I "Lcc" 95 30.0' SANITARY SEINER. EASEMe NT VOLUME 11582, PAGE 1838 10,449 ACRES BYDEED) P4TT C-T, PETER W. ROK j ETAL AND BARBARA ROKIAS VOLUME 12503. PAGE 638 D.R.T.C.T, H m �i P.D.B. ��� P.D.C. 1 Z �� f� 5/8`IR WITH CAP isTAMPEo °LGG" FND S 89'28'37'VJ 290,53' APPROXIMATE SURVEY LINE '�. RICHARD CROWLEY SURVEY r�r ABSTRACT No. 313 i 0' SANITARY SEWER EASEMENT VpLUM D.R128.T V4,.. PAGj= 594 .C,T. TEMPORARY CONSTRUCTION EASEMENT AREA �,374 SO. FT. OR 0.55 ACRES REMAINDER OF LOT 1 RALbEY GARDENS VOLUME 989, PAGE 569 ' I D.R.T.C..T. TRACT 14 A 8 INVESTMENTS VOLUME 16581, PAGE 205 D.R.T.C.T. PORTION OF A 7.171 ACRES (BY DEED) FURTHER DESCRIBED. IN VOLUME 12593, PAGE 633 D.R.T.C.T. PARCEL No, 15 TE PART 1 REMAINDER OF LOT 1 SUBJECT TRACT & LOCATION OF EASEMENT NOTESt 1. A LEGAL DESCRIPTION OF EkEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES -ARE REFERENCED TO THE TEXAS COORDINATE 60' 30' 0 60' SYSTEM, NAD-83, THE NORM CENTRAL. ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE; 3. SURVEYED ON THE GROUND FEBRUARY 1.3, 2017. SCALE IN FEET oar oR� City of Fort Worth 1000 THROMMORTON STREET + FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY GQNSTRUCTION EASEMENT OUT OF TRACT 14 BEING A PORTION OF ,A 7A71 ACRE TRACT OF LAND (BY DEED) SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 16581, PAGE 205 84 FURTHER DESCRIBED W VOLUME 12593, PAGE 633 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT.. TRV PART 14—CHAN EL SEGMENT C SANIT 12Y SEWER RELOCATION EASEMENT AREA: 2.374 SQUAREFEET OR 0.055 ACRE CITY PROD. No. 00969 JOB No. KNA_.1618.00 I DRAWN BY, JLC CAD FILE: 16—TE—PARTi.0WG DATE: NOVEMBER 9, 2020 1 EXHIBIT B. fACE 1 OF 1 SCALE: 1" ® 60' GORRONDONA & ASSOOfATES, INC. • 2✓I00 1,1E LOOP 870, SUITE 40 FORT WORTH; TX, 76137 + 4AL LAND SURVEYOR FTV No. 10106900 6-1760 D221146661 05/24/2021 08:43 AM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records - MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 00969 TRV Part 14-Channel Segment C. Sanitary Sewer Relocation PARCEL NO. 15 Part 2 TCE 1229 Jacksboro Hwy, Fort Worth, TX Bailey Gardens Lot 1A STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: � '0 -. <R —'� © r�C I L� '/� � u� �Y1Q� :.kil 'k)dl GRANTOR: PETER W. ROKKAS, DBA A-B INVESTMENTS GRANTOR'S MAILING ADDRESS (including County): 616 N. RIVERSIDE DR FORT WORTH, TARRANT COUNTY, TX, 761 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibit "All and "B" Grantor, for the consideration paid to Grantor, does 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, as described and depicted in Temporary Construction Easement FoRTW0 Rev. 20200305 D221146661 Page 2 of 8 accordance with Exhibits "A" and "B", attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing sanitary sewer improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it, Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the cessation or expiration of the rights granted hereunder. 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement Rev. 20200305 F RTWORT . D221146661 Page 3 of 8 Filed as Received GRANTOR: PETER W. ROKKAS DBA A-B EWESTMENTS B � . /- o x jzo� y. � k) .� PeterW-zo,kkas, Owner GRANTEE: City of Fort Worth By (Signature): �6 1 (Print Name) DZ4 Gl C 4 ie A.c4, 6 APPROVED AS TO FORM AND LEGALITY By (Signature): d` (Print Name) Matt Murray , Title Assistant City Attorney Ordinance No. 24161-04-2020 / M&C 21-0303 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 Peter W. Rokkas, Owner, 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 A-B Investments and that helshe executed the same as the act of said entity for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this $ day of Ilrrrl)j� 2021-. A Notaryee%r lid and for the State of Texas z � yZ Rev. 202y cons t.�.ri t FORTS i QR� Rev.20 OF 'Li ���`1 �r D221146661 Page 4 of 8 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE W. t q� L- t d authon , a Notary Pu is in a d for th tate of Texas, on this da pers a' e r d c Ji►.. of the City of Fart orth, known to me to be the same person Those name is ubscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Public in and for the State of Texas _cr .�� NbtarV uir7itC, S??rg pf ?Bx05 Notary i(?/41422528 Temporary Construction Easement Rev. 20200305 FQRTWU T . D221146661 Page 5 of 8 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No.15 PART 2 TE CITY PROJECT No. 00969 1229 JACKSBORO HWY,, FORT WORTH, TEXAS LOT 1, BAILEY GARDENS CITY OF FORT WORTHS TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in the Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County; Texas, and being a portion of a tract of land described -as Lot IA, Bailey Gardens Addition in a deed to A B Investments as recorded mi Volume 16000, Page 310 of the Deed Records of Tarrant County, Texas, said Lot 1A being a remainder portion of Lot 1 of Barley Gardens, an addition to,the City of Fort Worth, Tarrant County, Texas, as recorded in Volume .939, Page 569 of said Deed Records oiTarxant County, Texas, said Lot 1A also being a portion of a 7.171 acre tract of band (by deed) as recorded in Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas, said teinporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "LGG" found in the north line of said 7.171 acre tract of land, said 518 inch iron rod with cap stamped "LGG" being the southeast corner of a 10.449 acre tract _of Imid (by deed) deeded. to Peter W. Rokkas, etal and Barbara Roldras as. recorded in Volume 12593, Page 638 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" being the most southerly southwest comer of Lot 1-R, Block 1 of Oakwood Cemetery, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-198, Page 35 of the Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "LGG" .found for the northeast corner of said 10A49 acre tract of land bears North 01 degrees 54 minutes 29 seconds West, a distance of 278.27 feet; said 5/8 inch iron rod with cap stamped "LGG" being an interior ell corner in the south line of said Lot 1-R; THENCE South 89 degrees 28 'minutes 37 seconds West, with the north line of said 7.171 acre tract of land and with the south line of said 10.449 acre tract of land, a distance of 290.53 feet to a point for the northwest corner of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12804, Page 596 of said Deed Records of Tarrant County, Texas, said point also being the most westerly southwest corner of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12555, Page 652 of said Deed Records of Tarrant County, Texas; THENCE South 54 degrees 26 minutes 33 seconds West with the northwesterly line of said existing 30.0' Sanitary Sewer Easement recorded in Volume 12904, Page 596, a_ distance of 111,02 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being in the east line of Lot 1 of said Bailey Gardens; THENCE South 54 degrees 26 rn mtes 33 seconds West, with the northwesterly line of said existing 30' Sanitary Sewer Easement recorded in Volume 12804, Page 590, a distance of 57.15 feet to a point for corner, Exhibit A Page 1 of 2 D221146661 Page 6 of 8 THENCE South 81 degrees 42 minutes 44 seconds West, with the northwesterly line of said exaisting.30' Sanitary Sewer Easement recorded in Volume .12804, Page 596, a distance of 661.45 feet to a point for corner in the southwesterly line of said 7.171 acre tract of land, said point being in the northeasterly right-of-way line of said SH 199 (Jacksboro Highway) (a variable width right-of-way); THENCE North 47 degrees 38 minutes 09 seconds West, with the southwesterly line of said 7.171 acre tract of land and the northeasterly right-of-way line of S11199, a distance of 3 8.79 feet to a point for comer; THENCE North 81 degrees 42 minutes 44 seconds East, a distance of 678.77 feet to a point for comer; THENCE North 54 degrees 26 minutes 33 seconds East, a distance of 70.86 feet to a point for comer in the east Line of Lot 1 of said Bailey Gardens; THENCE South 00 degrees 35 minutes 07 seconds East, with the east line of Lot 1 of said Bailey Gardens, a distance of 36.61 feet to the POINT OF BEGINNING and containing 22,023 square feet or 0.506 acres of land, more or less. Notes; (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83; The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: November 9, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. CUf?TIS SMITH 2800 NE Loop 820, Suite 660.5494, Fort Worth, Texas 76137 °�ess�a?re Texas Finn No. 10106900 S tJ Exhibit A Page 2 of 2 D221146661 Page 7 of 8 Q w Z I U Q EXHIBIT 15B91 PARCEL .No. 15 PART 2 TE LINE TABLE I TUNE HEARING DISTANCE j I_-1 S 54'26'33'W 57.15' ' L-2 N 5426'33'E 70.$15' L-3 S 00'35'07"E 36.61' A B INVESTMENTS VOLUME 16000, PAGE 310 D.R.T.C.T. PORTION OF A 7.171 ACRES (BY DEED) FURTHER DESCRIBED IN VOLUME 12593, PAGE 633 D,R.T.C.T. TEMPORARY CONSTRUCTION EASEMENT AREA 22,023 $Q. 17. OR 0.506 ACRyE�S�- '.l LOT` I —A, BLOCK 1 O.AKWOOD CEMETERY VOLUME 388-198, PACE FNp s/6,1k W/ CAP STAMPED 1 "LGG" 85 P.R, P. C.T. 19.449 ACRES (BY PEED) 30.6' SANITARY SEWER EASEMENT PETER W. ROKKAS, ETAL VOLUME 11562, PAGE 1838 AND RARBARA ROKKAS D.R.T.C.T. VOLUME 12593,.PAGE 638 D.RT,C.T. i 30.0' SANITARY SEWER EASEMENT VOLUldE 12555, PAGE 652 D:R.7.C.T. J i'J N J ' JJJ J N JOHN BAUGH SURVEY ABSTRACT No. 115 Q P. 0. C. 5/81R WITH CAP STAMPED "LGG° FNO ' s 69'28'3711V 290.53, i' APPROXIMATE SURVEY LINE RICHARD CROWLEY SURVEY ABSTRACT No. 313 SANITARY SEWER EASEMENT VOLUME 12804, PAGE 596 D.R.T.C.T. OF LOT 1 ,ARDEIVS I, PACE 5B9 ° C. T. NOTES: 1, A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. TRACT 14 A B INVESTMENTS VOLUME 1.6581, PAGE 205 15.11T.C.T. PORTION OF A 7.171 ACRES (BY DEED) FURTHER D!~SCRIBED IN VOLUME 12593, PAGE 533 D.R,T.C.T. 2. ALL BEARINGS AND COORDINATES -.ARE REFERENCED TO THE 70,M COORDINATE SMEM, NA13-83. THE NORTH OENTRAL ZONE 4202, ALL DLSTANCES AND AREAS SHOWN ARE SURFACE, 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017, &qp ARCEL- No. 15 PART 2 TIE EMAINDER OF LOT. SUBJECT TRAGT & LOCATION OF EASEMENT 60' 30' 0 60' SCALE IN FEET City of Fort Worth EXHIBIT SHOWING A 1000 THROCKMORTCN STREET + FORT WORTH, TEXAS 76102 TEMPORARY CONSTRUCTION EASEMENT OUT OF REMAINDER OF LOT 1 OF BAILEY GARDENS AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 939, PAGE 569 DEED RECORDS OF TARRANT �1C'�O�jUNTY, TEXAS PROJECT. TRV EASEMENT RE 1 A22.02 SQURT ARE FEET OR 0.506 NACRES SEWETM RFRO J ANo. 00969 JOB No. kHA_1616.00 DRAWN BY. JLC CAD FILE: 15—TE--PART2.DWG. DATE: NOVEMBER 9 2020 jt XHIBIT 8. PAGE i OF 3 SCALE: j" 60' QORRONDOa & ASSOCIATES, Ci. • 2800 NE LOOP 820, SUITE 9 0 FO WORTH, TX. 76137 )KIRS SMIIFI GiSTEREd PROFESSIONAL LAND SURVEI 5494 TEXAS FIRM No. iOIOO5 D221146661 Page 8 of 8 EXHIBIT "B " PARCEL No. 15 PART 2 TE I LINE TABLE UNE BEARING DISTANCE '50100 ACRES (BY A 15 L-2 N 5426'33"E 70.86' PEA WMS,ErAL30"A N°- AND .BARBARA ROKKAS A,�S VOLUME 12593,_PAGE 638 D.R.T.C.T. APPROXIMATE SURVEY LINE GRDNWo Fl Aas"0101 N� J REMAINDER OF LOT 1 B.AILEY CARDENS m r?r VOLUML" 989, PACE 669 v,v`<= - �Q D.I2.T. C. T. : ff :� W _! t...Cr•c._..w�—.'.''x,--•.."r—.—.,`yrc:c,.";:max-.�t„y-.a,',;;•xTk,'• ::.t_--.•• . �'�-._==-•-'r-:.�',-y-'\ J tl 6/ v.17 �..!u._.:.� W.:� .:a �'M r-^-_"s:�Nr�wisz»::x;.ci:•.--:�n:�:�.r?-^t:; '."'» B114rlt� .w•�cSeC1-ts-a ......t^. ...xti:a:�? !- '=•�..:�.:.„:s.'sa: :M:_ ._ ;� ,:,,v "' v ,...wr �.�..:..,•xv.•^^s.;;s-•'..::;.___^••.a,.:.ssa1•,r�•�•;". T='sz...•^...:.^.:.riffs U""-L^=»•:?ciiv.:,y=,'.�':�r- :z`Ms''"•••.=.,i'?%r'r,.` scM'a: .r...-+!'w�;xaia•^zri: _ a_z�:.=32 s s ...z.rv.._ „�• 1� twrC: ".� r;xt•,,,me�i•__�xrrx•;•_._.:-''r.^s�.ir2:..--^. •:=.1�.;�.y::�. -_._- 1 • ..' T-n_-'.rE'a-•si.•rx .-.�=_rsezr:.»-..-... ""''1�yy,y�,,�� //FY/ is -�•z�,..•�-�:-�..�w.�.:��---_�:�: �;;;;�::••-•'- d .. .._.._.-. , Eases �� �•:�-��.= �,;�=-;:� t ".Y:�" • '"����---;,,•••..�.• TEARY SEWER 69S � - »: F '".• .�iFJ 30' � 1280# PAGE :A'S^'•RdR3yS ^' � ' �..•� 661 VOLUME fl.RY•C T. -- ` TEMPORARY _ CONSTRUCTION TARRANT COUNTY WATER CONTROL EASEMENT AREA AND IMPROVEMENT DISTRICT NUMBER ONE 22.023 SQ. FT. OR RIGHT-OF-WAY, EASEMENT AND DEED 0.506 ACRES VOLUME 276B, PAGE 272 D,R,T.C.T. A B INVESTMENTS VOLUME 16000, PAGE 310 ARCEL No, 15 PART 2 TE D.R.T.C.T. PORTION OF A H> M MOER 7.171 ACRES (BY DEED) OF LOT 1 FURTHER DESCRIBED IN VOLUME 12593, PAGE 633 SUBJECT TRACT & D.R.T.C.T. LOCATION OF EASEMENT NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL.BEARINGS AND COORDINATES ARE REFERENCED TO. THE TEXAS COORD]NATE 60 30 0 60 SYSTEM, NAD-83. THE NORTH CENTRAL- ZONE 4202, ALL D]STANCES AND AREAS SHOWN ARE SURFACE Imi I 3. SURVEYED ON, THE GROUND FEBRUARY 13, 2017. SCALE 1N FEET FoRTWoRTH City of Fort Worth 1000 THROCkMQRTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF REMAINDER OF 40T 1 OF BAILEY GARDENS AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 939, PAGE 569 DEED RECORDS OF TARRANT COUNTY, TEXAST� o PROJECT: R ROJ. NTRV PART 14—CjjANNEL SEGMENT C SANITMYY SEW PN00969 ACRES' EASEMENT AREA: 22.023 SQUARE FEET OR 0.506 JOB No. KHA-1615.00 INC.RAWN BY: JLC CAD FILE: 15-TE-PART2.DWG DATE:. NOVEMBER 9, 2020 JI EXHIBIT B PAGE '2 OF 3 SCALE: 1" = 60' GORRONDONA & ASSOCIATES, , : t6 NE LOOP B20, SUITE 60 FORT WORTH, TX, 76137 a CURTIS SMITH REGISTERED PROFESSIONAL LAND NO. 6404 TEXAS FIRM No. D221146662 05/24/2021 08:43 AM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public RecordsTM. MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 00969 TRV Part 1.4-Channel Segment C. Sanitary Sewer Relocation PARCEL NO. 15 Part 3 TCE 1229 Jacksboro Hwy, Fort Worth, TX Lot 1 A Bailey Gardens STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH c �GL?l?f�UcrL TEMPORARY CONSTRUCTION EASEMENT DATE: e�' �3 —'2 O'� / 3 Jlz�!- GRANTOR: PETER W. ROKKAS, DBA A-B INVESTMENTS GRANTOR'S MAILING ADDRESS (including County): 616 N. RIVERSIDE DR FORT WORTH, TARRANT COUNTY, TX, 761 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, does 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, as described and depicted in accordance with Exhibits "A" and "B", attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. Temporary Construction Easement F_oRTWouH. Rev. 20200305 D221146662 Page 2 of 8 It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing sanitary sewer improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property,, or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property, TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the cessation or expiration of the rights granted hereunder. 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement Rev. 20200305 FORT Wow. D221146662 Page 3 of 8 GRANTOR: PETER W. ROKKAS DBA A-B INVESTMENTS By W 1�z Peter W. Rokkas, Owner GRANTEE: City of Fort Worth By (Signature): V (aA ri (Print Name " � Title ,. APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray Title Assistant City Attorney Ordinance No. 24161-04-2020 / M&C 21-0303 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 Peter W. Rokkas, Owner, 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 A-B Investments and that he/she executed the same as the act of said entit for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF O t tnis ��� day of 202L. �►1Nii1 if 1lr<<, C* �n N'A 11Q 1 c C T � I ,''• O�C of TemporaryC61y�N+Lb! �11ti�irt Rev. 20200305 in and for the State of Texas FOR! T WORD. D221146662 Page 4 of 8 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, re �uthority, a Notary PubliAand ` for the Sle of Texas, on thi day perso a y a r 1� /Yi�II �V df the City ofWkh, known fo me to be the same person wlbbse name is su scribed 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 r Nrfary Public in and for the State of Texas _ `^•' A .;' .,fir-,F:7fy i,UhI1C. Stilt' .^.1 Texas_ •r7 cxs: re;= 03.31-.2024 Notary 1`J 13242252C Temporary Construebon Easement Rev. 20200305 ORTWORT , D221146662 Page 5 of 8 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER_ RELOCATION PARCEL No.15 PART 3 TE CITY PROJECT No. 00969 1229 JACKSBORO HWY., FORT WORTH, TEXAS LOT 1, BAILEY GARDENS CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in the Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas; and being aportion of a tract of land described as Lot 1 A, Bailey Gardens Addition in a deed to A B Investments as. recorded in Volume 16000, Page 310 of the Deed Records of Tarrant County, Texas, said Lot 1A being a remainder portion of Lot 1 of Bailey Gardens, an addition to the City of Fort Worth, Tarrant Counnty, Texas, as recorded in Volume . 39, Page 569 of said Teed Records, of Tarrant County, Texas,. said Lot 1 A also being a portion of a 7.171 acre tract of land (by deed) as recorded in Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch, iron rod with cap stamped "LGG" found for the southwest corner of a 10.449 acre tract of land (by deed) deeded to Peter W. Rokkas; etal and Barbara Rokkas as recorded in Volume 12593, Page 638 of said Doed Records of Taunt County, Texas, said S/8 inch iron rod with cap stamped "LGG" being an interior corner'in the northeasterly night -of -way line of 8.H. 199 (Jacksboro Highway.) (a variable width right-of-way), said 5/8 inch iron rod with cap stamped "LOG" being in the most easterly north line of Lot 1 of said Bailey Gardens; THENCE North 89 degrees 28 minutes 37 seconds East, with the south line of said 10.449 acre tract of land, with the most easterly north line of Lot 1 of said Bailey Gardens and with the northeasterly right-of-way line of said S.H. 199, a distance of 86.56 feet to apoint for the northwest corner of said 7,171 acre tract of land, said point being an exterior comer in the northeasterly right- of-way line of said S,E. 199; THENCE South 47 degrees 38 minutes 09 seconds East, with the southwesterly line of said 7.171 acre tract of land and with the northeasterly right -of way line of said S,H. 199, a distance of 311.96 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the most westerly southwest corner of an existing 30' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12804, Page 596 of said Deed Records of Tarrant County, Texas; THENCE North 81 degrees 42 minutes 44 seconds East, with the southeasterly line of said existing 30' Sanitary Sewer Easement, a distance of 32.64 feetto a point for the northwest corner of a proposed permanent sanitary sewer easement; THENCE South 41 degrees 17 minutes 08 seconds East, with the southwesterly line of said proposed permanent sanitary sewer easement, a distance of 224.13 feet to a point for corner in the southeasterly line of said 7.171 acre tract of land, said point being the southwest corner of said proposed sanitary sewer easement, Exhibit A Page 1 of 2 D221146662 Page 6 of 8 THENCE South 74 degrees 25 minutes 18 seconds West, with the southeasterly line of said 7.171 acre tract of land, a distance of 0.53 feet to a 5/8 inch iron rod with cap stamped "LGG" found for the southwest comer of said 7,171 acre tract of land, said 5/8 inch iron rod with cap stamped "LGG" being in the northeasterly right -of way line of said S.H. 199.; THENCE North 47 degrees 38 minutes 09 seconds West, with the southwesterly line of said 7.171 acre tract of land and with the northeasterly right-of-way line of said S.H. 199, a distance of 243.16 feet to the POINT OF BEGINNING and containing 3,122 square feet or 0.072 acres of land, more or less. Notes: (I) A plat of even survey date herewith accompanies this legal description. (2) All hearings and coordinates. are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: November 9, 2020 —�o Y, Curtis Smith,OF Registered Professional Land Surveyor to. : tiS ,poti4 No, 54944 Gorrondona & Associates, Inc. CUR71S SMITH 2800 NE Loop 820, Suite 660 °.po 5494 3i %' Fort Worth, Texas 76137 .lR ..'�..... Texas Firm No. 10106900 Exhibit A Page 2 of 2 D221146662 Page 7of8 EXHIBIT "B " PARCEL No. 16 FARTS TE 10.449 ACRES, (BY DEEO) PETER W. ROKKAS, E7AL AND BMBARA ROKKAS \ VOLUME 12593, PAGE 638 \ D.R T.C,T. Ns c P. o. . \ s/e"IR WITH CAP STAMPED `Ldc" FNO ;17 APPROXIMATE SURVEY LINE N 89'28'37"E v'9 10 0 149, ARCEL No. t $ PART 3 7E ♦0,�; REMAINDER �'9J OF LOT 1 SUBJECT TRACT & LOCATION OF EASEMENT \ Sqj �40 GRG�L -SA-5 R1CN gsCRAGl N . N BAUG N° `l R J A Sv,AGl APPROXIMATE SURVEY LINE A 8 INVESTMENTS VOWME'16000, PAGE 310 D.R.T.C.T. PORTION OF A 1.171. ACRES (BY DEED) FURTHER DESCRIBED IN VOLUME 12593, PAGE 633 D.R.T.C.T. s X>. \ 1! REMAINDER OF LOT 1 \ BAFLEY GARDENS \ VOLUME 939, PAGB 669 D.R. T. C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS .COPRUINATE 60' 30' 0 60' SYSTEM, NM-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. y 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017, SCALE IN FEET &VP City of Fort Worth 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 "HIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF REMAINDER OF LOT 'I OF BAILEY GARDENS AN ADDITION To THE: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECOROED IN VOLUME 939, PAGE 569 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TPV PART 14—CJ I(1 EL SEGMENT C .SANITARY SEWER RELOCATION EASEMENT AREA,, 3.122 SO FEET OR 0.072 ACRES ICITY PROD. No. 00969 JOB No. KHA,_iti18.OD DRAWN BY. JLC CAD FILE: 1S—TE—PART3.DWG DATE: N BER 9, 2020 EXHIBIT B"PACE 1 OF 2 SCALE' 1 — 60.' NOONA & ASSOCIATES,. INC. 28oP NE LOOP 820, SURE 6 FORT WQRTH, TX. 76137 8i FAX 81 W z J Q (OFF 100 D221146662 Page 8 of 8 EXHIBIT "B 11 PARCEL No. 15 PART 3 TE U o RICHPADO r1o: J W A,85 5/e„IR " Z 1' REMAINDER OF LOT 1 wr l 'IR S 74'25'18"W BAILEY GABDENS VOLUME 089, PAGE 569 _ LGO" FND STAMPED 0 Fj3--M~~J-- a,cENT 30OA4t128EPAGE b96 ' — votuM> DR�,cT, — — DETAIL N 81'42 44 E NOT TO SCALE 96 �... 32.+54' _ __ TARRANT COUNTY WATER CONTROL .. '; `-~ \\ AND IMPROVEMENT D15M.CT NUMBER ONE :? RfOKTt OF WAY, EASEME{Jl AND DEED 1PD a VOLUME 2788, PAGE 272 .O.B. _ `\ D.R.T.C.T. \ PROPOSED PERMANENT TEMPORARY.......... SANITARY SEWER EASEMENT CONSTRUCTION =` EASEMENT AREA ti :,1j�, \ A B INVESTMENTS 3,122 $Q. FT. OR sr>; ' :0cQi \ VOLUME 16000, PAGE 310 0.072 ACRES "'' \ D.R.T:C:T. ��� � \ PORTION OF A 7.171 ACRES (BY DEED) `p? \ FURTHER DESCRIBED IN 1c)10 '/�� \ VOLUME 12593, PAGE 633 D,R.T.C.T. low r--PARCEL No. 15 PART 3 TE �G► 5/8"IR WITH CAP p EMpJNOER yI� T/V STAMPED "LOG" FND SUBJECT TRACT LOCATION OF EASEMENT NDT_ ES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED l0 THE 7E7lAS,COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. FaRrWORTH SEE DETAIL \ TARRANT COUNTY WATER CONTROL \ AND IMPROVEMENT DISTRICT No, ONE VOLUME 2621, PAGE 482 D.R.T.C.T. 60 30 0 60 SCALE IN FEET City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT GF REMAINDER OF LOT 1 OF BAILEY GARDENS AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 939, PAGE 569 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14--CHANNEL SEGMENT C SANITARY SEWER RELOCATION EASEMENT AREA: 3.122 SQUARE F��C 'OR 0.072 ACRES CITY PROD. No. 00969 408 No, XHA_1616,00 DRAWN BY: JLC CAD FILE; 15-TE--PART3.DWG RATE- NOVEMBER 9 2020 HIEI B PARE 2 OF 2 SCALE: 1' s 60' GORRONAO- de ASSDCfATES, C. ;AK NE LOOP 820, SUITE AO FORT WORTH, TX, 76137 CURTIS SMITH REGISTERED PROFESSIONAL �� LAND SUf 817-496¢ 14 FAX 817 -496 No. 765 1 D221146663 05/24/2021 08:43 AM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records J MMARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 00969 TRV Part 14-Channel Segment C. Sanitary Sewer Relocation PARCEL NO. 13 Part 4 TCE 1229 Jacksboro Hwy, Fort Worth, TX Lot 1 A Bailey Gardens STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT 7 DATE: /ti-,V GRANTOR: PETER W. ROKKAS, DBA A-B INVESTMENTS GRANTOR'S MAILING ADDRESS (including County): 616 N. RIVERSIDE DR FORT WORTH, TARRANT COUNTY, TX, 761 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibit "A" and „B., Grantor, for the consideration paid to Grantor, does 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, as described and depicted in accordance with Exhibits 'A' and "B", attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. Temporary Construction Easement FORTWORTH. Rev.20200305 ' or- D221146663 Page 2 of 8 It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing sanitary sewer improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property. TO HAVE AND TO HOLD the above described Easement Property, together with, ail and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the cessation or expiration of the rights granted hereunder. 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary ConsbwWn Easement Rev. 20200305 D221146663 Page 3 of 8 GRANTOR: PETER W. ROKKAS DBA A-B INVEST.MENTS By: eck-7--Al� Peter W: RAIcas, Owner GRANTEE: City of Fort Worth By (Signature): (Print Name) , Tit e ff� "i APPROVED AS TO FORM AND LEGALITY By (Signature): -Ate- - ' Y (Print Name) Matt Murray , TitleAssistant City Attorney Ordinance No. 24161-04-2020/ M&C 21-0303 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 Peter W. Rokkas, Owner, 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 A-B Investments and that helshe executed the same as the act of said entity 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 ZR 1 . 209-. i,,1', kA M A q p"�' a� / T � �*�Y �ublic in and for the State of Texas Rev. F RQTWoRTJ, D221146663 Page 4 of 8 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the p er, n horlty, al,�Jotary Publi n and f r the State of Texas, on thd�y personally a p , GG-- of the C4 ity of ort orth, k wn to me to be the same person wh e name is sub cribed 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 considerationtherein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Pi6ic in and for the State of Texas �..•.�-Pdniary Ft,;)i;� Sra�e of Texas ;,.ri`Notary ID 132422528 Temporary Construction Easement Rev. 20200305 C9 M T . D221146663 Page 5 of 8 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 15 PART 4 TE CITY PROJECT No. 00969 1229 JACKSBORO HWY., FORT WORTH, TEXAS LOT 1, BAILEY GARDENS CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in the Richard Crowley Survey, Abstract No. 313, City ofFort Worth, Tarrant County, Texas, and being a portion of a tract of land described as Lot 1A, Bailey.Gardens Addition in a deed to A B .Investments as recorded in Volume 16000, Page 310 of the Deed Records of Tarrant County, Texas, said Lot 1A being a remainder portion of Lot .1 of Bailey Gardens, an addition to the City of Fort Worth, Taunt County, Texas, as recorded in Volwgne 939, Page 569 .of said Deed Records of Tarrant County, Texas, said Lot IA also being a portion of a 7.171 acre tract of land (by deed) as recorded in Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas, said temporary constriction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "LOG" found for the southwest comer of a 10.449 acre tract of land (by deed) deeded to Peter W. Rokkas, etal and Barbara Rokkas as re ded in, Volume I2593; Page 638 of said Deed .Recozds of Tarrant CQu. Tetras, said 5%$ PVT - inch iron rod with cap stamped "LOG" being an interior corner in thenortheasterly night -of -way line of S.H. 199 (Jacksboro Highway) (a variable width fright -of -way), said 5/8 inch iron rod with cap stamped "LGG" also being in the most easterly north line of Lot 1 of said Bailey Gardens.; THENCE North 89 degrees 28 minutes 37 seconds East, with the south line of said 10.449 acre tract of land, with the most easterly north line of Lot I of said Bailey Gardens and with the northeasterly night -of -way line of said S.H. 199, a distance of 86.56 feet to a point for the northwest comer of said 7.171 acre tract of land, said point being an exterior corker in the northeasterly right- of-way line of said S.H. 199; THENCE South 47 degrees 38 minutes 09 seconds East, with the southwesterly line of said 7.171 acre tract of land and with the northeasterly right-of-way line of said S.H. 199, a distance of 311.96 feet to a point for the most westerly southwest corner of an existing 30' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12804, Page 596 of said Deed Records of Tarrant County, Texas; THENCE North 81 degrees 42 minutes 44 seconds East, with the southeasterly line of said existing 30' Sanitary Sewer Easement, a distance of 92,25 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the northeast corner of a proposed permanent sanitary sewer easement; THENCE North 81 degrees 42 minutes 44 seconds East, with the southeasterly Iine of said existing 30' Sanitary Sewer Easement, a distance of 29.81 feet to a point for corner; THENCE South 41 degrees 17 minutes 08 seconds East, a distance of 211.53 feet to a point for comer in the southeasterly line of said 7:171 acre tract .of land; Exhibit A Page I of 2 D221146663 Page 6 of 8 THENCE South 74 degxees.25 minutes 18 seconds West, with the southeasterly line ofsaid 7,171 acre tract of land, a distance of 27.75 feet to a point for the southeast corner of said proposed permanent sanitary sewer easement, from which a 5/8 inch iron rod with cap stamped "LGG" found for the southwest corner of said 7,171 acre tract of land and being in the northeasterly right-of-way line of said S.H. 199 bears South 74 degrees 25 minutes 18 seconds West, a distance of 56.02 feet; THENCE North 41 degrees 17 minutes 08 seconds West, with the northeast line of said proposed permanent sanitary sewer easement, a distance of 215.73 feet to the POINT OF BEGINNING and conWning 5,341 square feet or 0.123 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: March 9, 2020 Curtis Smith Registered Professional Land Surveyor No.. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 CURTIS SMITH -$ 5494 QYr SU Exhibit A Page 2 of 2 D221146663 Page 7 of 8 EXHIBIT "B " PARCEL No. 15 PART 4 TE 10.449 ACRES (BY DEED) PETER W. ROKKAS, ETAL AND WRA.f?A ROKKAS \ VOLUME 12593, PAGE 638 \ D.R.T.C.T. P. 0. C. \ 5/9"IR WITH CAP STAMPED `LGG" FND APPROXIMATE_ SURVEY LINE N 89.28i F 86,56, rtl !ya lO c xx PARCEL N0' 15 PART 4 TE `O1 REMAINDER OF LOT 1 SUBJECT TRACT & LOCATION OF EASEMENT N l3w NflU� 15� 3 A SCRAG, APPROXIMATE SURVEY LINE A B INVESTMENTS VOLUME 16000, PAGE 310 D. R.T.C.T. \ PORTION OF A. 7.171 ACRES (BY DEED) FURTHER DESCRIBED IN VOLUME 12593, PAGE 633 D.R.T.C:T. R�G�ARS�RAGw N°'3j'9 . e A� REMAINDER OF LOT 1 BAILEY GARDENS VOLUME 939, PAGE 569 D.R.T.0 T NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL 9EARiHGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 60' 30, 0 60' SYSTEM, NAD-83, THE NORTH CENTRAL ZONE` 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET ForrWoRTH City of Fort Worth 10M THROCKMORTON SKEET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF REMAINDER OF LOT 1 OF BAILEY GARDENS AN ADDITION THE CrrY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 939; PAGE 569 DEED }�� RECORDS OF TARRANT COUNTY, TEXASPROJE�{ TIO EASEMCENT TRV PART AREA, 341 SMIREFEET OR 0.123ASEGMENT C ACRRESY SEWERCITY PROD, Ito.00969 JOB No. 1tjj�}}816.00 PRAWN BY: JLC CAD FILE: 15-TE-PART4.DWG DATA 'NOVEMBER 09� 2020 Hlaw 8` Plj )r 1 OF 2 SCALE: 1' Q 60' GORRONDONI( & ASSOCIATES, 2$60 F(ir LQOP 8. SURE 6 0 FORT WORTH, TX. 76M CURTIS SMITH REGISTERED PROFWIONAL LAND $I 8 1040 g14�24 FAN. 54f X 7-496N1768 Q L.( Z J Q D221146663 Page 8 of 8 EXHIBIT "B " PARCEL No. 15 PART 4 TE REMAINDER OF LOT 1 Q 0 cR 1 "o, 3�3 _ VOL BAILB39 PAGE 56S RSO�ARDENS � SSRAGD,R.T d.T,. Z - - _ - _`�S1•ARY 04L' A-596M E N'81'42'44"E- vo uM F 29,81 Y _ TEMPORARY CONSTRUCTION EASEMENT AREA 5.341 SQ. FT, OR 0.123 ACRES r�� % 0 S �y PARCEL No. 15 PART 4 TE Q76" SAP SY13 R WITH REMAINDER F LOT /�/ TKO r) STAMPED "LGG" FND SUBJECT TRACT & LOCATION OF EASEMENT NOTES: 1, A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2, ALL BEARINGS AND. QOOROINATES ARE REFERENCED TO THE TEXAS COORDINATE. rE .ARE SURFACES NORTH CENTRAL ZONE 4202, ALL DISTANOES AND AREAS 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. o Wo T COUNTY WATER CONTROL MEAT DISTRICT NUMBER ONE INAY, EASEMENT AND OEM -AE 2768, PAGE 272 D.R.T.0 T. A B INVESTMENTS VOLUME 16000, PAGE 310 D.R.T4C.T. PORTION OF A 7.171 ACRES (BY DEED) FURTHER DESCRIBED IN VOLUME 12993, PAGE 633 D.R.T.C.T. PROPOSED PERMANENT .'jSANTTARY SEWER EASEMENT 74 25'18V 27.75' TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. ONE VOLUME 2621, PAGE •482 D.R.T.C.T. 60 30 0 60 SCALE IN FEET IA City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 761.02 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF REMAINDER OF LOT 1 OF BAILEY GARDENS AN ADDITION THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 939, PAGE 569 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWEj2 RELOCATION EASEMENT AR 5.341 SQUARE FEET OR 0.123 ACRES C PROD. No, 00969 JOB No:. KHA-1618.00 I DRAWN BY: JLC CAD FILE: 96 TE-PART4.OWG DATE: NOVEMBER S 2020 LEXHIBITB PAGE 2 OF .2 SCALE. 1' — 60' GORRONDOf!IA & ASSOCIATES, INC. • 2ti6NE LOOP 520, SUITE 6 0 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND St NO. 50 TEXAS' FIRM No, 1C 8 7—f91--424 FAX 817-496-1788 D221147269 05/24/2021 11:52 AM Page: 1 of 15 -Fee: $75.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 00969 TRV Part 14-Channel Segment C. Sanitary Sewer Relocation PARCEL NO. 16 PAE 1100 Jacksboro Hwy, Fort Worth, TX TR 6C, Baugh Survey, Abstract No.115 STATE OF TEXAS § COUNTY OF TARRANT § n CITY OF FORT WORTH PUBLIC ACCESS EASEMENT DATE: 44'�� / GRANTOR'S MAILING ADDRESS (including County): 616 N. RIVERSIDE DR FORT WORTH, TARRANT COUNTY, TX, 76111 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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 more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grants, bargains, and conveys to Grantee, its successors and assigns, an exclusive easement and right-of-way for public access upon, over, across and through the following tract of land situated in Tarrant County, Texas, as described in accordance with Exhibit "A", and depicted in accordance with Exhibit "B", attached hereto and made apart hereof. Any such entry and use of such tract by Grantee or its agents and independent contractors shall be permissive and shall not constitute a trespass. Public Access Easement D221147269 Page 2 of 15 t� It is intended by these presents to convey a Public Access Easement to the Grantee to maintain, construct and repair the above -describe improvements, with the usual rights of ingress and egress in the necessary use of such Access Easement, in and along said premises. GRANTEE shall construct, maintain and repair the above -described improvements according to the Subdivision Ordinance, Section 31-106 I of the City Code: 1. Access Easement Design Standards (Public Access Easements, Reciprocal Access Easements, Private Drives or Ways). 1. Definition. An access easement is an officially approved and privately maintained 'drive' or `way', with the roadway constructed to City Street Standards that is open to unrestricted and irrevocable public access and serves two or more lots, each having a minimum of one``liundred 1 0'feet of frontage each, as their primary means of access. Access Easements are designed to provide access from adjoining lots, such as within a `conventional' or `strip' shopping center, to an adjacent Arterial Street, usually in conjunction with a median break. They may also provide an alternate access to a Collector or Arterial Street where unusual topography may otherwise impede a safe entry connection to the lots served. 2. Easement Width. The unobstructed easement width shall not be less than twenty-four (24) feet. 3. Roadway Width and Paving Surface. The easement paving width shall not be less than twenty (20) feet, and centered within the unobstructed access easement. An all-weather paved surface, capable of supporting a 12,500 lb. wheel load, shall be provided as the roadway travel surface. 4. Turnouts. Turnouts shall not have less than a twenty-five (25) foot interior radius measured at the vertex of the easement lines and an outside radius of fifty (50) feet. 5. Vertical Obstructions. No vertical obstruction shall be allowed within the area between the top of the pavement surface to a vertical height of fourteen (14) feet. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled Public Access Easement D221147269 Page 3 of 15 r P'. or mines that open on land other than the Property but enter or bottom under the surface of the Property. TO HAVE AND TO HOLD the above -described permanent easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself, its 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. Under Chapter 21, 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`h 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 Grantor in this acquisition. This document may be executed in :multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] D221147269 Page 4 of 15 f k GRANTOR: PETER W. ROKKAS By:Pio r—'.0tf GRANTOR: BARBARA ROKKAS By: % n4t,`� )p Barbara Rokkas, Individual GRANTEE: City of Fort Worth By (Signature): 9A (Print Name) itle APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray , Title Assistant Citv Attorney Ordinance No. 24161-04-2020 / M&C 21-0303 [ACKNOWLEDGEMENTS APPEAR ON THE FOLLOWING PAGE] Public Access Easement D221147269 Page 5 of 15 Pk' 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 Peter W. Rokkas. Individual , 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 Peter W. Rokkas and that he/she executed the same as the act of said Individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this l lih _ day of December , 2020 o�,�YP�ef JOSH MARTIN r Notary Public * + STATE OF TEXAS Notary I.D. 33236838-3 My Comm. Exp. Feb. 20, 2024 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TAR.RANT § and for the State of Texas BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Barbara. Rokkas. Individual , 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 Barbara Rokkas and that he/she executed the same as the act of said Individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 11 JK day of December 2021. 0--w JOSH MARTIN Notary Public STATE OF TEXAS Notary I.D. 13236838-3 My Comm. Exp. Feb. 20, 2024 id for the State of Texas D221147269 Page 6 of 16 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFOREp�ersoE I� iRed uthority, a Notary Public in and for the State of Texas, on this day Pa aP� Dom_ of the City of Fort Worth, known to me to be the same person ose name is su scribed 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 GCQ,t j , 20-A . tt , s ' E N,4 A Notary Public in and for the State of Texas Notify �;blic. rate of Texas Corrm Expres D3-31-2424 Nula1Y iD 132422528 Public Access Easement Rev. 20190725 D221147269 Page 7 of 15 CFW Project No. 00969 TRV Part 14-Channel Segment C. Sanitary Sewer Relocation PARCEL, NO. 16 PAE 1100 Jacksboro Hwy, Fort Worth, TX TR 6C, Baugh Survey, Abstract No. 116 ADDENDUM TO CITY OF FORT WORTH PUBLIC ACCESS EASEMENT This addendum amends the Public Access Easement ("Easement") as follows: 1. Repair any damage to the culvert crossing caused by the City's efforts to construct and maintain the acquired easements. 2. Provide a shared lock system at the access gate into property from Jacksboro Highway. Said gate is located at the north westerly portion of the property. 3. To the extent reasonably practicable, restore the acquired easements to the condition existing prior to the performance of any construction or maintenance work. 4. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property 5. Easement does not constitute or allow access to any entity other than Grantee or its agents and independent contractors. Any such entry and use of such tract by Grantee or its agents and independent contractors shall be permissive and shall not constitute a trespass [SIGNATURES APPEAR ON THE FOLLOWING PAGE] vK D221147269 Page 8 of 15 GRANTOR: PETER W. ROKKAS By: rd�2 k) &J4/� Peter Rokkas, Individual GRANTOR: BARBARA ROKKAS By: Barbara Rokkas, Individual GRANTEE: City of Fort Worth By (Signatur (Print Name) itle/` APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray 1 Title Assistant City Attorney Ordinance No. 24161-04-2020 / M&C 21-0303 [ACKNOWLEDGEMENTS APPEAR ON THE FOLLOWING PAGE] Public Access Easement Rev. 20190725 D221147269 Page 9 of 15 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 Peter W. Rokkas, Individual , 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 Peter W. Rokkas and that he/she executed the same as the act of said Individual for the purposes and consideration therein expressed and in the capacity therein stated. cQ GIVEN UNDER MY HAND AND SEAL OF OFFICE this c4 day of 20 /. 1 J reLAVO IVNES•KE HN tary Public in and for the State of Texas Natary Public. State of Texas Tres 03-31-2024�aTftfn. Exp NotarylD737793-5 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Barbara. Rokkas, Individual , 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 Barbara Rokkas and that he/she executed the same as the act of said Individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this r day of LAVON NE S. KEiTH Notkry Public in and for the State of Texas * t Notary Pubik, State of Texas Comm. Expires 03.31-1024 Notary 10 737793-8 Public Access Easement Rev. 20190725 D221147269 Page 10 of 15 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TA ANT § BEFORE the d s d authoni , a Notary Public in and for the State of Texas, o s day pe so if (- --- , of the City of Fort Worth, known to me to be the same person ose name is su scribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein.stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1 day of t" 04� ,202t. �ttke,,, SELE�+A A`A lexas Pubti,c, State v �wnaw 3t-2424 m ExprB5o3 CoNotary 10 13242252E Not Public in and for the State of Texas D221147269 Page 11 of 15 C'2 k TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No.16 PAR CITY PROJECT No. 00969 1100 JACKSBORO HIGHWAY TR 6C, J. BAUGH SURVEY, ABSTRACT NO.115 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EDIT "A" Being a permanent access easement situated in the John Baugh Survey, Abstract No. 115, City of Fort Worth, Tarrant County, Texas and being a portion of a 10.449 acre tract of land (by deed) deeded to Peter W. Rokkas, etal and Barbara Rokkas as recorded in Volume 12593, Page 638 of the Deed Records of Tarrant County, Texas, said permanent access easement being more particularly described by metes and bounds as follows: CORM NC'ING at a 5/8 inch iron rod with cap stamped "LGG" found for the southeast corner of said 10.449 acre tract of land, said 5/8 inch iron rod with cap stamped "LGG" being the most southerly southwest corner of Lot 1-R, Block 1 of Oakwood Cemetery, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-198, Page 35 of the Plat Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" also being in the north line of a 7.171 tract of land (by deed) deeded to A B Investments as recorded in Volume 16000, Page 310 of said Deed Records of Tarrant County, Texas and being further described in Volume 12593, Page 633 of said Deed'Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "LGG" found for the northeast comer of said 10.449 acre tract of land bears North 01 degrees 54 minutes 29 seconds Vilest, a distance of 278.27 feet, said 5/8 inch iron rod with cap stamped "LGG" being an interior ell corner in the south line of said Lot 1-R; THENCE South 89 degrees 28 minutes 37 seconds West, with the south line of said 10.449 acre tract of land and with the north line of said 7.171 acre tract of land, a distance of 1,199.93 feet to the POINT OF BEGINNING of the herein described permanent access easement; THENCE South 89 degrees 28 minutes 37 seconds West, with the south line of said 10.449 acre tract of land and with the north line of said 7.171 acre tract of land, a distance of 30.33 feet to a point for corner; THENCE North 66 degrees 40 minutes 05 seconds West, a distance of 83.92 feet to a point for the beginning of a non -tangent curve to the right having a radius of 196.33 feet, a central angle of 17 degrees 41 minutes 52 seconds, and whose chord bears North 61 degrees 48 minutes 26 seconds West, a chord distance of 60.40 feet; THENCE with said non -tangent curve to the right, an are length of 60.64 feet to a point for corner; THENCE North 42 degrees 49 minutes 40 seconds West, a distance of 70.68 feet to a point for the beginning of a curve to the left having a radius of 9.00 feet, a central angle of 79 degrees 09 minutes 08 seconds, and whose chord bears North 82 degrees 24 minutes 14 seconds West, a chord distance of 11.47 feet; Exhibit A, Page 1 of 3 D221147269 Page 12 of 15 THENCE with said curve to the left, an are length of 12.43 feet to a point for corner; THENCE South 58 degrees 01 minutes 12 seconds West, a distance of 39.73 feet to a point for comer; THENCE South 45 degrees 47 minutes 19 seconds West, a distance of 19.13 feet to a point for coiner in the southwest line of said 10.449 acre tract of land, said point being in the northeast right-of-way line of S.H. 199 (Jacksboro Highway) a variable width right-of- way, said point also being the beginning of a non -tangent curve to the left having a radius of 2,944.30 feet, a central angle of 00 degrees 22 minutes 57 seconds and whose chord bears North. 51 degrees 12 minutes 01 seconds West, a distance of 19.66 feet, from which a 519 inch iron rod with cap stamped "LGG" found for the southwest corner of said 10.449 acre tract of land bears a chord bearing of South 49 degrees 46 minutes 23 seconds East, a distance of 127.01 feet; THENCE with said non -tangent curve to the left, with the southwest line of said 10.449 acre tract of land and with the northeast right-of-way line of said S.H. 199 (Jacksboro Highway), an arc length of 19.66 feet to a point for corner; THENCE North 54 degrees 33 minutes 47 seconds East, a distance of 24.73 feet to a point for corner; THENCE North 58 degrees 01 minutes 12 seconds East, a distance' of 40.21 feet to a point for the beginning of a curve to the right having a radius of 25.00 feet, a central angle of 79 degrees 09 minutes 08 seconds, and whose chord bears South 82 degrees 24 minutes 14 seconds East, a chord distance of 31.86 feet; THENCE with said curve to the right, an arc length of 34.54 feet a point for corner; THENCE South 42 degrees 49 minutes 40 seconds East, a distance of 69.23 feet to a point for the beginning of a non -tangent curve to the left having a radius of 180.33 feet, a central angle of 17 degrees 26 minutes 36 seconds, and whose chord bears South 62 degrees 07 minutes 16 seconds East, a chord distance of 54.69 feet; THENCE with said non -tangent curve to the left, an are length of 54.90 feet to a point for corner; THENCE South 66 degrees 21 minutes 32 seconds East, a distance of 91.83 feet to a point for corner; THENCE South 57 degrees 37 minutes 44 seconds East, a distance of 20.62 feet to the POINT OF BEGINNING and containing 4,998 square feet or 0.115 acres of land, more or less. Exhibit A, Page 2 of 3 D221147269 Page 13 of 15 P I- Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) ,Surveyed on the ground February 13, 2017. Date: September 30, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gonondona & Associates, Inc. 7524 Jack Newell Blvd. So. Fort Worth, Texas 76118 Texas Firm No. 10106900 � OFT� �P ot��RE` :fy CURTIS SMITH. r 5494 �;' Q 9"SS Exhibit Exhibit A, Page 3 of 3 D221147269 Page 14 of 15 C k— LOT 1-R, BLOCK 1 OAKWOOD CEMETERY VOLUME .988•--198, PACE 35 P.R. T. C. T. FND 1/2"IR W/ CAP STAMPED "BRITTAIN do CRAWFORD" PARCEL No. 16 PAE SUBJECT TRACT & LOCATION OF EASEMENT p\AN BAu� NoUR 1�Y c EXHIBIT "B " PARCEL No. 16 PAE CURVE TABLE (CURVE RADIUS DELTA CHORD BEARING CHORD ARC I C-1 196.33' 1741'52"1 N 51'48'26'W 60,40' 60.64' } C--2 9.00' 79'09'08" N 82'24'14"W 11,47' 12,43' C-3 2,944.30' 02'28'18" I S 49'46'23"E 127.01' 127.02' C-4 2,944,30' 00'22'57" 1 N 5I'll 2'01 "W 19.66' 19.66' C-5 1 25,00' 79'09'08"1 S 82'24'14"E 31,86' 34.54' C-6 1 180.33' 17'26'36"1 S 62'07'16"E 54.69' 54.90' 10.449 ACRES (BY DEED) PETER W. ROKKAS, ETAL AND BARBARA ROKKAS VOLUME 12593, PAGE 638 D.R.T.C,T. FND 5/8"IR WITH CAP STAMPED "LGG" APPROXIMATE SURVEY LINE LINE TABLE LINE BEARING DISTANCE L-1 S 89'28'37"W 30,33' L-2 S 58'01'12"W 39.73' Q L-3 S 45'47' 19 "W 19.13, L-4 N 54'33'47"E 24.73' LLI L-5 N 58'01'12"E 40.21' Z L-6 S 57'37'44"E ( 20.62' } PERMANENT ACCESS = EASEMENT AREA Q ,/j 4.998 SQ. FT. OR I 0.115 ACRES S 662� ,,.sr83,2`F P.Q.Q. : -- - :--- 6¢ "i • : i a� » ate C S 89'28'37"W 19 RICHARD CROWLEY SURVEY ABSTRACT No. 313 \ 7.171 ACRES (BY DEED) A B INVESTMENTS VOLUME 16000. PAGE 310 VOD,R.T.C,T.LUME 12593, PAGE 633 NOTES: 1 A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, ALL HEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 60 30 O 60 SYSTEM, NAD-B3, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE 3, SURVEYED ON THE GROUND FEBRUARY 13, 2017, SCALE IN FEET Gi ty of Fort Worth 200 TEXAS STREET - FORT WORTH, TEXAS 76102 EXHtBTT SHOWING PERMANENT ACCESS EASEMENT OUT OF A 10.449 ACRE TRACT OF LAND (BY DEED) SITUATED IN THE JOHN BAUGH SURVEY, ABSTRACT No. 115 CITY OF FORT WORTH TARRANT COUNTY, TEXAS AS RLkCORDED IN VOLUME 12593, PAGE 638 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: PART 4—WATER & SANITARY SEWER RELOCATIONS I CITY PROJ. No. 00969 EASEMENT AREA: 4.998 SQUARE FEET OR 0,115 ACRES JOB No. KHA-1308.00 DRAWN BY: JLC CAD FILE 16-PA£-REV.DWO DATE' SEPTEMBER 30, 2020 E�tF �tB►T B. PAfl£ 2 OF 2 SCALE: 1" - 60' GORRONDONA & ASSOCIATES, IN . • 7b24 JACK NEWELL BOULEVAROSOLITH FORT WORTH, TX. 76118 OF �ZR. CURTIS SMITH, 5494 Q CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6494 TEXAS FIRM No. 10106900 817--4911-1424 FAX 817--496-1788 D221147269 Page 15 of 15 .EXHIBIT "B " PARCEL No. 16 PAE FNO 5YO' IR W1 I PARCEL No. 16 PAE CAP STAMPED T "LOG" SUBJECT TRACT & , LOCATION OF EASEMENT y lqy A, ,4 Q W N N = 10.449 ACRES (BY DEED) PETER W. ROWS, ETAL Q AND 13ARBARA ROKKAS Z VOLUME 12593, PAGE 638 D.R.T.C.T. _ S 89'28'37 W 1,199.83'_ APPROXIMATE SURVEY LINE 7.171 ACRES (BY DEED) RICHARD CROWL.EY SURVEY P.0. C. A 6 INVESTMENTS "R I 5Np 88 VOLUME 16000, PAGE 310 ABSTRACT No. 313 FND VOLUME 12593. PAGE 833 WITH D.R.T.C.T. STAMPED "LGG" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPAMES THIS PLAT. 2, ALL. BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 60' 30' 0 60' SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017, SCALE IN FEET N ART o City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING PERMANENT ACCESS EASEMENT OUT OF A 10,449 ACRE TRACT OF LAND (BY DEED) ,\P;"�Sr.�R.., { r, � , � � cRQ.;yul SITUATED IN THE », .....»..».» ...».,....._ ...,. JOHN BAUGH SURVEY, ABSTRACT No. 115 ., CURTIS SMIT CITY OF FORT WORTHTARRANT COUNTY, TEXAS »-»- • -�- -•• ED :,poF5.494 VOLUMAS E 12,593, PAGE 638 DEED RECORDS OF TARRANT COUNTY, TEXAS S ` PROJECT: PART 4—WATER & SANITARY SEWER RELOCATIONS I CITY PROJ. No. 00969 EASEMENT AREA: 4.998 SQUARE FEET OR 0.115 ACRES CURTIS SMITH JO9 No. KHA_1308.00 DRAWN BY; CAD FILE: 16—PAE—REV.DWO PROFESSIONAL LAND SURVEYOR �7 nORRONDONA �JLLC I SUTH �REEGISTERED FAX A & ASSOCIATES, INC. . 752?dACKENEWELL BOULEVARD FORT WORTH, TX. 7611E 817-496-1424 418, 178869� D221147270 05/24/2021 11:52 AM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records 0 MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 00969 TRV Part 14-Channel Segment C. Sanitary Sewer Relocation PARCEL NO. 16 SFE 1100 Jacksboro Hwy, Fort Worth, TX TR 6C, Baugh Survey, Abstract No. 115 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § _ y CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: GRANTOR: PETER W. AND BARBARA ROKKAS GRANTOR'S MAILING ADDRESS (including County): 616 N. RIVERSIDE DR FORT WORTH, TARRANT COUNTY, TX, 76111 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits «A». 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 SEWER FACILITY EASEMENT FO TWORTH. Rav smnn997 D221147270 Page 2 of 8 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 Easement Property and more fully described in Exhibits "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement 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 Easement 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 Easement 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 Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 101 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 Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property. 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACUTY EASEMENT FOOUW05TB• D221147270 Page 3 of 8 _i z i _ _ ♦ ♦ i :. PeterRo..r, GRANTOR: BARBARA ROKKAS By: Barbara Rokkas, Indi idual GRANTEE: City of Fort Worth By (Signature): t (Print Name)W 0, Title AV4, pG APPROVED AS TO FORM AND LEGALITY By (Signature): `Z&4.' 49*47 (Print Name) Matt Murray , Title Assistant City Attorney Ordinance No, 24161-04-2020 / M&C 21-0303 [ACKNOWLEDGEMENTS APPEAR ON THE FOLLOWING PAGE] RFWFR FAMI ITV FASFMFNT EuTwo . D221147270 Page 4 of 8 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 Peter W. Rokkas. Individual , 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 Peter W. Rokkas and that he/she executed the same as the act of said Individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this I1th day of December , 2020 JOSH MARTIN ? z Notary Public *( j* STATE OF TEXAS q� Notary I.D. 13236838-3 My Comm. Exp. Feb. 20, 2024 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § and for the State of Texas BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Barbara. Rokkas. Individual , 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 Barbara Rokkas and that he/she executed the same as the act of said Individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this l l day of Decenther 2021. PR a JOSH MARTIN _ Notary Public * + STATE OF TEXAS � r Notary I.D. 13236838-3 My Comm. Exp. Feb. 20, 2024 No IC' d for the State of Texas D221147270 Page 5 of 8 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the u�'gd�ut,ority, a tary Public i and fo th Sta e of Texas, on this day persona c'�--��' N n / of the City of Fort Wo h, know to me to be the same person rlOose name�siibed 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 t day of 0411 20 c i Notary Pub [c in and for the State of Texas SELENA .. C'. , Not 7fy P'1})SIC, S!?7Sf^.f ie:x85 _ Cr..m;-re 03-31024 Notary i[) 132422525 SEWER FACIL(TY EASEMENT FORT WORTH. D221147270 Page 6 of 8 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No.16 PSSE CITY PROJECT No. 00969 1100 JACKSBORO HIGHWAY TR 6C, J, BAUGH SURVEY, ABSTRACT NO.115 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in J. Baugh Survey, Abstract No. 115, City of Fort Worth, Tarrant County, Texas, being out of a 10.449 acre tract of land (by deed) deeded to Peter W. Rokkas, etal and Barbara Rokkas as recorded in Volume 12593, Page 638 of the Deed Records of Tarrant County, Texas said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "LGG" found for the southeast corner of said 10.449 acre tract of land and for the most southerly southwest corner of Lot 1-R, Block 1 of Oakwood Cemetery, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-198, Page 35 of the Plat Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" being in the north line of a 7.171 acre tract of land (by deed) deeded to A B Investments as recorded in Volume 16000, Page 310 and Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas; THENCE North 01 degrees 54 minutes 29 seconds West, with the east line of said 10.449 acre tract of land and with the most southerly west line of said Lot 1-R, a distance of 91.96 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; THENCE South 61 degrees 50 minutes 05 seconds West, a distance of 198.15 feet to a point for corner in the south line of said 10.449 acre tract of land and being in the north line of said 7.171 acre tract of land; THENCE South 89 degrees 28 minutes 37 seconds West, with the south line of said 10.449 acre tract of land and with the north line of said 7.171 acre tract of land, a distance of 60.52 feet to a point for the most southerly southeast corner of a,30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12555, Page 652 of said Deed Records of Tarrant County, Texas, said point being the northeast corner of a 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12804, Page 596 of said Deed Records of Tarrant County, Texas; THENCE North 54 degrees 26 minutes 33 seconds East, with the southeasterly line of said 30,0' Sanitary Sewer Easement recorded in Volume 12555, Page 652, a distance of 9.54 feet to a point for the beginning of a curve to the right having a radius of 586.81 feet, a central angle of 24 degrees 20 minutes 15 seconds, and whose chord bears North 66 degrees 39 minutes 01 seconds East, a chord distance of 247.39 feet; Exhibit A Page 1 of 2 D221147270 Page 7 of 8 THENCE with the southeasterly line of said 30.0' Sanitary Sewer Easement recorded in Volume 12555, Page 652 and with said curve to the right, an are length of 249.26 feet to a point for corner M' the east line of said 10.449 acre tract of land, said point being in the most southerly west line of said Lot 1-R, said point being the most easterly southeast corner of said 30.0' Sanitary Sewer Easement recorded in Volume 12555, Page 652, said point also being the southwest corner of a 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 11582, Page 1838 of said Deed Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "LGG" found for the northeast corner of said 10.449 acre tract of land bears North 01 degrees 54 minutes 29 seconds West, a distance of 176.80 feet, said 518 inch iron rod with cap stamped "LGG" being an interior ell corner in the south line of said Lot 1-R; THENCE South 01 degrees 54 minutes 29 seconds East, with the east line of said 10.449 acre tract of land and with the most southerly west line of said Lot 1-R, a distance of 9.52 feet to the POINT OF BEGINNING and containing 6,345 square feet or 0.146 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface, utilizing a surface factor of 1,0001375289116. (3) Surveyed on the ground February 13, 2017. Date: February 11, 220020 y Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 7524 Jack Newell Blvd. So. Fort Worth, Texas 76118 Texas Firm No. 10106900 OF CURTO 5MItH 549-4 SURD Exhibit A Paae 2 of 2 D221147270 Page 8 of 8 EXHIBIT 17A '? PARCEL No. 16 PSSE CUF TAM CURVE I RADI81' I A 4'20'NGLE I C" SD #0 I CHORD LENGTH I AR249. O�TH J FIND. 1 "IRON ROD 10.449 ACRES (BY DEED) PETER W. ROKKAS, ETAL AND BARBARA ROKKAS LOT 1—R, BLOCK 1 OAKWOOD CEMETERY VOLUME 388-198, PACE 36 P.R.T.C.T. FND. ' IRON ROD WfTH CAP STAMPED "LGG" I LINE TABLE ( LINE BEARING DISTANCE I L-1 N 01.54'29-W 91.96' I I L-2 N 54.26'33E 9.54' I I L-3 J S 01'54'29"E 1 9.52' TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No, ONE VOLUME 2621, PAGE 482 D.R.T.C.T, J. BAUGH SURVEY ABSTRACT No. 115 PERMANENT SANITARY SEWER EASEMENT AREA--- 6 345 SO. FT. OR " 0,146 ACRES Cs '' -.:yam 9a1� P,0.j 30.0' SANITARY SEWER EASEMENT VOLUME 12642, PAGE 905 D.R,T.C.T. 2�� APPROXIMATE SURVEY LINE — — RICHARD CROWLEY SURVEY �S 89'28�37"W P.O.C. ABSTRACT No. 313 q 60.52' FND. 5/0-IRON ao;�' ROD WITH CAP K, (t• ' STAMPED "LGG" TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. ONE H INVESTME 7.t71 ACRES ((8Y A NTDS EED) VOLUME 2621, PACE 482 VOLUME 16000, PAGE 310 D,R.T.C.T. VOLUME 12593, PAGE 633 D.R.T.C.T. NOTES: J 1, A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-53, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET ForrWoRTH City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 30.0' SANITARY SEWER EASEMENT VOLUME 11582, PAGE 1838 VOLUME 12593, PAGE 638 J D.R.T.C.T. D,R.T.C.T. N 30.0' SANITARY SEWER EASEMENT —A VOLUME 12555. PAGE 652 z D.R.T.C.T. - EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF A `E . F, 10.449 ACRE TRACT OF LAND (BY DEED) DEEDED TO 5 TfR''. PETER W. ROKKAS, ETAL AND BARBARA ROKKAS SITUATED IN THE J. BAUGH SURVEY, ABSTRACT NO. 115 .0 ORTIS SMIy THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ^r o �5494 AS RECORDED IN ��F VOLUME 12593, PAGE 638 DEED RECORDS OF TARRANT COUNTY, TEXAS 4. PROJECT: TRV PART 14—CHANNEL $ECMENT C SANITARY SEWER RELOCATION ACQUISITION AREA 6,345 SQUARE FE OR 0.146 ACRES CITY PROD. 1,10. 00989 CURTIS SMITH JOB No, KHA-1616.00 DRAWN BY: JLC CAD FILE: 16-PSSE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: FEBRUARY 11, 2020 EXHIBIT 8 PAGE 1 OF 1 1" - 100' 0. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. " 7524 JACK NEWELL BOULEVARD10SIAE* FORT WORTH, TX. 76118 • 117-496-1424 FAX 617-496-1769 D221147271 05/24/2021 11:52 AM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records • MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 00969 TRV Part 14-Channel Segment C. Sanitary Sewer Relocation PARCEL NO. 16 TCE 1100 Jacksboro Hwy, Fort Worth, TX TR 6C, Baugh Survey, Abstract No. 115 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: v GRANTOR: PETER W. AND 13ARBARA ROKKAS GRANTOR'S MAILING ADDRESS (including County): 616 N. RIVERSIDE DR FORT WORTH, TARRANT COUNTY, TX, 761 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibit "A Grantor, for the consideration paid to Grantor, does 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, as described and depicted in Temporary Construction Easement I'ORTWORTH. Rev. 2020080b ��•� D221147271 Page 2 of 8 accordance with Exhibits "An, attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing sanitary sewer improvements: Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. For Grantor and Grantor's heirs, successors, and assigns forever, a reservation is hereby made of all oil, gas, and other minerals in and under and that may be produced from the Property. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, and all benefits from it. Grantor waives and conveys to Grantee the right of ingress and egress to and from the surface of the Property and any and all use of the surface of the Property relating to the portion of the mineral estate owned by Grantor. Nothing herein, however, restricts or prohibits the pooling or unitization of the portion of the mineral estate owned by Grantor with land other than the Property; or the exploration or production of the oil, gas, and other minerals by means of wells that are drilled or mines that open on land other than the Property but enter or bottom under the surface of the Property. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the cessation or expiration of the rights granted hereunder. 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement Rev.20200305 FOR H. D221147271 Page 3 of 8 GRANTOR: PETER W. ROKKAS, By: Pik— 0 RA K IV Peter Rokkas,_.indiviBGaT+ GRANTOR: BARBARA ROKKAS Bv: Barbara Rokkas, Individual GRANTEE: City of Fort Worth By (Signature): f G� (Print Name)) X!Cd 1 a , Title � 1 APPROVED AS TO FORM AND LEGALITY By (Signature): `49-1 v4900,p` (Print Name) Matt Murray , Title Assistant City Attomey Ordinance No. 24161-04-2020 / M&C 21-0303 Temporary Construction Easement Rev. 20200305 Foer_,� H. D221147271 Page 4 of 8 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 Peter W. Rokkas, Individual , 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 Peter W. Rokkas and that he/she executed the same as the act of said Individual for the purposes and consideration therein expressed and in the capacity therein stated. cC GIVEN UNDER MY HAND AND SEAL OF OFFICE this aO r day of 7�n ; 20 c )/. o k.AVO NNE S. K E 7 H Notary Pub is in and for the State of Texas j� Notary Publit. State Of Tomas * 4f7^,Q • Cotr►m. Expires 03-31-202 NoterYl0737793-8 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 Barbara.. Rokkas. Individual , 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 Barbara Rokkas and that he/she executed the same as the act of said Individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this � day of IAVONNE S. KEITH t * Notary Public, State of Texas Comm. Expires 03-31-2024 Notary 10 737793-8 No Public in and for the State of Texas Temporary Construction Easement Rev. 20200305 D221147271 Page 5 of 8 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME th rne�thorit , a N Public in d for the State of Texas on this day person pr' y , of the City of Fort Worth, nowrf td a to be the same person ose name is sul5scribed 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. t GIVEN UNDER MY HAND AND SEAL OF OFFICE this t day of Rao 2021. Ila Notary Pubic in and for the State of Texas N.. Ielty ! i. bkc. Slate of Texas Ccnlrn -PYP+-5 C3-31-2024 Notery 1D 132422528 Temporary Construction Easement Rev. 20200305 FORTWORi . D22114727i Page 6 of 8 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No,16 TCE CITY PROJECT No. 00969 1100 JACKSBORO HIGHWAY TR 6C, J. BAUGH SURVEY, ABSTRACT NO.115 CITY OF FORT WORTH, TARR.ANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in J. Baugh Survey, Abstract No. 115, City of Fort Worth, Tarrant County, Texas, being out of a 10.449 acre tract of land (by deed) deeded to Peter W. Rolckas, eta] and Barbara Rokkas as recorded in Volume 12593, Page 638 of the Deed Records of Tat -rant County, Texas said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "LGG" found for the southeast coiner of said 10.449 acre tract of land and for the most southerly southwest corner of Lot 1-R, Block 1 of Oakwood Cemetery, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-198, Page 35 of the Plat Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" being in the north line of a 7.171 acre tract of land (by deed) deeded to A B Investments as recorded in Volume 16000, Page 310 and Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas; THENCE North 01 degrees 54 minutes 29 seconds West, with the east line of said 10.449 acre tract of land and with the most southerly west line of said Lot 1-R, a distance of 131.86 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the northeast corner of a 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12555, Page 652 of said Deed Records of Tarrant County, Texas, said point being the northwest corner of a 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 11582, Page 1838 of said Deed Records of Tarrant County, Texas, said point also being the beginning of a non -tangent curve to the left having a radius of 616.81 feet, a central angle of 25 degrees 00 minutes 00 seconds, and whose chord bears South 66 degrees 46 minutes 25 seconds West, a chord distance of 267.00 feet; THENCE with the northwesterly line of said 30.0' Sanitary Sewer Easement recorded in Volume 12555, Page 652 and with said non -tangent curve to the left arc length of 269.13 feet to a point for corner; THENCE South 54 degrees 26 minutes 33 seconds West, with the northwesterly line of said 30.0' Sanitary Sewer Easement recorded in Volume 12555, Page 652, a distance of 50.11 feet to a point for comer in the south line of said 10.449 acre tract of land and in the north line of said 7,171 acre tract of land, said point being the southwest comer of said 30.0' Sanitary Sewer Easement recorded in Volume 12555, Page 652, said point being the northwest corner of a 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12804, Page 596 of said Deed Records of Tarrant County, Texas; Exhibit A Page 1 of 2 D221147271 Page 7 of 8 THENCE South 89 degrees 28 minutes 37 seconds West, with the south line of said 10.449 acre tract of land and with the north line of said 7.171 acre tract of land, a distance of 52.26 feet to a point for corner; THENCE North 54 degrees 26 minutes 33 seconds East, a distance of 92.85 feet to a point for the beginning of a curve to the right having a radius of 646.81 feet, a central angle of 25 degrees 24 minutes 29 seconds, and whose chord bears North 66 degrees 58 minutes 54 seconds East, a chord distance of 284.48 feet; THENCE with said curve to the right, are length of 286.83 feet to a point for corner in the east line of said 10.449 acre tract of land, said point being in the most southerly west line of said Lot 1 R, from which a 5/8 inch iron rod with cap stamped "LGG" found for the northeast corner of said 10.449 acre tract of land bears North 01 degrees 54 minutes 29 seconds West, a distance of 116.08 feet, said 5/8 inch iron rod with cap stamped "LGG" being an interior ell corner in the south line of said Lot 1-R; THENCE, South 01 degrees 54 minutes 29 seconds East, with the east line of said 10.449 acre tract of land and with the most southerly west line of said Lot 1-R, a distance of 3 0.3 4 feet to the POINT OF BEGINNING and containing 10,484 square feet or 0.241 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: February 11, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gonondona & Associates, Inc. 7524 rack Newell Blvd. So. Fort Worth, Texas 76118 Texas Firm No. 10106900 CUPTI5' SMITH 'O& 5494 5 Exhibit A Page 2 of 2 D221147271 Page 8 of 8 EXHIBIT "A " PARCEL No. 16 TCE ROE U (D� CURVE TABLE [ LIyE TABLE CC-1 616181" 4 �0000"E I CSOEtD4r25-W ICH0267.00'LENGTM1 8ARC 9 Nji�THl +LINE BEAf�NGD15TANCE j g Ij 3 L-1 S 542d "W' 50,11' C-2 1345.81' 2524'29" N 68'58'54'E 284.48' 286,83' L•-2 S SW28'37 52 28' LOT i—R, BLOCK 1 L-3 N 54*28`3392,85' OAKWOOD CEMETERY I 1 L-a s 01*54'29"E 30,34' VOLUME 388-198, PAGE 36 CAP FIND. 1"IRON ROD FND. 5 8"IRON TARRANT COUNTY WATER CONTROL T ! AND IMPROVEMENT DISTRICT No. ONE ROD Y VOLUME 2621, PAGE 482 10.449 ACRES (BY DEED) STAMPED "LOG" O.R.T.C.T. PETER W. ROKKAS, ETAL N AND BARBARA ROKKAS i 30.0' SANITARY SEWER EASEMENT VOLUME 12593, PAGE 638 a - VOLUME 11582, PAGE 1838 D.R.T.C.T. D.R.T.C.T, z 30.0' SANITARY SEWER EASEMENT J. BAUGH SURVEY VOLUME 12555. PAGE 652 TEMPORARY D.R.T.C.T,::: r�L_4 ABSTRACT No. 115 COSTRUCTION SEWER EASEMENT AREA 10,484 SO FT OR 0.241 ACRES '`e =' Tw.....;r :•.;i' �� / ,� 30.0' SANITARY SEWER EASEMENT VOLUME 12642, PAGE 905 y :✓ ,�' / / I D.R.T.C.T. APPROXIMATE SURVEY LINE %96 PROPOSED PERMANENT ------ Z RICHARD CROWLEY SURVEY SANITARY SEWER EASEMENT P.O.C. ABSTRACT No. 313 FND. 5/8-IRON ROD WITH CAP STAMPED "LGG" TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. ONE 7,171 ACRES_03Y DEED) VOLUME 2621, PAGE 482 i A 9 INVESTMENTS D.R,T.C.T. VOLUME 1600% PAGE 310 VOLUME 12593 PAGE 633 i D. R.T.GI.T, NOTES: J 1, A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83. THE NORTH CENTRAL TONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET o 'Tor City of Fort Worth 200 TEXAS STREET " FORT WORTH, TEXAS 76102 TEMPORARY CONSTRUCTION EASEMENT OUT OF A 10.449 ACRE TRACT OF LAND BY DEED) DEEDED TO PETER W. ROKKAS, ETAL AND BARBARA ROKKAS SITUATED IN THE J. BAUGH SURVEY, ABSTRACT NO. 115 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED W VOLUME 12593, PAGE 638 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C $ANITARY SEWER RELOCATION ACQUiS1TI0N AREA 10.484 SQU RE FEET OR 0.241 ACRES CITY PROJ. No. 00969 CURTIS SMITH JOB DATENo. FEB RY 18002C120 ER 8 PAGE 1 OF 1 SCA%F:NN BY: JLC CAD 1 1�6100'DWG REGISTERED .494PROTESSIOkAL XXAS FIRM N�o. JQU 06900 GORRONDOMA 4 ASSOCIATES, IN . • 7524 JACK NEWELL BOULEVARD SOUT14 FORT WORTH. TX. 76118 • 817-496-1424 FAX 817-496-•1758 D222104337 04/22/2022 01:54 PM Page: 1 of 8 Fee: $47.00 Submitter: Deanna Wright Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. C00969 Trinity River Vision Phase 1 Parcel # 17 Sewer Facility Easement Part 1 801 Grand Avenue Oakwood Cemetery Chapel Site Block 1 Lot 1R STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: December 9, 2021 GRANTOR: OAKWOOD CEMETERY ASSOCIATION OF FORT WORTH, INC GRANTOR'S MAILING ADDRESS (including County): 801 GRAND AVENUE FORT WORTH, TARRANT COUNTY, TX 76164-9020 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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 more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and SEWER FACILITY EASEMENT Rev.20190609 D222104337 Page 2 of 8 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 Exhibits "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all tirnes to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. Grantee waives any right of ingress or egress across, over, or through Grantor's adjacent lands, except as may be otherwise specifically granted by limited easement; and this Sewer Facility Easement grants no rights to Grantor's adjacent property, Including any right of access over Grantor's adjacent lands. 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 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 systerns or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1011' 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 Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. 1-0 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev.20190500 D222104337 Page 3 of 8 GRANTOR: Oakwood Gem ery Association of Fort Worth Inc, a Texas N-rn refit Corporation Kathrynqk,President GRANTEE: City of Fort Worth By (Signature)::,�W o u�o,,,rza,zonis:necon (Print Name) Steve Cooke , Title property Management Director APPROVED AS TO FORM AND LEGALITY By (Signature): O (Print Name) Matt Murray ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § , Title Assistant City Attorney BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Kathrvn B. Fialho. President of Oakwood Cemetery Association Fort Worth, Inc, 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 Kathrvn B. Fialho and that he/she executed the saute as the act of said Oakwood Cemetery Association Fort Worth, Inc for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of .�, - - - - - - Notary Public in and for the State of Texas 4'AY lye , SARAH 911ES :° of Notary publlo, state at Texas I My Commission Expires February 04,2025 NOTARY ID 1207W19-3 SEWER FACILITY EASEMENT Rev. 20190609 D222104337 Page 4 of 8 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 Steve Cooke, Property Manaqement Director of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this - 1 3 day of SFWER FACILITY FASFMFNT Rev. 20190809 Notary Public Public in and for the State of Texas D222104337 Page 5 of 8 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 17 PSSE'. PART I CITY PROJECT No. 00969 801 GRAND AVENUE; LOT 1-R, BLOCK 1, OAKWOOD CEMETERY CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer casement situated in 1, Baugh Survey, Abstract No, 115, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer being out of Lot 1-R, Block 1 of Oakwood Cemetery, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-198, Page 35 of the Plat Records of Tarrant County, Texas, said Lot I-R being owned by Oakwood Cemetery Association Fort Worth, Inc, per the Tarrant County Appraisal District, said permanent sanitary sewer easement being a portion of a tract of land deeded to Oakwood Cemetery Association as recorded in Volume 1105, Page 535 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement also being adjacent to a "Boundary Settlement Agreement" line between Tarrant Regional Water District and Oakwood Cemetery Association as recorded in County Cleric's File No, D212049473 of said Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows; COMMENCING at a 5/8 inch iron rod with cap stamped "LGG" found for the most southerly southwest corner of said Lot 1-It, said 5/8 inch iron rod with cap stamped "LGG" being the southeast corner of a 10.449 acre tract of land (by deed) deeded to Peter W. Roldcas, etal and Barbara Roldcas as recorded in Volume 12593, Page 638 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" also being in the north line of a 7,171 acre tract of land (by deed) deeded to A B Investments as recorded in Volume 16000, Page 310 and Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas; THENCE North 01 degrees 54 minutes 29 seconds West, with the most southerly west line of said Lot 1-R and with the east line of said 10.449 acre tract of land, a distance of 91.96 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer casement; Exhibit A Page I of 3 D222104337 Page 6 of 8 TIIPNCh: North 01 degrees 54 minutes 29 seconds West, with the most southerly west line of said Lot 1-R and with the cast line of said 10.449 acre tract of land, a distance of 9,52 feet to a point for the southwest corner of an existing 30.0' Sanitary Scwcr Easement granted to the City of Fort Worth as recorded in Volume 11582, Page 1838 of said Deed Records of Tarrant County, Texas, said point being the southeast corner of an existing 30,0' Sanitary Sewer Casement granted to the City of Fort Worth as recorded in Volume 12555, Page 652 of said Deed Records of Tarrant County, Texas, said point being the beginning of a non -tangent curve to the right having a radius of 586.80 feet, a central angle of 15 degrees 58 minutes 35 seconds, and whose chord bears North 86 degrees 48 minutes 25 seconds Last, a chord distance of 163.09 feet, from which a 5/8 inch iron rod with cap stamped "EGG" found for an interior ell corner in the south line of said Lot I-R bears North 01 degrees 54 minutes 29 seconds West, a distance of 176.80 feet, said 5/8 inch iron rod with cap stamped "LGG" being the northeast corlier of said 10.449 acre tract of land; TIIENCE with the south line of said existing 30.0' Sanitary Sewer Easement recorded in Volume 11582, Page 1838 and with said non -tangent curve to the right, passing at an are length of 109.76 feet, a point in the cast line of said Lot I-R, said point also being the southwest corner of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12.642, Page 905 of said Deed Records of Tarrant County, "Texas, in all, au are length of 163.62 feet to a point for corner in the west line of said `Boundary Settlement Agreement" line, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line bears North 46 degrees 29 minutes 34 seconds East, a distance of 78.58 feet; THENCE, South 46 degrees 29 minutes 34 seconds West, with said "Boundary Settlement Agreement" Iine, a distance of 13.66 feet to a point f'or corner, from which a 518 inch iron rod with cap stamped "Transystems" found for an angle point in said `Boundary Settlement Agreement" line bears South 46 degrees 29 minutes 34 seconds West, a distance of 37.51 feet; THENCE South 87 degrees 17 minutes 2.3 seconds West, passing at a distance of 43.79 feet, a point in the east line of said Lot I-R, in all, a distance of 148.75 feet to a point for corner; THENCE South 61 degrees 50 minutes 05 seconds West, a distance of 4.59 feet to the POINT OF BEGINNING and containing 1,92.2 square feet or 0.0,14 acres of land, more or less. Exhibit A Page 2 of 3 D222104337 Page 7 of 8 Notes: (1) A plat of even SLII'VCY date 11CI-Mith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are. Surface utilizing a surface factor of 1.0001375289116, (3) SLII'VCYCCI on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith OF Registered Pl'OfCSSi011al Land SUI'VCYOr S No. 5494 Gorrondona & Associates, Inc, 66R SMITH 2800 NE Loop 820, Suite 660 5 4 9 4 lo 7 Fort Worth, Texas 76137 �'ss rexas Firm No. 10 106900 Exhibit A Page 3 of 3 D222104337 Page 8 of 8 -E4XIIIBJT "B " PARCEL No. 17 P88R PART _ _CURVE TABLE_ _ - VIVE R DIMS _ �E1.TbAKCL! f CHORD FF��}}ARING Ci10((2 L TJGTFI AftC [E�TCT C--1�5B6.U0` 15'5035' I N U6'40'26E I 1 9' I T6S6'F` r R ptpCK RY G0, i ll Og,MrT�O DZoV0,1118 I `J� ;r VOI,UMr ' p `l1' 10.449 ACRES (BY DEED) PETER Vt. ROKKAS, ETAL. AND HARBARA ROKKAS VOLUME 12593. PACE 638 D.R.T.C.T. SEE DETAIL 30.0' SANITARY — SEVlER EASElAENT VOLUME 12555 PAGE 652 7.171 ACRES JBY DEED) A 8 INVES MENTS VOLUME 1GOD0, PACE 310 VOLUME 12593, PAGE 633 0 R.T.C.T. J. BAUGH SURVEY r gG ABSTRACT No, 115 �I OAKWOOD CEMETERY ASSOCIATION OAKWOOD CEMETERY VOLUME 1105, PACE. 535 ASSOCIATION I D.R.T.C.T. FORT WORTH INC, L-2—: DETAIL NOT TO SCALE FNO. 5/8"IRON F—� �LINE _ �7F 77��CREE-- HEAkINC "I OISTANCF� ROD WITH CAP I L-1 N 01'54'29:) 91.96 STAMPED "LGG" I L-2 N 0 '54'29 9,52, L••3 N 46'29'34"E 78,58' I PERMANENT SANITARY II L-4 S 46:29.34�V 13,66' m SEWER EASEMENT AREA L-5 S 4629'34 �! 37.51' F-30.0' SANITARY SEWER EASEMENT I I 1.922 SQ. FT, OR l 1111 1.-6 I L-7 S 87'L7.23-W S 61'S0'05'\V 148,75' 1 4.58' I, VOLUME 11582 0.044 ACRES uI PAGE' 1836 a D.R.T.C.T. PASSING AT-- ` FND, 5(8"IRON .� 109.76' ROD W TH CAP `1 STAMPED °TRYSTESTEIAS" (� L,-U t i 1 -L-7 AT- 43,79' J e PO,C. FND. 5/8"IRON ROD WITH CAP STAMPED "LGG" VocuM£�fzG42Eive>t �y L-4 �~~EASE - - FNO, 5/8'IRON -RitC^TP�1GF 905EN1 - ROD WITH CAP STAMPED BOUNDARY SETTLE IAENT AGREEMENT _ "TRANSYSTEMS" - BETWEEN TARRANT REGIONAL WATER DISTRICT AI4D OAKWOOD CEMETERY ASSOCIATION C.C.F. No. D212049473 D.R.T.C.T, RICHARD CROWLEY SURVEY APPROXIMATE SURVEY TINE ABSTRACT No, 313 NOTES: 1, A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALI. BEARINGS AND COORDINATES ARE. REFERENCED TO THE TEXAS COORDINATE SYSTDA, NAO-R3, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOVIN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116, 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. TARRANT COUNTY WATER CONTROL AND IlAPROVEMENT DISTRICT No. ONE VOLUME 2621, PAGE 482 D.R.T.C.T. F� 100 50 0 100 SCALE IN FEET ORTWORT City of Fort Worth 200 TEXAS STRFET - FORT WORTH. TEXAS 76102 EXIIIIIIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUi OF LOT 1--R, BI.00I< 1, OAKWOOD CEMETERY SITUATED IN 111E JOHN DAUGH SURVEY, ABSTRACT NO. 115, THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 388-198, PAGE 35 PLAT RECORDS OF TARRANT COUNTY, TEXAS AND OUT OF A A TRACT OF LAND DEEDED TO OAKWOOD CEI,IETERY ASSOCIATION AS RECORDED RI VOLUME 1105, PACE. 535 DEED RECORDS OF TARRANT COUNTY, TEXAS ■ PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION O ACQUISITION AREA 1,922 SQUARE FEET OR 0.044 ACRES I CITY PROJ. _ No. 00969 N JOB No. KHA_1616,00 DRAWN BY:. JPH _ CA_D FILE:.I%-QSSE.--PTI.ONVG DATE: DECEMBER 13, 2.020 I EXHIBIT- B PAGE 1 OF I SCALE: 1" - 100' — GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 �'URTIS SMITH - REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 017-496-1424 FAX 017-496-1768 ---_ D222104340 04/22/2022 01:55 PM Page: 1 of 7 Fee: $43.00 Submitter: Deanna Wright Electronically Recorded by Tarrant County Clerk in Official Public Records (3,� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. C00969 Trinity River Vision Phase 1 Parcel # 17 Sewer Facility Easement Part 2 801 Grand Avenue J. Baugh Survey, Abstract No.115 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: December 9, 2021 GRANTOR: OAKWOOD CEMETERY ASSOCIATION OF FORT WORTH, INC GRANTOR'S MAILING ADDRESS (including County): 801 GRAND AVENUE FORT WORTH, TARRANT COUNTY, TX 76164-9020 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANTCOUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and SEWER FACILITY EASEMENT Rev.20190609 D222104340 Page 2 of 7 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 Exhibits "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. Grantee waives any right of ingress or egress across, over, or through Grantor's adjacent lands, except as may be otherwise specifically granted by limited easement; and this Sewer Facility Easement grants no rights to Grantor's adjacent property, including any right of access over adjacent lands. 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 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 Chapter 21, 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'h 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 Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev. 20190609 D222104340 Page 3 of 7 GRANTOR: Oakwood Cemetery Association of Fort Worth Inc, a Texas Nonprofit Corporation By: I Kathry . ialho, breide"nt GRANTEE: City of Fort Worth By (Signature): Steve o ke(h1ar13,202210A8C0T) (Print Name) Steve Cooke , Title Property Management Director APPROVED AS TO FORM AND LEGALITY ✓G7�C��6iccu .�(GL�Lta. 1r .. By (Signature): d (Print Name) Matt Murray , Title Assistant City Attorney [ACKNOWLEDGEMENTS APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev. 20190609 D222104340 Page 4 of 7 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 Kathrvn B. Fialho, President of Oakwood Cemetery Association Fort Worth, Inc, 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 Kathrvn B. Fialho and that he/she executed the same as the act of said Oakwood Cemetery Association Fort Worth, Inc for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �day of Notary Public in and for the State of Texas 6A01H BILES Notary Publlc,StNeolTexas ACKNOWLEDGEMENT + My Commisslon Expires February 04, 2025 'r °''`°' NOTARY ID 128793193 ` 7ATE 01= TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Property Management Director 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 o's 3 day of arc � 120z2. SEWER FACILITY EASEMENT Rev. 20190609 11 41VI - 1� otary Public in and for the State of Texas D222104340 Page 5of7 TRV PART 14-CHANNLIL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 17 PSSE PART 2 CITY PROJECT No. 00969 801 GRAND AVENUE J. BAUGH SURVEY, ABSTRACT No. 115 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in J. Baugh Survey, Abstract No. 115, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a tract of land deeded to Oakwood Cemetery Association as recorded in Volume H05, Page 535 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement also being adjacent to a "Boundary Settlement Agreement" line between Tarrant Regional Water District and Oakwood Cemetery Association as recorded in County Clerk's File No. D212049473 of said Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows; BEGINNING at a point for corner of said "Boundary Settlement Agreement" line, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line bears North 46 degrees 29 minutes 34 seconds East, a distance of 38.68 feet; THENCE South 46 degrees 29 minutes 34 seconds West, with said "Boundary Settlement Agreement" line, a distance of 0.47 feet to a point for corner in the north line of an existing 30.0' Sanitary Sewer Easement granted to the City of Foil Worth as recorded in Volume 12642, Page 905 of said Deed Records of Tarrant County, Texas, said point also being the beginning of a non -tangent curve to the left having a radius of 616.81 feet, a central angle of 00 degrees 10 minutes 06 seconds, and whose chord bearsNorth 82 degrees 51 minutes 06 seconds West, a chord distance of 1.81 feet, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line, bears South 46 degrees 29 minutes 34 seconds West, a distance of 90.60 feet; THENCE with said non -tangent curve to the left and with the north line of said existing 30,0 Sanitary Sewer Easement, an are length of 1.81 feet to a point for corner; THENCE North 87 degrees 17 minutes 23 seconds East, a distance of 2.14 feet to the POINT OF BEGINNING and containing 0.332 square feet of land, more or less. Exhibit A Page 1 of 2 D222104340 Page 6 of 7 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Gone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116, (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Z--- � Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 Exhibit A Page 2 of 2 D222104340 Page 7 of 7 EXHIBIT "B " PARCEL No. 17 PSSE PART 2 IC�R 1EI616I8S'ID�Oi 1 V L_ICCURVE y01L05B-31NGICHORr ,) NGTHIARC1 $ NG1HJ b07' 1 �p' 0, M pAG OAI{W0388-1 C . 110l'UM� P.A.r 36 OM<WDDO CEMETERY ASSOCIATION FORT WORTH INC. J. BAUGH SURVEY ABSTRACT No, 115 OAKWOOD CEMETERY ASSOCIATION VOLUME 1105, PAGE 535 D.R.T.C.T. PERMANENT SANITARY I Ii!l 30,0' SANITARY SEWER EASEMENT AREA IL-2 10.449 ACRES (BY DEED) SEWER EASEMENT 0.332 SQ. FT. IL-3 PETER W. RDKKAS EfAL VOLUME 11582 IL-4 DETAIL NOT TO SCALE �I�48E D;0 N �EI s 4s'2s a S 4529'34' r 9D,6D' N B7'17'23"E 2.14' AND BARBARA ROKKAS PAGE 1838 VDLUAIE 12593, PAGE 638 I D.R,T.C.T. D,R,T,C.T. SEE DETAIL 30.D' SANITARY FNO. 5/8"IRDN \ ROO WITH CAP \ SEWER EASEMENTA ----_____ / _ STAMPED VOLUME 12555 _ - - "TRANSYSTEMS" PAGE 652-`�- D.R.T,C,T, _ _ . - _ V0 `ME4W2 ZEWP CEASE` J� ' P.O.B. ' _P• T C 7; E ig BOUNDARY SETTLEMENT AGREEMENT `"- �' BETWEEN TARRANT REGIONAL WATER DISTRICT FND. 5/8"IRON ANO ON<WOOD CEMETERY ASSOCIATION i' ROO WITH CAP STAMPED C.C.F. No. D212D49473 "TRANSYSTEAIS" _ O.R.T.C.T. RICHARD CROWLEY SURVEY APPROXIMATE SURVEY LINE 7.171 ACRES (BY DEED) ABSTRACT No, 313 A 8 INVESTMENTS VOLUME I6DDD. PAGE 310 TARRANT COUNTY WATER CONTROL VOLUME 12593, PAGE 633 AN IMPROVEMENT DISTRICT No. ONE D.R.T.C,T. VOLUME 2621, PAGE 482 O,R,T,C,T. NOTES; N 1, A LEGAL OESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS ANO COORDINATES ARE REFERENCED TD THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NDRTH CENTRAL ZONE 42D2, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTDR OF I,DDD1375289116. 3, SURVEYED ON THE GROUNO FEBRUARY 13, 2017. SCALE IN FEET iR WORT City of Fort Worth 20D TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A \ PERMANENT SANITARY SEWER EASEMENT A TRACT OF LAND DEEDED TOTOAKWOOD CEMETERY ASSOCIATION ,�t,;•c,�s�rf F+y SITUATED IN THE i 1 THE J, BAUGH SURVEY, ABSTRACT NO, 115 { TIS SMI... 1 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN ...... VOLUME 1105, PAGE 535 �` ��rEss DEED RECORDS OF TARRANT COUNTY, TEXAS '1 PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION St y ACQUISITION AREA 0.332 SQUARE FEET C7 PROJ, No, 00969 URTIS SMITH J08 No. KHA-1616.00 DRAWN BY: JPH CAD FILE: 17-PSSE-PT2,OWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: DECEMBER 13, 202D EXHIBIT B PAGE 1 OF 1 SCALE: 1" - 1DD' LD ND. 5494 TEXAS FIRM No. IDID690D GORRONDONA & ASSOCIATES, NC. " 280D N.E. LOOP 82D, SUITE FORT WORTH, TX. 76137 " 8 7-496-1424 FAX 817-496-1768 D222104343 04/22/2022 01:56 PM Page: 1 of 7 Fee: $43.00 Submitter: Deanna Wright Electronically Recorded by Tarrant County Clerk in Official Public Records f3 MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. C00969 Trinity River Vision Phase 1 Parcel # 17 Sewer Facility Easement Part 3 801 Grand Avenue J. Baugh Survey, Abstract No. 115 STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: December 9, 2021 GRANTOR: OAKWOOD CEMETERY ASSOCIATION OF FORT WORTH, INC GRANTOR'S MAILING ADDRESS (including County): 801 GRAND AVENUE FORT WORTH, TARRANT COUNTY, TX 76164-9020 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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 more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and SEWER FACILITY EASEMENT Rev. 20190609 D222104343 Page 2 of 7 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 Exhibits "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. Grantee waives any right of ingress or egress across, over, or through Grantor's adjacent lands, except as may be otherwise specifically granted by limited easement; and this Sewer Facility Easement grants no rights to Grantor's adjacent property, including any right of access over adjacent lands. 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 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 Chapter 21, 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 or request certain information about the use and any actual progress made toward the use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev.20190609 D222104343 Page 3 of 7 GRANTOR: Oakwood7)n ry Association of Fort Worth Inc, a Texait Corporation By: Kathryn ialho, President GRANTEE: City of Fort Worth 1S.. Steve o By (Signature): Stke(r.+a,zs,20mnlo:4scDT) (Print Name) Steve Cooke , Title Property Management Director APPROVED AS TO FORM AND LEGALITY ✓Y S���LCu/ 1/ By (Signature): ✓,1411h d (Print Name) Matt Murray , Title Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Kathrvn B. Fialho. President of Oakwood Cemetery Association Fort Worth, Inc, 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 Kathrvn B. Fialho and that he/she executed the same as the act of said Oakwood Cemetery Association Fort Worth, Inc for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of P etgh C% 20,5k/. - - - Notary Public in and for the State of Texas F*01 . SA 46H BILES Notary Publlo, State of Tons My Commission EVIres February 04, 2025 NOTARY ID 12079319 3 SEWER FACILITY EASEMENT Rev,20190609 D222104343 Page 4 of 7 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 Steve Cooke, Property Management Director 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 23 day of % v/arc 20 2z C� 1 Notary Public in and for the State of Texas SEWER FACILITY EASEMENT Rev.20190609 D222104343 Page 5 of 7 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 17 PSSE PART 3 CITY PROJECT No. 00969 801 GRAND AVENUE J. BAUGH SURVEY, ABSTRACT No. 115 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in J. Baugh Survey, Abstract No, 115, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a tract of land deeded to Oakwood Cemetery Association as recorded in Volume 1105, Page 535 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement also being adjacent to a `Boundary Settlement Agreement" line between Tarrant Regional Water District and Oakwood Cemetery Association as recorded in County Clerk's FileNo. D212049473 of said Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows; BEGINNING at a point for corner in said "Boundary Settlement Agreement" line, from which a 5/8 inch iron rod with cap stamped "Transysterns" found for an angle point in said "Boundary Settlement Agreement" line bears North 71 degrees 43 minutes 28 West, a distance of 123.37 feet; THENCE North 87 degrees 17 minutes 23 seconds East, a distance of 130.49 feet to a point for corner in a northwest line of an existing Permanent Sanitary Sewer Pipeline Easement as recorded in County Clerk's File No. D215194933 of said Deed Records of Tarrant County, Texas; THENCE South 71 degrees 27 minutes 15 seconds West, with a northwest line of said existing Permanent Sanitary Sewer Pipeline Easement, a distance of 15.69 feet to an exterior corner of said existing Permanent Sanitary Sewer Pipeline Easement; THENCE South 02 degrees 49 minutes 36 seconds East, with the west line of said existing Permanent Sanitary Sewer Pipeline Easement, a distance of 30.72 feet to a point for corner; THENCE South 87 degrees 10 minutes 24 seconds West, a distance of 42.13 feet to a point for corner in said "Boundary Settlement Agreement" line; THENCE North 54 degrees 45 minutes 56 seconds West, with said `Boundary Settlement Agreement" line, a distance of 22.27 feet to a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line; THENCE North 71 degrees 43 minutes 28 seconds West, a distance of 59.73 feet to the POINT OF BEGINNING and containing 2,600 square feet or 0.060 acres of land, more or less. Exhibit A Page 1 of 2 D222104343 Page 6 of 7 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1,0001375289116. (3) Surveyed on the ground February 13, 2017, Date: December 13, 2020 Curtis Smith �� OF Registered Professional Land Surveyor �P; oIsrFR�, f No. 5494 Gorrondona & Associates, Inc. CURTIS SMITH 2800 NE Loop 820, Suite 660 r;A,p 5494 Pam: NN Fort Worth, Texas 76137 Texas Fit -in No. 10106900 S U R0 Exhibit A Page 2 of 2 D222104343 Page 7 of 7 EXHIBIT "B " PARCEL No. 17 PSSE PART 3 J. BAUGH SURVEY ABSTRACT No. 115 OAKWOOD CEMETERY ASSOCIATION VOLUME 1105, PAGE 535 D.R.T,C.T. It" N ���rjaWE IL-2 N 87'17'23"E 13D.49' I IL-3 S 71'2715'V! 15.69' 1 �L-4 S 02'49'36"E 30,72' I L--5 S B7'10'24'W 42.13' IL-6 N 54'45'56'W 22.27' IL-7 N 71'43'28'W 59.73' 1 PERMANENT SANITARY SEWER PIPELINE EASEMENT C.C.F. No. D215194933 D.R.T,C.T. PERMANENT SANITARY SEWER EASEMENT AREA 2,600 SQ. FT. OR 0,060 ACRES P.O.B. L-4 I ,11 TARRANT COUNTY WATER CONTROL -lam AND IMPROVEMENT DISTRICT No. ONE FND. 5/8"IRON VOLUME 2621. PAGE 482 ROD WITH CAP D.R.T.C.T.STAMPED L—-6 - "TRANSYSTEMS" - - -- - 7.171 ACRES BY DEED) APPROXIMATE SURVEY LINE voluAJE i600M 0. ncE 3to RICHARD CROWLEY SURVEY VOLUME 12593. PAGE 633 ABSTRACT No, 313 D.R.T.C.T. NOTES: N 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2, ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF I.00D1375289116, 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET ORT WORT City of Fort Worth 2DD TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A O�."L PERMANENT SANITARY SEWER EASEMENT r �F, . OUT OF A Q-"••'G\S1 f'''•.�-f- A TRACT OF LAND DEEDED TO OAKWOOD CEMETERY ASSOCIATION SITUATED IN THE THE J. BAUGH SURVEY, ABSTRACT NO. 115 ( Cl TIS SMITH 1 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED 1N �' A 5494 VOLUME 1105, PAGE 535 DEED RECORDS OF TARRANT COUNTY, TEXAS ,fit,—S\ ¢ M s� WWrnti oco p M a E-, W O � O N NYm„�U wa � a mN�� Oa ap BOUNDARY SETTLEMENT AGREEMENT BETWEEN TARRANT REGIONAL WATER DISTRICT AND OAKWOOD CEMETERY ASSOCIATION C.C.F. No. D212D49473 O.R,T.C,T. 3D.D' SANITARY _ SEWER EASEMENT VOLUME 12642, PAGE 905 O.R.T.C,T. FND. 5/8"IRON ROD WITH CAP STAMPED "TRANSYSTEMS" PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION Sl':Iv ACQUISITION AREA: 2.600 SQUARE FEET OR 0.060 ACRES I CITY PROD, No. 00969 CURTIS SMITH JOB No. KHA-1616.00 I DRAWN BY: JPH I CAD FILE: 17-PSSE-PT3.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: DECEMBER 13, 202D I EXHIBIT B PAGE 1 OF 1 k SCALE: 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONOONA do ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 6 o FORT WORTH, TX. 76137 . 1317-496-1424 FAX 817-496-1768 D222104275 04/22/2022 01:24 PM Page: 1 of 8 Fee: $47.00 Submitter: Deanna Wright Electronically Recorded by Tarrant County Clerk in Official Public Records ro,� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. C00969 Trinity River Vision Phase 1 Parcel # 17 Temporary Construction Easement Part 1 801 Grand Avenue Oakwood Cemetery Chapel Site Block 1 Lot 1R CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: December 9, 2021 GRANTOR: OAKWOOD CEMETERY ASSOCIATION OF FORT WORTH, INC GRANTOR'S MAILING ADDRESS (including County): 801 GRAND AVENUE FORT WORTH, TARRANT COUNTY, TX 76164-9020 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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 more particularly described in the attached 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, as described and depicted in accordance with Exhibits "A" and "B", attached hereto and made a part hereof. Grantee waives any right of ingress or egress across, over, or through Grantor's adjacent lands; and this Temporary Construction Easement grants no rights to Grantor's adjacent property, including any right of access over Grantor's adjacent lands. Temporary Construction Easement Rev. 20190609 D222104275 Page 2 of 8 It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing water and sewer improvements. All rights granted within the described Temporary Construction Easement shall cease and the Temporary Construction Easement shall automatically terminate on the earlier of (a) the completion of the improvements and its acceptance by Grantee or (b) 24 months from the date of this Easement. Grantee will meet the following conditions upon completion of easement; repair commercial grade material wrought iron fence to like or better condition if removed or damaged. If concrete drive damaged it will need to be repaired with 4" thick concrete of same material where damaged and restored to condition prior to construction. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until one of the events specified herein above shall occur, terminating this Temporary Construction Easement. 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. The date of this Temporary Construction Easement shall be the first date written above. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement Rev. 20190609 D222104275 Page 3 of 8 GRANTOR: Oakwood Cem a Texas Nor 0 Ka fhryn Association of Fort Worth, Inc, �,'orooration �J nt GRANTEE: City of Fort Worth By (Signature): 11,1022 10:d8 CDT) (Print Name) Steve Cooke , Title Property Management Director APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray , Title Assistant City Attorney [ACKNOWLEDGEMENTS APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement Rev. 20190609 D222104275 Page 4 of 8 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 Kathrvn B. Fialho, President of Oakwood Cemetery Association Fort Worth, Inc, 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 Kathrvn B. Fialho and that he/she executed the same as the act of said Oakwood Cemetery Association Fort Worth, Inc for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this y day of �e - C lq b c f- 20 a . Notary Public in and for the State of Texas 4'�Y %y� 40� 9AAAH RILES Public, Notary State o1 Texes + •. My Commleslon Expires +s�'j• o<<�ti•',� "• „„„„ Fetxusry 04, 2026 NOTARY ID 12699319.3 STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Property Management Director 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 A3 day of i" lal-4 / , 20�Z. P %TF 0 F c�•. �3012306,. /,�'��ip �2-20 Temporary ConstructiclAwAgho)\\\\ Rev. 20190609 Notary Public �n/anee State of Texas D222104275 Page 5 of 8 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 17 TCE PART 1 CITY PROJECT No. 00969 801 GRAND AVENUE LOT 1-R, BLOCK 1, OAKWOOD CEMETERY CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in I. Baugh Survey, Abstract No, 115, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of Lot I-R, Block 1 of Oakwood Cemetery, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-198, Page 35 of the Plat Records of Tarrant County, Texas, said Lot 1-R being owned by Oakwood Cemetery Association Fort Worth, Inc, per the Tarrant County Appraisal District, said temporary construction easement being a portion of a tract of land deeded to Oakwood Cemetery Association as recorded in Volume 1105, Page 535 of the Deed Records of Tarrant County, Texas, said temporary construction easement also being adjacent to a "Boundary Settlement Agreement" line between Tarrant Regional Water District and Oakwood Cemetery Association as recorded in County Clerk's File No. D212049473 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows; COMMENCING at a 5/8 inch iron rod with cap stamped "LGG" found for the most southerly southwest corner of said Lot 1-R, said 5/8 inch iron rod with cap stamped "LGG" being the southeast corner of a 10,449 acre tract of land (by deed) deeded to Peter W. Rokkas, etal and Barbara Roldcas as recorded in Volume 12593, Page 638 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" also being in the north line of a 7.171 acre tract of land (by deed) deeded to A B Investments as recorded in Volume 16000, Page 310 and Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas; THENCE North 01 degrees 54 minutes 29 seconds West, with the most southerly west line of said Lot I -R and with the east line of said 10.449 acre tract of land, a distance of 131.86 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being northwest corner of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 11582, Page 1838 of said Deed Records of Tarrant County, Texas, said point being the northeast corner of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12555, Page 652 of said Deed Records of Tarrant County, Texas; Exhibit A Page 1 of 3 D222104275 Page 6 of 8 THENCE North 01 degrees 54 minutes 29 seconds West, the most southerly west line of said Lot 1-R and with the east line of said 10.449 acre tract of land, a distance of 30,34 feet to a point for the beginning of a non -tangent curve to the right having a radius of 646.81 feet, a central angle of 17 degrees 08 minutes 55 seconds, and whose chord bears North 88 degrees 15 minutes 36 seconds East, a chord distance of 192.87 feet, from which a 5/8 inch iron rod with cap stamped "LGG" found for an interior ell corner in the south line of said Lot 1-R bears North 01 degrees 54 minutes 29 seconds West, a distance of H 6.08 feet, said 5/8 inch iron rod with cap stamped "LGG" being the northeast corner of said 10.449 acre tract of land; THENCE with said non -tangent curve to the right, passing at an arc length of 110.99 feet, a point in the east line of said Lot 1-R, in all, an arc length of 193.59 feet to a point for corner; THENCE North 87 degrees 17 minutes 23 seconds East, a distance of 47.08 feet to a point for corner in said "Boundary Settlement Agreement" line; THENCESouth 72 degrees 43 minutes 01 seconds West, with said "Boundary Settlement Agreement" line, a distance of 18.79 feet to a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line; THENCE South 46 degrees 29 minutes 34 seconds West, with said `Boundary Settlement Agreement" line, a distance of 38.69 feet to a point for corner, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line bears South 46 degrees 29 minutes 34 seconds West, a distance of 91.07 feet; THENCE South 87 degrees 17 minutes 23 seconds West, a distance of 2.14 feet to a point for corner in the north line of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12642, Page 905 of said Deed Records of Tarrant County, Texas, said point also being the beginning of a non -tangent curve to the left having a radius of 616.81 feet, a central angle of 17 degrees 47 minutes 26 seconds, and whose chord bears South 88 degrees 10 minutes 08 seconds West, a chord distance of 190.75 feet; THENCE with the north line of said existing 30.0' Sanitary Sewer Easement recorded in Volume 12642, Page 905 and with said non -tangent curve to the left, passing at an are length of 8 1. 15 feet, a point in the east line of said Lot 1-R, said point being the northwest corner of said existing 30.0' Sanitary Sewer Easement recorded in Volume 12642, Page 905, said point also being the northeast corner of said existing 30.0' Sanitary Sewer Easement recorded in Volume 11582, Page 1838, in all, an are length of 191.52 feet to the POINT OF BEGINNING and containing 6,354 square feet or 0.146 acres of land, more or less. Exhibit A Page 2 of 3 D222104275 Page 7 of 8 Notes; (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate Systcn, NAD-83, Tlie North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of l .0001375289116. (3) Surveyed on the ground February 13, 2017. Date; December 13, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc, 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No, 10106900 Exhibit A Page 3 of 3 OF CukfiS SMITH •,,,p 5494 P. � S u F, D222104275 Page 8 of 8 EXHIBIT-' "B " PARCEL No. 17 TCE PART 1 I II CCRVE IAD CHOR7 NCHO2 FNCTH AR'59 TH 1{ry5IU1 5(93'C-2 616.81 17'447'26" S 8B'I O'OB'W I 190.75' I 191:521 aLCCrc y 1,0I<1Yp0D C' 9 PACG OA 30— C.T VOLUME P.R. w Z 35 0 OAKWOOD CEMETERY ASSOCIATION FORT WORTH INC, FND, 5/6"IRON ROO WITH CAP STAMPED "LCC" DETAIL NOT TO SCALE TEMPORARY CONSTRUCTION EASEMENT AREA 6,354 SQ. FT, OR 0.146 ACRES J. BAUGH SURVEY ABSTRACT No. 115 OAKWOOD CEMETERY ASSOCIATION VOLUME 1105, PAGE 535 D,R,T•C,T, I I BLI _ ,8LE 0tTA .08 CEI 47 I LL-2 N 8 17 2 IL-3 S II43-041' 18,79' L-4 S 76'2934 L-5 S 462' 381.067' IL-6 S 87'17'23' 2.14' BOUNDARY SETTLEMENT ACREEMENT PASSINC BETWEEN TARRANT REGIONAL WATER DISTRICT AT 11099ANO OAKW000 CEMETERY ASSOCIATION PASSING C.C.F. No. 0212049473 AT 81.15' L- 3 O.R.T.C.T. 30.0' SANITARY :i;;.,.r'? ......;':•`' 1 tt i:i•:: 1•::.::•: ;::. FNO. 5/6"IRON SE 4 AS M I `:�•':'.4iii (.•:+i?'v.`i _ .............:::.........::. SEW'ER E E ENT .:: -�rE;c:..:. _ r "...... ROD WITH CAP VOLUME 12555 7n� D L-4 PACE 652 �r' O'lJ. r C—Z , / STA44PEO O.R.T.C.T. w- - , __ ��QQ RANSYSTEMS" / r-- -}- — �;4i � tro �ANET4RY �VyeR-� 1.3. 1 _ l' D��2, PgGEgst�ENT N Wf FNO. 5/6'IRON SEE DETAIL ~� �— �•T. 90s N ROO WITH CAP STAMPED ' "TRANSYSTEMS" • z PROPOSED PERMANENT SANITARY SEWER EASEMENT RICHARD CROWLEY SURVEY APPROXIMATE SURVEY LINE ABSTRACT No, 313 i 10.449 ACRES (BY DEED) PETER W. ROKKAS, ETAL ANO BARBARA ROKKAS VOLUME 12593, PAGE 638 QR.T.C.T. 3 N -30,0' SANITARY v 4 SEWER EASEMENT 1010 VOLUME 11582 o PACE 1838 Z O.R.T.C.T. C-1 7.171 ACRES (BY OEEO) P O• C. A B INVESTMENTS VOLUME 16000, PACE 310 [FNO . 5/8"IRONVOLUME 12593. PACE 633 00WITH CAP0.R.T.C.T. TAMPEO "LCC" NOTES: 1. A LECAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINCS ANO COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAO-83, THE NORTH CENTRAL ZONE 4202. ALL OISTANCES ANO AREAS SHOWN ARE SURFACE UTILIZINC A SURFACE FACTOR OF 1.0001375289116, 3. SURVEYEO ON THE CROUNO FEBRUARY 13, 2017. TARRANT COUNTY WATER CONTROL ANO IMPROVEMENT DISTRICT No. ONE VOLUME 2621, PACE 482 I O.R.T.C.T. (V��T ltl 100 50 0 100 SCALE IN FEET ORTWORT City of Fort Worth 200 TEXAS STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A /i/'h`\� TEMPORARY CONSTRUCTION EASEMENT OVT OF LOT 1-R, BLOCK 1 OAKWOOD CEMETERY SITUA190 IN THE JOHN BAUGH SURVEY, ABSTRACT NO. 115. THE CII RECORDED III OF FORT WORTH, TARRANT COUNTY, TEXAS VOLUME 388-198, PAGE 35 PLAT RECORDS OF TARRANT COUNTY, TEXAS AND OUT OF A A TRACT OF LAND DEEDED TO OAKWOOD CEMETERY ASSOCIATION AS RECORDED III VOLUME 1105, PAGE 535 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA 6,354 SQUARE FEET OR 0,146 ACRES I CITY PROJ, No, 00969 J08 No, KHA-1616.00 I DRAWN 8Y: JPH I CAD FILE: 17-TCE-PTI.OWC DATE: OECEM8ER 13, 2020 EXHIBIT B PACE 1 OF 1 SCALE: 1" - 100' CORRONOONA k ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 p � OF T . Ll • U CUIRTI.S SMIT� 5494 Q:- CURTIS SMITH RECISTEREO PROFESSIONAL LANO SURVEYOR NO, 5494 TEXAS FIRM No. 10106900 • 817-496-1424 FAX 817-496-1768 D222104333 04/22/2022 01:53 PM Page: 1 of 7 Fee: $43.00 Submitter: Deanna Wright Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. C00969 Trinity River Vision Phase 1 Parcel # 17 Temporary Construction Easement Part 2 801 Grand Avenue J. Baugh Survey, Abstract No.115 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: December 9, 2021 GRANTOR: OAKWOOD CEMETERY ASSOCIATION OF FORT WORTH, INC GRANTOR'S MAILING ADDRESS (including County): 801 GRAND AVENUE FORT WORTH, TARRANT COUNTY, TX 76164-9020 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET 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 more particularly described in the attached 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, as described and depicted in accordance with Exhibits "A" and "B", attached hereto and made a part hereof. Grantee waives any right of ingress or egress across, over, or through Grantor's adjacent lands; and this Temporary Construction Easement grants no rights to Grantor's adjacent property, including any right of access over Grantor's adjacent lands. Temporary Construction Easement Rev. 20190609 D222104333 Page 2 of 7 It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing water and sewer improvements. All rights granted within the described Temporary Construction Easement shall cease and the Temporary Construction Easement shall automatically terminate on the earlier of (a) the completion of the improvements and its acceptance by Grantee or (b) 24 months from the date of this Easement. Grantee will meet the following conditions upon completion of easement; repair commercial grade material wrought iron fence to like or better condition if removed or damaged. If concrete drive damaged it will need to be repaired with 4" thick concrete of same material where damaged and restored to condition prior to construction. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until one of the events specified herein above shall occur, terminating this Temporary Construction Easement. 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. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. The date of this Temporary Construction Easement shall be the first date written above. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement Rev. 20190609 D222104333 Page 3 of 7 GRANTOR: Oakwood Cemetery Association of Fort Worth, Inc, a Texas No pr it Corporation (i By: Kathryn Fialho, President GRANTEE: City of Fort Worth By (Signature). Steve o ke(tdarh,20 210:49 CDT) (Print Name) Steve Cooke , Title Property Management Director APPROVED AS TO FORM AND LEGALITY By (Signature): d (Print Name) Matt Murray , Title Assistant City Attorney (ACKNOWLEDGEMENTS APPEAR ON THE FOLLOWING PAGEI Temporary Conslrudlon Easement Rev. 20190609 D222104333 Page 4 of 7 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 Kathrvn B. Fialho. President of Oakwood Cemetery Association Fort Worth, Inc, 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 Kathryn B. Fialho and that he/she executed the same as the act of said Oakwood Cemetery Association Fort Worth. Inc for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 9 7VI day of Notary Public, State of TOM My Commission Explrea 4 AA� February 04, 2025 t;r,1ARY ID 126793183 Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, ProQertv Management Director 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 day of 20AZ2�_. I fill o� �OTF F Rev.20190��A- O : . Temporar}f�or�l'ILuc{lp�Qt���eh KE19 p 12-20"?'Q�\\\\\ 1111111111t��\ Notary Public in and for the State of Texas D222104333 Page 5 of 7 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 17 TCE PART 2 CITY PROJECT No. 00969 801 GRAND AVENUE J. BAUGH SURVEY, ABSTRACT No. 115 CITY OF PORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in J. Baugh Survey, Abstract No. 115, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a tract of land deeded to Oakwood Cemetery Association as recorded in Volume 1105, Page 535 of the Deed Records of Tarrant County, Texas, said temporary construction easement also being adjacent to a "Boundary Settlement Agreement" line between Tarrant Regional Water District and Oakwood Cemetery Association as recorded in County Clerk's File No. D212049473 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for coiner in said "Boundary Settlement Agreement" line, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point said "Boundary Settlement Agreement" line bears North 71 degrees 43 minutes 28 seconds West, a distance of 39.61 feet; THENCE North 87 degrees 17 minutes 23 seconds East, a distance of 208.70 feet to a point for corner; THENCE South 54 degrees 40 minutes 04 seconds East, a distance of 35.73 feet to a point for coiner in a northwest line of an existing Permanent Sanitary Sewer Pipeline Easement granted to the City of Fort Worth as recorded in County Clerk's File No. D215194933 of said Deed Records of Tarrant County, Texas; THENCE South 71 degrees 27 minutes 15 seconds West, with a northwest line of said existing Permanent Sanitary Sewer Pipeline Easement, a distance of 29.25 feet to a point for corner; THENCE South 87 degrees 17 minutes 23 seconds West, a distance of 130.49 feet to a point for corner in said "Boundary Settlement Agreement" line, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line bears South 71 degrees 43 minutes 28 seconds East, a distance of 59.73 feet; THENCE North 71 degrees 43 minutes 28 seconds West, with said "Boundary Settlement Agreement" line, a distance of 83.77 feet to the POINT OF BEGINNING and containing 5,510 square feet or 0.126 acres of land, more or less. Exhibit A Page 1 of 2 D222104333 Page 6 of 7 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface Utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017, Date: December 13, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 Exhibit A Page 2 of 2 D222104333 Page 7 of 7 EXHIBIT "B " PARCEL No. 17 TCL' PART 2 J. BAUGH SURVEY ABSTRACT No. 115 OAKWOOD CEMETERY ASSOCIATION P VOLUME 1105, PAGE 535 V ti R D.R.T.C.T. N�wh Iljcqo>Ci U I W, BOUNDARY SETTLEMENTAGREEMENT O BETWEEN TARRANT REGIDNAL WATER DISTRICT p W oa AND OAKWOOD CEMETERY ASSOCIATION C.C.F. No. D212D49473 N D.R.T.C.T. 3D.D' SANTARY _ SEVIER EASEMENT VOLUME 12642, PACE 9D5 D.R.7.C.T. o�w FND, 5/8"IRDN _ ROD WITH CAP m��aF STAMPED "TRANSYSTEMS" �.2 N ¢3 c_, — — ........................................ • ....... > P.0.B, --- ------------- --- _ C-6 ----------------,, TARRANT COUNTY WATER CONTROL ILINF. 1,I�f_IBIE �2328"V/ D1STq IL-1 N II' fi 1 I IL-2 N 87'17'23'E 208.7D' I IL-3 S 54'40'D41 35.773' 1 IL-4 S 71'27'15' / 2�.25' I IL-5 S 8T 1 T23' 13D.49' j IL-6 S 71:43:28 5 73' I IL-7 N 71'43'28'W 0 1�' I PERMANENT SANITARY SEWER PIPELINE EASEMENT C.C.F. No. D215194933 D.R.T.C.T. TEMPORARY CONSTRUCTION EASEMENT AREA 5.510 SO. FT, OR 0.126 ACRES AND IMPROVEMENT DISTRICT No. ONE FND. 5/8"IRON- I VOLUME 2621, PAGE 482 ROD WITH D.R.T.C.T.- - STAMPED - - �\ "TRANSYSTEMS" 7.171 ACRES BY DEED) APPROXIMATE SURVEY LINE A B INVESTMENTS RICHARD CROWLEY SURVEY E 3iD VOLUME 125933: PACE 633 ABSTRACT No. 313 D.R.T.c.T. NOTES; - - N I. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. ALL BEARINGS AND COORDINATES ARE REFERENCED 70 THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 42D2, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1,DDD1375289116. 3. SURVEYED ON THE CROUND FEBRUARY 13, 2D17. SCALE IN FEET FoRTWORTH City of Fort Worth rth 2DD TEXAS STREET • FORT WORTH, TEXAS 761D2 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A A TRACT OF LAND DEEDED TO OAKWOOD CEMETERY ASSOCIATION SITUATED IN THE THE J, BAUGH SURVEY, ABSTRACT NO. 115 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 1105, PAGE 535 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 5,510 SQUARE FEET OR 0.126 ACRES I CITY PROJ. No, 00969 JOB No. KHA-1616.DD I DRAWN BY: JPH CAD FILE; 17-TCE-PT2.DWC DATE: DECEMBER 13, 2D20 tEXHIBIT B PACE 1 OF 1 I SCALE; 1" = 1DD' CORRONDONA & ASSOCIATES, INC. • 280D N.E. LOOP 82D, SUITE 66D FORT WORTH, TX, 76137 CURTIS SMITH RECISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No, 1D1D69DO 8 7-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 18 PSSE PART 1 CITY PROJECT No. 00969 J. BAUGH SURVEY, ABSTRACT No. 115 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in J. Baugh Survey, Abstract No. 115, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being out of a tract of land deeded to Tarrant County Water Control and Improvement District No. One as recorded in Volume 2621, Page 482 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement also being adjacent to a "Boundary Settlement Agreement" line between Tarrant Regional Water District and Oakwood Cemetery Association as recorded in County Clerk's File No. D212049473 of said Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: BEGINNING at a point in said Boundary Line Agreement, said point being in the south line of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12642, Page 905 of said Deed Records of Tarrant County, Texas, said point also being the beginning of a curve to the right having a radius of 586.27 feet, a central angle of 05 degrees 01 minutes 06 seconds, and whose chord bears South 82 degrees 41 minutes 48 seconds East, a chord distance of 51.33 feet, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line bears North 46 degrees 29 minutes 34 seconds East, a distance of 78.58 feet; THENCE with said curve to the right and with the south line of said existing 30.0' Sanitary Sewer Easement, an arc length of 51.35 feet to a point for corner; THENCE South 87 degrees 17 minutes 23 seconds West, a distance of 60.89 feet to a point for corner in said "Boundary Settlement Agreement" line, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line bears South 46 degrees 29 minutes 34 seconds West, a distance of 3 7.5 1 feet; THENCE North 46 degrees 29 minutes 34 seconds East, with said "Boundary Settlement Agreement" line, a distance of 13.66 feet to the POINT OF BEGINNING and containing 291 square feet or 0.007 acres of land, more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 CURTIS SMITH 5494 SUR`��� Exhibit A Page 2 of 2 EXHIBIT "B " �V} PPARCEL No. 18 PSSE PART > I i C�RVF I 586. 7 O5'01Allq06 �Ul`Ilk (, IJ�G I CHOR1.��"�1GTH I ARCS1.0 IH 35 BLOCK gY O LOT Cc ETPAGE 35 E 3g8-1 C T I J. BAUGH SURVEY voGUM P g ABSTRACT No. 115 w z 0 J 10.449 ACRES (BY DEED) I r— 30.0' SANITARY PETER W. ROKKAS, ETAL SEWER EASEMENT AND BARBARA ROKKAS I VOLUME 11582 VOLUME 12593, PAGE 638 PAGE 1838 D.R.T.C.T. D.R.T.C.T. OAKWOOD CEMETERY ASSOCIATION VOLUME 1105, PAGE 535 D.R.T.C.T. FND. 5/8"IRON ROD WITH CAP STAMPED "TRANSYSTEMS" • I _ ----- IL-4_ FND. 5/8"IRON ROD WITH CAP STAMPED "TRANSYSTEMS" LIN� IN f)g Et D1.bBqE I L-2 S 87117'23 60.89' 1 1 L-3 S 46:29'341 37.51' I L-4 IN4629'34 13.66' BOUNDARY SETTLEMENT AGREEMENT BETWEEN TARRANT REGIONAL WATER DISTRICT AND OAKWOOD CEMETERY ASSOCIATION C.C.F. No. D212049473 D.R.T.C.T. _ I 3p: p S ANIT _ I I/OLU,NE 126 2EwER EASE I 'Q'R<T_C.TPAGE gOSENT I PERMANENT SANITARY SEWER EASEMENT AREA ` 291 S0. FT. TARRANT COUNTY WATER 0.007 ACRESS _ _ CONTROL AND IMPROVEMENT 7.171 ACRES (BY DEED) APPROXIMATE DISTRICT No. ONE A 8 INVESTMENTS SURVEY LINE RICHARD CROWLEY SURVEY VOLUME 2621, PAGE 482 PAGE 310 VOLUME 125933, PAGE 6333 ABSTRACT No. 313 D.R.T.C.T. D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1,0001375289116. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017, 0 WO 100 50 0 100 SCALE IN FEET City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF A TRACT OF LAND DEEDED TO THE TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NO. ONE SITUATED IN THE J. BAUGH SURVEY, ABSTRACT NO. 115 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 291 SQUARE FEET OR 0.007 ACRES ICITY PROJ. No. 00969 JOB No. KHA_1616.00 DRAWN BY: JPH CAD FILE: 18—PSSE—PTI.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PACE 1 OF I SCALE: I" = 100' GORRONDONA & ASSOCIATES, NC. • 2800 N.E. LOOP 820, SUITE 160 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 8 7-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 18 TCE PART 1 CITY PROJECT No. 00969 J. BAUGH SURVEY, ABSTRACT No. 115 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in J. Baugh Survey, Abstract No. 115, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a tract of land deeded to Tarrant County Water Control and Improvement District No. One as recorded in Volume 2621, Page 482 of the Deed Records of Tarrant County, Texas, said temporary construction easement also being adjacent to a "Boundary Settlement Agreement" line between Tarrant Regional Water District and Oakwood Cemetery Association as recorded in County Clerk's File No. D212049473 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point in said "Boundary Settlement Agreement" line, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line bears South 46 degrees 29 minutes 34 seconds West, a distance of 91.07 feet; THENCE North 46 degrees 29 minutes 34 seconds East, with said "Boundary Settlement Agreement" line, a distance of 38.68 feet to a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line; THENCE North 72 degrees 43 minutes 01 seconds East, with said "Boundary Settlement Agreement" line, a distance of 18.79 feet to a point for corner; THENCE North 87 degrees 17 minutes 23 seconds East, a distance of 91.54 feet to a point for corner in said "Boundary Settlement Agreement" line; THENCE South 71 degrees 43 minutes 28 seconds East, with said "Boundary Settlement Agreement" line, a distance of 83.77 feet to a point for corner, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line bears South 71 degrees 43 minutes 28 seconds East, a distance of 59.73 feet; THENCE South 87 degrees 17 minutes 23 seconds West, a distance of 217.22 feet to the POINT OF BEGINNING and containing 4,792 square feet or 0.110 acres of land, more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 U F T� ,`P; � �� � s red;••.,-t-v CURTIS SMITH r ° 5494 �' Q SUP Exhibit A Page 2 of 2 I TABLE ,AINI 2LSTAF 1 L-2 N 4629'34E 38.68" IL-3 N 72'43'01'"E 18.79' IL-4 N 87-17:23"E 91.54' IL-5 S 71'4328"E 83.77' IL-6 S 71'43'28"E 59.73' IL-7 S 87'17'23'W 217.22' w LOT 1-R, BLOCK 1 OAKWOOD CEMETERY VOLUME 388-198, PACE 35 P.R. T. C. T. 10.449 ACRES (BY DEED) PETER W. ROKKAS, ETAL AND BARBARA ROKKAS VOLUME 12593. PAGE 638 D.R.T.C.T. EXHIBIT "B " PARCEL No. 18 TICE PART 1 J. BAUGH SURVEY ABSTRACT No. 115 OAKWOOD CEMETERY ASSOCIATION VOLUME 1105, PAGE 535 D.R.T.C.T. 30.0' SANITARY SEWER EASEMENT VOLUME 11582, PAGE 1838 D.R.T.C.T. vaM TEMPORARY CONSTRUCTION EASEMENT AREA 4,792 SO. FT. OR 0.110 ACRES FND. 5/8"IRON - ROD WITH CAP STAMPED "TRANSYSTEMS" FL-3 rL-4 /`1'C �.S .:: ::•;:t. e:....... .... BOUNDARY SETTLEMENT AGREEMENT BETWEEN TARRANT REGIONAL WATER DISTRICT AND OAKWOOD CEMETERY ASSOCIATION C.C.F. No. D212049473 D.R.T.C.T. FND. 5/8"IRON ROD WITH CAP STAMPED "TRANSYSTEMS" _ _ - - _ _ L- 7 PROPOSED PERMANENT SANITARY SEWER EASEMENT— I r — SA"�-� VOL ' FND. 5/8"IRON ROD WITH CAP sTAMPEO UMETA26 EWER EgSE_ , TARRANT COUNTY WATER=R�rC.TT'AGE 9p5ENT I \ II TRANSYSTEMS' , CONTROL AND IMPROVEMENT DISTRICT No. ONE '- VOLUME 2621, PAGE 482 �'- _ D.R.T.C.T. _ 7.171 ACRES (BY DEED) A B INVESTMENTS APPROXIMATE SURVEY LINE RICHARD CROWLEY SURVEY VOLUME 16000, PAGE 310 VOLUME 12593, PAGE 633 ABSTRACT No. 313 D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 1 W 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116, 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET oRT Wo RTH City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A TRACT OF LAND DEEDED TO THE TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NO. ONE SITUATED IN THE J. BAUGH SURVEY, ABSTRACT NO. 115 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 4.792 SQUARE FEET OR 0.110 ACRES CITY PROJ. No. 00969 JOB No. KHA-1616.00 I DRAWN BY: JPH CAD FILE: 18-TCE-PTI.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 1 OF 1 SCALE: 1" 100 GORRONDONA do ASSOCIATES, NC. • 2800 N.E. LOOP 820. SUITE 6 0 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 • 8 7-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 18 PSSE PART 2 CITY PROJECT No. 00969 J. BAUGH SURVEY, ABSTRACT No. 115 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in J. Baugh Survey, Abstract No. 115, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being out of a tract of land deeded to Tarrant County Water Control and Improvement District No. One as recorded in Volume 2621, Page 482 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement also being adjacent to a "Boundary Settlement Agreement" line between Tarrant Regional Water District and Oakwood Cemetery Association as recorded in County Clerk's File No. D212049473 of said Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: BEGINNING at a point in said "Boundary Settlement Agreement" line, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line bears North 46 degrees 29 minutes 34 seconds East, a distance of 38.68 feet; THENCE North 87 degree 17 minutes 23 seconds East, a distance of 217.22 feet to a point for corner in said "Boundary Settlement Agreement" line; THENCE South 71 degrees 43 minutes 28 seconds East, with said "Boundary Settlement Agreement" line, a distance of 59.73 feet to a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line; THENCE South 54 degrees 45 minutes 56 seconds East, with said "Boundary Settlement Agreement" line, a distance of 22.27 feet to a point for corner; THENCE South 87 degrees 10 minutes 24 seconds West, a distance of 156.51 feet to a point for corner in the north line of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12642, Page 905 of said Deed Records of Tarrant County, Texas; THENCE North 76 degrees 36 minutes 23 seconds West, with the north line of said existing 30.0' Sanitary Sewer Easement, a distance of 72.70 feet to a point for the beginning of a curve to the left having a radius of 616.81 feet, a central angle of 06 degees 09 minutes 27 seconds, and whose chord bears North 79 degrees 41 minutes 20 seconds West, a chord distance of 66.26 feet; THENCE with said curve to the left and with the north line of said existing 30.0' Sanitary Sewer Easement, an arc length of 66.29 feet to a point for corner in said "Boundary Settlement Agreement" line, from which a 5/8 inch iron rod with cap stamped "Transystems" found for an angle point in said "Boundary Settlement Agreement" line bears South 46 degrees 29 minutes 34 seconds West, a distance of 90.60 feet; Exhibit A Page 1 of 2 THENCE North 46 degrees 29 minutes 34 seconds East, with said "Boundary Settlement Agreement" line, a distance of 0.47 feet to the POINT OF BEGINNING and containing 6,655 square feet or 0.153 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 CURTIS SMITH °P 5494 Q Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 18 PSSE PART 2 E fN 79'411A 1CURVEI616.161 %;I CH0jj.jtpGTHIAR Li IH' 0609�27 86 6 �pgt��w� I�-, N 4 '29 r I� . ' I L - 8 L=: J. BAUGH SURVEY ----_ :::: 5973 � ABSTRACT No. 115 IL-3 S 771'43.28"E I L-4 S 54'45.56-E 22.27' IL-5 S 8T10'24 156.51' OAKWOOD CEMETERY ASSOCIATION IL-6 N 76'36"23�'y�I 72.70' i� VOLUME 1105, PAGE 535 D IL-7 S 46'29'341�I 90.60' = D.R.T.C.T. - DETAIL IL-8 N 46'29'34'''EE` 0.47" 1 13 NOT TO SCALE LOT 1-R, BLOCK 1 OAKWOOD CEMETERY VOLUME 388-198, PACE 35 P. R. T. C. T. 10.449 ACRES (BY DEED) PETER W. ROKKAS, ETAL AND BARBARA ROKKAS VOLUME 12593. PAGE 638 D.R.T.C.T. PERMANENT SANITARY SEWER EASEMENT AREA 6.655 SO. FT. OR 0.153 ACRES 30.0' SANITARY SEWER EASEMENT VOLUME 11582, PAGE 1838 D.R.T.C.T. FND. 5/8"IRON --ROD WITH CAP STAMPED "TRANSYSTEMS" P. 0. B.1 T-----+- FND. 5/8 'IRON 7.171 ACRES (BY DEED) A B INVESTMENTS VOLUME 16000, PAGE 310 VOLUME 12593, PAGE 633 D.R.T.C.T. BOUNDARY SETTLEMENT AGREEMENT BETWEEN TARRANT REGIONAL WATER DISTRICT AND OAKWOOD CEMETERY ASSOCIATION C.C.F. No. D212049473 D.R.T.C.T. FND. 5/8"IRON ROD WITH CAP STAMPED "TRANSYSTEMS" L-2 �, _.. ...T.... � I ::'.�::'.:. �.'::::'::':::�:':: i 1 A I r ::.:::::::::::::::::::::.:•::::::::.::::::::::.-::::::::::._::..:r ................ .: --..-::::_ �-._............ Lis `..........:..... L-5 I I 30•` I 1 _ Vol NITgRY Ste_ I SEE DETAIL MEDRTZwPA�EASEM I CT 9p5ENT 1_�1� TARRANT COUNTY WATER CONTROL _ AND IMPROVEMENT DISTRICT No. ONE VOLUME 2621, PAGE 482 - — D.R.T.C.T. _ APPROXIMATE SURVEY LINE RICHARD CROWLEY SURVEY ABSTRACT No. 313 ROD WITH CAP STAMPED "TRANSYSTEMS" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. 3. SURVEYED ON THE GROUND FEBRUARY 13. 2017. SCALE IN FEET ForrWORTH City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF A TRACT OF LAND DEEDED TO THE TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NO. ONE SITUATED IN THE J. BAUGH SURVEY, ABSTRACT NO. 115 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 6,655 SQUARE FEET OR 0.153 ACRES CITY PROJ. No. 00969 JOB No. KHA_1616.00 �DRAWN BY: JPH CAD FILE: 18-PSSE-PT2.DWG DATE: DECEMBER 13. 2020 EXHIBIT B PAGE 1 OF 1 SCALE: 1" - 100' GORRONDONA k ASSOCIATES, NC. • 2800 N.E. LOOP 820. SUITE 60 FORT WORTH, TX. 76137 OF �P: •��� s rE��F, CURTIS SMTTY CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 8 7-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 18 PART 2 TCE CITY PROJECT No. 00969 1 TRINITY RIVER LEVEE TR N/A, RICHARD CROWLEY SURVEY, ABSTRACT NO.313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a tract of land deeded to Tarrant County Water Control and Improvement District No. One as recorded in Volume 2621, Page 482 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "LGG" found for the southwest corner of a 7.171 acre tract of land (by deed) deeded to A B Investments as recorded in Volume 16000, Page 310 of the Deed Records of Tarrant County, Texas, and being further described in Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" being in the northeasterly right-of-way line of S.H. 199 (Jacksboro Highway) (a variable width right-of-way); THENCE North 74 degrees 25 minutes 18 seconds East, with the southeasterly line of said 7.171 acre tract of land, a distance of 56.02 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the northeast corner of a proposed permanent sanitary sewer easement; THENCE North 74 degrees 25 minutes 18 seconds East, with the southeasterly line of said 7.171 acre tract of land, a distance of 27.75 feet to a point for corner; THENCE South 41 degrees 17 minutes 08 seconds East, a distance of 583.22 feet to a point for corner in the most westerly north line of Block 1 of Henderson Street Bazaar, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388- 160, Page 8 of the Plat Records of Tarrant County, Texas, from which a 1/2 inch iron rod found for an angle point in the north line of said Block 1 bears South 83 degrees 51 minutes 50 seconds East, a distance of 10.16 feet; THENCE North 83 degrees 51 minutes 50 seconds West, with the most westerly north line of said Block 1, a distance of 36.95 feet to a point for the southeast corner of said proposed permanent sanitary sewer easement, from which a 1/2 inch iron rod found for the northwest corner of said Block 1 bears North 83 degrees 51 minutes 50 seconds West, a distance of 6.24 feet, said 1/2 inch iron rod being in the northeasterly right-of-way line of said S.H. 199; THENCE North 41 degrees 17 minutes 08 seconds West, with the northeasterly line of said proposed permanent sanitary sewer easement, a distance of 568.05 feet to the POINT OF BEGINNING and containing 14,391 square feet or 0.330 acres of land, more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116, (3) Surveyed on the ground February 13, 2017. Date: March 09, 2020 -Z / 14 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 7524 Jack Newell Blvd. So. Fort Worth, Texas 76118 Texas Firm No. 10106900 CURTIS SMITH 5494 o S U F Exhibit A Page 2 of 2 P. 0. C. 5/8"IR WITH CAP STAMPED "LGG" FND 7.171 ACRES (BY DEED) A B INVESTMENTS VOLUME 16000, PAGE 310 VOLUME 12593. PAGE 633 D.R.T.C.T. \'' EXHIBIT "B " PARCEL No. 18 PART 2 TCE / _ � X N 7w 27.75 ael E� R,cN ABD ?,Ncl No. ::::.:\ TARRANT COUNTY WATER CONTROL AND I PROVEMENT DI TRIIET4No. ONE VOLUD.R.T.C.T. TEMPORARY CONSTRUCTION EASEMENT AREA :. 14,391 SQ. FT. OR �A \•S 0.330 ACRES s PROPOSED PERMANENT ��f` 1pt�• SANITARY SEWER EASEMENT T PARCEL OT 18 PART 2 TCE SUBJECT TRACT & LOCATION OF EASEMENT NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. FORT WORTH a w z 2 U Q 60' 30' 0 60' 1J11 SCALE IN FEET City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A TRACT OF LAND DEEDED TO THE TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NO. ONE SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION EASEMENT REA 14 39 S UARE FEET OR 0 30 S CITY A 1 Q .3 ACRE I PROJ. No. 00969 CURTIS SMITH JOB No. KHA_1616.00 DRAWN BY: JLC CAD FILE: 18—TE—PT2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: MARCH 09, 2020 EXHIBIT B. PAGE 1 OF 2 SCALE: 1" — 60' NO. 5494 TEXAS FIRM No. 10108900 GORRONDONA do ASSOCIATES, IN • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 18 PART 2 TICE �Rv EY �.� C RO*�E� 313 Q TEMPORARY RICH ARO CONSTRUCTION PBS�RA EASEMENT AREA J 14.391 SQ. FT. OR 0.330 ACRES = ti` .......:::: s - R RANT COUNTY WATER CONTROL �'::":r:•":.:::`.:1 AND IMPROVEMENT DISTRICT No. ONE VOLUME 2621, PAGE 482 s� ..::: D.R.T.C.T. ::: PROPOSED PERMANENT SANITARY SEWER EASEMENT V `:: i}:i:i:::}i: S 83'51'50"E 10.16, 1/2"IR FND 1 /2"IR FND l7' N 6 ' o"w 6.24 �N 83'51'50V .24 36.95' T Q ti� T NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. BLOCK 1ET HAZ 8R RSON STSPAGE r S VOLUME p R•T.0 T I PARCEL No. 18 PART 2 TCE SUBJECT TRACT & LOCATION OF EASEMENT 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 60 30 O 60 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET ForrWORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A TRACT OF LAND DEEDED TO THE TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NO. ONE SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION R on EASEMENT AREA. 14.391 SQUARE FEET OR 0.330 r% ES CITY PRN OD. 0. 00z' CURTIS SMITH JOB No. KHA-1616.00 I DRAWN BY: JLC CAD FILE: 18—TE—PT2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: MARCH 09, 2020 `IiEXHIBIT B. PAGE 2 OF 2 SCALE: 1" s 60' NO. 5494 TEXAS FlRM No. 10106900 do GORRONDONA ASSOCIATES, IN . • 7524 JACK NEWELL BOULEVARD IOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 18 PART 3 PSSE CITY PROJECT No. 00969 1 TRINITY RIVER LEVEE TR N/A, RICHARD CROWLEY SURVEY, ABSTRACT NO.313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being out of a tract of land deeded to Tarrant County Water Control and Improvement District No. One as recorded in Volume 2621, Page 482 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "LGG" found for the southwest corner of a 7.171 acre tract of land (by deed) deeded to A B Investments as recorded in Volume 16000, Page 310 of the Deed Records of Tarrant County, Texas, and being further described in Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" being in the northeasterly right-of-way line of S.H. 199 (Jacksboro Highway) (a variable width right-of-way); THENCE North 74 degrees 25 minutes 18 seconds East, with the southeasterly line of said 7.171 acre tract of land, a distance of 56.02 feet to a point for corner; THENCE South 41 degrees 17 minutes 08 seconds East, a distance of 568.05 feet to a point for corner in the most westerly north line of Block 1 of Henderson Street Bazaar, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388- 160, Page 8 of the Plat Records of Tarrant County, Texas, from which a 1/2 inch iron rod found for an angle point in the north line of said Block 1 bears South 83 degrees 51 minutes 50 seconds East, a distance of 47.11 feet; THENCE North 83 degrees 51 minutes 50 seconds West, with the most westerly north line of said Block 1, a distance of 6.24 feet to a 1/2 inch iron rod found for the northwest corner of said Block 1, said 1/2 inch iron rod being in the northeasterly right-of-way line of said S.H. 199; THENCE North 44 degrees 40 minutes 30 seconds West, with the northeasterly right-of-way line of said S.H. 199, a distance of 172.41 feet to a point for corner, said point being an angle point in the northeasterly right-of-way line of said S.H. 199; THENCE North 62 degrees 31 minutes 45 seconds West, with the northeasterly right-of-way line of said S.H. 199, a distance of 163.15 feet to a point for an exterior corner in the northeasterly right-of-way line of said S.H. 199; Exhibit A Page 1 of 2 THENCE North 09 degrees 15 minutes 18 seconds West, a distance of 30.77 feet to a point for corner; THENCE North 48 degrees 39 minutes 59 seconds East, a distance of 16.63 feet to a point for corner; THENCE North 41 degrees 17 minutes 08 seconds West, a distance of 146.57 feet to a point for corner in the northeasterly right-of-way line of said S.H. 199; THENCE North 84 degrees 39 minutes 51 seconds East, with the northeasterly right-of-way line of said S.H. 199, a distance of 13.11 feet to a point for an exterior corner in the northeasterly right-of-way line of said S.H. 199; THENCE North 47 degrees 38 minutes 09 seconds West, with the northeasterly right-of-way line of said S.H. 199, a distance of 100.25 feet to the POINT OF BEGINNING and containing 21,021 square feet or 0.483 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: March 9, 2020 S Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 7524 Jack Newell Blvd. So. Fort Worth, Texas 76118 Texas Firm No. 10106900 CURTIS SMITH 5494 �o S U R`� Exhibit A Page 2 of 2 EXHIBIT "B " \ PARCEL No. 18 PART 3 PSSE 7.171 ACRES (BY DEED) / A B INVESTMENTS S�RVE� \ VOLUME 16000, PAGE 310 VOLUME 12593, GE 633 D.RT.C.T.A5,�8� J 0 CROW NO• 3�3 P. O.B. TARRANT COUNTY WATER CONTROL 5/8"IR WITH CAP:::$:ti::ii............:F.i{ii{ . STAMPED "LGG" FND '�'• :::::::::::::•:::•.�:.. AND IMPROVEMENT DISTRICT No. ONE 1r^�, `:..::.:::::: =• '\ VOLUME 2621, PAGE 482 00 it - PERMANENT SANITARY L-5 :'.��, SEWER EASEMENT AREA 21,021 SQ. Fr. OR 0.483 ACRES .......:..:::::::::::.::::.:::. F ti ;;:::::::::::Ic :::: o LLI LINE TABLE :::: LINE BEARING DISTANCE \ w:::::::::::.:::::........:::::::::.\ _ L-1 N 62'31'45"W 163.15' .' L-2 S 42'27'40"W 9.48' L-2 .:` PARCEL No. .... : ....:......::....... L-3 N 09' 15' 18"W 30.77' 18 PART 3 PSSE L-4 N 48'39'59"E 16.63' •- :� :- L-5 N 84'39'51 E 13.1 1' SUBJECT TRACT & LOCATION OF EASEMENT NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 60' 30' 0 6O' / SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET ForrWORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF A TRACT OF LAND DEEDED TO THE TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NO. ONE SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION EASEMENT AREA 21 021 SQUARE FEET OR 0 483 ACRES CITY PROJ 0969 N0. 0 CURTIS SMITH JOB No. KHA_1616.00 DRAWN BY: JLC CAD FILE: 18—PE—PART3.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: MARCH 09, 2020 EXHIBIT B. PAGE 1 OF 2 SCALE: 1" - 60' NO. 5494 TEXAS FIRM No. 10105900 GORRONDONA & ASSOCIATES, IN . • 7524 JACK NEWELL BOULEVARD OUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1788 EXHIBIT "B " PARCEL No. 18 PART 3 PSSE Y SURv�"Y Q CROWL o w 3�3 R�cH PBSCRp,C� N z U ....... " . PERMANENT SANITARY s SEWER EASEMENT AREA 21,021 SQ. FT. OR _�i• 0.483 ACRES LINE TABLE STANC L1N1IN 6 *31 45'WID1163.15EI TARRANT COUNTY WATER CONTROL 4, Sd, AND IMPROVEMENT DISTRICT No. ONE sty 19 VOLUME 2621, PAGE 482 s�•S• D.R.T.C.T. S 83.51'50"E 1 /2"IR FND 47.11, L IV v 1/2"IR FND v 0�Q•� j N 83'S1'50"W r 6.24 o oy�s� tiT y`01 J � � NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. -_ 1 qj ZAAR ERS N ST EO TPAGE 8 HENDUME sB ,T C T (� 'vOL p.R ' PARCEL No. 18 PART 3 PSSE SUBJECT TRACT & LOCATION OF EASEMENT 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 60 30 0 60 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. �T 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET 11` ORT WORT City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OF oA � T TRACT OF LAND DEEDED TO THE TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NO. ONE SITUATED IN THE «....» ..................................» RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 C RTIS SMIT THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS •• » - - ......•• AS ., pOF5494 :'O VOLUME 2621, PDEDAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION EASEMENT AREA: 21.021 SQUARE FEET OR 0.483 ACRES ITPROD. No. 00969 CURTIS SMITH JOB No. KHA-1618.00 DRAWN BY: JLC CAD FILE: 18—PE—PART3.DWG IOCUTHY REGISTERED PROFESSIONAL LAND SURVEYOR DATE: MARCH 09, 2020 EXHIBIT B. PAGE 2 OF 2 SCALE: 1" m 60' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, IN . • 7524 JACK NEWELL BOULEVARD FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 18 TAE CITY PROJECT No. 00969 1 TRINITY RIVER LEVEE TR N/A, RICHARD CROWLEY SURVEY, ABSTRACT NO.313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary access easement situated in Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, said temporary access easement being out of a tract of land deeded to Tarrant County Water Control and Improvement District No. One as recorded in Volume 2621, Page 482 of the Deed Records of Tarrant County, Texas, said temporary access easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "LGG" found for the southwest corner of a 7.171 acre tract of land (by deed) deeded to A B Investments as recorded in Volume 16000, Page 310 of the Deed Records of Tarrant County, Texas, and being further described in Volume 12593, Page 633 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "LGG" being in the northeasterly right-of-way line of S.H. 199 (Jacksboro Highway) (a variable width right-of-way); THENCE North 74 degrees 25 minutes 18 seconds East, with the southeasterly line of said 7.171 acre tract of land, a distance of 56.02 feet to a point for the northeast corner of a proposed permanent sanitary sewer easement; THENCE South 41 degrees 17 minutes 08 seconds East, with the northeasterly line of said proposed permanent sanitary sewer easement, a distance of 299.76 feet to the POINT OF BEGINNING of the herein described temporary access easement; THENCE North 76 degrees 06 minutes 07 seconds East, a distance of 224.40 feet to a point for corner; THENCE North 90 degrees 00 minutes 00 seconds East, a distance of 22.51 feet to a point for corner; THENCE South 23 degrees 56 minutes 18 seconds East, a distance of 22.29 feet to a point for corner; THENCE South 00 degrees 00 minutes 00 seconds East, a distance of 42.12 feet to a point for corner; THENCE South 40 degrees 03 minutes 05 seconds West, a distance of 17.57 feet to a point for corner; THENCE South 64 degrees 33 minutes 38 seconds West, a distance of 23.95 feet to a point for corner; Exhibit A Page 1 of 3 THENCE South 68 degrees 34 minutes 12 seconds West, a distance of 150.24 feet to a point for corner in the northeasterly line of said proposed permanent sanitary sewer easement, from which a 1/2 inch iron rod found for the northwest corner of Block 1 of Henderson Street Bazaar, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-160, Page 8 of the Plat Records of Tarrant County, Texas bears South 41 degrees 17 minutes 08 seconds East, a distance of 152.20 feet and North 83 degrees 51 minutes 50 seconds West, a distance of 6.24 feet, said 1/2 inch iron rod found being in the northeasterly right-of-way line of said S.H. 199; THENCE North 41 degrees 17 minutes 08 seconds West, with the northeasterly line of said proposed permanent sanitary sewer easement, a distance of 20.93 feet to a point for corner; THENCE North 66 degrees 58 minutes 32 seconds East, a distance of 39.95 feet to a point for corner; THENCE North 68 degrees 57 minutes 36 seconds East, a distance of 116.78 feet to a point for corner; THENCE North 64 degrees 33 minutes 38 seconds East, a distance of 18.84 feet to a point for corner; THENCE North 40 degrees 03 minutes 05 seconds East, a distance of 5.94 feet to a point for corner; THENCE North 00 degrees 00 minutes 00 seconds West, a distance of 30.60 feet to a point for corner; THENCE North 23 degrees 56 minutes 18 seconds West, a distance of 5.05 feet to a point for corner; THENCE North 90 degrees 00 minutes 00 seconds West, a distance of 7.07 feet to a point for corner; THENCE South 76 degrees 06 minutes 07 seconds West, a distance of 211.60 feet to a point for corner in the northeasterly line of said proposed sanitary sewer easement; THENCE North 41 degrees 17 minutes 08 seconds West, with the northeasterly line of said proposed sanitary sewer easement, a distance of 22.52 feet to the POINT OF BEGINNING and containing 9,447 square feet or 0.217 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: October 01, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 7524 Jack Newell Blvd. So. Fort Worth, Texas 76118 Texas Firm No. 10106900 ;SrfR � Aw 1� CURTIS SMITH ;o 5494 tiO••.FSS� J�-i SUP, Exhibit A Page 3 of 3 EXHIBIT "B " \ PARCEL No. 18 TAE 7.171 ACRES (BY DEED) A B INVESTMENTS \ VOLUME 16000. PAGE 310 VOLUME 12593, PAGE 633 \ D.R.T.C.T. N 756 i "E TARRANT COUNTY WATER CONTROL AND IMPROVEMENT ONE P. 0• C. \ VOLUME 2621, PAGE 482 5/8"IR WITH CAP \ D.R.T.C.T. STAMPED !WITH FNO \ SURVEY \ \ C0ROW` R�CNpRg�RpO� N � \s PROPOSED PERMANENT J \ \ 7i1 SANITARY SEWER EASEMENT \ \ ry ,oT p ti 'A70 �� \ 1 T O /�/w PARCEL N0. 18 TAE 9J \ SUBJECT TRACT & LOCATION OF EASEMENT NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PUT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 60' 30' O 60' SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13. 2017. SCALE IN FEET FowrWOUH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 a w Z J a EXHIBIT SHOWING A TEMPORARY ACCESS EASEMENT OF � l TRACT OF LAND DEEDED TO THE TARRANT COUNTY WATER `P�. ..STfR . CONTROL AND IMPROVEMENT DISTRICT NO. ONE o SITUATED IN THE - �._......••._.._•.S _.. RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 C RTIS SMI THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ... ...•••••• AS RECORDED IN �'• �pOF5494 Qyr VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS F� PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION EASEMENT AREA: 9.447 SQUARE FEET OR 0.217 ACRES ICITY PROJ. No. 00969 CURTIS SMITH JOB No. KHA_1616.00 DRAWN BY: JLC CAD FILE: 18—TAE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE OCTOBER 01, 2020 EXHIBIT B. PAGE 1 OF 2 SCALE: i• — 60' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA 8: ASSOCIATES, IN . • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 18 TAE TEMPORARY ACCESS � LINE TABLE EASEMENT AREA LINE BEARING DISTANCE 9.447 SQ. FT. OR L-1 L-1 N 90'00'00"E 22.51' 0.217 ACRES L-2 S 23'56'18"E 22.29' W sA .� 2`:. ..... ::L-3 S 00'00'00"E 42.12' Z � r'y'i) r . O. L b+Qs, �� . ::.:. .....:. :.:..........: :.::. .:.:;. i.;; ' ..-. - L - 4 S 40' 03' OS "W 17.57' . .� L-12 0 s•.................::.::::....:....,� L-11 L-5 S 64'33'38"W 23.95' 0�'`N 2 L-9 j L-8 N 41' 17'08"W 20.93' U .....:.:.:::.:.:.. y. y. i6p6 L-7 N 66'58'32"E 39.95' L-8 N 64'33'38"E 18.84' ........ :::..........yg L-G N 40'03'05"E 5.94' \ � :_::::::�'re' `.� L-10 N 90'00'00"W 30.60' \ t��• .. :- ::::y... L-11 N 23'56'18"W 5.05' \ ter✓',LA L-12 N 90'00'00"W 7.07' ::.:::::::::r L-13 N 41'17'08"W 22.52' •:::::::: y i, �2•W 5 TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. ONE \ VOLUME 2621, PAGE 482 \ D.R.T.C.T. 9�9e� o • y \ r� PROPOSED PERMANENT C��L IO SANITARY SEWER EASEMENT t9 \oe� '4 ti y, \, ��°' 3 1 /2"IR FND 1/2"IR FND CK � BAZAAR PARCEL No. BL STREETpAGE 8 18 TAE \ N 636.24' BENDUME 388 T•C T. \ Nr0L p.R SUBJECT TRACT & \ LOCATION OF EASEMENT NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 60 30 0 60 SYSTEM, . THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS � J SHOWN ARERE SURFACE. 3. SURVEYED ON THE GROUND FEBRUARY 13. 2017. SCALE IN FEET ForrWOUH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY ACCoESAS EASEMENT OFOUT T TRACT OF LAND DEEDED TO THE TARRANT COUNTY WATER ,\P�• STE; ---- o CONTROL AND IMPROVEMENT DISTRICT NO. ONE SITUATED IN THE _ ......:......._....._........_........ ' ._.... RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 CURTIS SMIT THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS - - - AS RECORDED IN 5494 ° VOLUME 2621, PAGE 482 ,G•.oF O DEED RECORDS OF TARRANT COUNTY, TEXAS .......F, PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION EASEMENT AREA: 9.447 SQUARE FEET OR 0.217 ACRES ICITY PROJ. No. 00969 CU TIS SMITH JOB No. KHA_1616.00 DRAWN BY: JLC CAD FILE: 18-TAF-DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 01. 2020 EXHIBIT B. PAGE 2 OF 2 SCALE: 1' 60' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES. IN . • 7524 JACK NEWELL BOULEVARD FORT WORTH. TX. 76118 817-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 20 PSSE PART 1 CITY PROJECT No. 00969 930 N. HENDERSON ST RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being out of a 5.630 acre tract of land (by deed) and a 1.220 acre tract of land (by deed), both tracts being deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northwest corner of said 5.630 acre tract of land, said point being in the southeasterly line of a tract of land deeded to the Fort Worth and Western Railroad Company as recorded in Volume 9391, Page 2044 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap stamped "FULTON SURVEYING" found for reference bears South 78 degrees 30 minutes 33 seconds East, a distance of 0.22 feet and from which a 1/2 inch iron rod with cap stamped "SPOONER & ASSOC" found for the northwest corner of Lot 1, Block A of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-178, Page 64 of the Plat Records of Tarrant County, Texas bears South 65 degrees 08 minutes 26 seconds East, a distance of 86.65 feet and South 04 degrees 01 minutes 49 seconds East, a distance of 1.20 feet, said 1/2 inch iron rod with cap stamped "SPOONER & ASSOC" being in the east line of said 5.630 acre tract of land; said 1/2 inch iron rod with cap stamped "SPOONER & ASSOC" being the northwest corner of a 17.120 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211193411 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "SPOONER & ASSOC" also being the southwest corner of a 2.41 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2642, Page 47 of said Deed Records of Tarrant County, Texas; THENCE South 22 degrees 16 minutes 04 seconds West, with the northwesterly line of said 5.630 acre tract of land and with the southeasterly line of said Fort Worth and Western Railroad Company tract of land, a distance of 586.00 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; THENCE South 67 degrees 35 minutes 25 seconds East, a distance of 374.68 feet to a point for corner in the east line of said 5.630 acre tract of land, said point being in the west line of said Lot 1, said point also being in the west line of said 17.120 acre tract of land; Exhibit A Page 1 of 3 THENCE South 04 degrees 01 minutes 49 seconds East, with the east line of said 5.630 acre tract of land, with the west line of said Lot 1, and with the west line of said 17.120 acre tract of land, a distance of 15.53 feet to a punch hole on concrete found for the northeast corner of said 1.220 acre tract of land, said punch hole on concrete being the most easterly southeast corner of said 5.630 acre tract of land, said punch hole on concrete being an interior corner in the west line of said Lot 1, said punch hole on concrete also being an interior corner in the west line of said 17.120 acre tract of land; THENCE South 00 degrees 14 minutes 14 seconds West, with the east line of said 1.220 acre tract of land, with the west line of said Lot 1, and with the west line of said 17.120 acre tract of land, a distance of 38.98 feet to a point for corner; THENCE North 67 degrees 35 minutes 25 seconds West, a distance of 396.18 feet to a point corner in the northwesterly line of said 5.630 acre tract of land, said point being in the southeasterly line of said Fort Worth and Western Railroad Company tract of land, from which a 1 /2 inch iron rod with cap stamped "Spooner & Assoc" found for an interior corner in the southwesterly line of said 5.630 acre tract of land and being in the northeasterly right-of-way line of N. Henderson Street (S.H. 199) (a variable width right-of-way) bears South 22 degrees 16 minutes 04 seconds West, a distance of 204.59 feet and South 47 degrees 31 minutes 44 seconds East, a distance of 271.93 feet; THENCE North 22 degrees 16 minutes 04 seconds East, with the northwesterly line of said 5.630 acre tract of land and with the southeasterly line of said Fort Worth and Western Railroad Company tract of land, a distance of 50.00 feet to the POINT OF BEGINNING and containing 19,294 square feet or 0.443 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.000 13 75289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 CURTIS SMITH �r 5494 Pv Q7- Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. 20 PSSE PART I DRAINAGE / LICENSE AGREEMENT ; C.C.F. No. D21319769Y 0.258 ACRES (BY DEED) D.R.T.C.T, TARRANT COUNTY WATER CONTROL / AND IMPROVEMENT DISTRICT NUMBER ONE / VOLUME 2589, PAGE 533 / I LINE TABLE / � \D.R.T.C.T. _ _ ILINEI BEARING IDISTANCE i -/-- - - I 1AA L-1 S 65'08'26' E 86.65' l �c T /,l BLOCK 1 HENDERSON STREET BAZAAR VOLUME 388-160, PACE 8 / P.R.T.C.T. a P. 0. C. DRAINAGE AND / 4 " UTILITY EASEMENT��// 2 O� V FND 1 VOLUME 388-160, PAGE 8 Q C) WITH CAP P.R.T.C.T. tiro QQ�. "FULTON p�p v SURVEYING" BRS 0; ti S 78'30'33"E 4 �0) Q 0.22' EASEMENT / oo LOCATION 5.630 ACRES (BY DEED) 3 TARRANT REGIONAL o WATER DISTRICT ti C.C.F. No. D211294524 D.R.T.C.T. SUBJECT TRACT & I �� LOCATION OF EASEMENT / RICHARD CROWLEY SURVEY ABSTRACT No. 313 / / I / / 2.41 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 VOLUME 2642, PAGE 47 D. R. T. C. T. IS 04'01'49"E 1.20' \ JO , FND 1/2" IR WITH CAP A "SPOONER & ASSOC" 17.120 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211193411 D.R.T.C.T. LOT 1, BLOCK A VALLEY VIEW ADDITION VOLUME 388-178, PACE 64 P.R. T. C. T. NOTES: M AT C H L I N E 1, A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. T 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. u SCALE IN FEET o�rwo�r City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF 2 TRACTS OF LAND DEEDED TO TARRANT COUNTY REGIONAL WATER DISTRICT SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS BOTH TRACTS RECORDED IN C.C.F. NO, D211294524 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 19.294 SQUARE FEET OR 0.443 ACRES CITY PROJ. No. 00969 JOB No. KHA-1616.00 I DRAWN BY: JLC CAD FILE: 20—PSSE—PTI.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 1 OF 2 SCALE: 1" - 100' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 8 7-496-1424 FAX 817-496-1768 MATCHLINE 4 O / 3 e / oho �o C04ry Nry fro. h o o� q00 � 1 �o �a h ` l Qr a •`" a� 2 p �p0 H O::::::::::::::: . / DRAINAGE AND UTILITY EASEMENT / VOLUME 388-160 / PAGE 8 / P.R.T.C.T. - h FND 1"IR o� EXHIBIT "B " PARCEL No. 20 PSSE PART 1 • I -------------------- I I PERMANENT SANITARY SEWER EASEMENT AREA I I 30.0' EMERGENCY 19.294 SO. FT. OR I I ACCESS AND 0.443 ACRES I UTILITY EASEMENT I VOLUME 388-178, PAGE 64 I P.R.T.C.T. I I I I '117.120 ACRES (BY DEED) TARRANT REGIONAL I WATER DISTRICT I I I C.C.F. No. D211193411 I D.R.T.C.T. I ' I LOT 1, BLOCK A VALLEY VIER ADDITION I VOLUME 388-178, PAGE 64 I P.R. T. C. T. S 04'01'49"E a ! 15.53' 5.630 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211294524 D.R.T.C.T. OFF:;• �9R Fy �F RICHARD CROWLEY SURVEY */ �s,' �l ABSTRACT No. 313 EASEMENT ! LOCATION Pity 'fill ,x�Q9,(I\ \ 01- �9�F%' FND 112" IR SUBJECT TRACT & �y9} � WITH CAP LOCATION OF EASEMENT � .-SPOONER & ASSOC" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017, &VW PUNCH HOLE IN CONCRETE S OV14 14"W 38.98- W N I ZO V CA m(,��1- vW EnN V \� Wwzw ` a � � O Q 3 1i I ` N ~ V 2,594 ACRES (BY DEED) U TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211181876 D.R.T.C.T. 100 50 0 100 lr SCALE IN FEET City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF 2 TRACTS OF LAND DEEDED TO TARRANT COUNTY REGIONAL WATER DISTRICT SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS BOTH TRACTS RECORDED IN C.C.F. NO. D211294524 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 19.294 SQUARE FEET OR 0.443 ACRES CITY PROJ. No. 00969 JOB No. KHA_1616.00 DRAWN BY: JLC CAD FILE: 20-PSSE-PTI.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 2 OF 2 SCALE: 1' " 100' GORRONDONA do ASSOCIATES, NC. • 2800 N.E. LOOP 820, SUITE 6 0 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 81-/-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 20 PSSE PART 2 CITY PROJECT No. 00969 LOT 1, BLOCK A, VALLEY VIEW ADDITION CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement out of Lot 1, Block A of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-178, Page 64 of the Plat Records of Tarrant County, Texas, said permanent sanitary sewer easement also being out of a 17.120 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211193411 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: BEGINNING at a hole punch in concrete found for an interior corner in the west line of said Lot 1, said hole punch in concrete being an interior corner in the west line of said 17.120 acre tract of land, said hole punch in concrete being the northeast corner of a 1.220 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of said Deed Records of Tarrant County, Texas, said hole punch in concrete also being the southeast corner of a 5.630 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of said Deed Records of Tarrant County, Texas; THENCE North 04 degrees 01 minutes 49 seconds West, with the west line of said Lot 1, with the west line of said 17.120 acre tract of land, and with the east line of said 5.630 acre tract of land, a distance of 15.53 feet to a point for corner; THENCE South 67 degrees 35 minutes 25 seconds East, a distance of 208.63 feet to a point for corner; THENCE North 58 degrees 31 minutes 19 seconds East, a distance of 70.83 feet to a point for corner; THENCE North 22 degrees 36 minutes 40 seconds East, a distance of 341.36 feet to a point for corner; THENCE South 84 degrees 05 minutes 01 seconds East, a distance of 17.34 feet to a point for corner in the northeasterly line of said Lot 1, said point being in the northeasterly line of said 17.120 acre tract of land, said point also being in the southwesterly line of a 10.45 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2621, Page 482 of said Deed Records of Tarrant County, Texas; Exhibit A Page 1 of 3 THENCE South 46 degrees 20 minutes 37 seconds East, with the northeasterly line of said Lot 1, with the northeasterly line of said 17.120 acre tract of land, and with the southwesterly line of said 10.45 acre tract of land, a distance of 81.69 feet to a point for corner, from which an "X" cut found for the northeast corner of said Lot 1 bears South 46 degrees 20 minutes 37 seconds East, a distance of 162.44 feet, said "X" cut being an interior corner in the north line of said 17.120 acre tract of land, said "X" cut being the northwest corner of Lot 1, Block 3 of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 274 of said Plat Records of Tarrant County, Texas, said "X" cut also being an exterior corner in the south line of said 10.45 acre tract of land; THENCE North 84 degrees 05 minutes 01 seconds West, a distance of 44.73 feet to a point for corner; THENCE South 22 degrees 36 minutes 40 seconds West, a distance of 320.36 feet to a point for corner; THENCE South 58 degrees 31 minutes 19 seconds West, a distance of 112.44 feet to a point for corner; THENCE North 67 degrees 35 minutes 25 seconds West, a distance of 212.42 feet to a point for corner in the west line of said Lot 1, Block A, said point being in the west line of said 17.120 acre tract of land, said point also being in the east line of said 1.220 acre tract of land; THENCE North 00 degrees 14 minutes 14 seconds East, with the west line of said Lot 1, Block A, with the west line of said 17.120 acre tract of land, and with the east line of said 1.220 acre tract of land, a distance of 38.98 feet to the POINT OF BEGINNING and containing 33,180 square feet or 0.762 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 ST e4.'+y CURTIS SMITH 5494 �< o S F"� Exhibit A Page 3 of 3 o N W J N Z U yO5EN SO ^ H w IINU v)wooF-m w wz� Q�aZo o of ui U a 7 N W J 11 U O�N m0� � uj0NU O in it Z a�aZin 0 L3 w N H U N U EXHIBIT "B " PARCEL No. 20 PSSE PART 2 I I I I I I I 40.0' EMERGENCY ACCESS I I I I _ AND UTILITY EASEMENT I I II I VOLUME 388-178, PAGE 64 � I I I P.R.T.C.T. I I I � 30.0' EMERGENCY ACCESS I I I I AND UTILITY EASEMENT I I VOLUME 388-178, PAGE 64 � I P.R.T.C.T. I I PERMANENT SANITARY � I i SEWER EASEMENT AREA I I 33,180 SQ. FT, OR I I 0.762 ACRES ,EASEMENT LOCATION SUBJECT TRACT & LOCATION OF EASEMENT NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. L-5 v V VOL 10.45 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT ��� No. 1 i� �� VOLUME 2621, PAGE 482 D.R.T.C.T. ... \ :.-L-8 �\ � � J 30.0' SANITARY SEWER EASEMENT VOLUME 12642, PAGE 914 \CUTX ` D.R.T.C.T. � FND Imo. I` F I LN1 IL-2 IL-3 IL-4 I L-5 IL-6 IL-7 I L-8 I L-9 IL-10 IL-1 i I1-12 It N 04"� ,b 5 S 6T35'25"EE 208.63" N 58'31'19'E 70.83" N 22'36"40-E 341.36" S 84'05'O1'E 17.34' S 46'20'37'E 81.69' S 46'20'37"E 162.44' N 84'05"O1 44.73" S 22'36"40' 320.36' S 58'31'1� 112.44' N 6T35'25 212.42' N 00' 14' 14 38.98' 64 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 O 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET o�rwo�r City of Fort Worth 200 TEXAS STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF LOT 1, BLOCK A. VALLEY VIEW ADDITION AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 388-178, PAGE 64 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 33,180 SQUARE FEET OR 0.762 ACRES CITY PROJ. No. 00969 JOB No. KHA_1616.00 DRAWN BY: JPH CAD FILE: 20-PSSE-PT2.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 1 OF 1 SCALE: 1' 100' CORRONDONA k ASSOCIATES, NC. 2800 N.E. LOOP 820, SUITE 60 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR N0. 5494 TEXAS FIRM No. 10106900 8 7-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 20 PSSE PART 3 CITY PROJECT No. 00969 RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARR.ANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in the Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a 10.45 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2621, Page 482 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Spooner & Assoc." found for the northwest corner of Lot 1, Block A of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-178, Page 64 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." being the northwest corner of a 17.120 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211193411 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." being the southwest corner of a 2.41 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2642, Page 47 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." also being in the east line of a 5.630 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of said Deed Records of Tarrant County, Texas; THENCE South 51 degrees 42 minutes 46 seconds East, with the northeasterly line of said Lot 1, with the northeasterly line of said 17.120 acre tract of land, and with the southwesterly line of said 2.41 acre tract of land, a distance of 387.75 feet to a point for an exterior corner in the northeasterly line of said Lot 1, said point being an exterior corner in the northeasterly line of said 17.120 acre tract of land, said point being the apparent southeast corner of said 2.41 acre tract of land, said point also being an apparent exterior corner in the southwesterly line of said 10.45 acre tract of land; THENCE South 46 degrees 20 minutes 37 seconds East, with the northeasterly line of said Lot 1, with the northeasterly line of said 17.120 acre tract of land, and with the southwesterly line of said 10.45 acre tract of land, a distance of 197.71 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; THENCE South 84 degrees 05 minutes 01 seconds East, a distance of 34.55 feet to a point for corner in the southwesterly line of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12642, Page 914 of said Deed Records of Tarrant County, Texas; THENCE South 51 degrees 42 minutes 46 seconds East, with the southwesterly line of said existing 30.0' Sanitary Sewer Easement, a distance of 93.39 feet to a point for corner; Exhibit A Page 1 of 2 THENCE North 84 degrees 05 minutes 01 seconds West, a distance of 48.83 feet to a point for corner in the southwesterly line of said 10.45 acre tract of land, said point being in the northeasterly line of said Lot 1, said point also being in the northeasterly line of said 17.120 acre tract of land, from which an "X" cut found for the northeast corner of said Lot 1 bears South 46 degrees 20 minutes 37 seconds East, a distance of 162.44 feet, said "X" cut being an interior corner in the north line of said 17.120 acre tract of land, said "X" cut being the northwest corner of Lot 1, Block 3 of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 274 of said Plat Records of Tarrant County, Texas, said "X" cut also being an exterior corner in the south line of said 10.45 acre tract of land; THENCE North 46 degrees 20 minutes 37 seconds West, with the southwesterly line of said 10.45 acre tract of land, with the northeasterly line of said Lot 1, Block A, and with the northeasterly line of said 17.120 acre tract of land, a distance of 81.69 feet to the POINT OF BEGINNING and containing 2,085 square feet or 0.048 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 20220 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 OF T STfP CURTIS SMITH r *X p 5494 Q:: 9�oSUR��o Exhibit A Page 2 of 2 P. 0. C. FND 1 /2"IRON ROD W/CAP STAMPED "SPOONER & ASSOC." 5.630 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211294524 D.R.T.C.T. EXHIBIT "B " PARCEL No. 20 PSSE PART 3 0.258 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NUMBER ONE VOLUME 2589, PAGE 533 D.R.T.C.T. 10.45 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 VOLUME 2621, PAGE 482 D.R.T.C.T. r ` `CN p,FtD R ACC N 00 Q55, \ �cr gc��CC6 SS �� J � 9 � 17.120 ACRES (BY DEED) �>s, TARRANT REGIONAL WATER DISTRICT \ C.C.F. No. D211193411 D.R.T.C.T. \ LOT 1, BLOCK A \ \ VALLEY VIEW ADDITION �\ SEWER EASEMENT SANITARY VOLUME 388-178, PACE 64 VOLUME 12642, PAGE 914 P.R. T.C. T. D.R.T.C.T, S 46'20'37"E 197.71' MATCHLINE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET o wo�r City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF A 10.45 ACRE TRACT OF LAND DEEDED TO TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 2.085 SQUARE FEET OR 0.048 ACRES CITY PROJ. No. 00969 JOB bw KHA_1616.00 DRAWN BY: JPH CAD FILE: 20-PSSE-PT3.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 1 OF 2 SCALE: 1" - 100' GORRONDONA & ASSOCIATES, NC. • 2800 N.E. LOOP 820, SUITE 6 0 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR iNO. 5494 TEXAS FIRM No. 10106900 811/-496-1424 FAX 817-496-17>8 EXHIBIT "B " PARCEL No. 20 PSSE PART 3 MATCHLINE S . 40.0' EMERGENCY ACCESS AND UTILITY EASEMENT �i• `� / VOLUME 388-178, PAGE 64 ` P.R.T.C.T. --------------- ------------ I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I L1-1 S IL—S JL-3N 8 L—�441''0452i ''0461tt1 """"WWEE I9483..3893'' i 4620'37 YV 81.69' far/�al s�R`�EY R� CRo* R P85� 10.45 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 VOLUME 2621, PAGE 482 ......: \. D.R.T.C.T. 30.0' SANITARY SEWER EASEMENT S ` ` VOLUME 12642, PAGE 914 D.R.T.C.T. PERMANENT SANITARY SEWER EASEMENT AREA F� 2,085 S0. FT. OR 's�— — 0.0.048 ACRES '4• FIND X CUT 17.120 ACRES (BY DEED) TARRANT REGIONAL I 50.0' TURN WATER DISTRICT C.C.F. No. D211193411 AROUND EASEMENT I ~� D.R.T.C.T. / CABINET A, SLIDE 274 i P.R.T.C.T. LOT 1, BLOCK A VALLEY VIEW ADDITION I � LOT 1, BLOCK 3 � VOLUME 388-178, PACE 64 /' VALLEY VIEW ADDITION P. R. T. C. T. I / CABINET A, SLIDE 274 V P.R.T.C.T. I I I I I 26.0' EMERGENCY ACCESS EASEMENT —CABINET A, SLIDE 274 P.R.T.C.T. I . NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 1 00rj0 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. hT 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET lIN o�rwo�r City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OUT OF A 10.45 ACRE TRACT OF LAND DEEDED TO TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 2.085 SQUARE FEET OR 0.048 ACRES CITY PROJ. No. 00969 JOB No. KHA_1616.00 DRAWN BY: JPH CAD FILE: 20—PSSE—PT3.DWG DATE: DECEMBER 13. 2020 EXHIBIT B PAGE 2 OF 2 SCALE: 1" 100' GORRONDONA & ASSOCIATES, NC. • 2800 N.E. LOOP 820, SUITE 6 0 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR 140. 5494 TEXAS FIRM No. 10106900 8 7-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 20 TCE PART 1 CITY PROJECT No. 00969 930 N. HENDERSON ST RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 5.630 acre tract of land (by deed) and a 1.220 acre tract of land (by deed), both tracts being deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northwest corner of said 5.630 acre tract of land, said point being in the southeasterly line of a tract of land deeded to the Fort Worth and Western Railroad Company as recorded in Volume 9391, Page 2044 of said Deed Records of Tarrant County, Texas, said point also being an interior ell corner of a 0.258 acre tract of land (by deed) deeded to Tarrant Water Control and Improvement District Number One as recorded in Volume 2589, Page 533 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap stamped "FULTON SURVEYING" found for reference bears South 78 degrees 30 minutes 33 seconds East, a distance of 0.22 feet and from which a 1/2 inch iron rod with cap stamped "SPOONER & ASSOC" found for the northwest corner of Lot 1, Block A of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-178, Page 64 of the Plat Records of Tarrant County, Texas, bears South 65 degrees 08 minutes 26 seconds East, a distance of 86.65 feet and South 04 degrees 01 minutes 49 seconds East, a distance of 1.20 feet, said 1/2 inch iron rod with cap stamped "SPOONER & ASSOC" being the northwest corner of a 17.120 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211193411 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "SPOONER & ASSOC" also being in the east line of said 5.630 acre tract of land; THENCE South 22 degrees 16 minutes 04 seconds West, with the northwesterly line of said 5.630 acre tract of land and with the southeasterly line of said Fort Worth and Western Railroad Company tract of land, a distance of 561.00 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 67 degrees 35 minutes 25 seconds East, a distance of 362.31 feet to a point for corner in the east line of said 5.630 acre tract of land, said point being in the west line of said Lot 1, said point also being in the west line of said 17.120 acre tract of land; Exhibit A Page 1 of 2 THENCE South 04 degrees 01 minutes 49 seconds East, with the east line of said 5.630 acre tract of land, with the west line of said Lot 1, and with the west line of said 17.120 acre tract of land, a distance of 27.92 feet, from which a punch hole in concrete found for the northeast corner of said 1.220 acre tract of land bears South 04 degrees 01 minutes 49 seconds East, a distance of 15.53 feet, said punch hole in concrete being the most easterly southeast corner of said 5.630 acre tract of land, said punch hole in concrete being an interior corner in the west line of said Lot 1, said punch hole in concrete also being an interior corner in the west line of said 17.120 acre tract of land; THENCE North 67 degrees 35 minutes 25 seconds West, a distance of 374.68 feet to a point corner in the northwesterly line of said 5.630 acre tract of land, said point being in the southeasterly line of said Fort Worth and Western Railroad Company tract of land, from which a 1/2 inch iron rod with cap stamped "Spooner & Assoc" found for an interior corner in the southwesterly line of said 5.630 acre tract of land bears South 22 degrees 16 minutes 04 seconds West, a distance of 254.59 feet and South 47 degrees 31 minutes 44 seconds East, a distance of 271.93 feet, said 1/2 inch iron rod with cap stamped "Spooner & Assoc" being an exterior corner in the northeasterly right-of-way line of N. Henderson Street (S.H. 199) (a variable width right-of-way); THENCE North 22 degrees 16 minutes 04 seconds East, with the northwesterly line of said 5.630 acre tract of land and with the southeasterly line of said Fort Worth and Western Railroad Company tract of land, a distance of 25.00 feet to the POINT OF BEGINNING and containing 9,212 square feet or 0.211 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.000 13 75289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 /�"� .. F ��P�;�� s reR,-, %4-9 Ulr� CURTIS SMITH r ti$ 5494 t , Q �O Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No 20 TCE PART DRAINAGE LICENSE AGREEMENT / 0.258 ACRES (BY DEED) C.C.F. No. D21319769V TARRANT COUNTY WATER CONTROL D.R.T.C.T. / AND IMPROVEMENT DISTRICT NUMBER ONE / /� VOLUME 2589, PAGE 533 LINE TABLE i /"- _ I I D.R.T.C.T. ILINE BEARING DISTANCE i /� 2.41 ACRES (BY DEED) L-1 IS 65'OS'26"E! 86.65' / /�C�CFM�lga - TARRANT COUNTY WATER CONTROL / AND IMPROVEMENT DISTRICT No. 1 / `N VOLUME 2642, PAGE 47 �\ ` D.R.T.C.T. N \` ` S 04'01'49"E BLOCK 1 / `N� (�7 ` � 1.20' � HENDERSON STREET BAZAAR VOLUME 388-160, PACE 8 P.R.T.C.T. / ON DRAINAGE AND / Quo P. D' C. \ �0( zj, UTILITY EASEMENT- / FND 1/2" IR Ly�il9��\ Q U 4, WITH CAP FND 1 2" IR } VOLUME 388-160, PAGE 8 / v / ? S P.R.T.C.T. / tir OQQ� "FULTON WITH 0a- CAP Q Q64�Fy / v SURVEYING" BRS "SPOONER lc o P S 78'30'33"E & ASSOC" \ l qC Fq fern 0.22 FyFy`F`� Q� EASEMENT / 0 17.120 ACRES (BY DEED) LOCATION / TARRANT REGIONAL / h 5.630 ACRES (BY DEED) WATER DISTRICT TARRANT REGIONAL C.C.F. No. D.R.T.C.T. BLOCK 3411 WATER DISTRICT l �o LOT 1, BLOCK A i C.C.F. No. 021 1294524 VALLEY VIER ADDITION D.R.T.C.T. I VOLUME 388-178, PACE 64 SUBJECT TRACT & i / P.R.T.C.T. LOCATION OF EASEMENT / RICHARD CROWLEY SURVEY / ABSTRACT No. 313 / NOTES: MATC H L I N E 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116, 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET ott�wo�r City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF 2 TRACTS OF LAND DEEDED TO TARRANT COUNTY REGIONAL WATER DISTRICT SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS BOTH TRACTS RECORDED IN C.C.F. NO. D211294524 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 9.212 SQUARE FEET OR 0.211 ACRES CITY PROJ. No. 00969 JOB No. KHA-1616.00 DRAWN BY: JLC CAD FILE: 20—TCE—PTI.DWG DATE: DECEMBER 13. 2020 EXHIBIT B PAGE 1 OF 2 SCALE: 1' - 100' GORRONDONA do ASSOCIATES, NC. • 2800 N.E. LOOP 820, SUITE 6 0 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 0-496-1424 FAX 817-496-1768 EXHIBIT "B " M ATC H L I N E PARCEL No. 20 TCE PART I cb / 2y .� Qe 1 2Q U p / Q Q-T �C gp0Ae I Q.t�oiQ-. ��� a l / V ry. .�/ Z / DRAINAGE AND / UTILITY EASEMENT / VOLUME 388-160 / PAGE 8 P.R.T.C.T, FIND 1'•IR .3 ,o N� isT Fjl. s,\ �9-9>,�YO�C• 4 O / P.O.B.1 Nry h PROPOSED PERMANENT SANITARY SEWER EASEMENT - - - - - - - - - - - I I I I I I ICI-- 30.0' EMERGENCY I I ACCESS AND I I UTILITY EASEMENT I I VOLUME 388-178, PAGE 64 II I P.R.T.C.T. I I j 17.120 ACRES (BY DEED) I I TARRANT REGIONAL ......... 36Z 3 II I WATER DISTRICT ::.... J • I C.C.F. No. D21 119341 1 s% �'::: \.. I 1 D.R.T.C.T. �, i I LOT 1. BLOCK A ===`1 I VALLEY VIEW ADDITION �8.. ,`,,.......... 1 VOLUME 388-178, PAGE 64 ^. I P.R.T.C.T. TEMPORARY \::::::.;;:;;:;;::..... I I CONSTRUCTION EASEMENT AREA 1. 27.92' 9.212 SO. FT, OR 0.211 ACRES 5.630 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211294524 D.R.T.C.T. R% .�/ S�RRF RICHARD CROWLEY SURVEY Qg1 �i �� ABSTRACT No. 313 EASEMENT P v 9 T /' LOCATION�� \ 0� 9y FIND 1/2" IR SUBJECT TRACT & �'WITH CAP LOCATION OF EASEMENT 9� "SPOONER & ASSOC" o ¢ 04 W J lA oal-it Zoo m0E-7H; LLJInNU In ooF-: LLJ Q F-- 0 N H U 04 6 S 04'01'49"E 15.53" I I PUNCH HOLE I IIN CONCRETE I I I 1 I 1 l\ I I 2.594 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211181876 D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 I SYSTEM, NAD-83• THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS l/�\ SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. 3. SURVEYED ON THE GROUND FEBRUARY 13. 2017, SCALE IN FEET ott�wor City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONoS TRoUCTION EASEMENT �� OF T� P: G�srfp• f 2 TRACTS OF LAND DEEDED TO TARRANT COUNTY REGIONAL WATER DISTRICT � :•�, F••.• v SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 • -..................•••• THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CU .TIS SMITH BOTH TRACTS RECORDED IN p 5494 P C.C.F. NO. 0211294524 0� O DEED RECORDS OF TARRANT COUNTY, TEXAS ...5.`.�' PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION S U ACQUISITION AREA: 9.212 SQUARE FEET OR 0.211 ACRES CITY PROJ. No. 00969 CU TIS SMITH JOB No. KHA_1616.00 DRAWN BY: JLC CAD FILE: 20—TCE—PTI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: DECEMBER 13, 2020 (EXHIBIT B PAGE 2 OF 2 SCALE: 1" - 100• NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 60 FORT WORTH, TX. 76137 8 7-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 20 TCE PART 2 CITY PROJECT No. 00969 930 N. HENDERSON ST RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 5.630 acre tract of land (by deed) and a 1.220 acre tract of land (by deed), both tracts being deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northwest corner of said 5.630 acre tract of land, said point being in the southeasterly line of a tract of land deeded to the Fort Worth and Western Railroad Company as recorded in Volume 9391, Page 2044 of said Deed Records of Tarrant County, Texas, said point also being an interior ell corner of a 0.258 acre tract of land (by deed) deeded to Tarrant Water Control and Improvement District Number One as recorded in Volume 2589, Page 533 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap stamped "FULTON SURVEYING" found for reference bears South 78 degrees 30 minutes 33 seconds East, a distance of 0.22 feet and from which a 1/2 inch iron rod with cap stamped "SPOONER & ASSOC" found for the northwest corner of Lot 1, Block A of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-178, Page 64 of the Plat Records of Tarrant County, Texas, bears South 65 degrees 08 minutes 26 seconds East, a distance of 86.65 feet and South 04 degrees 01 minutes 49 seconds East, a distance of 1.20 feet, said 1/2 inch iron rod with cap stamped "SPOONER & ASSOC" being the northwest corner of a 17.120 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211193411 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "SPOONER & ASSOC" also being in the east line of said 5.630 acre tract of land; THENCE South 22 degrees 16 minutes 04 seconds West, with the northwesterly line of said 5.630 acre tract of land and with the southeasterly line of said Fort Worth and Western Railroad Company tract of land, a distance of 636.00 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 67 degrees 35 minutes 25 seconds East, a distance of 396.18 feet to a point for comer in the east line of said 1.220 acre tract of land, said point being in the west line of said Lot 1, said point also being in the west line of said 17.120 acre tract of land, from which a punch hole in concrete found for the northeast comer of said 1.220 acre tract of land bears North 00 degrees 14 minutes 14 seconds East, a distance of 38.98 feet, said punch hole in concrete being the most easterly southeast corner of said 5.630 acre tract of land, said punch hole in concrete being an interior corner in the west line of said Lot 1, said punch hole in concrete also being an interior comer in the west line of said 17.120 acre tract of land; Exhibit A Page 1 of 2 THENCE South 00 degrees 14 minutes 14 seconds West, with the east line of said 1.220 acre tract of land, with the west line of said Lot 1, and with the west line of said 17.120 acre tract of land, a distance of 27.00 feet to a point for corner; THENCE North 67 degrees 35 minutes 25 seconds West, a distance of 406.30 feet to a point corner in the northwesterly line of said 5.630 acre tract of land, said point being in the southeasterly line of said Fort Worth and Western Railroad Company tract of land, from which a 1/2 inch iron rod with cap stamped "Spooner & Assoc" found for an interior corner in the southwesterly line of said 5.630 acre tract of land bears South 22 degrees 16 minutes 04 seconds West, a distance of 179.59 feet and South 47 degrees 31 minutes 44 seconds East, a distance of 271.93 feet, said 1 /2 inch iron rod with cap stamped "Spooner & Assoc" being an exterior corner in the northeasterly right-of-way line of N. Henderson Street (S.H. 199) (a variable width right-of-way); THENCE North 22 degrees 16 minutes 04 seconds East, with the northwesterly line of said 5.630 acre tract of land and with the southeasterly line of said Fort Worth and Western Railroad Company tract of land, a distance of 25.00 feet to the POINT OF BEGINNING and containing 10,031 square feet or 0.230 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith OF Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. ( CURTIS SMITH 2800 NE Loop 820, Suite 660zo F54s4o�Q� O Fort Worth, Texas 76137 .Fss�...• Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 20 TCE PART 2 DRAINAGE LICENSE AGREEMENT / C.C.F. No. D21319769V D.R.T.C.T. / LINE TABLE (LINE BEARING DISTANCE L-1 �S 65'08'26"EI 86.65 / Q,, 4 46 ` /9, BLOCK 1 / / 0.258 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL / AND IMPROVEMENT DISTRICT NUMBER ONE VOLUME 2589, PAGE 533 / I D.R.T.C.T. C_J � UENDERSON STREET BAZAAR VOLUME 388-160, PACE 8 / P.R.T.C.T. / l DRAINAGE AND P. 0. C. / Q o FIND 1 /2" IR UTILITY EASEMENT / � VOLUME 388-160, PAGE 8 / c c�4, WITH CAP FULTON P.R.T.C.T. / �r alz " / 04- ci SURVEEYINGYING"" BRS S 78'30'33"E q �a Q 0.22' / o EASEMENT / LOCATION 5.630 ACRES (BY DEED) / TARRANT REGIONAL oa WATER DISTRICT � C.C.F. No. D211294524 NN D.R.T.C.T. SUBJECT TRACT & / LOCATION OF EASEMENT/ / / RICHARD CROWLEY SURVEY ABSTRACT No. 313 / NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2.41 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 VOLUME 2642, PAGE 47 D.R.T.C.T. -S 04'01'49"E 1.20' \ so \ k, 9 FND 1 /2" IR WITH CAP QQ6,�2F)y`� "SPOONER !c & ASSOC" 40F�S` 17.120 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211193411 D.R.T.C.T. LOT 1, BLOCK A VALLEY VIEW ADDITION VOLUME 388-178, PACE 64 P.R.T.C.T. MATCHLINE 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET o�rwo�r City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF 2 TRACTS OF LAND DEEDED TO TARRANT COUNTY REGIONAL WATER DISTRICT SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS BOTH TRACTS RECORDED IN C.C.F. NO. D211294524 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 10.031 SQUARE FEET OR 0.230 ACRES ! CITY PROJ. No. 00969 JOB No. KHA-1616.00 I DRAWN BY: JLC I CAD FILE: 20-TCE-PT2.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 1 OF 2 SCALE: 1" - 100' GORRONDONA & ASSOCIATES, IN • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 • 817-496-1424 FAX 817-496-1768 MATCHLINE Cb �y�'�o•,�. o a �. o V• 44���� � Q / Z. / / DRAINAGE AND UTILITY EASEMENT r VOLUME 388-160 / PAGE 8 / P.R.T.C.T. h FND 1 "IR EXHIBIT "B " PARCEL No. 20 TCE PART 2 / ---- I ,o • / I �o I I CO I ICI 30.0' EMERGENCY I I ACCESS AND I I UTILITY EASEMENT D PROPOSED PERMANENT 1 • 0.B. SANITARY SEWER EASEMENT I I VOLUME 388-178, PAGE 64 I I I P,R.T.C.T. I I I I 1 17.120 ACRES (BY DEED) �\ I TARRANT REGIONAL I I WATER DISTRICT I C.C.F. No. D21211193411 j I D.R.T.C.T. \ I I I LOT 1, BLOCK A VALLEY VIEW ADDITION ::;; ::� •�S y ::.::::•::::.:. ?S I I I VOLUME 388-178, PAGE 64 ,. ......... f I I P.R.T.C.T. Is TEMPORARYCONSTRUS �{•"" I NCH HOLE EASEMENT CAREA TION 4O63o�.....>:. W CONCRETE 10,031 SO. FT. OR N 00.14' 14"E I 0.230 ACRES �:::=:==�:�=:�: I 3&98' I- s 00' 14' 14"W 5.630 ACRES (BY DEED) w N l.\ 27.00' TARRANT REGIONAL w Q LO WATER DISTRICT z v rn �� �• C.C.F. No. D21 1294524 D.R.T.C.T. m w vt per. RIC EASEMENT p ••AA �• LOCATION yRcyi1j� v�� SUBJECT TRACT & LOCATION OF EASEMENT `/y � T 91, �j IARD CROWLEY SURVEYir u Q w o o I �� ABSTRACT No. 313 ao a 3 � I N ~ C? 2.594 ACRES (BY \DEED)\ TARRANT REGIO WATER DISTRICT FND 1/2" IR C.C.F. No, D211181876 WITH CAP D.R.T.C.T. SPOONER & ASSOC" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. T 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. ll�-I SCALE IN FEET ForrWorm City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF 2 TRACTS OF LAND DEEDED TO TARRANT COUNTY REGIONAL WATER DISTRICT SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS BOTH TRACTS RECORDED IN C.C.F. NO. D211294524 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 10.031 SQUARE FEET OR 0.230 ACRES CITY PROJ. No. 00969 CURTIS SMITH JOB No. KHA_1615.00 DRAWN BY: JLC CAD FILE: 20-TCE-PT2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 2 OF 2 SCALE: 1" - 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD S UTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 20 TCE PART 3 CITY PROJECT No. 00969 LOT 1, BLOCK A, VALLEY VIEW ADDITION CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement out of Lot 1, Block A of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-178, Page 64 of the Plat Records of Tarrant County, Texas, said temporary construction easement also being out of a 17.120 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211193411 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for corner in the west line of said Lot 1, said point being in the west line of said 17.120 acre tract of land, said point also being in the east line of a 5.630 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of said Deed Records of Tarrant County, Texas, from which a hole punch in concrete found for an interior corner in the west line of said Lot 1 bears South 04 degrees 01 minutes 49 seconds East, a distance of 15.53 feet, said hole punch in concrete being an interior corner in the west line of said 17.120 acre tract of land, said hole punch in concrete being the northeast corner of a 1.220 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of said Deed Records of Tarrant County, Texas, said hole punch in concrete also being the most easterly southeast corner of said 5.630 acre tract of land; THENCE North 04 degrees 01 minutes 49 seconds West, with the west line of said Lot 1, with the west line of said 17.120 acre tract of land, and with the east line of said 5.630 acre tract of land, a distance of 251.60 feet to a point for corner; THENCE North 89 degrees 05 minutes 41 seconds East, a distance of 368.60 feet to a point for corner; THENCE North 22 degrees 36 minutes 40 seconds East, a distance of 46.09 feet to a point for corner; THENCE South 84 degrees 05 minutes 01 seconds East, a distance of 3.64 feet to a point for corner in the northeasterly line of said Lot 1, said point being in the northeasterly line of said 17.120 acre tract of land, said point also being in the southwesterly line of a 10.45 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2621, Page 482 of said Deed Records of Tarrant County, Texas; Exhibit A Page 1 of 2 THENCE South 46 degrees 20 minutes 37 seconds East, with the northeasterly line of said Lot 1, with the northeasterly line of said 17.120 acre tract of land, and with the southwesterly line of said 10.45 acre tract of land, a distance of 40.84 feet to a point for corner from which an "X" cut found for the northeast corner of said Lot 1 bears South 46 degrees 20 minutes 37 seconds East, a distance of 244.13 feet, said "X" cut being an interior corner in the north line of said 17.120 acre tract of land, said "X" cut being the northwest corner of Lot 1, Block 3 of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 274 of said Plat Records of Tarrant County, Texas, said "X" cut also being an exterior corner in the south line of said 10.45 acre tract of land; THENCE North 84 degrees 05 minutes 01 seconds West, a distance of 17.34 feet to a point for corner; THENCE South 22 degrees 36 minutes 40 seconds West, a distance of 341.36 feet to a point for corner; THENCE South 58 degrees 31 minutes 19 seconds West, a distance of 70.83 feet to a point for corner; THENCE North 67 degrees 35 minutes 25 seconds West, a distance of 208.63 feet to the POINT OF BEGINNING and containing 97,361 square feet or 2.235 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Z '004�1 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 CURTIS SMITH 5494 S U P"i Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 20 TCE PART V6 L-3 3 10,45 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT ` DISTRICT No. 1 �, OLUME 2621, PAGE 482 D.R.T.C.T, 2;7 , i:•::;:2.;;:;;=:•i_::; :- 40.0' EMERGENCY ACCESS1. f........................... AND UTILITY EASEMENT VOLUME 388 178 AGE 6 . ............ 5: ....::::..::::::._ j....:::::::....:... P.R.T.C.T. ::;......:......................................................--4:: '$>::•?:::.: :::::...... .... :' ::: { ;??C:::;' .:: Q \ , , €;: •:?::......................... 30.0, EMERGENCY ACCESS ;:::;:t;:;:;t;:;;::::: 4 p� Q R / 30.0' SANITARY , SEWER EASEMENT ` E •:+::•;:t }:?:' :::::.::::.:.:::.:;s_ :ct ::::: AND UTILITY EASEMENT `'."`'.... :::::;: I:y:•:;': t•:T:3� O +:•.'.•.•iii:• %;:::':::•:rVOLUME 388-178, PAGE 64:isi:`.;•'r?'r?Fi;':'::;??i:if` .................... v 4 VOLUME 12642, PAGE 914 , D.R. T.C.T. `. \CUXT f;:;'::............:.........` :.... P:R.T.C,T:.... ivri.:r .- ::::::::::::.�::::isi'ii::isisiii}iiiiiii:isii:isi:ii:iii:f:ii:'i:ciiiiiiii:liiiiiZ4iii:5: .,.,.,},........... ................... iiii:4::;c::::}::+iii:ic:•iir ....:::::•�� I p 2' ,..v � FND � FND PUNCH HOLE IN CONCRETE o a N W J Ifl oa1a 0VC4 m0-:- N U V, uj N w of Z Ir O Oz<-wza Q Q 04 N - U N U NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 O 1 OO /--, SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. hT 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. j r SCALE IN FEET ot�rwo�rr City of Fort Worth 200 TEXAS STREET • FORT WORTH. TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF LOT 1, BLOCK A. VALLEY VIEW ADDITION AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 388-178, PAGE 64 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 97.361 SQUARE FEET OR 2.235 ACRES CITY PROJ. No. 00969 JOB No. KHA_1616.00 DRAWN BY: JPH CAD FILE: 20—TCE—PT3.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 1 OF 1 SCALE: 1" - 100' GORRONDONA do ASSOCIATES. INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 • 81'/-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 20 TCE PART 4 CITY PROJECT No. 00969 LOT 1, BLOCK A, VALLEY VIEW ADDITION CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement out of Lot 1, Block A of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-178, Page 64 of the Plat Records of Tarrant County, Texas, said temporary construction easement also being out of a 17.120 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211193411 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for corner in a west line of an existing 30.0' Emergency Access and Utility Easement as recorded in Volume 388-178, Page 64 of said Plat Records of Tarrant County, Texas, from which a hole punch in concrete found for an interior corner in the west line of said Lot 1 bears North 16 degrees 29 minutes 01 seconds West, a distance of 46.37 feet, said hole punch in concrete being an interior corner in the west line of said 17.120 acre tract of land, said hole punch in concrete being the northeast corner of a 1.220 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of said Deed Records of Tarrant County, Texas, said hole punch in concrete also being the most easterly southeast corner of a 5.630 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of said Deed Records of Tarrant County, Texas; THENCE South 67 degrees 35 minutes 25 seconds East, a distance of 198.01 feet to a point for corner; THENCE North 58 degrees 31 minutes 19 seconds East, a distance of 112.44 feet to a point for corner; THENCE North 22 degrees 36 minutes 40 seconds East, a distance of 320.36 feet to a point for corner; THENCE South 84 degrees 05 minutes 01 seconds East, a distance of 44.73 feet to a point for corner in the northeasterly line of said Lot 1, said point being in the northeasterly line of said 17.120 acre tract of land, said point also being in the southwesterly line of a 10.45 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2621, Page 482 of said Deed Records of Tarrant County, Texas; Exhibit A Page 1 of 3 THENCE South 46 degrees 20 minutes 37 seconds East, with the northeasterly line of said Lot 1, with the northeasterly line of said 17.120 acre tract of land, and with the southwesterly line of said 10.45 acre tract of land, a distance of 40.84 feet to a point for corner from which an "X" cut found for the northeast corner of said Lot 1 bears South 46 degrees 20 minutes 37 seconds East, a distance of 121.59 feet, said "X" cut being an interior corner in the north line of said 17.120 acre tract of land, said "X" cut being the northwest corner of Lot 1, Block 3 of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 274 of said Plat Records of Tarrant County, Texas, said "X" cut also being an exterior corner in the south line of said 10.45 acre tract of land; THENCE North 84 degrees 05 minutes 01 seconds West, a distance of 58.43 feet to a point for comer; THENCE South 22 degrees 36 minutes 40 seconds West, a distance of 309.85 feet to a point for corner; THENCE South 58 degrees 31 minutes 19 seconds West, a distance of 133.25 feet to a point for corner; THENCE North 68 degrees 15 minutes 52 seconds West, a distance of 144.56 feet to a point for corner in a northeasterly line of said existing 30.0' Emergency Access and Utility Easement; THENCE North 45 degrees 36 minutes 53 seconds West, a distance of 71.35 feet to the POINT OF BEGINNING and containing 16,700 square feet or 0.383 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.000 13 75289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 S T �P.G �.sr£R F'�v CURTIS SMITH 5494 Q� SU�' �—Jj Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. 20 TCE PART 4 40.0' EMERGENCY ACCESS �� `� 10.45 ACRES (BY DEED) AND UTILITY EASEMENT _ `� `� TARRANT COUNTY VOLUME 388-178, PAGE 64 P.R.T.C.T. �_---------- I I I I I 1 30.0' EMERGENCY ACCESS I I Ww I 1 II AND UTILITY EASEMENT I I o a if VOLUME 388-178, PAGE 64 I > o N I P.R.T.C.T. mwNNu I i 17.120 ACRES (BY DEED) I W i I TARRANT REGIONAL a < a z° II 1i1 WATER DISTRICT o 3 I I C.C.F. No. D21 1 19341 1 " I I D.R.T.C.T. I /I ui U LOT 1, BLOCK A l VALLEY VIEW ADDITION ; l VOLUME 388-178, PACE 64 1 P.R. T. C. T. / P. 0. B. FND PUNCH I HOLE IN I I: CONCRETE 1 � / 1 .::-I wui I z aw U a � z J� ::;;:.;.............. �. ACQUISITION 04 a 3 w \ LOCATION N U 2.594 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT SUBJECT TRACT & C.C.F. No. D211181876 ` LOCATION OF ACOUISITIOI D.R.T.C.T. `� \ NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 VOLUME 2621, PAGE 482 D R.T.C.T. �-5 V6 l� IF 30.0' SANITARY SEWER EASEMENT VOLUME 12642, PAGE 914 D.R.T.C.T. FND "X"CUT TEMPORARY CONSTRUCTION EASEMENT AREA 16,700 SO. FT. OR 0.383 ACRES I L-2 IL-3 IL-4 IL-5 1L-6 L-7 L-8 I L-9 IL-10 IL-11 IL-12 7 IN I ("yy Il . S 67*35'25 198.01' N 58'31'19"E 112.44' N 22'36'40"E 320.36' S 84'05'01 "E 44.73' S 46'20'37"E 40.84' S 46'20'37"E 121.59' N 84'05'01 58.43' S 22'36'40 309.85' S 58'31'19' 133.25- N 61r15'52 144.56' IN45'36'53 71.35' 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. �T 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. 1�11 SCALE IN FEET o�rwo�r City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT � OF T� OUT OF �P:•;\S7EQ�, LOT 1, BLOCK A, VALLEY VIEW ADDITION AN ADDITION TO ------- : --------------- THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CU TIS SMIT AS RECORDED IN •••-•••,•_. ..._._ ............ ..._... VOLUME 388-178, PAGE 64 r', p 5494 PLAT RECORDS OF TARRANT COUNTY, TEXAS O PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 16.700 SQUARE FEET OR 0.383 ACRES CITY PROJ. No. 00969 CURTIS SMITH JOB No. KHA-1616.00 DRAWN BY: JPH CAD FILE: 20-TCE-PT4.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 1 OF 1 SCALE: 1' - 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES. INC. • 2800 N.E. LOOP 820, SUITE 60 FORT WORTH, TX. 76137 8 7-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 20 TCE PART 5 CITY PROJECT No. 00969 RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in the Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 10.45 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2621, Page 482 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Spooner & Assoc." found for the northwest corner of Lot 1, Block A of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-178, Page 64 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." being the north corner of a 17.120 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211193411 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." being the southwest corner of a 2.41 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2642, Page 47 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." also being in the east line of a 5.630 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of said Deed Records of Tarrant County, Texas; THENCE South 51 degrees 42 minutes 46 seconds East, with the northeasterly line of said Lot 1, with the northeasterly line of said 17.120 acre tract of land, and with the southwesterly line of said 2.41 acre tract of land, a distance of 387.75 feet to a point for an exterior corner in the northeasterly line of said Lot 1, said point being an exterior corner in the northeasterly line of said 17.120 acre tract of land, said point being the apparent southeast corner of said 2.41 acre tract of land, said point also being an apparent exterior corner in the southwesterly line of said 10.45 acre tract of land; THENCE South 46 degrees 20 minutes 37 seconds East, with the northeasterly line of said Lot 1, with the northeasterly line of said 17.120 acre tract of land, and with the southwesterly line of said 10.45 acre tract of land, a distance of 156.87 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 84 degrees 05 minutes 01 seconds East, a distance of 27.42 feet to a point for corner in the southwesterly line of and existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12642, Page 914 of said Deed Records of Tarrant County, Texas; THENCE South 51 degrees 42 minutes 46 seconds East, with the southwesterly line of said existing 30.0' Sanitary Sewer Easement, a distance of 46.69 feet to a point for corner; Exhibit A Page 1 of 2 THENCE North 84 degrees 05 minutes 01 seconds West, a distance of 34.55 feet to a point for corner in the southwesterly line of said 10.45 acre tract of land, said point being in the northeasterly line of said Lot 1, said point also being in the northeasterly line of said 17.120 acre tract of land, from which an "X" cut found for the northeast corner of said Lot 1 bears South 46 degrees 20 minutes 37 seconds East, a distance of 244.13 feet, said "X" cut being an interior corner in the north line of said 17.120 acre tract of land, said "X" cut being the northwest corner of Lot 1, Block 3 of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 274 of said Plat Records of Tarrant County, Texas, said "X" cut also being an exterior corner in the south line of said 10.45 acre tract of land; THENCE North 46 degrees 20 minutes 37 seconds West, with the southwesterly line of said 10.45 acre tract of land, with the northeasterly line of said Lot 1, Block A, and with the northeasterly line of said 17.120 acre tract of land, a distance of 40.84 feet to the POINT OF BEGINNING and containing 775 square feet or 0.018 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith OF r Registered Professional Land Surveyor �Q :G�STERf No.5494 :` -Y Gorrondona & Associates, Inc. CURTIS SMITH 2800 NE Loop 820, Suite 660 oF5494o�P o Fort Worth, Texas 76137 ti ..fss�... Texas Firm No. 10106900 S Exhibit A Page 2 of 2 �2 Q. N p4U Q cd, anti. ra O C) 1) a- 3�� o ti Q7 4�Q O, ` P. 0. C. FIND 1/2-IRON ROD W/CAP STAMPED "SPOONER & ASSOC." 5.630 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211294524 D.R.T.C.T. EXHIBIT "B " PARCEL No. 20 TCE PART 5 T 4, qQ0 �P 0.258 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NUMBER ONE VOLUME 2589, PAGE 533 D.R.T.C.T. 10.45 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 VOLUME 2621, PAGE 482 D.R.T.C.T. s�RVE� RD CRAW NO' 3� RCN A85� R ACS 110 ; o OGC'QF S p'Qs, T 0/�'Q FEO JB � 17.120 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211193411 D.R.T.C.T. \ LOT 1, BLOCK A \ � VALLEY VIEW ADDITION SEWER EASEMENT SANITARY � VOLUME 12642, PAGE VOLUME 388-178, PAGE 64 D.R.T.C.T, P.R. T. C. T. `� S 46'20'37"E 156.87' �N\ MATCHLINE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT 914 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 10050 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. 1 Y 3. SURVEYED ON THE GROUND FEBRUARY 13. 2017. V SCALE IN FEET o�rwo�r City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 10.45 ACRE TRACT OF LAND DEEDED TO TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 775 SQUARE FEET OR 0.018 ACRES CITY PROJ. No. 00969 JOB No. KHA_1616.00 I DRAWN BY: JPH CAD FILE: 20-TCE-PT5.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 1 OF 2 SCALE: 1" a 100' GORRONDONA do ASSOCIATES, INC. • 2800 N.E. LOOP 820. SUITE 6 0 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR N0. 5494 TEXAS FIRM No. 10106900 • 8'1-496-1424 FAX 817-496-1768 0• i [FRO-, ---Ir------------1 I I I I I I I I I I I I I I I I I I I I I I I 40.0' EMERGENCY ACCESS AND UTILITY EASEMENT VOLUME 388-178. PAGE 64 P.R.T.C.T. I 1 T LINE ' II, t 1 L-1 S 8 01"E IL-2 S 51'42'46"E 46.69' IL-3 N 84'O5'01 34.55' IL-4 N 4620'37 40.84' EXHIBIT "B " PARCEL No. 20 TICE PART 5 MATCHLINE SURv 0 �L-1 RD pRpW N� -5 3 .\ R\CH AgS�RPC� o. PROPOSED 10.45 ACRES (BY DEED) PERMANENT TARRANT COUNTY WATER CONTROL ` SANITARY SEWER AND IMPROVEMENT DISTRICT No. 1 \ \�� EASEMENT VOLUME 2621, PAGE 482 3 \ D.R.T.C.T. s 30.0' SANITARY TEMPORARY �C� SEWER EASEMENT CONSTRUCTION �F VOLUME 12642, PAGE 914 � D.R.T.C.T. EASEMENT AREA �qq 775 SO. FT. OR 0.018 ACRES FND "X"CUT 17 120 ACRES (BY DEED) I � TARRANT REGIONAL I 50.0' TURN WATER DISTRICT ~ AROUND EASEMENT C C.F No. D211193411 /�CABINET A, SLIDE 274 D.R.T. C. T. I i P.R.T.C.T. � LOT 1, BLOCK A VALLEY VIEW ADDITION I LOT 1, BLOCK 3 VOLUME 388-178, PACE 64 /� VALLEY VIEW ADDITION P.R.T.C.T. I I / CABINET A, SLIDE 274 V P.R. T. C. T. I I I I I 26.0' EMERGENCY ACCESS EASEMENT ---�—CABINET A, SLIDE 274 P.R.T.C.T. I NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116, 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET ott�wo�r City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 10.45 ACRE TRACT OF LAND DEEDED TO TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 775 SQUARE FEET OR 0.018 ACRES ICITY PROJ. No. 00969 JOB No. KHA-1616.00 DRAWN BY: JPH I CAD FILE: 20—TCE—PT5.DWG DATE: DECEMBER 13. 2020 EXHIBIT B PAGE 2 OF 2 SCALE: 1' - 100- GORRONDONA do ASSOCIATES, NC. • 2800 N.E. LOOP 820, SUITE 60 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 8 7-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 20 TCE PART 6 CITY PROJECT No. 00969 RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in the Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 10.45 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2621, Page 482 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Spooner & Assoc." found for the northwest corner of Lot 1, Block A of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-178, Page 64 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." being the north corner of a 17.120 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211193411 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." being the southwest corner of a 2.41 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2642, Page 47 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." also being in the east line of a 5.630 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of said Deed Records of Tarrant County, Texas; THENCE South 51 degrees 42 minutes 46 seconds East, with the northeasterly line of said Lot 1, with the northeasterly line of said 17.120 acre tract of land, and with the southwesterly line of said 2.41 acre tract of land, a distance of 387.75 feet to a point for an exterior corner in the northeasterly line of said Lot 1, said point being an exterior corner in the northeasterly line of said 17.120 acre tract of land, said point being the apparent southeast corner of said 2.41 acre tract of land, said point also being an apparent exterior corner in the southwesterly line of said 10.45 acre tract of land; THENCE South 46 degrees 20 minutes 37 seconds East, with the northeasterly line of said Lot 1, with the northeasterly line of said 17.120 acre tract of land, and with the southwesterly line of said 10.45 acre tract of land, a distance of 279.40 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 84 degrees 05 minutes 01 seconds East, a distance of 48.83 feet to a point for corner in the southwesterly line of and existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12642, Page 914 of said Deed Records of Tarrant County, Texas; THENCE South 51 degrees 42 minutes 46 seconds East, with the southwesterly line of said existing 30.0' Sanitary Sewer Easement, a distance of 46.69 feet to a point for corner; Exhibit A Page 1 of 2 THENCE North 84 degrees 05 minutes 01 seconds West, a distance of 55.97 feet to a point for corner in the southwesterly line of said 10.45 acre tract of land, said point being in the northeasterly line of said Lot 1, said point also being in the northeasterly line of said 17.120 acre tract of land, from which an "X" cut found for the northeast corner of said Lot 1 bears South 46 degrees 20 minutes 37 seconds East, a distance of 121.59 feet, said "X" cut being an interior corner in the north line of said 17.120 acre tract of land, said "X" cut being the northwest corner of Lot 1, Block 3 of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 274 of said Plat Records of Tarrant County, Texas, said "X" cut also being an exterior corner in the south line of said 10.45 acre tract of land; THENCE North 46 degrees 20 minutes 37 seconds West, with the southwesterly line of said 10.45 acre tract of land, with the northeasterly line of said Lot 1, Block A, and with the northeasterly line of said 17.120 acre tract of land, a distance of 40.84 feet to the POINT OF BEGINNING and containing 1,310 square feet or 0.030 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith Registered Professional Land Surveyor No. 5494 Gorrondona & Associates, Inc. 2800 NE Loop 820, Suite 660 Fort Worth, Texas 76137 Texas Firm No. 10106900 ST CURTIS SMITH 5494 Q Pp L SUFl� Exhibit A Page 2 of 2 P. 0. C. FND 1/2-IRON ROD W/CAP STAMPED "SPOONER & ASSOC." 5.630 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211294524 D.R.T.C.T. EXHIBIT "B " PARCEL No. 20 TICE PART 6 r q� 0.258 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NUMBER ONE VOLUME 2589. PAGE 533 D.R.T.C.T. 10.45 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 VOLUME 2621, PAGE 482 D.R.T.C.T. s0RVE� R� CRAW N°' 3� 5 R1�HA S�RA�� • � \ gtia Rvti A� \ A� r r6y 17.120 ACRES (BY DEED) �)s TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211193411 D.R.T.C.T. \ ` ` 30.0' SANITARY LOT 1, BLOCK A \ SEWER EASEMENT VALLEY VIEW ADDITION ` VOLUME 388-1C. VOLUME 12642, PAGE PAGE 64 `� P.R. T. C. T. D.R.T.C.T. S 46'20'37"E 279.40' MATCHLINE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 914 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET o�rwo�r City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 10.45 ACRE TRACT OF LAND DEEDED TO TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 1,310 SQUARE FEET OR 0.030 ACRES I CITY PROJ. No. 00969 JOB No. KHA_1616.00 DRAWN BY: JPH CAD FILE: 20—TCE—PT6.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 1 OF 2 SCALE: 1" - 100' GORRONDONA & ASSOCIATES, NC. • 2800 N.E. LOOP 820. SUITE 6 0 FORT WORTH, TX. 76137 SU IS SMITH 10 5494 � S CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR N0. 5494 TEXAS FIRM No. 10106900 • 0-496-1424 FAX 7-496-1768 EXHIBIT "B " PARCEL No. 20 TCE PART 6 MATCHLINE CROW \,-EYSO 5 � 3 s R`c�ARg�RAcl No. pg PROPOSED 10.45 ACRES (BY DEED) PERMANENT TARRANT COUNTY WATER CONTROL _--i------------- Qp�'� SANITARY SEWER AND IMPROVEMENT DISTRICT N 1 I ------------- I I I I I I I I I I I I I I I I I I I I I 40.0' EMERGENCY ACCESS AND UTILITY EASEMENT VOLUME 388-178, PAGE 64 P.R.T.C.T. I I I I I I I I I I I I I I I I I I I I i I LN1 SI 1t_E t e . L-2 S 51'42'46"E 46.69' L-3 N 84-05.01 55.97' L-4 INY 46'20'340.84' EASEMENT O' VOLUME 2621, PAGE 482 L_ D.R.T.C.T. �� . `� 30.0' SANITARY 1 P. Q.B. `y :.. `� SEWER EASEMENT .: VOLUME 12642, PAGE 914 L-3 D.R.T.C.T. S ` ` TEMPORARY FND "X"CUT ) \ \ CONSTRUCTION EASEMENT AREA i� 1,310 SO. FT, OR I 0.030 ACRES i i 50.0' TURN I AROUND EASEMENT CABINET A, SLIDE 274 17.120 ACRES (BY DEED) /�� P.R.T.C.T. TARRANT REGIONAL I � LOT 1, BLOCK 3 � WATER DISTRICT I I �� VALLEY VIED ADDITION C.C.F. No. D211193411 I CABINET A, SLIDE 274 D.R.T.C.T. P.R.T.C.T. LOT 1, BLOCK A �r VALLEY VIED ADDITION VOLUME 388-178, PAGE 64 I P.R.T.C.T. I 26.0' EMERGENCY ACCESS EASEMENT ---CABINET A, SLIDE 274 P.R.T.C.T. I _ NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET oar wo�r City o f Fort worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 10.45 ACRE TRACT OF LAND DEEDED TO TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 1.310 SQUARE FEET OR 0.030 ACRES CITY PROJ. No. 00969 JOB No. KHA-1616.00 UDC. RAWN BY: JPH CAD FILE: 20—TCE—PT6.DWG DATE: DECEMBER 13, 2020 XHIBIT B PAGE 2 OF 2 SCALE: 1" - 100' GORRONDONA & ASSOCIATES, • 2800 N.E. LOOP 820, SUITE 60 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR No. 5494 TEXAS FIRM No. 10106900 • 8 7-496-1424 FAX 817-496-1768 TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION PARCEL No. 20 TCE PART 7 CITY PROJECT No. 00969 RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in the Richard Crowley Survey, Abstract No. 313, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 10.45 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2621, Page 482 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Spooner & Assoc." found for the northwest corner of Lot 1, Block A of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-178, Page 64 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." being the north corner of a 17.120 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211193411 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." being the southwest corner of a 2.41 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2642, Page 47 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Spooner & Assoc." also being in the east line of a 5.630 acre tract of land (by deed) deeded to Tarrant Regional Water District as recorded in County Clerk's File No. D211294524 of said Deed Records of Tarrant County, Texas; THENCE North 04 degrees 01 minutes 49 seconds West, with the west line of said 2.41 acre tract of land, a distance of 40.57 feet to a point for corner in the northeasterly line of an existing 30.0' Sanitary Sewer Easement granted to the City of Fort Worth as recorded in Volume 12642, Page 914 of said Deed Records of Tarrant County, Texas, said point being in the east line of a 0.258 acre tract of land (by deed) deeded to Tarrant County Water Control and Improvement District Number One as recorded in Volume 2589, Page 533 of said Deed Records of Tarrant County, Texas; THENCE South 51 degrees 42 minutes 46 seconds East, with the northeasterly line of said existing 30.0' Sanitary Sewer Easement, passing at a distance of 391.77 feet, a point in the east line of said 2.41 acre tract of land, in all, a distance of 641.72 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 84 degrees 05 minutes 01 seconds East, a distance of 46.69 feet to a point for corner; THENCE South 51 degrees 42 minutes 46 seconds East, a distance of 186.78 feet to a point for corner; Exhibit A Page 1 of 2 THENCE North 84 degrees 05 minutes 01 seconds West, a distance of 46.69 feet to a point for corner in the northeasterly line of said existing 30.0' Sanitary Sewer Easement, from which an "X" cut found for the northeast corner of said Lot 1 bears South 51 degrees 42 minutes 46 seconds East, a distance of 114.14 feet and South 89 degrees 09 minutes 03 seconds West, a distance of 113.03 feet, said "X" cut being an interior corner in the north line of said 17.120 acre tract of land, said "X" cut being the northwest corner of Lot 1, Block 3 of Valley View Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 274 of said Plat Records of Tarrant County, Texas, said "X" cut also being an exterior corner in the south line of said 10.45 acre tract of land; THENCE North 51 degrees 42 minutes 46 seconds West, with the northeasterly line of said existing 30.0' Sanitary Sewer Easement, a distance of 186.78 feet to the POINT OF BEGINNING and containing 4,669 square feet or 0.107 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface utilizing a surface factor of 1.0001375289116. (3) Surveyed on the ground February 13, 2017. Date: December 13, 2020 Curtis Smith CA_ Registered Professional Land Surveyor . - No. 5494 ti dinGorrondona & Associates, Inc. ITH2800 NE Loop 820, Suite 660 ��Fort Worth, Texas 76137�oTexas Firm No. 10106900 Exhibit A Page 2 of 2 30q- o� Q4� o- J`t P. 0. C. FIND 1/2"IRON ROD W/CAP STAMPED "SPOONER & ASSOC." 5.630 ACRES (BY DEED) TARRANT REGIONAL WATER DISTRICT C.C.F. No. D211294524 D.R.T.C.T. ABLF I I 1 I L-t N 04'O1 t9iN - 4. 1 EXHIBIT "B " PARCEL No. 20 TCE PART 7 0.258 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NUMBER ONE VOLUME 2589. PAGE 533 D.R.T.C.T, 10.45 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 VOLUME 2621, PAGE 482 D.R.T.C.T. l ` 1pNARp.�Rpp� No yFV ql pJsF 0111 r .\SS Cl gcFJClpyl� . \64 17.120 ACRES (BY DEED) ` TARRANT REGIONAL WATER DISTRICT PASSING AT C.C.F. No. D211193411 �� 391.77' D.R. T.C.T. \ ` ` 30.0' SANITARY LOT 1, BLOCK A \ �� SEWER EASEMENT VALLEY VIEW ADDITION` VOLUME 12642, PAGE 914 VOLUME \ 38R.T.C. PACE 64 ` D.R.T.C.T. P.R. T. C. T. � MATCHLINE NOTES: t. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. SCALE IN FEET FORT WORT 0 City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 10.45 ACRE TRACT OF LAND DEEDED TO TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14-CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 4.669 SQUARE FEET OR 0.107 ACRES ICITY PROJ. No. 00969 JOB No. KHA-1616.00 DRAWN BY: JPH ICAD FILE: 20-TCE-PT7.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 1 OF 2 SCALE: 1' - 100' GORRONDONA & ASSOCIATES, NC. • 2800 N.E. LOOP 820. SUITE 6 0 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 • 811-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 20 TCE PART 7 MATCHLINE � 42. 30.0' SANITARY `, G4 P. 0. B. SEWER EASEMENT VOLUME 12642, PAGE 914 D.R.T.C.T ` , L -2 `` 71S, RICHARD CROWLEY SURVEY ABSTRACT No. 313 -------------- PROPOSED \ sJg '::. \BSI I PERMANENT I SANITARY SEWER -------------1 I EASEMENT _ ::::::......:.�J� I I TEMPORARY CONSTRUCTION EASEMENT AREA 4,669 SO. FT. OR 0.107 ACRES 10.45 ACRES (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 VOLUME 2621, PAGE 482 D.R.T.C.T. I � L-3 I I s• I 40.0' EMERGENCY ACCESS L-5 \� _ AND UTILITY EASEMENT VOLUME 388-178, PAGE 64 P.R.T.C.T. I I I I I I I I I I I I I I I I I I I I I I I I I L-3 N 84'05'01'tiy 46.69' IL-4 S 51'42'46 E 114.14' IL-5 S 89'09'03"W 113.03' I 50.0' TURN , I AROUND EASEMENT ` CABINET A, SLIDE 274 17 120 ACRES (BY DEED) P.R.T.C.T. , TARRANT REGIONAL LOT 1, BLOCK 3 i � WATER DISTRICT I I �� C.C.F. No. D211193411 A, I / VALLEY ADDITION D.R.T.C.T. I I / CABINET A, SLIDE 274 Il P.R.T. C.T. LOT 1, BLOCK A I VALLEY VIEW ADDITION VOLUME 388-178, PAGE 64 I P.R.T.C.T. I 26.0 EMERGENCY ACCESS EASEMENT CABINET A, SLIDE 274 P.R.T.C.T. I , NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. hT 3. SURVEYED ON THE GROUND FEBRUARY 13, 2017. 11N SCALE IN FEET o�rwo�r City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 10.45 ACRE TRACT OF LAND DEEDED TO TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT NO. 313 THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 2621, PAGE 482 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: TRV PART 14—CHANNEL SEGMENT C SANITARY SEWER RELOCATION ACQUISITION AREA: 4.669 SQUARE FEET OR 0.107 ACRES I CITY PROD. No. 00969 JOB No. KHA-1616.00 DRAWN BY: JPH CAD FILE: 20—TCE—PT7.DWG DATE: DECEMBER 13, 2020 EXHIBIT B PAGE 2 OF 2 SCALE: 1' 100' GORRONDONA do ASSOCIATES, NC. • 2800 N.E. LOOP 820, SUITE 6 FORT WORTH, TX. 76137 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM No. 10106900 • 8 7-496-1424 FAX 817-496-1768 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 GEOTECHNICAL ENGINEERING REPORT TRV CHANNEL SEGMENT UTILITY RELOCATIONS PART 14 SEGMENT C FORT WORTH, TEXAS GEOTECHNICAL ENGINEERING REPORT TRV CHANNEL SEGMENT UTILITY RELOCATIONS PART 14 SEGMENT C FORT WORTH, TEXAS Prepared by: GA Gorrondona & Associates, Inc. Prepared for: Kimley-Horn & Associates, Inc. 801 Cherry Street, Unit 11, Suite 950 Fort Worth, Texas 76102 Attention: Mr. Josh Kercho, PE August 3, 2015 G&AI Project No. 13-0446 GORRONDONA & ASSOCIATES, INC. -TEXAS ENGINEERING FIRM REGISTRATION NO. F-7933 1: Gorrondona & Associates, Inc. August 3, 2015 Josh Kercho, PE Project Manager Kimley-Horn & Associates, Inc. 801 Cherry Street, Unit 11, Suite 950, Fort Worth, Texas 76102 Re: GEOTECHNICAL ENGINEERING REPORT TRV Channel Segment Utility Relocations Part 14 Segment C Fort Worth, Texas G&AI Project No. 13-0446 Dear Mr. Kercho: Gorrondona & Associates, Inc. (G&AI) is pleased to submit this Geotechnical Engineering Report for the referenced project. We appreciate the opportunity of working with you. Please contact us if you have any questions or require additional services. TFe \, Respectfully submitted, ,� P.�E,OF .,q'LP �11 g/ 3 /Z,o • �*•LEE. .E.�.GURECKY ........ ........ ..... 1 ,;-., -120055 11�J Lee Gurecky, P.E. Project Engineer <�- VC.10,:'ir, Digitally signed by Jenell Strachan, P.E. Date: 2015.08.03 16:04:33-05'00' Jenell S. Strachan, P.E. Area Manager - Geotechnical & CMT Services 7524 Jack Newell Blvd. South • Fort Worth, Texas 76118 • 817.496.1424 • Fax 817.496.1768 Gorrondona & Associates, Inc. —Texas Engineering Firm Registration No. F-7933 TABLE OF CONTENTS Page 1.0 Introduction.................................................................................................................... 1 2.0 Field Investigation........................................................................................................... 2 3.0 Laboratory Testing......................................................................................................... 4 4.0 Site Conditions................................................................................................................ 5 4.1 General........................................................................................................................5 4.2 Geology....................................................................................................................... 5 4.3 Soil/Rock......................................................................................................................6 4.4 Groundwater...............................................................................................................8 5.0 Analysis and Recommendations..................................................................................... 9 5.1 Seismic Site Classification........................................................................................... 9 5.2 Construction Excavations............................................................................................ 9 5.3 Groundwater Control................................................................................................ 11 5.4 Earthwork..................................................................................................................11 5.4.1 Site Preparation................................................................................................. 11 5.4.2 Wet Weather/Soft Subgrade............................................................................. 11 5.4.3 Testing................................................................................................................12 5.5 Demolition Considerations....................................................................................... 12 5.6 Loading on Buried Structures.................................................................................... 12 5.7 Buried Pipe................................................................................................................ 14 5.8 Tunneling..................................................................................................................15 6.0 General Comments....................................................................................................... 17 APPENDICES Appendix A - Project Location Diagrams Appendix B - Boring Location Diagram Appendix C - Boring Logs and Laboratory Results Appendix D - Aerial Photographs Appendix E - USGS Topographic Map Appendix F - Site Photographs Appendix G - Geologic Information Appendix H - Unified Soil Classification System GEOTECHINICAL ENGINEERING REPORT TRV CHANNEL SEGMENT UTILITY RELOCATIONS PART 14 SEGMENT C FORT WORTH, TEXAS 1.0 INTRODUCTION Project Location: The proposed sanitary line relocations are in the vicinity of the West Fork Trinity River, North Henderson (Jacksboro Highway), Fort Worth and Western Railroad near Downtown Fort Worth, Texas. The general location and orientation of the site are provided in Appendix A - Project Location Diagrams. Project Description: The subject utilities comprise proposed 66-inch diameter sanitary sewer line relocation with sewer siphons. The City of Fort Worth and Trinity River Vision Authority plan substantial changes and improvements to the flow of the Trinity River on the north side of Downtown, as part of the Central City project. These proposed sanitary sewer relocations, either by open cut pipeline installation, trenchless installation (tunneling or thrust bore), and associated underground vault construction comprise the subject of this report. New lines for Part 14 — Segment C comprise the 66-inch sanitary sewer pipe encased in 84-inch steel casing, along with 42 and 48-inch sanitary sewer pipe encased in 60-inch steel casing. The pipe installation for the majority of the project segment will be constructed using trenchless technique by virtue of the pipe depth, pipe crossing beneath levees, and/or pipe crossings beneath the West Fork of the Trinity River and under FWWR Rails. Project Authorization: This geotechnical investigation was authorized by Mr. Josh Kercho, PE with Kimley-Horn and Associates, Inc. in accordance with your IPO No. 061018052-21, dated September 16, 2013 and the G&AI Proposal Nos. P13-0472 & P13-0473, Rev. 2 dated September 16, 2013. Purpose and MethodoloRr The principal purposes of this investigation were to evaluate the general soil conditions at the proposed site and to develop geotechnical engineering design recommendations. To accomplish its intended purposes, the study was conducted in the following phases: (1) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples; (2) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characteristics of the soils; and (3) perform engineering analyses, using field and laboratory data, to develop design criteria. Scope of Work: The items included in this study report are as follows: 1. Boring logs and test data 2. Groundwater conditions G&AI Project No. 13-W6 Page 1 3. Generalized subsurface conditions 4. Pipe installation recommendations including bedding and backfill 5. Open cut and/or bore and jack pipe geotechnical recommendations 6. Structural fill requirements and general earthwork recommendations Cautionary Statement Regarding Use of this Report: As with any geotechnical engineering report, this report presents technical information and provides detailed technical recommendations for civil and structural engineering design and construction purposes. G&AI, by necessity, has assumed the user of this document possesses the technical acumen to understand and properly utilize information and recommendations provided herein. G&AI strives to be clear in its presentation and, like the user, does not want potentially detrimental misinterpretation or misunderstanding of this report. Therefore, we encourage any user of this report with questions regarding its content to contact G&AI for clarification. Clarification will be provided verbally and/or issued by G&AI in the form of a report addendum, as appropriate. Report Specificitv: This report was prepared to meet the specific needs of the client for the specific project identified. Recommendations contained herein should not be applied to any other project at this site by the client or anyone else without the explicit approval of G&AI. 2.0 FIELD INVESTIGATION Subsurface Investigation: The subsurface investigation for this project is summarized below. Boring locations are provided in Appendix B - Boring Location Diagram. Boring Nos. BH-14.1 BH-14.2 BH-14.3 BH-14.4 BH-14.5 BH-14.6 BH-14.7 BH-14.8 BH-14.9 BH-14.10 Notes: Surface Elevation Above 533.719 532.108 532.383 533.241 533.839 532.221 528.690 527.001 534.059 532.939 Depth, feet Date Drilled bgs2 Northing GPS Loeatlon' Easting 55 10/7/2013 6963391.583 2324104.243 55 10/7/2013 6963545.427 2323883.032 55 10/8/2013 6963697.862 2323721.724 55 10/3/2013 6963872.291 2323507.107 35 10/4/2013 6963935.528 2323484.181 30 10/8/2013 6964193.816 2323555.364 75 10/9/2013 6964415.290 2323502.953 75 10/2/2013 6964692.053 2323356.408 75 6/5/2015 6963610.202 2323575.392 60 3/6/2015 6963545.440 2323747.618 1. msl = mean sea level 2. bgs = below ground surface 3. NAD83 Texas State Plane surface coordinates. G&AI Project No. 13-0446 Page 2 Boring Logs: Subsurface conditions were defined using the sample borings. Boring logs generated during this study are included in Appendix C - Boring Logs and Laboratory Results. Borings were advanced between sample intervals using continuous flight auger drilling procedures. Cohesive Soil Sampling: Cohesive soil samples were generally obtained using Shelby tube samplers in accordance with American Society for Testing and Materials (ASTM) D1587. 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 undisturbed soils by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency using a hand penetrometer, sealed and packaged to maintain "in situ" moisture content. Consistencv of Cohesive Soils: 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 undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at the respective sample depths on the boring logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Granular Soil Sampling: Granular soil samples were generally obtained using split -barrel sampling procedures in general accordance with ASTM D1586. In the split -barrel procedure, a disturbed sample is obtained in a standard 2-inch outside diameter (OD) split barrel sampling spoon driven 18-inches into the ground using a 140-pound (lb) hammer falling freely 30 inches. The number of blows for the last 12-inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the boring logs at the depth of sampling. Samples were sealed and returned to our laboratory for further examination and testing. Texas Cone Penetration (TCP): Texas Cone Penetrometer tests were used to assess the apparent in -place strength characteristics of the rock type materials. In the TCP test procedure, a 3-inch outside diameter (OD) steel cone is driven by a 170-pound hammer dropped 24 inches (340 ft.-pounds of energy). The number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone measured at 100 blows of the hammer (whichever occurs first) are recorded on the field logs (reference: TxDOT, Bridge Design Manual). Rock Cosine: Rock cores were generally obtained using core barrel sampling procedures in general accordance with ASTM D2113. In the core barrel procedure, a sample is obtained using a rotating hollow steel tube equipped with a coring bit. Groundwater Observations: Groundwater observations made during the advancement of each boring, at the completion of each boring and from piezometers installed in most of the borings are shown on the boring logs. G&AI Project No. 13-0446 Page 3 Borehole Plug nng: Upon completion of the borings, the boreholes were backfilled from the top using cementitious grout, bentonite pellets and/or piezometer installation with sand, filter and/or plugged at the surface. 3.0 LABORATORY TESTING G&AI performs visual classification and any of a number of laboratory tests, as appropriate, to define pertinent engineering characteristics of the soils encountered. Tests are performed in general accordance with ASTM or other standards and the results included at the respective sample depths on the boring logs or separately tabulated, as appropriate, and included in Appendix C - Boring Logs and Laboratory Results. Laboratory tests and procedures utilized, as appropriate, for this geotechnical investigation are tabulated below. Testes Decullodn ASTM D421 Standard Practice for Dry Preparation of Soil Samples for Particle -Size Analysis and Determination of Soil Constants ASTM D422 Standard Test Method for Particle -Size Analysis of Soils ASTM D1140 Standard Test Methods for Amount of Material in Soils Finer than the No. 200 (75-µm) Sieve ASTM D2166 Standard Test Method for Unconfined Compressive Strength of Cohesive Soil ASTM D2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass ASTM D2217 Standard Practice for Wet Preparation of Soil Samples for Particle -Size Analysis and Determination of Soil Constants ASTM D2487 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D4220 Standard Practices for Preserving and Transporting Soil Samples ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D4546 Standard Test Methods for One -Dimensional Swell or Settlement Potential of Cohesive Soils ASTM D4643 Standard Test Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method ASTM D4644 Standard Test Method for Slake Durability of Shale and Similar Weak Rocks ASTM D7625 Laboratory Determination of Abrasiveness of Rock Using the CERCHAR Method Manufacturer's Soil Strength Determination Using a Torvane Instructions G&AI Project No. 13-0446 Page 4 4.0 SITE CONDITIONS 4.1 General Review of Aerial Photoeraohs: Historical aerial photographs of the site were reviewed for potential past alterations to the site which could impact geotechnical design conditions. Specifically, aerial photographs were reviewed to visually assess obvious areas of significant past fill on site. Aerial photographs were reviewed for the years 2013, 2011, 2009, 2007, 2003, 2002 and 1995. Reviewed aerial photographs are included in Appendix D - Aerial Photographs. Aerial photographs indicate the site was developed since at least 1995. Running/Biking trails were noted on the site since at least 1995. Due to development of the site and construction of trails, we would expect disturbance of site soils. Our review revealed no obvious areas of significant cut or fill on -site, with the exception of the existing levees. Due to the intermittent nature and relatively low resolution of aerial photographs, as well as our lack of detailed information regarding the past land use of the site, our review should not be interpreted as eliminating the possibility of cuts and/or fills on site which could detrimentally affect future construction. Topography: A United States Geological Survey (USGS) topographic map of the site is provided in Appendix E - USGS Topographic Map. The map indicates notwithstanding the constructed levees and the course of the river channel the site generally slopes towards the south. Site Photographs: Photographs representative of the site at the time of this investigation are provided in Appendix F - Site Photographs. 4.2 Geology Geologic Formation: The project site lies in the area of alluvium and terrace deposits (associated with the river) underlain by Fort Worth Limestone and Duck Creek Formation, undivided. A Geologic Atlas with USGS formation description is provided in Appendix G - Geologic Information. The alluvium and terrace deposits consist of predominantly sand, silts, gravel and clay. The Fort Worth Limestone consists of limestone and clay and the Duck Creek formation consists of limestone and marl. Geologic Faults: A geologic fault study was beyond the scope of this investigation. G&Al Project No. 13-0446 Page 5 (Except as Noted) General Top of Bottom of Description Layer Layer, 0 38 to 48 FAT CLAY LEAN CLAY CLAYEY SAND 4.3 Sail/Rock Stratigraphy: Descriptions of the various strata and their approximate depths and thickness per the Unified Soil Classification System (USCS) are provided on the boring logs included in Appendix C - Boring Logs and Laboratory Results. Terms and symbols used in the USCS are presented in Appendix H - Unified Soil Classification System. A brief summary of the stratigraphy indicated by the borings is provided below. GoWalized Subsurface Condi. ons Along Part 14 Segment C (Borings BH-14.1 to BH-14.8) Nominal Depth, feet bgs 38 to 48 43 to 50 SAND AND GRAVEL 43 to 50 75 LIMESTONE Detailed Description of Solis/Materials Encountered Firm to hard SANDY FAT CLAY (CH) / FAT CLAY (CH), soft to hard SANDY LEAN CLAY (CL) / LEAN CLAY (CL) and very loose to dense CLAYEY SAND (SC). EXCEPTION: BH-14.2, BH-14.4 and BH-14.5 — 0 to 1 ft. ASPHALT PAVEMENT. Very loose to very dense POORLY -GRADED SAND (SP) / POORLY -GRADED SAND WITH CLAY AND GRAVEL (SP-SC). Soft tan and gray WEATHERED LIMESTONE and hard gray LIMESTONE. Note: Boring Termination Depth = 30 to 75 feet bgs. Generalized Subsurface Conditions Along Part 14 Segment (Borings BH-14.9 and BH-14.10) Nominal Depth, feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 28 FAT CLAY Stiff to hard FAT CLAY (CH) / FAT CLAY WITH SAND (CH), LEAN CLAY soft to stiff, LEAN CLAY (CL) / SANDY LEAN CLAY (CL). i EXCEPTION: BH-14.10 — 0 to 0.5 ft. ASPHALT PAVEMENT. 28 48 SILT AND SAND Loose to dense, SILTY SAND (SM), loose to medium dense SANDY SILT (SM) and soft, SANDY SILTY CLAY (CL- ML). 48 50 to 55 SAND Very dense, POORLY GRADED SAND WITH GRAVEL (SP) WEATHERED and soft, WEATHERED LIMESTONE. LIMESTONE 50 to 55 60 to 75 LIMESTONE Very hard, gray LIMESTONE. Note: Boring Termination Depth = 60 to 75 feet bgs. Swell Potential based on Atterberg Limits: Atterberg (plastic and liquid) limits were performed on 11 soil samples obtained at depths between 0- and 12-feet bgs. The plasticity index of the samples was between 27 and 41 with an average of 36 indicating that the soils have a moderate to high potential for shrinking and swelling with changes in soil moisture content. G&AI Project No. 13-0446 Page 6 Swell Tests: Swell tests were performed on selected clay soil samples. The results of the tests are summarized below. Boring Avg. Moisture Liquid Plasticity Applied Swell No. Depth Content, w, Limit, LL Index, PI Overburden (%) (ft.) % Stress (psi) BH-14.1 9 14 49 34 7.1 3.80 BH-14.2 14 19 40 27 10.2 1.00 BH-14.3 9 16 56 40 7.1 4.26 BH-14.4 7 21 58 41 5.7 0.08 BH-14.5 9 22 57 40 7.1 0.60 BH-14.6 5 13 55 41 4.1 6.58 BH-14.7 7 20 55 37 5.7 2.18 131-1-14.8 14 20 45 29 10.2 3.04 BH-14.9 3 22 53 32 2.6 0.23 BH-14.9 9 19 57 37 6.7 1.55 BH-14.10 5 21 52 33 4.7 0.23 Unconfined Compressive Streneth of Rock: Unconfined compressive strength tests were performed on selected limestone samples and are summarized below. Rock Sample Compressive Strength Results Boring No. Depth Interval (feet bgs) BH-14.2 50-51 BH-14.7 50-51 BH-14.7 59-60 BH-14.7 65-66 BH-14.8 46-47 BH-14.8 55-56 BH-14.8 68-69 BH-14.9 55-56 BH-14.9 68-69 BH-14.10 51-53 BH-14.10 55-57 Compressive strength (tsf) 56.4 249.9 157.4 109.7 33.2 135.0 125.8 202.3 175.6 40.6 112.1 CERCHAR Test Results. CERCHAR testing was performed on selected rock samples. Results of the abrasiveness of rock using the CERCHAR Method by ASTM D 7625 are included in the following table. Test reports are included in Appendix C - Boring Logs and Laboratory Results. CERCHAR Test Results Boring Depth, (ft) Average CECHAR Abrasive CAI Classification Location Indent (CM) BH-14.2 53-54 0.48 Very low Abrasiveness BH-14.7 52-53 1.17 Medium Abrasiveness BH-14.7 64-65 0.53 Low Abrasiveness BH-14.7 66.5-67-5 0.48 Very Low Abrasiveness BH-14.8 61-62 0.48 Very Low Abrasiveness BH-14.8 65-66 0.92 Low Abrasiveness G&AI Project No. 13-0446 Page 7 CERCHAR Test Results Boring Depth, (ft) Average CECHAR Abrasive CAI Classification Location index (CAI) BH-14.8 47-48 0.48 Very Low Abrasiveness BH-14.9 66.5-67.5 0.66 Low Abrasiveness BH-14.10 53-54 0.48 Very Low Abrasiveness Slake Durability Test Results. Slake durability testing was performed on selected rock samples. Results of the Slake durability tests using ASTM D 4644 are summarized in the following table. Test reports are included in Appendix C - Boring Logs and Laboratory Results. Slake Durability Test Results Boring Depth, (ft) Slake Durability Water Temp Natural water Description of Location Index, (%) Aveme (°C) Content, (%) fragments* BH-14.2 53-54 90.9 20 6.0 Type II BH-14.7 52-53 98.7 20 4.2 Type I BH-14.7 64-65 97.6 20 3.3 Type I BH-14.7 66.5-67.5 93.2 20 4.3 Type II BH-14.8 47-48 89.0 20 4.3 Type II BH-14.8 61-62 86.2 21 5.6 Type II BH-14.8 65-66 68.5 20 6.8 Type II BH-14.9 66.5-67.5 98.7 21 3.0 Type II BH-14.10 53-54 82.2 21 10.3 Type II *Note: Type I - Retained pieces remain virtually unchanged. Type 11- Retained materials consist of large and small fragments. 4.4 Groundwater The borings were advanced using auger drilling and intermittent sampling methods in order to observe groundwater seepage levels. Groundwater levels encountered in the borings during this investigation are identified below. Boring No. Depth Groundwater initially Encountered (feet, bpi BH-14.1 17.0 BH-14.2 16.0 BH-14.3 16.0 BH-14.4 18.0 BH-14.5 19.0 BH-14.6 15.0 BH-14.7 14.0 BH-14.8 17.0 BH-14.9 17.0 BH-14.10 19.0 Groundwater Depth 24 Hours After the Initial Readhv (feet, W 13.4 14.2 10.5 7.5 9.0 G&AI Project No. 13-0446 Page 8 Piezometers were installed at various boring locations along the proposed utility relocation. Piezometer Date Installed Date Measured Groundwater Depth (feet, bgs) aH-14.09 6/5/2015 7/13/2015 115 1314-14.10 3/7/2015 7/13/2015 1L0 Long-term monitoring can reveal groundwater levels materially different than those encountered during measurements taken while drilling the borings and in the piezometers. The piezometers installed as part of this study should be monitored over a period of time to assess groundwater fluctuations. Groundwater Fluctuations: Future construction activities may alter the surface and subsurface drainage characteristics of this site. It is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. Even so, the groundwater level should be expected to fluctuate throughout the years with variations in precipitation and associated rises and falls in the water level of the river. 5.0 ANALYSIS AND RECOMMENDATIONS 5.1 Seismic Site Classification The seismic site classification is based on the 2012 International Building Code (IBC) and is a classification of the site based on the type of soils encountered at the site and their engineering properties. Per Table 20.3-1 of ASCE 7-10, the seismic site classification for this site is C. 5.2 Construction Excavations Applicability: Recommendations in this section apply to short-term construction -related excavations for this project. Sloped Excavations. All sloped short-term construction excavations on -site should be designed in accordance with Occupational Safety and Health Administration (OSHA) excavation standards. The following table addresses OSHA soil type based on the observed soils in the project borings. G&AI Project No. 13-W6 Page 9 OHSA Soil Type by Boring Location and Depth Boring No. OSHA Soil Type Depth of Trench (feet) 0-10 10-20 (Cohesive) (Cohesive) 1311-14.1 B C 13H-14.2 B C BH-14.3 B C BH-14.4 B C BH-14.5 B C BH-14.6 B C BH-14.7 B C BH-14.8 B C BH-14.9 B C BH-14.10 B C For Type B soils, short-term construction excavations may be constructed with a maximum slope of 1:1, horizontal to vertical (H:V). For Type C soils, short-term construction excavations may be constructed with a maximum slope of 1.5:1, horizontal to vertical (H:V). Recommendations provided herein are not valid for any long-term or permanent slopes on - site. We should be contacted to review sloped excavations deeper than 20 feet. Shored Excavations. As an alternative to sloped excavations, vertical short-term construction excavations may be used in conjunction with trench boxes or other shoring systems. Shoring systems should be designed using an equivalent fluid weight of 65 pounds per cubic foot (pcf) above the groundwater table and 95 pcf below the groundwater table. Surcharge pressures at the ground surface due to dead and live loads should be added to the lateral earth pressures where they may occur. Lateral surcharge pressures should be assumed to act as a uniform pressure along the upper 20-feet of the excavation based on a lateral earth coefficient of 0.5. Surcharge loads set back behind the excavation at a horizontal distance equal to or greater than the excavation depth may be ignored. We recommend that no more than 200-feet of unshored excavation should be open at any one time to prevent the possibility of failure and excessive ground movement to occur. We also recommend that unshored excavations do not remain open for a period of time longer than 24-hours. Limitations: Recommendations provided herein assume there are no nearby structures or other improvements which might be detrimentally affected by the construction excavation. Before proceeding, we should be contacted to evaluate construction excavations with the potential to affect nearby structures or other improvements. Excavation Monitoring: Excavations should be monitored to confirm site soil conditions are consistent with those encountered in the borings drilled as part of this study. Discrepancies in soil conditions should be brought to the attention of G&AI for review and revision of recommendations, as appropriate. G" Project No. 13-0446 Page 10 5.3 Groundwater Control Groundwater was encountered at depths as shallow as 7.5-feet bgs during the subsurface Investigation. If groundwater is encountered during excavation, dewatering to bring the groundwater below the bottom of excavations may be required. Dewatering could consist of standard sump pits and pumping procedures, which may be adequate to control seepage on a local basis during excavation. Supplemental dewatering will be required in areas where standard sump pits and pumping is not effective. Supplemental dewatering could include submersible pumps in slotted casings, well points, or eductors. Specifically, groundwater control will likely require: ➢ Groundwater cutoffs and sump pumping in pipe launch / receptor pits. ➢ Grouted tunnel face or pipe -jacked face and/or well points dewatering. ➢ Pipeline flow line depth adjustment for rock face excavation. The contractor should submit a groundwater control plan in accordance with the contract documents, prepared by a licensed engineer experienced in that type of work. 5.4 Earthwork 5.4.1 Site Preparation In the area of improvements, all concrete, trees, stumps, brush, debris, septic tanks, abandoned structures, roots; vegetation, rubbish and any other undesirable matter should be removed and properly disposed. All vegetation should be removed and the exposed surface should be scarified to an additional depth of at least 6 inches. It is the intent of these recommendations to provide a loose surface with no features that would tend to prevent uniform compaction by the equipment to be used. 5.4.2 Wet Weather/Soft Subgrade Soft and/or wet surface soils may be encountered during construction, especially following periods of wet weather. Wet or soft surface soils can present difficulties for compaction and other construction equipment. If specified compaction cannot be achieved due to soft or wet surface soils, one of the following corrective measures will be required: 1. Removal of the wet and/or soft soil and replacement with select fill, 2. Chemical treatment of the wet and/or soft soil to improve the subgrade stability, or 3. If allowed by the schedule, drying by natural means. G&AI Project No. 13-0446 Page 11 Chemical treatment is usually the most effective way to improve soft and/or wet surface soils. G&AI should be contacted for additional recommendations if chemical treatment is planned due to wet and/or soft soils. 5.4.3 Testing Required Testing and Inspections: Field compaction and classification tests should be performed by G&AI. Compaction tests should be performed in each lift of the compacted material. We recommend the minimum soil compaction testing of one test per lift per 100 linear feet of utility backfill. If the materials fail to meet the density or moisture content specified, the course should be reworked as necessary to obtain the specified compaction. Liabilitv Limitations: Since proper field inspection and testing are critical to the design recommendations provided herein, G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing is performed by another party. 5.5 Demolition Considerations Applicabilitv,: Recommendations in this section apply to the removal of any existing utilities or pavement which may be present on this site. General: Special care should be taken in the demolition and removal or existing utilities and pavements to minimize disturbance of the subgrade. Excessive disturbance of the subgrade resulting from demolition activities can have serious detrimental effects on planned foundation and paving elements. Existing Utilities: Existing utilities and bedding to be abandoned should be completely removed where indicated in the drawings. Utilities which are abandoned in place should only be abandoned as indicated in the drawings. 5.6 Loading on Buried Structures Applicability: Recommendations in this section are applicable to the design of buried junction boxes, piping and manholes associated with this project. Uplift. Buried water -tight structures are subjected to uplift forces caused by differential water levels adjacent to and within the structure. Resistance to uplift pressure is provided by soil skin friction and the dead weight of the structure. Skin friction should be neglected for the upper 3 feet of soil. A skin friction of 200 pounds per square foot (psf) may be used below a depth of 3 feet. G&AI Project No. 13-0446 Page 12 Lateral Pressure. Buried structures should be designed for at -rest lateral earth pressures as provided in table below. Table $-P 0—ure-1p - Above Type of BackfilI Water Table and Free- Water Table or Not Free Fat Clay — On -site fat clays (CH) free of organics and other deleterious material that is compacted to at least 95 percent of the Standard Proctor Density (ASTM D698 or Tex 114-E) and at a moisture content above 95 110 optimum. Unit Weight 125 pcf and Friction Angle of 15" ka = 0.74 Select fill soils free of organics and other deleterious material that is compacted to at least 95 percent of the Standard Proctor Density (ASTM D698 or Tex 114-E) and within two percentage points of the optimum 65 95 moisture content. Unit Weight 120 pcf and Friction Angle of 28° ko = 0.53 Granular Soils — Sands with less than 15% passing no. 200 sieve and compacted to at least 95 percent of the Standard Proctor Density (ASTM D698 or Tex 114-E) 55 85 Unit Weight 110 pcf and Friction Angle of 30" ko = 0.50 Notes: (1) The values provided are to the nearest 5 pcf. (2) ko = Coefficient of At -Rest Earth Pressure. The above lateral pressures include hydrostatic pressure but do not include surcharge loads. Groundwater levels should be assumed to be at the 100-year flood plain elevation. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads set back behind the retaining structure at a horizontal distance equal to or greater than the structure height may be ignored. Vertical Pressure. Vertical pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 125 pcf above the groundwater table and 65 pcf below the groundwater table. This does not include surcharge loads. The vertical load produced by a surcharge may be computed as 100 percent of the vertical surcharge pressure applied as a constant pressure over the full width of the buried structure. G&AI Project No. 13-0446 Page 13 Foundations: It is our understanding that structures located within the site will be bearing at depths of 20- to 30-feet below grade. Based on the subsurface investigation, soils 20- to 30-feet bgs consisted predominantly of soft to firm clay and clayey sands located below the ground water table. The net increase in bearing pressure below buried junction boxes, piping and manholes is generally negligible. Junction box foundations may be designed using a maximum allowable bearing pressure of 1,500 psf. The bearing pressure is based on a safety factor of 3 against shear failure of the foundation bearing soils. Slab deflections should be analyzed assuming a coefficient of subgrade reaction, k, of 75 pounds per cubic inch (pci). Provided that the structure is underlain by firm undisturbed soil, the ground surface over and adjacent to the structure remains at roughly the same level prior to construction, and no additional load is applied to the structure, we expect post -construction settlements of buried structures to be negligible. Empty buried structures below the groundwater table will be subject to buoyant forces. Buoyant forces on buried structures will be resisted by the dead weight of the structure, effective weight of the soil above the structure, and skin friction as previously described. Foundation Construction: The geotechnical engineer should monitor foundation construction to verify conditions are as anticipated and that the materials encountered are suitable for support of the foundations. Soft or unsuitable soils encountered at the foundation bearing level should be removed to expose suitable, firm soil. Foundation excavations should be dry and free of loose material. Excavations for foundations should be filled with concrete before the end of the workday or sooner if necessary to prevent deterioration of the bearing surface. Temporary shoring and ground water control (sump pumping) may be required for excavations 10-feet depth and below. Backfill material should consist of select fill with Liquid Limits less than 35 and Plasticity Index between 5 and 15, or alternatively use flowable fill placed in one sequence bottom to top of excavation. Alternatively, well graded backfill materials (crushed or river run granular material) 1 inches to No. 4 size may be used for excavation backfill. Limitations: Recommended design pressures provided herein do not include loading due to tunnel installation, where applicable. Depending on the type of tunnel, loading on piping due to construction can far exceed stresses induced by soil and surcharge loading and may dictate piping selection. Where appropriate, loading on piping due to tunneling should be factored into the design of buried piping. 5.7 Buried Pipe Applicabilitv: Recommendations in this section are applicable to the design of buried piping placed by open cut methods associated with this project. Pressure on Buried Pipe: Design recommendations provided in the "Loading on Buried Structures" section of this report apply to buried piping. G&AI Project No. 13-0446 Page 14 Thrust Restraints: Resistance to lateral forces at thrust blocks will be developed by friction developed along the base of the thrust block and passive earth pressure acting on the vertical face of the block. We recommend a coefficient of base friction of 0.3 along the base of the thrust block. Passive resistance on the vertical face of the thrust block may be calculated using the allowable passive earth pressures presented below. Allowable Passive Earth Pressure by Material Type Aaterial Allowable Passive Pressure (psf) Native Clay 21000 Sand 100 x Depth (in feet) Compacted Clay Fill 1,500 Limestone 3,000 Note: Passive resistance should be neglected for any portion of the thrust block within 3 feet of the final site grade. The allowable passive resistance for native clays is based on the thrust block bearing directly against vertical, undisturbed cuts in these materials. Bedding and Backfill: Pipe bedding and pipe -zone backfill for the water and sanitary sewer piping should be in accordance with the City of Fort Worth Standard Construction Specifications. The pipe -zone consists of all materials surrounding the pipe in the trench from six (6) inches below the pipe to 12 inches above the pipe. Trench Backfill: Material utilized to backfill the trenches above the pipe -zone within the proposed levee hard edge, soft edge, bypass channel and on the riverside of the existing levee (within the area of the United States Army Corps of Engineers (USACE)) should consists of select fill clay soil (CL) with Liquid Limits less than 35 and Plasticity Index between 5 and 15. Backfill should be placed in loose lifts not exceeding 6-inches and should be compacted to at least 95 percent modified density (per ASTM D-1557) and at a moisture content between 3 percent above optimum to 2 percent below optimum. Backfill of the trenches performed in other areas should be performed in accordance with the City of Fort Worth Standard Specifications. Trench Settlement: Settlement of backfill should be anticipated. Even for properly compacted backfill, fills in excess of 8 to 10 feet are still subject to settlements over time of about 1 to 2 percent of the total fill thickness. This level of settlement can be significant for fills beneath streets. Close coordination / monitoring will reduce the potential for future movement. 5.8 Tunneling General: We understand the design and means and methods for construction of tunnels related to this project are at the discretion of the Contractor. Due to this presumption, detailed tunnel design recommendations are not provided. For the purposes of tunnel design, this report should be considered a Geotechnical Data Report (GDR). G&AI Project No. 13-0446 Page 15 Design : _,.i i dations provided in the "Construction Excavations" section may be utilized for temporary tunnel access shaft excavations less than 20-feet in depth. Design recommendations provided in the "Loading on Buried Structures" section of this report may be utilized for tunnels, permanent access shafts, and access shafts deeper than 20-feet. The "Loading on Buried Structures" section specifically excludes tunnel loading due to construction. Construction loads may dictate tunnel piping design and should be determined by the Contractor and applied to the tunnel piping design, as appropriate. Generalized Subsurface Conditions: Variable soils were encountered above the rock at the anticipated casing invert depth. Based on subsurface conditions at the time of this study, anticipated tunnel depths were below the groundwater table. Generalized Subsurface Conditions Along Part 14 Segment C (Borings BH-14.1 to BH-14.8) Nominal Depth, feet bgs (tEegt as Noted) General Top of I Bottom of Description 0 38 to 48 FAT CLAY LEAN CLAY CLAYEY SAND 38 to 48 43 to 50 SAND AND GRAVEL Detailed Description of Soils/Materials Encountered Firm to hard SANDY FAT CLAY (CH) / FAT CLAY (CH), soft to hard SANDY LEAN CLAY (CL) / LEAN CLAY (CL) and very loose to dense CLAYEY SAND (SC). EXCEPTION: BH-14.2, OH-14.4 and BH-14.5 —0 to 1 ft. ASPHALT PAVEMENT. Very loose to very dense POORLY -GRADED SAND (SP) / POORLY -GRADED SAND WITH CLAY AND GRAVEL (SP-SC). 43 to 50 75 LIMESTONE Soft tan and gray WEATHERED L JE and hard gray _ LIMESTONE. Note: Boring Termination Depth = 30 to 75 feet bgs. Generalized Subsurface Conditions Along Part 14 Segment C (Borings SH-14.9 and BH-14.1O1 Nominal Depth, feet bgs Exce t as IN General Top of Bottom of Description Liwer Law 0 28 FAT CLAY LEAN CLAY 28 48 SILT AND SAND 48 50 to 55 SAND WEATHERED LIMESTONE 50 to 55 60 to 75 LIMESTONE Note: Boring Termination Depth = 60 to 75 feet bgs Detailed Description of Soils/Materials Encountered Stiff to hard FAT CLAY (CH) / FAT CLAY WITH SAND (CH), soft to stiff, LEAN CLAY (CL) / SANDY LEAN CLAY (CL). Enc.Lr i IuN: BH-14.10 — 0 to 0.5 ft. ASPHALT PAVEMENT. Loose to dense, SILTY SAND (SM), loose to medium dense SANDY SILT (SM) and soft, SANDY SILTY CLAY (CL- M L). Very dense, POORLY GRADED SAND WITH GRAVEL (SP) and soft, WEATHERED LIMESTONE_ Very hard, gray LIMESTONE. G&AI Project No. 13-W6 Page 16 Limitations: Borings were limited in the vicinity of the proposed tunnel sections. As a result, variability in soil and groundwater conditions should be expected. Soil conditions may be materially different than those encountered during this study. 6.0 GENERAL COMMENTS Data Assumptions: By necessity, geotechnical engineering design recommendations are based on a limited amount of information about subsurface conditions. In the analysis, the geotechnical engineer must assume subsurface conditions are similar to those encountered in the borings. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and 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. Subsurface Anomalies: Anomalies in subsurface conditions are often revealed during construction. 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. Change of Conditions: 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 should 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. Liability Limitation: G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing recommended herein is performed by another party. Warrantv: This report has been prepared for the exclusive use of the Client and their designated agents for specific application to design of this project. 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. G&AI Project No. 13-0446 Page 17 Appendix A - Project Location Diagrams .,il • � ' ,`rani ,+ hiq R � • , �� r +' 1 r w ow 53-:1, T • 1 1,t # r �h' ��'LIIS j}j' • � � n' Island Lak$ 1 It. H14e.1 C C"T'T ; I y vi A... r C��E.I e7'IS•+I � r• K A. -1wa Ih 16 .� to �- ! 36 r • x x T�errac.a�A anus' s.r - 0446 iv - _drAI c h � _ 1. _ f M I ■ � T J�CIjRHINWn � �' •. � `� Y _ # SC.'70i1 -,'4, -ik' N 9MO'/4.72' W re'rt 523'I_= Appendix B - Boring Location Diagram BORING LOCATION DIAGRAM — PART 14 P-n r Project No.13-0446 TRV Channel Segment Utility Relocations Part 14 Segment C BORING LOCATION DIAGRAM — PART 14 — BH-14.9 and BH-14.10 *A Project No.13-0446 TRV Channel Segment Utility Relocations Part 14 Segment C A YAP /10A1-a16 YAP RMj-400 I, BH-14J1 (55'DEEP) IICWJIIDNI C� Wt L1� IICAUIMIJ SAINTARY Sf11ER LNES I 1 BN GBH-14.3 (55' DEEP) �I r TRV PART 14 L PROPOSED Be -NCH SANTARY SEWER LNE AND SEWER SPMONS GEOTECHNICAL BORN( LOCATIONS NOTES _ 1, RLTEI1ENCm CIET-B SNOWO CITY OT —1 11T1RM _- sTuaMm oETAEs IRYEa YorEo o11cRww v 4 R ME CON111ACTpt S11A11 K RESRONSNRC FOR LOCATNG A ♦ U1unm'MIETMER RAIBIIC T PRIVATE, PRIOR TO EVCAVATIOT THE IWONNATTON Ally DATA SON *11 RESPECT TO 11ST. iMDERCIMMD MURES AT oR CONTIGUOUS TO RIC STE I$ - yr AKRORYIATI ANO BASED O INfgNAeON iURNSNEO aY 11 I (Z 4 ) WARNING 1 ` 11i �L.�OQpA�nON MO DYl %Ar OF Dn NO UTEIOES SHONN ON 116JM�M4 AR[ APPRONrAiC ANO IERE OBTAINED FRpl UTU" INCOIOS. IT K THE CONTRACTOR'S S l RESIONOI SUI V LOGTIOII, OFPR1 AND DII Sw OF ElWNG UTIUTES PBSOR ro tO/SINIX ON. W411IS UNDERpfOIMD DTILINI N nE AREA OF COl15TRUCrM CONTACT W FOU011NG "GE5 AT LEAST Ae NOURS PNDR TO E[CAVANCH AT THI5 LMATON, eLdIY iUl SI 53e -2 ERfi:RT YARnIiZ DIIDOR q cw B1T 6DJ3 AN CRANE A71ICS YAB BI O� 59i, NE49EY ACCESO moll :AY UAB go, CRY IN FORT 1ARTN 61) � 6a1a CITY tlf' rplr YONM ONTER O[PARTY NT BT e_as 1' sRNG 1WT �EWRATE BENCHMARKS 1 RTA —ACE. CENTRAL CM M 3v N.ss dsl r CORC n Wla1W15.T51 613MI5.O15 ELEY, 10.156 7. T6M. BOY CUT IN CONCRETE -1 a' EAST OF C/L OF N NOVST(iST MID -IT' TOM U GATE ENTkINCE TO STAN CONCRETE INC. ADDRESS OWO -a- SOWN OF END OF`A RAIL EIEV-sstl! 1 TILM-. BOV CUT OR NORM FDGE ROUND -B' NORM TOP OF T NINON ARD ro A' O NOF R TOP OF TRINITY N AC ELER AND -]ts' NOT OR. WEST FACE or RR NaOri ptv.aODaz NOIIQONdL BEML• lA . 10' s Iet.Atm i -v _ FOR 11,11 ROT. BGIL.. 1.. arc n• rs YIYR aLr IOI Y!b A mi1rC�L . TOORp O 11NAT RJwm I - vlmo-zz�. I .90041Km- _ yy��jj11j}y DATE -BY CITY OF FORT WORTH, TEXAS 'NAIFA OFPARTYENT i • ' 11 WATER 6 SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION - CENTRAL CITY PROJECT & TRINITY UPTOWN SERVICE AREA I PHASE 1 - BRIDGE a CHANNEL RELOCATIONS 1 PART 14 - CHANNEL SEGWNT C (NTP 2) I SANITARY SEWER RELOCATIONS IBO'IIIIIIIIIII, amW OMWA Y p11C1 EY TIC tlNl �f/7C R4L IOI�C IaGTOIC /ip�7 told Associebm Inc to onars n ARwa1 RR Y +q n Rl->sNA - DAZE S[uf PROJECT NO. MOT DESGN: JON I TPR'illCf % 19/0 4 !DRAIN. CTE � T•.q IOTY C �10"IN CNECNm. NT A %1a-SOBO BIDE . l Pns-TolnaoleaAx : . NOTES ANt, n % AN 4 wLNin . 't M i �rR WARNING �w wnv e ♦ vE BENCHMARKS E tr Oa IN A. kaD N.y A Nt N IIO FOR 11,17 PIDT, AL A %t] SG4F: 60' R• �p � y�uP¢ P>nC a wsr RINtS 6ytF 0 �i 0 EO 160 Ttl 11Ap9 a µ MN9Mr RIP Ev CgNNENTS BY 1 BAT R� r i CITY OF FORT WORTH, TEXAS � WATER DFrANTucNT WATER 6 SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION -CENTRAL CRY PROJECT 6 TRINITY UPTOWN SERVICE AREA PART 14 - CHANNEL SEGMENT C WATER 6 SANITARY SEWER RELOCATIONS PROPOSED GEOTECHNK:AL BORE LOCATIONS Klmiey»)Horn _ Pw ewn a W PPIww 4 iNw wwA n wo waAw Pt. FAwI DAT SGIE PNoxcT NO. Tww S 7 DESK, J0K • —/DUE / %%%% DRAMA CR JAN CITY PROJECTI 00964 A CHEM. M. AT =5 Pt65-6091]00969%% A P275-70917009690 Appendix C - Boring Logs and Laboratory Results Gorrondona and Associates 11710 North Freeway, Suite 700, Houston, TX T7060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT Kktdev-Horn and Assoclatm Inc. PROJECT NUMBER 13-0446 DATE STARTED 1WC//13 COMPLETED 1 CONTRACTOR StrateBore METHOD lodow Stem Myer LOGGED BY rX CHECKED BY NOTES w S U �W wS O MATERIAL DESCRIPTION o O a� z rn 0 LEAN CLAY WITH SAND (CL) / LEAN CLAY ST (CL) - Hard, dark brawn and gray. A ST ST A./I ST 10 ST CLAYEY SAND (SC) - Very loose, brown, with gravel. � 0 7 SS o_ 5 - SANDY LEAN CLAY (CL) / LEAN CLAY WITH SS - SAND (CL) - Soft, gray and brown, with sand seams. _ 50 With gravel below 43 feet. 75i BORING NUMBER 131-1-14.1 PAGE 1 OF 1 PROJECT NAME TRV Channel Sewnent LARity Relocations Seqments B and C PROJECT LOCATION Fort Worth, Texas GROUND EVEVATION HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED AFTER 24 HR. -- AFTER — ATTERSERG � cn w w W Z z w �_ LIMITS z w z Oz a H'" a 3p5 ?� j H� UW OUde �� Lu mcn UZ Y 0 C) rn� 2O ?� Q� coz w a a a o — z U- 4.5+ 16 4.5+ 14 4.5+ 14 4.5+ 13 4.5+ 14 49 15 34 85 4.5+ 8.6 117 13 POORLY -GRADED SAND (SP) - Very loose,, spy. — WEATHERED LIMESTONE - Tan and gray. ------ Bottom ofhole at 55.0 feet. - -�— 50(0.5*) 2-2-2 22 L-_..&._.., 3-3-4 23 (7) _ S-3-3 21 2-2-2__.. 24 25 12 13 72 (4) 24 --L41 M2(4) 22 2-5013' , 16 Gorrondona and Associates G 11710 North Freeway, Suite 700, Houston, TX 77060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT KtrtdamMom and Ammcimlim. Inc. PROJECT NUMBER 13-0446 DATE STARTED COMPLETED tfu7/4" CONTRACTOR 9fte METHOD Auaer 0 to 50 feet. Rock Corinrt 50 to 55 feet LOGGED BY CHECKED BY I w NOTES BORING NUMBER 131-1-14.2 PAGE 1 OF PROJECT NAME TRV Channel Seament Utliity Relocations Secrnents B and C PROJECT LOCATION Fort Worth. Texas GROUND EVEVATION HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 16.0ft AFTER 24 HR -- AFTER — ATTERBERG H CL z w w CL Zd m > C. �B w ae LIMITS w �..�m w i O MATERIAL DESCRIPTION a? o. Wn H o 3Z5 m Y 211 > '2 � m ' �z ? H c� H H U Z OF d Paz _ m0Z a E a }o �o o� a� gZ z 0 0- LL ASPHALT PAVEMENT - 4-inch asphalt + 8-inch fuse. ST 3.5_ 21 LEAN CLAY WITH SAND (CL) / LEAN CLAY ST 4.5 20 (CL) - Stiff to very stiff, dark brown and gray. - VNIN/l/ ST 3.5 19 ST 4.0 19 10 ,r� ST 4.5 3.0 111 19 ST 1.5 - 40- � 13 _ 27 84 19 p 20 / CLAYEY SAND (SC) - Brow. �f LEAN CLAY (CL) - Soft, brown, with sand w � seams. a 0 � 30 z CLAYEY SAND (SC) -Very loose b loose, o— brown, with gravel. J 40 _ With gravel below 43 feet. a 'f WEATHERED LIMESTONE - Soft, tan and gray. _ 50 LIMESTONE - Hard, gray. 1. r. W g Bottom of hole at 55.0 feet. W a U H ST r Ss- ST XSs 50(0.5') RC 92 (70) T 50(0.75") 50 -225") ELF 2-3-4 22 (7) 22 40 16 24 85 2-3-3 30... (6) 22 1-3-15 25 56.4 145 5 a Gorrondona and Associates 11710 North Freeway, Suite 700, Houston, TX T7060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLENT Khdov-Hom and AssocW ties, Inc. PROJECT NUMBER 13-04.46 DATE STARTED 10AIM3 _ COMPLETED 10/8113 CONTRACTOR SbWeBore METHOD Hollow Stem Auger LOGGED BY DL CHECKED BY LG NOTES w a �:W MATERIAL DESCRIPTION CO a. iz cn FAT CLAY WITH SAND (CH) / SANDY FAT ST CLAY (CH) - Firm to hard, brown. with gravel and -- FST sand seams. ST ST ST I ST ST IST CLAYEY SAND (SC) - Very loose to dense, grey ; ( SS and brown. N Z / �j f �:SS J 40� a X SS fly, With gavel below 46 feet. 50 r (/ = WEATHERED LIMESTONE - Soft, tan and gray. LU - 5 BORING NUMBER BH-14.3 PAGE 1 OF 1 PROJECT NAME TRV Channel Segment Utility Relocations Segments B and C PROJECT LOCATION Fort Worth, Texas GROUND EVEVATION HOLE SIZE GROUND WATER LEVELS. INITIALLY ENCOUNTERED 16.Oft AFTER 24 HR -- AFTER — ATTERBERG W w ae LIMITS z w ^ WF� a Lu 3z-j w a z w� �� Fz� z xo0D moj W. 4 � N W �-- Up W z a oo a 0 2 o 0 � a �X ) w z U- 4.5+ 14 4.5+ 15 4.5+ 14 4.5+ 15 4.5+ 16 56 16 40 79 2.5 1.2 114 19 Uj 5 Bottom of hole at 55.0 feet. TCP 50(0.5") 2 150i0.25")) w r Q. U r 1_0 1.2 112 19 az-2 ^ 20 —_L--, 2-2-2 22 3713 ^ 2436 3-3-7 24 (10) - - 7-5-38 10 143j_ — M `a Gormndona and Associates 11710 North Freeway, Suite 700, Houston, TX 77060 V A 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT Klmlev-Horn and Associates. Inc. PROJECT NUMBER 13-0446 DATE STARTED 10/3h3 COMPLETED 10f3113 CONTRACTOR $bv8sDare METHOD Holow Stem Auer LOGGED BY DL CHECKED BY LG NOTES w a �W MATERIAL DESCRIPTION a j iZ ASPHALT PAVEMENT - 1-inch asphalt + 5-i ST base. SANDY FAT CLAY (CH) I FAT CLAY (CH) -IST ST to stiff, brown, with sand seams. ST ST ST ST ST LEAN CLAY WITH SAND (CL) - Firm, brown. ST with sand seams. CLAYEY SAND (SC) - Loose, brown and gray, `ST with gravel. 40 POORLY -GRADED SAND WITH GRAVEL (SP) > , Ss _ _ Medium dense, light brown and gray. z- - a a SS a _ r 50 SS -_- WEATHERED LIMESTONE - Soft, tan and gray. BORING NUMBER BH-14.4 PAGE 1 OF 1 PROJECT NAME TRV Channel Segment UtHity Relocations Segments B and C PROJECT LOCATION Fort Worth, Texas GROUND EVEVATION HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 1&0ft AFTER 24 HR. -- AFTER — ATTERBERG z m w w ae LIMITS w ��a a. zO� U 0 0 z y^ � 0C)>Y Oy =OOZ � OO ve rUi W °o_ Uri a Q �c°� a. a- z IZZ 2.0 22 2.0 25 2.0 23 3.0 21 58 17 41 94 3.0 24 2.0 1.8 115 16 o w- - > — - W W r Bottom of hole at 55.0 feet. TCP 50(0.25") 50(0.25") w r a U r 2.5 18 1.5 21 1.0 21 46 13 33 82 5-10-12 11 (2) 10-13-16 (29) 10-5-19 (241 13 18 Gor►andona and Associates 11710 North Freeway, Suite 700, Houston, TX 77060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 ' Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT KIrrde r-Horn and Associates. Inc. PROJECT NUMBER 13-0446 DATE STARTED 1OW13 COMPLETED 10Ml13 CONTRACTOR Sh*@9" METHOD Hollow Stem Alper LOGGED BY CHECKED BY LG NOTES w a �W w MATERIAL DESCRIPTION Uj CO d o ASPHALT PAVEMENT- 2-inch asphalt + 6-inch— base. SANDY FAT CLAY (CH)! FAT CLAY (CH) - Firm S' to very stiff, brown, with gravel. ST ST S1 Sl BORING NUMBER BH-14.5 PAGE 1 OF 1 PROJECT NAME TRV Channel Segment Ublihr Relocations Sestments B and C PROJECT LOCATION Fort Worth, Texas GROUND EVEVATION HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 19.01t AFTER 24 HP. — AFTER — ATTERBERG rnw z W W m zY! tt w ae 5 LIMITS w UO mOZ U O U Q:1 � UgZ Ix d 0 a' �O p U w Z P A U- �.5 21 1.5 22 2.5 24 2.5 23 3.5 22 57 17 40 93 ST 1.0 21 ST 1.25 19 FST 1.0 18 LEAN CLAY WITH SAND (CL) - Firm to stiff, -- — — -- brown, with sand seams. ST 1.5 .9 110 19 SS 1� 21 44 13 31 71 Bottom of hole at 35.0 feet. Gorrondona and Associates 11710 North Freeway, Suite 700, Houston, TX 77060 7524 Jack Newell Blvd. S., Fart Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 BORING NUMBER BH-14.6 PAGE 1 OF 1 CLIENT Kln* v-Hom aidAssoclabs. Inc. PROJECT NAME TRV Channel Segment UtHity Rekxxdions Sesmtients B and C PROJECT NUMBER 13-0446 PROJECT LOCATION Fat Worth, Teas DATE STARTED 10/8M COMPLETED 11018113 GROUND EVEVATION HOLE SIZE CONTRACTOR Sb*d)ore GROUND WATER LEVELS: METHOD "aw Stem Auger INITIALLY ENCOUNTERED 15.0ft LOGGED BY DIL CHECKED BY LG Z AFTER 24 HR. NOTES AFTER U a.E a0 Q �O 0 ATTERBERG a �w �0 z a mC� a� w a' LIMITP w z MATERIAL DESCRIPTION W, a U > C7 3�� O w >Y 5 = Z �_ �_ U o a� iz 0� w m0> c)z Y� ��- C y c� , 20 N °� g Nz w rn o a Urn a cr 0 U a d LL SANDY FAT CLAY (CH)1 FAT CLAY (CH) - Firm , to hard, brown, with gravel. ST 4.5+ 19 SANDY LEAN CLAY (CL) - Soft to firm, brown and gay, with sand seams. Bottom of hole at 30.0 feet. SS ST ST ST ST ST x SS SS (25) 3-4-6 (10) (5) 4.5+ 13 55 14 41 89 4.5+ 15 3.5 12 1.0 1.3 110 19 0.5 18 27 11 26 60 20 21 o and Associates 11710 1710 North Freeway, Suite 700, Houston, TX 77060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT Klmley-Horn and Associates. Inc. PROJECT NUMBER 13-0446 _ DATE STARTED 1019113 COMPLETED 1010/13 CONTRACTOR SkabdB fe METHOD Auger 0 to 50 feet, RDck Corft 50 to 75 feet LOGGED BY DL CHECKED BY LC;i NOTES w D_ �-X w W CO MATERIAL DESCRIPTION a j iz SANDY FAT CLAY (CH) I FAT CLAY WITH ST SAND (CH) - Very stiff to hard, dark brown. ST ST I-ST _ 10 �/� � ST SANDY LEAN CLAY (CL) - Soft to stiff, brown, ST - � with sand seams. 20 / EST. ST SS to a w f $ 40 POORLY -GRADED SAND WITH CLAY ANDti SS v GRAVEL (SP-SC) - Medium dense to dense, tan z and gay. O- W LIMESTONE - Hard, gray. BORING NUMBER BH-14.7 PAGE 1 OF 1 PROJECT NAME TRV Channel Segment UtI itv Relocefjans Segments B and C PROJECT LOCATION Fort Worth, Teas GROUND EVEVATION HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 14.Qft Z AFTER 24 HR. AFTER — - ATTERBERG F � z w D. w z m > -a w _ LIMITS z ^ �� z oe OU� mOz Uv 0 8 Oz Cl� �g� ❑ cn � ~ � o �� JJ aJ � z a IL U- 4.5+ 10 4.5+ . 8 - 4.5+ ^ 17 4.5+ 20 55� 18 37� 97 3.5 22 0.5 19 31 12 19 — 62 2.0 1.9 111 19 21 0.5 3-4-4 20 (8) 19 fr15-13 10 �._(28) 12-15-20 11 7 TCP 50(1'j - RC L 50(0.5') f 83 249.9 150 3 _ (50) o- - ' - 60 - I } 90 157.4 154 6RC � I TC 50(l).57 5 - RC (93) 109.7 161 8 w Bottom of hole at 75.0 feet. ` (C - 50(0.5") 50(0 25-) - a Gorrondona and Associates G11710 North Freeway, Suite 700, Houston, TX T7060 A 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817.496-1768 CLIENT Kirrnienr-Fkxn and Assodafes. Inc. PROJECT NUMBER 13-0446 DATE STARTED 10/2M3 COMPLETED` 10/3/13 CONTRACTOR SbvkSare METHOD Aucw 0 to 45 feet. Rods Carron from 45 to 75 feet LOGGED BY DL CHECKED BY LG NOTES w = L) 00 }� F- w W0. 0 MATERIAL DESCRIPTION a Z rn 0 ///, SANDY LEAN CLAY (CL) / LEAN CLAY (CL) - ST J- ////�. Soft to hard, brown and gray, with sand seams. ST ST - 10 IST - � IST 2011, IIST ST 0 " 30 �ST- a � r ST r < rJ o- F 40 POORLY -GRADED SAND WITH GRAVEL (SP) SS Very dense, tan and gray. a - - LIMESTONE Haut BORING NUMBER BH-14.8 PAGE 1 OF 1 PROJECT NAME TRV Channel Seanent Lkility Relocations Segments B and C PROJECT LOCATION Fort Worth, Texas GROUND EVEVATION HOLE SIZE—~�---- GROUND WATER LEVELS: IWTIALLY ENCOUNTERED 17.O1t T AFTER 24 HR. AFTER — ATTERBERG >- cn w w w -a w° LIMITS w 0 Z p-- Ir H 0. wo 3Z� �G. Q� t . ® Z� �Z L Z U >� �D� w YJ > ".f Z n �w F U VO Lu (>Z 0 () Q_' MO 0J gJ aZ w 0. U N 0_ p U J 0. g- Z a LL 4.5+ 17 4.5+ ~14 1.5 23_ 2.0 22 2.5 22 2.0 20 45 16__. 29 __.90 0 - - gray. 77 TCP� 50(0.75') - _ 50(0.5") 0- 2 RC J - O o rCP 50(0.25") 50(0.25-) Q- a _ 60 RC a m _ rCP 50(0.25') 50(0.25-) -. 70 -- w RC Q- w -T-- Bottom of hole at 75.0 feet. , 50(0.5") 50(0.25-) 95 (72) 100 (77) 98 (97) 1.5 . 1.6 106 22 0.5 25 28 27 16 46-40 14 3 33.2 138 7 135.0 150 7 125.8 148 9 a U H Gorrondona and Associates BORING NUMBER BH-14.09 11710 North Freeway, Suite 700, Houston, TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817496-1768 CLIENT Kknley-Hom and Asecdatse, Inc. PROJECT NAME TRV Part 14 PROJECT NUMBER 13-0446 PROJECT LOCATION Fort Worth. Teas DATE STARTED W&15 COMPLETED 6W5 GROUND ELEVATION _ HOLE SIZE CONTRACTOR Skra W3" GROUND WATER LEVELS: METHOD Austen 0 to 55 feet Rod* Corim 55 to 75 feet INITIALLY ENCOUNTERED 17.0 At LOGGED BY DL CHECKED BY LG i AFTER 15 MIN. !)I.0 ft NOTES -7 END OF DAY 8.0 ft ATiERiERG F- a �w '� W^ H� z a z m� In w ae �� LIMITS W z w O an MATERIAL DESCRIPTION a 0. a~ ? rn ~~ U OV - j z O w m O> vz Y o o a y L) �o a 3 Nz° W N a a o v a a p FAT CLAY (CH) / FAT CLAY WITH SAND (CH) - ST 4.50+ 11 -// ZZIASttff to hard, brown, with sift seams. ST _2.50 21 53 21 32 -- 98 M ST 3.00 + 19 - ST IST 3.50 20 _10 ST 4.50+ 18 57 20 37 96 _ - 2.00 1.8 109 18 SANDY LEAN CLAY (CL) - Soft, brown, with EST 20 sand seams. SILTY SAND (SM) - Loose, brown and gray, withSS clayey sand seams. a SANDY SILT (ML) - Loose to medium dense, Z; SS _ gray and tan, with sand seams. a $ 40 a- - z- z 0_ _ o- I 50 0'\`' POORLY GRADED SAND WITH GRAVEL - Very S8 - o C dense, gray. �_- WEATHERED LIMESTONE - Soft, tan and gray. - - LIMESTONE -Very hard, gray. 50(0 25") a a RC 92 (61) L _70 5 r _ Uj 100 RC (73) S T _ Bottom of hale at 75.0 feet. to 501 (0 25") a U H 0.50 21 2-2-3 21 _ (5) 21 2-2-4 20 (6) 4-3-4 19 t— (7) 3-7-9 21 12-30-33 10 (63) 202.0 144 4 10 175.6 149 5 Gorrondona and Associates 11710 North Freeway, Suite 700, Houston, TX T7060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT FOmiev-Hom and Associates. Inc. PROJECT NUMBER 13-0446 DATE STARTED 3WIS ` , COMPLETED 3f&15 CONTRACTOR Lone Slat Sdoration METHOD Auger 0 tD 10-feet. Rotary Wash 10 to 60 feeL LOGGED BY JM CHECKED BY LG NOTES U as a uj .. O 0 w }ate F Lu MATERIAL DESCRIPTION W 00 CL iz Z to ASPHALT_ PAVEMENT - 6-inch ASPHALT. _ ST FAT CLAY (CH) / FAT CLAY WITH SAND (CH) - - Stiff to very stiff, brown and dark gray. ST ST ST ST LEAN CLAY (CL) / SANDY LEAN CLAY (CL) - Soft to stiff, brown, with silt seams. ST BORING NUMBER BH-14.10 PAGE OF PROJECT NAME TRV Pta t 14 PROJECT LOCATION FortWorth, Teoms GROUND ELEVATION HOLE SUE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 10.04 Z AFTER 15 MIN. 110ft ` 7 END OF DAY 9.Oft ATTERBERG > cnw w w a w o LIMITS w a wo �Z a z � +cc�+ a t m z y �z U UW z O° H � m=) Uz yv � o ° y U E M Oo �~ o7 �~ g 5z w w Ix a O}c a o U J a a 2.00 2.25 25 4.00 21 52 19 33 97 3.50 20 2.50 2.4 105 22 1.50 22 38 ` 15 23 87 20� ST ST SANDY SILTY CLAY (CL-ML) - Soft, brown, with Its - /X sand seams. o _ 0. r - ST �r % ' e F_ e 40 SILTY SAND (SM) - Medium dense to dense, SS ith gray and brawn, wgravel. J F a - . 0 a a— _T WEATHERED LIMESTONE - Soft, tan and gray. 50(0.25-) _ LIMESTONE - Very hard, gray. 0.25- w .T.._ IRC - urr 60 a Bottom of hole at 60.0 feet. T 50(0.25') f w r 50(0.25-),i a U r 0.50 21 1.00 .8 111 20 0.50 22 0.50 19 21 14 7 60 3-6-17 21 39 14-2426 14 -L501 40.6 136 9 100 (90) 112.1 144 6 UNCONFINED COMPRESSION TEST 2 i II I IIIII � II II III � IIIII �IIIIIIIIIIIIIIII U II II IIIIII II III l l 0 ! l l 0 5 10 15 20 Axial Strain, % Sample No. 1 - Unconfined strength, tsf 1.831 Undrained shear strength, tsf ; 0.916 I Failure strain, % 15.7 Strain rate, %/min. 1.00 Water content, % 18.5 Wet density, pcf 129.3 Dry density, pcf 109.2 Saturation, % N/A - Void ratio N/A - Specimen diameter, in. _ 2.75 -- - - Specimen height, in. 5.75 Heightidiameter ratio 2.09 Description: Brown, FAT CLAY WITH SAND (CH) LL = I PL = I PI = Assumed GS= I Type: Shelby Tube Project No.: 13-0446 Client: Kinley-Horn and Associates, Inc. r Date Sampled: 6/5/2015 Remarks: Project: TRV Part 14 Location: Boring BH-14.09 Depth: 13-15 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Figure Houston, Texas UNCONFINED COMPRESSION TEST 400 300 y zoo y U 100 I I � Or 0h 05 10�5 I I bb Axial Strain, % Sample No. 1 Unconfined strength, tsf 202.285 Undrained shear strength, tsf 101.142 Failure strain, % 0.7 Strain rate, %/min. 0.30 Water content, % 4.3 Wet density, pcf 150.4 Dry density, pcf 144.2 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.04 Specimen height, in. 4.22 Height/diameter ratio 2.07 j Description: Gray, Limestone. LL = I PL = I PI = Assumed GS= �- Type: Rock Core Project No.: 13-0446 Client: Kinley-Horn and Associates, Inc. Date Sampled: 6/5/2015 Remarks: Project: TRV Part 14 Location: Boring BH-14.09 Depth: 55-56 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Figure Houston, Texas UNCONFINED COMPRESSION TEST 150 � I 2 Ij U) 100 U) a E 0 U 50 01 0 Sample No. i Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: Gray, Limestone. LL = I PL = Project No.: 13-0446 Date Sampled: 6/5/2015 Remarks: i Figure 0.15 I PI = 0.3 0.45 0.6 Axial Strain, % � 1 175.616 87.808_ 0.6 0.30 4.5 � 155.3 j 148.6 N/A - N/A _ 2.03 4.31 2.12 I Assumed GS= I Type: Rock Core Client: Kinley-Hom and Associates, Inc. Project: TRV Part 14 Location: Boring BH-14.09 Depth: 68-69 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. (Houston, Texas i UNCONFINED COMPRESSION TEST 60 II 45 I IA I I I I I I I I 30 . � II YIIIIIIII II 15 � II � (IIIIIII II II (IIIIIII II II I I/ 11111111 II I I I i t I I I I I I I I I I I II IIIIIII 11 I I II I�III I II o III III III II 0 1 2 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 40.635 Undrained shear strength, tsf 20.318 Failure strain, % 2.2 j Strain rate, %/min. 0.50 j Water content, % 8.9 Wet density, pcf 147.9 Dry density, pcf 135.9 j i Saturation_, % N/A Void ratio N/A - Specimen diameter, in. 2.05 Specimen height, in. 4.10 j Height/diameter ratio 2.00 Description: Gray, Limestone. LL = I PL = I PI = Assumed GS= I Type: Rock Core Project No.: 13-0446 Client: Kimley-Horn and Associates, Inc. Date Sampled: 3/6/2015 Remarks: Project: TRV Part 14 Location: Boring BH-14.10 Depth: 51-53 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston, Texas 200 I 150 ui j 100 UNCONFINED COMPRESSION TEST III I IIIIIIII (IIIIIIII IIIII IIIIIIII IIIII IIIILLII IIIII 50 I I O�II I IIIIIIII 0.5 1 1.5 Axial Strain, % Sample No. 1 Unconfined strength, tsf i 112.117 Undrained shear strength, tsf 56.058 ' Failure strain, % _I 1.3 Strain rate, %/min. 0.50 Water content, % 5.5 Wet density, pcf _ 152.1 Dry density, pcf _ 144.1 Saturation, % N/A Void ratio ------ N/A ---- ------------ --- Specimen diameter, in. 2.05 Specimen height, in. I 4.14 Heightidiameter ratio I 2.02 Description: Gray, Limestone. 2 LL = I PL = I PI = ( Assumed GS= I Type: Rock Core Project No.: 13-0446 Client: Kimley-Horn and Associates, Inc. Date Sampled: 3/6/2015 Remarks: Project: TRV Part 14 Location: Boring BH-14.10 Depth: 55-57 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston. Texas I UNCONFINED COMPRESSION TEST 4 3 ov 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 2.371 Undrained shear strength, tsf 1.185 i Failure strain, % 13.7 Strain rate, %/min. 1.00 j Water content, % Wet density, pcf 128.4 Dry density, pcf 105.4 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.68 f Specimen height, in. 5.76 Height/diameter ratio 2.15 Description: Brown and dark gray, FAT CLAY WITH SAND (CH). LL = I PL = PI = I Assumed GS= Type: Shelby Tube Project No.: 13-0446 Client: Kimley-Horn and Associates, Inc. Date Sampled: 3/6/2015 Remarks: Project: TRV Part 14 Location: Boring BH-14.10 Depth: 8- 10 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Figure Houston, Texas UNCONFINED COMPRESSION TEST II I III 0.75 III Cn I / II N r l /I ° 0.25 !I 0� 10 15 Axial Strain, % Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % i Strain rate, %/min. Water content, % _ Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: Brown, SANDY LEAN CLAY (CL). LL = I PL = I PI = Project No.: 13-0446 Date Sampled: 3/6/2015 Remarks: Figure 1 0.785 —{ 0.393 I 15.3 1.00 19.8 133.1 111.1 N/A N/A 2.67 5.79 2.17 20 I Assumed GS= I Type: Shelby Tube Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Location: Boring BH-14.10 Depth: 23-25 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, TE?xas ABSORPTION SWELL TEST (ASTM D4546) RESULTS Boring No. BH-14.1 BH-14.2 BH-14.3 BH-14.4 BH-14.5 BH-14.6 Average Sample Depth (ft) 9 14 9 7 9 5 Sample Height (in) 0.8 0.8 0.8 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight (gr) 139.0 134.4 138.7 128.3 130.6 142.2 Initial Moisture (%) 14 19 15 21 22 13 Final Moisture (%) 20 18 31 26 24 18 Initial Wet Unit Weight (pd) 135 130 134 124 127 138 Initial Dry Unit Weight (pd) 119 110 116 102 103 122 Applied Over Burden (psi) 7.1 10.2 7.1 5.7 7.1 4.1 Initial Dial Reading (in) 0.0263 0.0223 0.0315 0.0116 0.0361 0.0623 Final Dial Reading (in) 0.0567 0.0303 0.0656 0.0122 0.0409 0.1149 Swell (%) 3.80 1.00 4.26 0.08 0.60 6.58 Project No.: 13-0446 ABSORPTION SWELL TEST (ASTM D4546) RESULTS Boring No. 1311-14.7 1311-14.8 BH-14.9 1311-14.9 1311-14.10 Average Sample Depth (ft) 7 14 3 9 5 Sample Height (in) 0.8 0.8 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight (gr) 133.0 135.2 131.2 136.4 134.3 Initial Moisture (%) 20 20 22 19 21 Final Moisture (%) 23 22 23 21 22 Initial Wet Unit Weight (pcf) 129 131 127 132 130 initial Dry Unit Weight (pcf) 107 110 105 111 108 Applied Over Burden (psi) 5.7 10.2 2.6 6.7 4.7 Initial Dial Reading (in) 0.0314 0.0085 0.0263 0.0163 0.0291 Final Dial Reading (in) 0.0488 0.0328 0.0281 0.0287 0.0309 Swell (%) 2.18 3.04 0.23 1.55 0.23 Project No.: 13-0446 Client: Gorrondona & Associates, Inc. Project Name: TRV Part 4 and 14 Segments B and C GeoTesting Project Location: Fort Worth, TX E x P R E S S GTX #: 301191 Test Date: 11/22/13 Tested By: mfk Checked By: mpd Abrasiveness of Rock Using the CERCHAR Method by ASTM D 7625 Boring ID Sample ID Depth, ft. Stylus No. Reading 1 Reading 2 BH-14.2 --- 53-54 1 0.0 0.0 2 0.0 0.0 3 0.0 0.0 4 0.0 0.0 5 0.0 0.0 Average CAIs Average CAI * CERCHAR Abrasiveness Index Classification Notes: Test Surface: Saw Cut B H Moisture Condition: As Received Apparatus Type: Original CERCHAR Stylus Hardness: Rockwell Hardness 54/56 HRC Stylus Displacement Relative to Rock Fabric: Styli 1-3: Normal; Styli 4-5: Parallel * CAI = (0.99 x CAIs) + 0.48 CAIs = CERCHAR index for smooth (saw cut) surface CAI = CERCHAR index for natural surface Average 0.00 0.00 0.00 0.00 0.00 0.00 0.48 Very Low Abrasiveness Comments Client: Gorrondona & Associates, Inc. GeoTeStin Project Name: TRV Part 4 and 14 Segments B and C Project Location: Fort Worth, TX E X P R E S S GTX *: 301191 Test Date: 11/22/13 Tested By: daa Checked By: mpd Abrasiveness of Rock Using the CERCHAR Method by ASTM D 7625 Boring ID Sample ID Depth, ft. Stylus No. Reading 1 Reading 2 BH-14.7 --- 52-53 1 0.6 0.8 2 0.9 1.2 3 0.6 0.8 4 0.3 0.2 Average CAIs Average CAI * CERCHAR Abrasiveness Index Classification Notes: Test Surface: Saw Cut g H Moisture Condition: As Received Apparatus Type: Original CERCHAR Stylus Hardness: Rockwell Hardness 54/56 HRC Stylus Displacement Relative to Rock Fabric: Styli 1-3: Normal; Styli 4-5: Parallel * CAI = (0.99 x CAIs) + 0.48 CAIS = CERCHAR index for smooth (saw cut) surface CAI = CERCHAR index for natural surface Average Comments 0.70 1.05 0.70 — -- 0.25--.. 0.80 0.70 1.17 Medium Abrasiveness _ Client: Gorrondona & Associates, Inc. Project Name: TRV Part 4 and 14 Segments B and C GeoTest,n Project Location: Fort Worth, TX E X P R E S S GTX *: 301191 Test Date: 11/22/13 Tested By: mfk Checked By: mpd Abrasiveness of Rock Using the CERCHAR Method by ASTM D 7625 Boring ID Sample ID Depth, ft. Stylus No. Reading 1 Reading 2 Average Comments BH-14.7 --- 64-65 1 0.0 0.0 0.00 2 0.5 0.0 0.25 3 0.0 0.0 0.00 4 0.0 0.0 0.00 5 0.0 0.0 0.00 Average CAIs 0.05 Average CAI * 0.53 CERCHAR Abrasiveness Index Classification Low Abrasiveness Notes: Test Surface: Saw Cut B H -14.7 64-6 S ft Moisture Condition: As Received . Apparatus Type: Original CERCHAR Stylus Hardness: Rockwell Hardness 54/56 HRC Stylus Displacement Relative to Rock Fabric: ��n•� Styli 1-3: Normal; Styli 4-5: Parallel * CAI = (0.99 x CAIs) + 0.48 CAIs = CERCHAR index for smooth (saw cut) surface CAI = CERCHAR index for natural surface _ Client: Gorrondona & Associates, Inc. CeoTestn Project Name: TRV Part 4 and 14 Segments B and C g Project Location: Fort Worth, TX E X P R E S S GTX*: 301191 Test Date: 11/22/13 Tested By: mfk Checked By: mpd Abrasiveness of Rock Using the CERCHAR Method by ASTM D 7625 Boring ID Sample ID Depth, ft. Stylus No. Reading 1 Reading 2 BH-14.7 --- 66.5-67.5 1 0.0 1 0.0 2 0.0 0.0 3 0.0 0.0 4 0.0 0.0 5 0.0 0.0 Average CAIs Average CAI * CERCHAR Abrasiveness Index Classification Notes: Test Surface: Saw Cut Moisture Condition: As Received Apparatus Type: Original CERCHAR Stylus Hardness: Rockwell Hardness 54/56 HRC Stylus Displacement Relative to Rock Fabric: Styli 1-3: Normal; Styli 4-5: Parallel * CAI = (0.99 x CAIs) + 0.48 CAIs = CERCHAR index for smooth (saw cut) surface CAI = CERCHAR index for natural surface Average Comments 0.00 0.00 _ Sample broke 0.00 during testing 0.00 0.00 0.00 0.48 Very Low Abrasiveness _ Client: Gorrondona & Associates, Inc. GeoTestin Project Name: TRV Part 4 and 14 Segments B and C Project Location: Fort Worth, TX E x P R E s S GTX *: 301191 Test Date: 11/22/13 Tested By: mfk Checked By: mpd Abrasiveness of Rock Using the CERCHAR Method by ASTM D 7625 Boring ID Sample ID Depth, ft. Stylus No. Reading 1 Reading 2 Average Comments BH-14.8 --- 61-62 I 1 0.0 0.0 0.00 2 0.0 0.0 0.00 3 0.0 0.0 0.00 4 0.0 0.0 0.00 5 0.0 0.0 0.00 Average CAIs 0.00 Average CAI * 0.48 CERCHAR Abrasiveness Index Classification Very Low Abrasiveness Notes: Test Surface: Saw Cut Moisture Condition: As Received Apparatus Type: Original CERCHAR Stylus Hardness: Rockwell Hardness 54/56 HRC Stylus Displacement Relative to Rock Fabric: Styli 1-3: Normal; Styli 4-5: Parallel * CAI = (0.99 x CAIs) + 0.48 CAIs = CERCHAR index for smooth (saw cut) surface CAI = CERCHAR index for natural surface �i Client: Gorrondona & Associates, Inc. Project Name: TRV Part 4 and 14 Segments B and C GeoTestin Project Location: Fort Worth, TX E X P R E S S GTX #: 301191 Test Date: 11/22/13 Tested By: daa Checked By: mpd Abrasiveness of Rock Using the CERCHAR Method by ASTM D 7625 Boring ID Sample ID Depth, ft. Stylus No. Reading 1 Reading 2 Average Comments BH-14.8 --- 65-66 1 0.4 0.8 0.60 2 0.1 0.3 _ J 0.20 3 0.3 0.S 0.40 4 0.4 0.8 0.60 5 0.3 0.5 0.40 Average CAIs 0.44 Average CAI * 0.92 CERCHAR Abrasiveness Index Classification Low Abrasiveness Notes: Test Surface: Saw Cut H a /� 6 f t Moisture Condition: As Received T•- Apparatus Type: Original CERCHAR C.M. Stylus Hardness: Rockwell Hardness 54/56 HRC Stylus Displacement Relative to Rock Fabric: Styli 1-3: Normal; Styli 4-5: Parallel * CAI = (0.99 x CAIs) + 0.48 CAIs = CERCHAR index for smooth (saw cut) surface CAI = CERCHAR index for natural surface f." Client: Gorrondona & Associates, Inc. GeoTestin Project Name: TRV Part 4 and 14 Segments B and C g Project Location: Fort Worth, TX E. x P R E s S GTX *: 301191 Test Date: 11/22/13 Tested By: mfk Checked By: mpd Boring ID BH-14.8 Abrasiveness of Rock Using the CERCHAR Method by ASTM D 7625 Sample ID Depth, ft. 47-48 Stylus No. Reading 2 L 0.0 0.0 0.0 0.0 5 0.0 0.0 Average CAIs Average CAI * CERCHAR Abrasiveness Index Classification 1 2 3 4 Notes: Test Surface: Saw Cut Moisture Condition: As Received Apparatus Type: Original CERCHAR Stylus Hardness: Rockwell Hardness 54/56 HRC Stylus Displacement Relative to Rock Fabric: Styli 1-3: Normal; Styli 4-5: Parallel * CAI = (0.99 x CAIs) + 0.48 CAIs = CERCHAR index for smooth (saw cut) surface CAI = CERCHAR index for natural surface Reading 1 0.0 0.0 _ 0.0 `0.0 Average Comments 0.00 0.00 0.00 0.00 0.00 0.00 0.48 Very Low Abrasiveness After Test GeoTesting E X P R E S S Client: Gorrondona & Associates, Inc. Project Name: TVR Channel Segment Part 14 Project Location: --- GTX #: 303392 Test Date: 7/14/2015 Tested By: bak Checked By: jsc Abrasiveness of Rock Using the CERCHAR Method by ASTM D7625 Boring ID Sample ID Depth, ft. Stylus No. Reading 1 Reading 2 Average Comments B 14. 9 3 66.5-67.5 1 0.0 0.0 0.00 2 0.0 0.0 0.00 3 0.4 0.6 0.50 4 0.0 0.0 0.00 5 0.5 0.3 0.40 Average CAIs 0.18 Average CAI * 0.66 CERCHAR Abrasiveness Index Classification Low Abrasiveness Notes: Test Surface: Saw Cut 3 B 14. 9 66.5-67.Sft. Moisture Condition: As Received Apparatus Type: Original CERCHAR .C.T. Stylus Hardness: Rockwell Hardness 54/56 HRC 9 0 k0l. Stylus Displacement Relative to Rock Fabric: Styli 1-3: Normal; Styli 4-5: Parallel * CAI = (0.99 x CAIS) + 0.48 CAIs = CERCHAR index for smooth (saw cut) surface CAI = CERCHAR index for natural surface...- GeoTesti g E X P R E S S Client: Gorrondona & Associates, Inc. Project Name: TVR Channel Segment Part 14 Project Location: --- GTX #: 303392 Test Date: 7/14/2015 Tested By: bak Checked By: jsc Abrasiveness of Rock Using the CERCHAR Method by ASTM D7625 Boring ID Sample ID Depth, ft. Stylus No. Reading 1 Reading 2 Average Comments B 14, 10 4 53-54 1 0.0 0.0 0.00 2 0.0 0.0 0.00 3 0.0 0.0 0.00 4 0.0 0.0 0.00 5 0.0 0.0 0.00 Average CAIs 0.00 Average CAI * 0.48 CERCHAR Abrasiveness Index Classification Very Low Abrasiveness Notes: Test Surface: Saw Cut 4 B 14. 10 53-54ft. Moisture Condition: As Received Apparatus Type: Original CERCHAR'A 22 23 24 25 26 27 28 29 30<,m, Stylus Hardness: Rockwell Hardness 54/56 HRC in. Stylus Displacement Relative to Rock Fabric: Styli 1-3: Normal; Styli 4-5: Parallel * CAI = (0.99 x CAIs) + 0.48 CAIs = CERCHAR index for smooth (saw cut) surface CAI = CERCHAR index for natural surface Client: Gorrondona Associates, Inc. �+1 Project Name: TRV Part 4 and 14 Segments B and C GeoTesting Project Location: Fort Worth, TX GTX #: 301191 Test Date: 11/26/13-12/1/13 Tested By: cnk Checked BY: mpd Slake Durability of Shales and Similar Weak Rocks by ASTM D 4644 Boring Sampi" Depth, Visual Slake Water Temp As -Received Description ID ID ft Description Durability Average °C Water of Fragments Index �6 Content % BH-14.2 --- 53-54 --- 90.9 20 6.0 II Comments: Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: After Test: GeoTesting E X P R E S S Client: Gorrondona Associates, Inc. Project Name: TRV Part 4 and 14 Segments B and C Project Location: Fort Worth, TX GTX #: 301191 Test Date: 11/26/13-12/1/13 Tested By: cnk Checked By: mpd Slake Durability of Shales and Similar Weak Rocks by ASTM D 4644 Boring Sample Depth, Visual Slake Water Temp As -Received Description ID ID ft Description Durability Average °C Water of Fragments Index �b Content % BH-14.7 --- 52-53 --- 98.7 20 4.2 I Comments: Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: After Test: Client: Gorrondona Associates, Inc. .1 Project Name: TRV Part 4 and 14 Segments B and C GeoTesting Project Location: Fort Worth, TX GTX #: 301191 E X P R E S S Test Date: 11/26/13-12/3/13 Tested By: cnk Checked By: mpd Slake Durability of Shales and Similar Weak Rocks by ASTM D 4644 Boring Sample Depth, Visual Slake Water Temp As -Received Description ID ID ft Description Durability Average °C Water of Fragments Index % Content % BH-14.7 --- 64-65 --- 97.6 20 3.3 I Comments: Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: After Test: GeoTesting E X P R E S S Client: Gorrondona Associates, Inc. Project Name: TRV Part 4 and 14 Segments B and C Project Location: Fort Worth, TX GTX #: 301191 Test Date: 11/26/13-12/1/13 Tested By: cnk Checked BY: mod Slake Durability of Shales and Similar Weak Rocks by ASTM D 4644 Boring Sample Depth, Visual Slake Water Temp As -Received Description ID ID ft Description Durability Average °C Water of Fragments Index k Content % BH-14.7 --- 66.5-67.5 --- 93.2 20 4.3 II Comments: Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: After Test: Client: Gorrondona Associates, Inc. Project Name: TRV Part 4 and 14 Segments B and C GeoTesting Project Location: Fort Worth, TX GTX #: 301191 E X P R E S S Test Date: 11/26/13-12/1/13 Tested By: cnk Checked By: mpd Slake Durability of Shales and Similar Weak Rocks by ASTM D 4644 Boring Sample Depth, Visual Slake Water Temp As -Received Description ID ID ft Description Durability Water p Index % Average °C Content % of Fragments BH-14.8 --- 47-48 --- 89.0 20 4.3 II Comments: Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: After Test: _'_"O I--- GeoTesting E X P R E S S Client: Gorrondona Associates, Inc. Project Name: TRV Part 4 and 14 Segments B and C Project Location: Fort Worth, TX GTX #: 301191 Test Date: 11/26/13-12/3/13 Tested By: cnk Checked By: mpd Slake Durability of Shales and Similar Weak Rocks by ASTM D 4644 Boring Sample Depth, Visual Slake Water Temp As -Received Description ID ID ft Description Durability Average *C Water of Fragments Index % Content % BH-14.8 --- 61-62 --- 86.2 * 21 5.6 II Comments: Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments * The test specimen was smaller than required by ASTM. All of the as -received sample was used for the test. ASTM requires a test sample between 450-550 g. Actual test specimen weight was 428 g. Before Test: After Test: Client: Gorrondona Associates, Inc. �,r 1 Project Name: TRV Part 4 and 14 Segments B and C GeOTesting Project Location: Fort Worth, TX GTX #: 301191 F w o R E �7 S Test Date: 11/26/13-12/1/13 Tested By: cnk Checked By: mpd Slake Durability of Shales and Similar Weak Rocks by ASTM D 4644 Boring Sample Depth, Visual Slake Water Temp I As -Received Description ID ID ft Description Durability Average °C Water of Fragments Index % Content BH-14.8 --- 65-66 --- 68.5 20 6.8 II i Comments: Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type fI - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: After Test: GeoTesting E X P R E S S Client: Gorrondona & Associates, Inc. Project Name: TRV Channel Segment Part 14 Project Location: --- GTX #: 303392 Test Date: 7/14/2015-7/17/2015 Tested By: smd Checked BY: isc Slake Durability of Shales and Similar Weak Rocks by ASTM D4644 Boring Sample Depth, Visual Slake Water Temp As -Received Description Durability ID ID ft Description Water of Average °C Index % Content % Fragments B14.9 3 66.5-67.5 --- 98.7 21 3.0 Type II Comments: Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: After Test: GeoTesting E X P R E S S Client: Gorrondona & Associates, Inc. Project Name: TRV Channel Segment Part 14 Project Location: --- GTX #: 303392 Test Date: 711412015-7/17/2015 Tested By: smd Checked By: isc Slake Durability of Shales and Similar Weak Rocks by ASTM D4644 Boring Sample Depth, Visual Slake Water Temp As -Received Description ID ID ft Description Durability Average °C water of Index % Content % Fragments B14.10 4 53-54 --- 82.2 21 10.3 Type II Comments: Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: After Test: AERIAL PHOTOGRAPH - 2013 \�-No Project No.13-0446 TRV Channel Segment Utility Relocations A Part 14 Segment C AERIAL PHOTOGRAPH - 2011 i Project No.13-0446 TRV Channel Segment Utility Relocations Part 14 Segment C A AERIAL PHOTOGRAPH - 2007 Ok { Project No.13-0446 TRV Channel Segment Utility Relocations Part 14 Segment C ;, �*r AERIAL PHOTOGRAPH - 2003 Project No.13-044E• TRV Channel Segment Utility Relocations Part 14 Segment C pft w"r �T r ;.. , A •iF Z. AERIAL PHOTOGRAPH - 2002 Project No.13-0446 TRV Channel Segment Utility Relocations Part 14 Segment C E l� AERIAL PHOTOGRAPH -1995 Project No.13-0446 TRV Channel Segment Utility Relocations Part 14 Segment C Appendix E - USGS Topographic Map USGS TOPOGRAPHIC MAP N cmaRa J F' �,� • ••; •.7� r c y : it'd �;' e a � ♦ -;_ � t a :, . j"�• � _ '� 'r a -T. N\ ar ST ILO 530 19 ®— - — , ♦ 1�. ,, . �`�` ; © Chem r--1--- .�� ��;= � : � .A �� , • Tanks � 16 � � � � •----.�._ _.,,";�%.._"` —•--- _� _ � � � .. � +,,, Y tip♦ � 1 „+ r , _ 1 tanks ; Project No.13-0446 TRV Channel Segment Utility Relocations Part 14 Segment C SITE PHOTOGRAPHS Facing North at 131-1-14.7 Project No.13-0446 TRV Channel Segment Utility Relocations Part 14 Segment C 11 Appendix G - Geologic Information GEOLOGIC ATLAS VO TOM OALIMM Unto ®0 �0 a 010M �y 4 am* *epov woo Project No.13-0446 TRV Channel Segment Utility Relocations Part 14 Segment C 13 E I IWi gg Mineral Resources On -Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas alluvium alluvium State Texas Name alluvium Geologic age Phanerozoic ( Cenozoic I Quaternary I Holocene Original map label Qa I Comments alluvium and low terrace deposits along streams, sand, silt, clay, and gravel. Thickness variable. The unit appears on Geologic Map of Texas on the lagoon side of barrier islands where they represent lagoon and wind - tidal -flat sand and clay. These deposits of clay and silty, clayey fine to v. fine quartz sand and shell sand accumulate on alternately dry and flooded barren flats 0.3 m below to 1 m above mean sea level. Mapped areas include active eolian sand dunes on the landward side of barrier islands. Primary rock type sa n d Secondary rock type silt Other rock types clay or mud; gravel Lithologic constituents Major Unconsolidated > Coarse -detrital (Alluvial) Unconsolidated > Fine -detrital (Alluvial) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1974, Austin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1974, San Antonio Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1976, Crystal City -Eagle Pass Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1967, Palestine Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. ..._....W..... .......... _......_.._._...... .._ - ...,.... _ ........._.__ __. _ _....._ Bureau of Economic Geology, 1968, Beaumont Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1975, Corpus Christi Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1975, Beeville -Bay City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ..-......_..._.--..w._-...._._._....._.�....�......__..-.____._.�...�...._....._ Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. _.-. _......................_.._..... .......m.._� Bureau of Economic Geology, 1982, Houston Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Geographic coverage Anderson - Andrews - Angelina - Aransas - Archer - Armstrong - Atascosa - Austin - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosque - Bowie - Brazoria - Brazos - Brewster - Briscoe - Brooks - Brown - Burleson - Burnet - Caldwell - Calhoun - Callahan - Cameron - Camp - Cass - Chambers - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Comal - Comanche - Concho - Cooke - Coryell - Cottle - Crane - Crockett - Crosby - Culberson - Dallam - Dallas - Dawson - Deaf Smith - Delta - Denton - DeWitt - Dickens - Dimmit - Donley - Duval - Eastland - Ector - Edwards - Ellis - El Paso - Erath - Falls - Fannin - Fayette - Fisher - Floyd - Foard - Fort Bend - Franklin - Freestone - Frio - Galveston - Garza - Gillespie - Glasscock - Goliad - Gonzales - Gray - Grayson - Gregg - Grimes - Guadalupe - Hale - Hall - Hamilton - Hansford - Hardeman - Hardin - Harris - Harrison - Hartley - Haskell - Hays - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Howard - Hudspeth - Hunt - Hutchinson - Irion - Jack - Jackson - Jasper - Jeff Davis - Jefferson - Jim Hogg - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kenedy - Kent - Kerr - Kimble - King - Kinney - Kleberg - Knox - Lamar - Lampasas - La Salle - Lavaca - Lee - Leon - Liberty - Limestone - Live Oak - Llano - Loving - Lubbock - McCulloch - McLennan - McMullen - Madison - Marion - Martin - Mason - Matagorda - Maverick - Medina - Menard - Midland - Milam - Mills - Mitchell - Montague - Montgomery - Morris - Motley - Nacogdoches - Navarro - Newton - Nolan - Nueces - Oldham - Orange - Palo Pinto - Panola - Parker - Pecos - Polk - Potter - Presidio - Rains - Randall - Reagan - Red River - Reeves - Refugio - Roberts - Robertson - Rockwall - Runnels - Rusk - Sabine - San Augustine - San Jacinto - San Patricio - San Saba - Schleicher - Scurry - Shackelford - Shelby - Sherman - Smith - Somervell - Starr - Stephens - Sterling - Stonewall - Sutton - Tarrant - Taylor - Terrell - Throckmorton - Titus - Tom Green - Travis - Trinity - Tyler - Upshur - Upton - Uvalde - Val Verde - Van Zandt - Victoria - Walker - Waller - Ward - Washington - Webb - Wharton - Wheeler - Wichita - Wilbarger - Willacy - Williamson - Wilson - Winkler - Wise - Wood - Young - Zapata - Zavala Show this information as [XML] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXQal;0 Page Contact Information: Peter Schweitzer L11Z WU -Bill", Mineral Resources On -Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas Terrace deposits Terrace deposits State Texas Name Terrace deposits Geologic age Phanerozoic I Cenozoic I Quaternary I Pleistocene Holocene Original map label Qt Comments Sand, silt, clay, and gravel in various proportions, with gravel more prodominent in older, higher terrace deposits. Locally indurated with calcium carbonate (caliche) in terraces along streams. Along Colorado River clasts mostly limest., chert, quartz, and various igneous and metamorphic rocks from Llano region and Edwards Plateau. Includes point bar, natural levee, stream channel deposits along valley walls; probably in large part correlatives of Deweyville, Beaumont, Lissie, and Willis deposits. In upland regions (Rolling Plains, Edwards Plateau, etc.) unit includes fluvial terrace deposits, undivided. Light -brown, reddish -brown, gray, or yellowish -brown, gravelly quartz and lithic sand and silt to sandy gravel (Moore and Wermund, 1993). Deposits become increasingly fine grained on Coastal and Nueces Plains. Locally, calcium carbonate -cemented quartz sand, silt, clay, and gravel intermixed and interbedded. Low terraces of major rivers are capped by 2-4 m of clayey sand and silt. Sandy gravel on higher terraces varies somewhat in composition from river to river. Gravel commonly is rounded to angular limestone and chert pebbles and cobbles, some boulders, sparse igneous pebbles along Brazos river in places. In Bastrop Co., a deposit 27 m above Colorado River contains the Lava Creek B (Pearlette O) volcanic ash (age 0.6 Ma). Along the Frio, Leona, and Sabinal Rivers east of Uvalde, gravel is chiefly basalt and pyclastic clasts, locally cemented by iro oxide. Gravel along the Rio Grande is subrounded clasts of locally derived limestone and chert and rounded clasts of basalt, volcanic porphyry, quartzite, milky quartz, and banded chalcedony derived from the west. Primary rock type terrace Secondary rock type sand Other rock types gravel; silt; clay or mud Lithologic constituents Major Unconsolidated > Fine -detrital > Silt (Bed) Unconsolidated > Coarse -detrital > Sand (Bed) Minor Unconsolidated > Coarse -detrital > Gravel (Bed) Unconsolidated > Fine -detrital > Clay (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Moore, D.W. and Wermund, E.G., Jr., 1993a, Quaternary geologic map of the Austin 4 x 6 degree quadrangle, United States: U.S. Geological Survey Miscellaneous Investigations Series Map I-1420 (NH-14), scale 1:1,000,000. [http://pubs.er.usgs.gov/ptiblication/11420(NH14)] Bureau of.._._._..._._...._.._....___.._,-.�.._......_......__._.,...._.-_._..__.._.__..__.. Economic Geology, 1975, Beeville -Bay City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1: 250,000. Geographic coverage Anderson - Angelina - Archer - Armstrong - Atascosa - Austin - Bandera - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosque - Bowie - Brazos - Brewster - Briscoe - Brown - Burleson - Burnet - Caldwell - Callahan - Camp - Cass - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Comal - Comanche - Concho - Cooke - Coryell - Cottle - Crane - Crockett - Crosby - Dallam - Dallas - Delta - Denton - DeWitt - Dickens - Dimmit - Donley - Duval - Eastland - Ellis - Erath - Falls - Fannin - Fayette - Fisher - Foard - Franklin - Freestone - Frio - Garza - Gillespie - Glasscock - Goliad - Gonzales - Gray - Grayson - Gregg - Grimes - Guadalupe - Hall - Hamilton - Hansford - Hardeman - Hardin - Harris - Harrison - Hartley - Haskell - Hays - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Hunt - Hutchinson - Jackson - Jasper - Jeff Davis - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kent - Kerr - Kimble - King - Kinney - Knox - Lamar - Lampasas - La Salle - Lavaca - Lee - Leon - Limestone - Upscomb - Live Oak - Llano - Loving - McCulloch - McLennan - McMullen - Madison - Marion - Mason - Maverick - Medina - Menard - Midland - Milam - Mills - Mitchell - Montague - Montgomery - Moore - Morris - Motley - Nacogdoches - Navarro - Newton - Nolan - Oldham - Palo Pinto - Panola - Parker - Pecos - Polk - Potter - Rains - Reagan - Red River - Reeves - Refugio - Roberts - Robertson - Rockwall - Runnels - Rusk - Sabine - San Augustine - San Jacinto - San Patricio - San Saba - Schleicher - Scurry - Shackelford - Shelby - Smith - Somervell - Starr - Stephens - Stonewall - Tarrant - Taylor - Throckmorton - Titus - Tom Green - Travis - Trinity - Tyler - Upshur - Uvalde - Val Verde - Van Zandt - Victoria - Walker - Waller - Ward - Washington - Webb - Wheeler - Wichita - Wilbarger - Williamson - Wilson - Wise - Wood - Young - Zapata - Zavala Show this information as [XML] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXQt;O Page Contact Information: Peter Schweitzer A-Ipi- ��- U S G S science for a changing world • Mineral Resources > Online Spatial Data > Geology > by state > Texas Fort Worth Limestone and Duck Creek Formation, undivided Fort Worth Limestone and Duck Creek Formation, undivided State Texas Name Fort Worth Limestone and Duck Creek Formation, undivided Geologic age Phanerozoic I Mesozoic I Cretaceous -Early Original map label Kfd Comments Fort Worth Limestone, limestone and clay. Ls aphanitic to biosparite, burrowed; marine megafossils are Pecten, oysters, echinoids, and ammonites. Clay, calcareous, in units 0.1-5 ft thick, forms low rolling hills. Thickness 25- 35 ft. Duck Creek Ls., limestone and marl. Is med. bedded, nodular to wavy bedded; thickness 25-30 ft. Primary rock type limestone Secondary rock type mudstone Other rock types Clay or mud Lithologic constituents Major Sedimentary > Carbonate > Limestone (Bed) Minor Unconsolidated > Fine -detrital > Clay (Bed) Unconsolidated > Marl (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1970, Waco Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1: 250,000. Geographic coverage Cooke - Denton - Grayson - Montague - Tarrant - Wise Show this information as [XML] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKfd;O Page Contact Information: Peter Schweitzer Appendix H - Unified Soil Classification System UNIFIED SOIL CLASSIFICATION SYSTEM UNIFIED SOL CLASSIFICATION AND SYMBOL CHART I LABORATORY CLASWICAMON CRITERIA COARS&GRAINEo SO" ,-oft tm 59%of rmwm a arW Man Na 1W stew im, C � Cxv.+ir ;lama !un S 1fe fire} �yyy c wh+sf.a w *MftS ; nma�tras aa#mwnoitlw 1e a1a �aad Mary wan 50% _ r Paolpwdwd gmwb, W-*— ld d cearss waffw, Ybs wno tom GP lama whey as Qaft6m rwauallsb br GW ac. Salo 44 C'�!swM *m ;Wft ran 121E #nmi m %ft GM GM Aaadmrq fwts bi�ar'A' AEdw 'N�asar mrti Pl bmlrsmrl blw ar P1 bin "MA 4 aid T i Ou dads maa OC dray 9awb, �swland aiq I Aft"jg kmb above *W ="" u at d� rp*ft at�iis Gc .n. w4h P1 gnaw Stan 7 Csmm Sands pass run 594 firms) O D sw � ��tnm�` NrM m� stiff► Co p.memrs.a k Cc = _� b..a..i low 7 SAM$ 90% or maa SP ef oraai leb cr ro (nm SP ffd wwdnp so wmk6 s rupww aaa far C W twsetol smmow Sands .>iv^ftws ache rmn 12%fnesl tam fan 4 star son SM alp atnds, mnAsY matuas SM Aawaog Weft brow W Lesb 0cWV anehsded zmm in* or PI ban tsn 4 w m Pl bwmmwl a mad 7 aw Afdsg hmlea- A• b3dwbe�ranqumtV OEM mnalk selbd•p waArr� ::*wig Pl 9"Aw tun 7 ddud dab fNE43RAV*D SOiS 50% ar aww of wabral m w Imralal qa 2W sew cam,' DAWWmm pwreeebpw of tamd mad Pent sew trio ar+. Dspara 0 m praalgi dtwm (iaobi lam w Bathe 2webm am) rnomp,er- sffs and'mq fro sands •nnc mss►ymuedamb am camabd aabaaat a1LT !II ML fay slit of cf }rem' firm sands or dat ®W tame rse 5l ................ ... OM[ GP Sw or sf7sr?i nPoles abeSm12Psomms...... ....................»..+icemac,Sal,SC A� AM �d+qa cslpa al lo! bwa3swl 510mt 12. .................. MOW#arm mmp&�Suet spCIAVS moor CL OWN*% 9-sly di dw^ ka fork 9-sly �iiao4� k—dmp PLASTICITY CHART 90M� OL Ogama ar awd agamc oft dop d ao raw ow"my CH roge-sc da, woman w so MM 40 aIL1'a aawae � A LINE. AND PI T01ALL 201 CLAVS CH hoquwc daps d hrg1 OadgAlt, b1 >i30L Lqudisml dps CL fdHB�i 90'K20/ ar pwsbr 014 09ama dep d Me&= b hO 10 Plaidlc ow— si "" ra AQ fewL'r °-= 0 0 10 213 70 40 50 60 70 fan 90 100 OAGMAC PT Pml amd adw hafp aVmc mob L10M uift #4 4t►) s01 La ,py TERMS DESCRIBING SOIL CONSISTENCY Fine Grained Sacs Coarse Gained Soils P4 ., _ Resatanae Descri *m Reaa&W i st) (blowstlt) Descnoita l Soft D_0 10 1.0 0 to 4 Very Loose 0 to 2091� Firm 1.0 tm 1.5 41010 Loose 2010 40% Stiff 1.5 to 3.0 101030 Medaan Dense 40 io 70% Very Sblf 3.0 l o 4.5 3D I D 50 Dense 70 lo90% Hard 4.5+ Over 50 Very Dense 90 ta0 1OD% Gorrondona & Associates, Inc. August 12, 2016 Mr. Josh Kercho, PE Kimley-Horn & Associates, Inc. 801 Cherry Street, Unit 11, Suite 950 Fort Worth, Texas 76102 Re: ADDENDUM 1 TO GEOTECHNICAL ENGINEERING REPORT TRV Channel Segment Utility Relocations Part 14 Segment C Fort Worth, Texas G&AI Project No. 13-0446 Dear Mr. Kercho: As requested provided herein are the revised bearing pressure recommendations. Please note that new embankments planned along the proposed sanitary sewer are beyond the scope of this study. Based on the information provided, we understand that for all locations where no additional fill is required, the required allowable bearina pressure for the proposed sanitary sewer and junction structures will be on the order of about 3,000 psf to 4,000 psf. For the two locations where 20-feet of future additional fill will be required (approximate Station 0+00 and Station 2+00 near boring 131-1-14.1), the required allowable bearina pressure for the proposed sanitary sewer will be on the order of 6,000 psf. Allowable bearina pressure is defined as the maximum pressure the foundation soil is subjected to considering both shear failure and settlement. Net allowable bearina pressure is defined as the maximum extra pressure (in addition to initial overburden pressure) that a foundation soil can withstand without undergoing shear failure and excessive settlements. Based on our review of subsurface conditions encountered during our geotechnical investigation, we believe the proposed structures may be designed for the required allowable bearina pressures referenced above. We believe drilled piers or subgrade improvement are not required to support proposed sanitary sewer and junction structures. Settlement. Although a detailed settlement analysis was beyond our work scope, settlement for the sanitary sewer designed for allowable bearina pressures, as discussed above, should be less than 1 inch. All other recommendations in our original geotechnical engineering report remain unchanged. Please contact me if you have any questions. a Respectfully submitted, �f•' '•.d' j Vivek Chikyala, P.E. 2016.08.12 09:54:46 « •£•••••••••••••••••••••••••" -os'oo' - V VEKANANDA CHIKYALA ...........................109785 .. Vivek Chikyala, P.E. ti Senior Geotechnical Engineer �;o�C�lE8�0•'���_do ZVONAIL 7524 Jack Newell Blvd. South • Fort Worth, Texas 76118 • 817.496.1424 • Fax 817.496.1768 Gorrondona & Associates, Inc. — Texas Engineering Firm Registration No. F-7933 GEOTECHNICAL ENGINEERING REPORT G A TRV CHANNEL SEGMENT UTILITY RELOCATIONS PART 14 SEGMENT C FORT WORTH, TEXAS GEOTECHNICAL ENGINEERING REPORT TRV CHANNEL SEGMENT UTILITY RELOCATIONS PART 14 SEGMENT C Fort Worth, Texas Prepared by: Gorrondona & Associates, Inc. Prepared for: Kimley-Horn & Associates, Inc. 801 Cherry Street, Unit 11, Suite 950 Fort Worth, Texas 76102 Attention: Mr. Josh Kercho, PE June 21, 2017 G&AI Project No. 17-0038 GORRONDONA &ASSOCIATES, INC. -TEXAS ENGINEERING FIRM REGISTRATION No. F-7933 Gorrondona & Associates, Inc. June 21, 2017 Josh Kercho, PE Project Manager Kimley-Horn & Associates, Inc. 801 Cherry Street, Unit 11, Suite 950 Fort Worth, Texas 76102 Re: GEOTECHNICAL ENGINEERING REPORT TRV Channel Segment Utility Relocations Part 14 Segment C Fort Worth, Texas G&AI Project No. 17-0038 Dear Mr. Kercho: Gorrondona & Associates, Inc. (G&AI) is pleased to submit this Geotechnical Engineering Report for the referenced project. We appreciate the opportunity of working with you. Please contact us if you have any questions or require additional services. Respectfully submitted, Lee Gurecky, P.E. Project Engineer } A %'Cps.... F T.... 11 ................. LEE E. GURECKYZ��Z�I�-- �....:..... ... .. . 120055 !, %sue O NAL�NG\= Digitally signed by Kenneth B. Riner Date: 2017.06.21 13:18:19 -05'00' Kenneth B. Riner, P.E. Director - Geotechnical and CMT Services 7524 Jack Newell Blvd. South • Fort Worth, Texas 76118 • 817.496.1424 • Fax 817.496.1768 Gorrondona & Associates, Inc. —Texas Engineering Firm Registration No. F-7933 TABLE OF CONTENTS Page 1.0 Introduction.................................................................................................................... 1 2.0 Field Investigation........................................................................................................... 2 3.0 Laboratory Testing......................................................................................................... 4 4.0 Site Conditions................................................................................................................ 4 4.1 General........................................................................................................................4 4.2 Geology....................................................................................................................... 5 4.3 Soil/Rock......................................................................................................................5 4.4 Groundwater...............................................................................................................7 5.0 Analysis and Recommendations..................................................................................... 8 5.1 Seismic Site Classification........................................................................................... 8 5.2 Construction Excavations............................................................................................ 8 5.3 Groundwater Control.................................................................................................. 9 5.4 Earthwork..................................................................................................................10 5.4.1 Site Preparation................................................................................................. 10 5.4.2 Wet Weather/Soft Subgrade............................................................................. 10 5.4.3 Testing................................................................................................................10 5.5 Demolition Considerations....................................................................................... 11 5.6 Loading on Buried Structures.................................................................................... 11 5.7 Buried Pipe................................................................................................................ 13 5.8 Tunneling..................................................................................................................14 6.0 General Comments....................................................................................................... 15 APPENDICES Appendix A - Project Location Diagrams Appendix B - Boring Location Diagram Appendix C - Boring Logs and Laboratory Results Appendix D - Aerial Photographs Appendix E - USGS Topographic Map Appendix F - Site Photographs Appendix G - Geologic Information Appendix H - Unified Soil Classification System GEOTECHNICAL ENGINEERING REPORT TRV CHANNEL SEGMENT UTILITY RELOCATIONS PART 14 SEGMENT C FORT WORTH, TEXAS 1.0 INTRODUCTION Proiect Location: The proposed sanitary line relocations are in the vicinity of the West Fork Trinity River, North Henderson (Jacksboro Highway), and the Fort Worth and Western Railroad near Downtown Fort Worth, Texas. The general location and orientation of the site are provided in Appendix A - Project Location Diagrams. Proiect Description: The subject utilities comprise a proposed 66-inch diameter sanitary sewer line relocation with sewer siphons. The City of Fort Worth and Trinity River Vision Authority plan substantial changes and improvements to the flow of the Trinity River on the north side of Downtown, as part of the Central City project. These proposed sanitary sewer relocations, either by open cut pipeline installation, trenchless installation (tunneling or thrust bore), and associated underground vault construction comprise the subject of this report. New lines for Part 14 — Segment C comprise the 66-inch sanitary sewer pipe encased in 84-inch steel casing, along with 42 and 48-inch sanitary sewer pipe encased in 60-inch steel casing. The pipe installation for the majority of the project segment will be constructed using trenchless technique by virtue of the pipe depth, pipe crossing beneath levees, and/or pipe crossings beneath the West Fork of the Trinity River and under FWWR Rails. Project Authorization: This geotechnical investigation was authorized by Mr. Glenn Gary, PE with Kimley-Horn and Associates, Inc. in accordance with your IPO No. 061018052-40, dated February 1, 2017. Purpose and Methodoloev: The principal purposes of this investigation were to evaluate the general soil conditions at the proposed site and to develop geotechnical engineering design recommendations. To accomplish its intended purposes, the study was conducted in the following phases: (1) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples; (2) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characteristics of the soils; and (3) perform engineering analyses, using field and laboratory data, to develop design criteria. Scope of Work: The items included in this study report are as follows: 1. Boring logs and test data, 2. Groundwater conditions, 3. Generalized subsurface conditions, 4. Pipe installation recommendations including bedding and backfill, G&AI Project No. 13-0446 Page 1 5. Open cut and/or bore and jack pipe geotechnical recommendations, and 6. Structural fill requirements and general earthwork recommendations. Cautionary Statement Regarding Use of this Report: As with any geotechnical engineering report, this report presents technical information and provides detailed technical recommendations for civil and structural engineering design and construction purposes. G&AI, by necessity, has assumed the user of this document possesses the technical acumen to understand and properly utilize information and recommendations provided herein. G&AI strives to be clear in its presentation and, like the user, does not want potentially detrimental misinterpretation or misunderstanding of this report. Therefore, we encourage any user of this report with questions regarding its content to contact G&AI for clarification. Clarification will be provided verbally and/or issued by G&AI in the form of a report addendum, as appropriate. Report Specificitv: This report was prepared to meet the specific needs of the client for the specific project identified. Recommendations contained herein should not be applied to any other project at this site by the client or anyone else without the explicit approval of G&AI. 2.0 FIELD INVESTIGATION Subsurface Investigation: The subsurface investigation for this project is summarized below. Boring locations are provided in Appendix B - Boring Location Diagram. Boring Nos. BH-01 BH-02 BH-03 BH-04 BH-05 BH-06 BH-07 BH-08 BH-09 Notes: 1. 2. Surface Depth, feet Date GPS Location Elevation bgsz Drilled Above (msl)1, Latitude Longitude (fee) 532.20 65 3/10/2017 32.76561 -97.35063 528.07 65 2/13/2017 32.76494 -97.35035 548.16 35 3/8/2017 32.76394 -97.34934 537.42 35 3/8/2017 32.76298 -97.34798 539.84 65 3/7/2017 32.76237 -97.34720 535.71 65 2/9/2017 32.76220 -97.34597 535.14 65 2/9/2017 32.76205 -97.34497 535.83 35 2/10/2017 32.76112 -97.34356 534.86 35 2/27/2017 32.76045 -97.34268 msl = mean sea level bgs = below ground surface Boring Logs: Subsurface conditions were defined using the sample borings. Boring logs generated during this study are included in Appendix C - Boring Logs and Laboratory Results. Borings were advanced between sample intervals using continuous flight auger drilling procedures. G&AI Project No. 13-0446 Page 2 Cohesive Soil Sampling: Cohesive soil samples were generally obtained using Shelby tube samplers in accordance with American Society for Testing and Materials (ASTM) D1587. 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 undisturbed soils by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency using a hand penetrometer, sealed and packaged to maintain "in situ" moisture content. Consistencv of Cohesive Soils: 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 undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at the respective sample depths on the boring logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Granular Soil Sampling: Granular soil samples were generally obtained using split -barrel sampling procedures in general accordance with ASTM D1586. in the split -barrel procedure, a disturbed sample is obtained in a standard 2-inch outside diameter (OD) split barrel sampling spoon driven 18-inches into the ground using a 140-pound (lb) hammer falling freely 30 inches. The number of blows for the last 12-inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the boring logs at the depth of sampling. Samples were sealed and returned to our laboratory for further examination and testing. Texas Cone Penetration (TCP): Texas Cone Penetrometer tests were used to assess the apparent in -place strength characteristics of the rock type materials. In the TCP test procedure, a 3-inch outside diameter (OD) steel cone is driven by a 170-pound hammer dropped 24 inches (340 ft.-pounds of energy). The number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone measured at 100 blows of the hammer (whichever occurs first) are recorded on the field logs (reference: TxDOT, Bridge Design Manual). Rock Coring: Rock cores were generally obtained using core barrel sampling procedures in general accordance with ASTM D2113. In the core barrel procedure, a sample is obtained using a rotating hollow steel tube equipped with a coring bit. Groundwater Observations: Groundwater observations made during the advancement of each boring, at the completion of each boring and from piezometers installed in most of the borings are shown on the boring logs. Borehole Plu in : Upon completion of the borings, the boreholes were backfilled from the top using cementitious grout, soil cuttings and/or piezometer installation with sand and filter. G&AI Project No. 13-W6 Page 3 3.0 LABORATORY TESTING G&AI performs visual classification and any of a number of laboratory tests, as appropriate, to define pertinent engineering characteristics of the soils encountered. Tests are performed in general accordance with ASTM or other standards and the results included at the respective sample depths on the boring logs or separately tabulated, as appropriate, and included in Appendix C - Boring Logs and Laboratory Results. Laboratory tests and procedures utilized, as appropriate, for this geotechnical investigation are tabulated below. Test Procedure D"Crip"ort ` ASTM D421 Standard Practice for Dry Preparation of Soil Samples for Particle -Size Analysis and Determination of Soil Constants ASTM D422 Standard Test Method for Particle -Size Analysis of Soils ASTM D1140 Standard Test Methods for Amount of Material in Soils Finer than the No. 200 (75-µm) Sieve i ASTM D2166 Standard Test Method for Unconfined Compressive Strength of Cohesive Soil ASTM D2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass ASTM D2217 Standard Practice for Wet Preparation of Soil Samples for Particle -Size Analysis and i Determination of Soil Constants ASTM D2487 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D4220 Standard Practices for Preserving and Transporting Soil Samples ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D4546 Standard Test Methods for One -Dimensional Swell or Settlement Potential of Cohesive j Soils ASTM D4643 Standard Test Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method ASTM D4644 Standard Test Method for Slake Durability of Shale and Similar Weak Rocks ASTM D7625 Laboratory Determination of Abrasiveness of Rock Using the CERCHAR Method Manufacturer's Soil Strength Determination Using a Torvane Instructions 4.0 SITE CONDITIONS 4.1 General Review of Aerial Photographs: Historical aerial photographs of the site were reviewed for potential past alterations to the site which could impact geotechnical design conditions. Specifically, aerial photographs were reviewed to visually assess obvious areas of significant past fill on site. Aerial photographs were reviewed for the years 2017, 2015, 2012, 2007, G&AI Project No. 13-0446 Page 4 2002 and 1995. Reviewed aerial photographs are included in Appendix D - Aerial Photographs. Aerial photographs indicate the site has been developed since at least 1995. Running/biking trails were noted on the site since at least 1995. Due to development of the site and construction of trails, we would expect disturbance of site soils. Our field investigation revealed fill material 8 to 15 feet below the SH-199 asphalt pavement surface near borings BH-03, BH-04 and 131-1-05. No obvious area of significant cut or fill was observed outside of borings BH-03, BH-04 and 131-1-05. Due to the intermittent nature and relatively low resolution of aerial photographs, as well as our lack of detailed information regarding the past land use of the site, our review should not be interpreted as eliminating the possibility of cuts and/or fills on site which could detrimentally affect future construction. Topography: A United States Geological Survey (USGS) topographic map of the site is provided in Appendix E - USGS Topographic Map. Site Photographs: Photographs representative of the site at the time of this investigation are provided in Appendix F - Site Photographs. 4.2 Geology Geologic Formation: The project site lies in the area of alluvium and terrace deposits (associated with the river) underlain by Fort Worth Limestone and Duck Creek Formation, undivided. A Geologic Atlas with USGS formation description is provided in Appendix G - Geologic Information. The alluvium and terrace deposits consist of predominantly sand, silts, gravel and clay. The Fort Worth Limestone consists of limestone and clay and the Duck Creek formation consists of limestone and marl. Geologic Faults: A geologic fault study was beyond the scope of this investigation. 4.3 Soil/Rock Stratigraphy: Descriptions of the various strata and their approximate depths and thickness per the Unified Soil Classification System (USCS) are provided on the boring logs included in Appendix C - Boring Logs and Laboratory Results. Terms and symbols used in the USCS are presented in Appendix H - Unified Soil Classification System. A brief summary of the stratigraphy indicated by the borings is provided below. G&AI Project No. 13-0446 Page 5 Generalized Subsurface Conditions Along Part 14 Segment C in 65-foot Borings Borth SH-01, B11-11-02, BH-05, BH-06 and BH-07 Nominal Depth, feet bgs Exc t as Noted General Detailed Description of Top of I Bottom of Description Soils/Materials Encountered 0 1 40 to 50 FAT CLAY LEAN CLAY SANDY SILTY CLAY 40 to 50 45 to 52 SAND AND GRAVEL 45 to 52 65 LIMESTONE Note: Boring Termination Depth = 65 feet bgs Stiff to hard SANDY FAT CLAY (CH) / FAT CLAY (CH), soft to hard SANDY LEAN CLAY (CL) / LEAN CLAY (CL) and soft SANDY SILTY CLAY (CL-ML). ', juN: BH-05 —0 to 2 ft. ASPHALT PAVEMENT and 2 to 10 ft. SANDY LEAN CLAY (CL) FILL. Very loose to dense CLAYEY SAND (SC) and medium dense to vary dense SILTY SAND (SM) with gravel. Soft tan and gray WEATHERED LIMESTONE and hard gray LIMESTONE. Generalized Subsurface Conditions Along Part 14 Segment C in 35-foot Borings (Borines BH-03. BH-04. BH-08 and BH-09) Nominal Depth, feet bgs (Except as Noted General Top of I Bottom of Description 0 15 LEAN CLAY 15 35 FAT CLAY jI LEAN CLAY Note: Boring Termination Depth = 35 feet bgs. Detailed Description of Soils/Materials Encountered Stiff to hard LEAN CLAY (CL). EXCEPTION: SH-03 and SH-04 — 0 to 2 f . ASPHALT PAVEMENT and 8 to 15 ft. FILL. Soft to stiff FAT CLAY (CH) / LEAN CLAY (CL) / LEAN CLAY WITH SAND (CL) and soft SILTY CLAY WITH SAND (CL-ML). Swell Potential based on Atterberg Limits: Atterberg (plastic and liquid) limits were performed on 9 soil samples obtained at depths between 0- and 12-feet bgs. The plasticity index of the samples was between 21 and 36 with an average of 28 indicating that the soils have a moderate to high potential for shrinking and swelling with changes in soil moisture content. Swell Tests: Swell tests were performed on selected clay soil samples. Swell test details are provided in Appendix C - Boring Logs and Laboratory Results. The results of the tests are summarized below. Boring Avg. Moisture Liquid Plasticity Applied Swell No. Depth Content, w, Limit, LL Index, PI Overburden (%) (ft.) % Stress psi)_ J BH-01 7 17 1 N/A N/A 5.6 1.25 _ BH-01 19 19 35 18 12.5 0.00 BH-02 5 13 41 22 4.3 1.83 BH-03 19 18 57 32 12.2 0.00 BH-04 14 19 N/A N/A 10.1 0.01 BH-04 19 22 N/A N/A 12.5 0.00 G&AI Project No. 13-0446 Page 6 Boring Avg. Moisture Liquid Plasticity Applied Swell No. Depth Content, w, Llmit, LL Index, PI overburden (%) (ft.) % Stress (psi) BH-06 3 17 N/A N/A 2.5 0.44 BH-06 7 17 N/A N/A 5.6 0.43 BH-07 1 27 N/A N/A 1.0 0.71 BH-09 7 18 N/A N/A 5.6 0.00 Note: N/A - Indicates that test was not performed. CERCHAR Test Results: CERCHAR test results are provided in Appendix C - Boring Logs and Laboratory Results. Slake Durability Test Results: Slake durability test results are provided in Appendix C - Boring Logs and Laboratory Results. 4.4 Groundwater The borings were advanced using auger drilling and intermittent sampling methods in order to observe groundwater seepage levels. Groundwater levels encountered in the borings during this investigation are identified below. Boring No. Depth GrqundwaW Initially Encountered (feet. bgs) BH-01 18.0 BH-02 13.0 BH-03 Not Encountered BH-04 20.0 BH-05 24.0 BH-06 22.0 BH-07 18.0 BH-08 19.0 BH-09 16.0 Groundwater Depth after- Drilling i eK 130 18.0 10.0 Not Encountered 20.0 24.0 18.0 17.0 17.2 15.0 Piezometers were installed at two boring locations along the proposed utility relocation. Piezometer Date Installed Date Measured Groundwater Depth (feet, bV) BH-06 2/9/2017 3/2/2017 14.3 BH-07 2/9/2017 Not Measured — Note: Piezometer at location BH-07 was not measured due to access issues on 3/2/2017. Long-term monitoring can reveal groundwater levels materially different than those encountered during measurements taken while drilling the borings and in the piezometers. The piezometers installed as part of this study should be monitored over a period of time to assess groundwater fluctuations. G&AI Project No. 13-0446 Page 7 Groundwater Fluctuations: Future construction activities may alter the surface and subsurface drainage characteristics of this site. It is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. Even so, the groundwater level should be expected to fluctuate throughout the years with variations in precipitation and associated rises and falls in the water level of the river. S.0 ANALYSIS AND RECOMMENDATIONS 5.1 Seismic Site Classification The seismic site classification is based on the 2012 International Building Code (IBC) and is a classification of the site based on the type of soils encountered at the site and their engineering properties. Per Table 20.3-1 of ASCE 7-10, the seismic site classification for this site is C. 5.2 Construction Excavations Applicability: Recommendations in this section apply to short-term construction -related excavations for this project. Sloped Excavations: All sloped short-term construction excavations on -site should be designed in accordance with Occupational Safety and Health Administration (OSHA) excavation standards. The following table addresses OSHA soil type based on the observed soils in the project borings. OSHA Soil Type by Boring Location and DWh Boring No. Soil Type 1 h (Wt) BH-01 B 0 - 20 BH-02 B 0 - 20 BH-03 C 0 - 20 BH-04 C 0 - 20 BH-05 B 0 - 20 BH-06 B 0 - 20 BH-07 B 0 - 20 BH-08 B 0 - 20 BH-09 B 0 - 20 For Type B soils, short-term construction excavations may be constructed with a maximum slope of 1:1, horizontal to vertical (H:V). For Type C soils, short-term construction excavations may be constructed with a maximum slope of 1.5:1, horizontal to vertical (H:V). G&AI Project No. 13-0446 Page 8 Recommendations provided herein are not valid for any long-term or permanent slopes on - site. We should be contacted to review sloped excavations deeper than 20 feet. Shored Excavations: As an alternative to sloped excavations, vertical short-term construction excavations may be used in conjunction with trench boxes or other shoring systems. Shoring systems should be designed using an equivalent fluid weight of 65 pounds per cubic foot (pcf) above the groundwater table and 95 pcf below the groundwater table. Surcharge pressures at the ground surface due to dead and live loads should be added to the lateral earth pressures where they may occur. Lateral surcharge pressures should be assumed to act as a uniform pressure along the upper 20-feet of the excavation based on a lateral earth coefficient of 0.5. Surcharge loads set back behind the excavation at a horizontal distance equal to or greater than the excavation depth may be ignored. We recommend that no more than 200-feet of unshored excavation should be open at any one time to prevent the possibility of failure and excessive ground movement to occur. We also recommend that unshored excavations do not remain open for a period of time longer than 24-hours. Limitations: Recommendations provided herein assume there are no nearby structures or other improvements which might be detrimentally affected by the construction excavation. Before proceeding, we should be contacted to evaluate construction excavations with the potential to affect nearby structures or other improvements. Excavation Monitoring: Excavations should be monitored to confirm site soil conditions are consistent with those encountered in the borings drilled as part of this study. Discrepancies in soil conditions should be brought to the attention of G&AI for review and revision of recommendations, as appropriate. 5.3 Groundwater Control Groundwater was encountered at depths as shallow as 10-feet bgs during the subsurface investigation. If groundwater is encountered during excavation, dewatering to bring the groundwater below the bottom of excavations may be required. Dewatering could consist of standard sump pits and pumping procedures, which may be adequate to control seepage on a local basis during excavation. Supplemental dewatering will be required in areas where standard sump pits and pumping is not effective. Supplemental dewatering could include submersible pumps in slotted casings, well points, or eductors. The contractor should submit a groundwater control plan in accordance with the contract documents, prepared by a licensed engineer experienced in that type of work. G&AI Project No. 13-0446 Page 9 5.4 Earthwork 5.4.1 Site Preparation In the area of improvements, all concrete, trees, stumps, brush, debris, septic tanks, abandoned structures, roots; vegetation, rubbish and any other undesirable matter should be removed and properly disposed. All vegetation should be removed and the exposed surface should be scarified to an additional depth of at least 6 inches. It is the intent of these recommendations to provide a loose surface with no features that would tend to prevent uniform compaction by the equipment to be used. 5.4.2 Wet Weather/Soft Subgrade Soft and/or wet surface soils may be encountered during construction, especially following periods of wet weather. Wet or soft surface soils can present difficulties for compaction and other construction equipment. If specified compaction cannot be achieved due to soft or wet surface soils, one of the following corrective measures will be required: 1. Removal of the wet and/or soft soil and replacement with select fill, 2. Chemical treatment of the wet and/or soft soil to improve the subgrade stability, or 3. If allowed by the schedule, drying by natural means. Chemical treatment is usually the most effective way to improve soft and/or wet surface soils. G&AI should be contacted for additional recommendations if chemical treatment is planned due to wet and/or soft soils. 5.4.3 Testing Required Testing and Inspections: Field compaction and classification tests should be performed by G&AI. Compaction tests should be performed in each lift of the compacted material. We recommend the minimum soil compaction testing of one test per lift per 100 linear feet of utility backfill. If the materials fail to meet the density or moisture content specified, the course should be reworked as necessary to obtain the specified compaction. Liability Limitations: Since proper field inspection and testing are critical to the design recommendations provided herein, G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing is performed by another party. G&AI Project No. 13-0446 Page 10 5.5 Demolition Considerations Applicability: Recommendations in this section apply to the removal of any existing utilities or pavement which may be present on this site. General: Special care should be taken in the demolition and removal or existing utilities and pavements to minimize disturbance of the subgrade. Excessive disturbance of the subgrade resulting from demolition activities can have serious detrimental effects on planned foundation and paving elements. Existing Utilities: Existing utilities and bedding to be abandoned should be completely removed where indicated in the drawings. Utilities which are abandoned in place should only be abandoned as indicated in the drawings. 5.6 Loading on Buried Structures Applicabilitv: Recommendations in this section are applicable to the design of buried junction boxes, piping and manholes associated with this project. Uplift: Buried water -tight structures are subjected to uplift forces caused by differential water levels adjacent to and within the structure. Resistance to uplift pressure is provided by soil skin friction and the dead weight of the structure. Skin friction should be neglected for the upper 3 feet of soil. A skin friction of 200 pounds per square foot (psf) may be used below a depth of 3 feet. Lateral Pressure: Buried structures should be designed for at -rest lateral earth pressures as provided in table below. Equivalent Fluid Pressure At -Rest ikressuse (pcf) (1) a (2) Type of Backfill Above Below Water Thule and Free- Water Table or Not Free Draining Draining Onsite Clay Soils — On -site lean clays (CL) free of organics and other deleterious material that is compacted between 95 and 98 percent of the Standard Proctor Density (ASTM D698 or Tex 114-E) and at a moisture content above 80 100 optimum. Soil should have a liquid limit less than 50 and a PI less than 30. Unit Weight 125 pcf and Friction Angle of 22° ko = 0.63 G&AI Project No. 13-0446 Page 11 Equivalent Fluid Pressure At -Rest Pressure (pcf) M • u> Type of 8ackfilI Above Mow Water Table and Free- Water Table or Not Free Draining Draining Granular Soils — Sands with less than 5% passing no. 200 sieve and compacted between 95 and 98 percent of the Standard Proctor Density (ASTM D698 or Tex 114-E). Granular backfill should consist of a clean, non -plastic, relatively well -graded granular soil consisting of either 60 90 sand, or a sand and gravel mixture, with less than 5 percent finer than the No. 200 sieve size. Unit Weight 115 pcf and Friction Angle of 30° ko = 0.50 Notes: (1) The values provided are to the nearest 5 pcf. (2) ko= Coefficient of At -Rest Earth Pressure. The above lateral pressures include hydrostatic pressure but do not include surcharge loads. Groundwater levels should be assumed to be at the 100-year flood plain elevation. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads set back behind the retaining structure at a horizontal distance equal to or greater than the structure height may be ignored. Vertical Pressure: Vertical pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 125 pcf above the groundwater table and 65 pcf below the groundwater table. This does not include surcharge loads. The vertical load produced by a surcharge may be computed as 100 percent of the vertical surcharge pressure applied as a constant pressure over the full width of the buried structure. Foundations: It is our understanding that structures located within the site will be bearing at depths of 15- to 25-feet below grade. Based on the subsurface investigation, soils 15- to 25-feet bgs consisted predominantly of soft to firm sandy silty clay located near or below the ground water table. The net increase in bearing pressure below buried junction boxes, piping and manholes is generally negligible. Junction box foundations may be designed using a maximum allowable bearing pressure of 2,000 psf. The bearing pressure is based on a safety factor of 3 against shear failure of the foundation bearing soils. Slab deflections should be analyzed assuming a coefficient of subgrade reaction, k, of 75 pounds per cubic inch (pci). Provided that the structure is underlain by firm undisturbed soil, the ground surface over and adjacent to the structure remains at roughly the same level prior to construction, and no additional load is applied to the structure, we expect post -construction settlements of buried structures to be negligible. Empty buried structures below the groundwater table will be subject to buoyant forces. Buoyant forces on buried structures will be resisted by the dead weight of the structure, effective weight of the soil above the G&AI Project No. 13-0446 Page 12 structure, and skin friction as previously described. If higher allowable bearing pressures are needed for the concrete junction structures, we should be contacted to evaluate the foundations on a case -by -case basis to determine if subgrade improvement or alternate foundation types are required. Foundation Construction: The geotechnical engineer should monitor foundation construction to verify conditions are as anticipated and that the materials encountered are suitable for support of the foundations. Soft or unsuitable soils encountered at the foundation bearing level should be removed to expose suitable, firm soil. Foundation excavations should be dry and free of loose material. Excavations for foundations should be filled with concrete before the end of the workday or sooner if necessary to prevent deterioration of the bearing surface. 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 excavation 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 the placement of formwork and reinforcing steel. Limitations: Recommended design pressures provided herein do not include loading due to tunnel installation, where applicable. Depending on the type of tunnel, loading on piping due to construction can far exceed stresses induced by soil and surcharge loading and may dictate piping selection. Where appropriate, loading on piping due to tunneling should be factored into the design of buried piping. 5.7 Buried Pipe Aipolicability: Recommendations in this section are applicable to the design of buried piping placed by open cut methods associated with this project. Pressure on Buried Pipe: Design recommendations provided In the "Loading on Buried Structures" section of this report apply to buried piping. Thrust Restraints: Resistance to lateral forces at thrust blocks will be developed by friction developed along the base of the thrust block and passive earth pressure acting on the vertical face of the block. We recommend a coefficient of base friction of 0.23 along the base of the thrust block. Passive resistance on the vertical face of the thrust block may be calculated using; the allowable passive earth pressures presented below. G&AI Project No. 13-0446 Page 13 Allowable Passive Earth Pressure by Material Type Material Allowable Passive Pressure jpsf) Native Clay and Clayey Sand 2,000 Sand 100 x Depth (in feet) Compacted Clay Fill 1,500 Note: Passive resistance should be neglected for any portion of the thrust block within 3 feet of the final site grade. The allowable passive resistance for native clays is based on the thrust block bearing directly against vertical, undisturbed cuts in these materials. Bedding and Backfill: Pipe bedding and pipe -zone backfill for the water and sanitary sewer piping should be in accordance with the City of Fort Worth Standard Construction Specifications. The pipe -zone consists of all materials surrounding the pipe in the trench from six (6) inches below the pipe to 12 inches above the pipe. Trench Backfill: Material utilized to backfill the trenches above the pipe -zone within the proposed levee hard edge, soft edge, bypass channel and on the riverside of the existing levee (within the area of the United States Army Corps of Engineers (USACE)) should consists of select fill clay soil (CL) with Liquid Limits less than 35 and Plasticity Index between 5 and 15. Backfill should be placed in loose lifts not exceeding 6-inches and should be compacted to at least 95 percent modified density (per ASTM D-1557) and at a moisture content between 3 percent above optimum to 2 percent below optimum. Backfill of the trenches performed in other areas should be performed in accordance with the City of Fort Worth Standard Specifications. Trench Settlement: Settlement of backfill should be anticipated. Even for properly compacted backfill, fills in excess of 8 to 10 feet are still subject to settlements over time of about 1 to 2 percent of the total fill thickness. This level of settlement can be significant for fills beneath streets. Close coordination / monitoring will reduce the potential for future movement. 5.8 Tunneling General: We understand the design and means and methods for construction of tunnels related to this project are at the discretion of the Contractor. Due to this presumption, detailed tunnel design recommendations are not provided. For the purposes of tunnel design, this report should be considered a Geotechnical Data Report (GDR). Design recommendations provided in the "Construction Excavations" section may be utilized for temporary tunnel access shaft excavations less than 20-feet in depth. Design recommendations provided in the "Loading on Buried Structures" section of this report may be utilized for tunnels, permanent access shafts, and access shafts deeper than 20-feet. The "Loading on Buried Structures" section specifically excludes tunnel loading due to construction. Construction loads may dictate tunnel piping design and should be determined by the Contractor and applied to the tunnel piping design, as appropriate. G&AI Project No. 13-W6 Page 14 Generalized Subsurface Conditions: Variable soils were encountered above the rock at the anticipated casing invert depth. The generalized subsurface conditions are shown in the table below. Generalized Subsurface Conditions Along Part 14 Segment C in 65-foot Borings (Borings BH-01, BH-02, BH-05, BH-06 and BH-07) Nominal Depth, feet bgs (Except as Noted) Top of Bottom of Layer Layer 0 40 to 50 40 to 50 45 to 52 45 to 52 65 General Detailed Description of Description Soils/Materials Encountered FAT CLAY Stiff to hard SANDY FAT CLAY (CH) / FAT CLAY (CH), soft LEAN CLAY to hard SANDY LEAN CLAY (CL) / LEAN CLAY (CL) and soft SANDY SILTY CLAY SANDY SILTY CLAY (CL-ML). EXCEPTION: BH-05 — 0 to 2 ft. ASPHALT PAVEMENT and 2 to 10 ft. SANDY LEAN CLAY (CL) FILL. SAND AND GRAVEL Very loose to dense CLAYEY SAND (SC) and medium dense to very dense SILTY SAND (SM) with gravel. LIMESTONE Soft tan and gray WEATHERED LIMESTONE and hard gray LIMESTONE. Note: Boring Termination Depth = 65 feet bgs Subsurface conditions encountered within proposed tunneling zone: Materials encountered at depths ranging from 40 to 50-feet below ground surface at the time of our field investigation consisted primarily of sandv lean clay, sandv siltv clay and clavev/siltv sand with gravels less than 2-inches in diameter with weathered limestone encountered at approximately 45 to 50-feet below ground surface. Soil samples were obtained using Standard Penetration Test (SPT) split -barrel sampling procedures in general accordance with ASTM D1586 with no SPT refusals encountered above the weathered limestone stratigraphy. Gravels within this stratigraphy appeared to be predominately weathered limestone fragments and river gravels. Limitations: Borings were limited in the vicinity of the proposed tunnel sections. As a result, variability in soil and groundwater conditions should be expected. Soil conditions may be materially different than those encountered during this study. 6.0 GENERAL COMMENTS Data Assumptions: By necessity, geotechnical engineering design recommendations are based on a limited amount of information about subsurface conditions. In the analysis, the geotechnical engineer must assume subsurface conditions are similar to those encountered in the borings. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and on the assumption that the exploratory borings are representative of the subsurface conditions G&AI Project No. 13-0446 Page 15 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. Subsurface Anomalies: Anomalies in subsurface conditions are often revealed during construction. 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. Change of Conditions: 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 should 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. Design Review. G&AI, Inc. should 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. Construction Materials Testing and Inspection. G&AI should be retained to observe earthwork and foundation installation and perform materials evaluation and testing during the construction phase of the project. This enables G&AI's 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. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer (G&AI) at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contact 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. Report Recommendations are Preliminary. Until the recommended construction phase services are performed by G&AI, the recommendations contained in this report on such items as final foundation bearing elevations, final depth of undercut of expansive soils for non -expansive earth fill pads and other such subsurface -related recommendations should be considered as preliminary. Liability Limitation: G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing recommended herein is performed by another party. G&AI Project No. 13-0446 Page 16 Warrantv: This report has been prepared for the exclusive use of the Client and their designated agents for specific application to design of this project. 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. G&AI Project No. 13-0446 Page 17 Appendix A - Project Location Diagrams . +F, '�'�lr.ili a.�F+ ' ir' � N'^ � ' # � �' a .� � + I• l� ���. ' ' I S ! r _ * �r I• #,'t - _ • ." r_9;�1 141E '.� �;! # y` 4 ��i a � I^L� r r ► � r i 1a'. � �- � ►4 -71 eyw'Ile #. .J- — .�1'• 't'{I� In rcI ?tl YMh'!Il N ull I * .}, 3{,Y�aAd 44.: Il �ariR - ` , l 7 * Goat Island kh' fe if=V' =Y ram. • I }' r 11 • •k � T }. } T• • '�kfyNl�+ ''PII I+'mn_'k` • •f ,�7• � � .i �r•r �r� ti�l� � i �o do . � M► , • I i , `•} ;, y . � � f }I ' ;fir , ! • �' or ++ r - t L4 �r 'a' _ _ Ryf .� ' ; '�14 .•�lr• Il..iil tAl+ 1 * I� ado 'err a W �• d;-ore ifacef+ve`IvE IL _5 - ir .. tinhruoo•?em#iMr t� �... 1 F 1- ypBrk Ld } ,�._ St., •- 1 - - �nl.,fl27, ii 'rtMaQ7H _ r� h iffiwA ft NOTES 'I I ALL VEFEX MI uE HI-E SHOL'LL'r Bt IEFI UL LEGEND STANDARD DETAILS uNLEss NDteO OMERwsE . ]. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILNV ITIES, WHETHER PUBLIC OR PATE. PRIOR TO EYfAVATIOx AND DOwKiREAY CONNECIN7N AUONYEMT PHASES I ! U. THE INFOt4APO4 AND DATA SHOWN ON RESPECT i0 •+\)♦'' / �� EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE ( , / �• i \`. '�./ 0 - - METE SETRFN EYT NO OPTIOL I S2 IS APPROXIMATE AND BASED ON INFORMATION FURNISHED —1/, ' ® DOWNS —AN CONNECTION Y BY C- THE OWNERS OF SUCH UNDERGROUND FAOLITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE !F• / ! OWNER A- ENGRIEER SHALL NOT BE RESPONSI3L£ FOR ME EOOST —ER' A. ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SMALL HAVE FULL RESPONS&LITY FOR REACONG AND OIECNING ALI_ SUOI INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACT -ES, FOR l I COORDINATION O' ME WORX ON THE OWNERS OF SLCH {% / UNDERGROUND F-UMS DURING CONSTRUCTION, AND FOR THE /• j SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FRO4 ME WORT( THE COST OF AlL wLL HAVE BEEN CONSIDERED AS HANNG BEEN INCLUOEC IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY �STOL TIN WRIRNC AT •5 HOURS PRIOR TO CONSTRUCTI WARNING THE LOCARON AND DINE-OHOFS EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXNATE AND WERE OBTAINED FROI UTILITY CCMPAHY RECORDS. IT IS THE CONTRACTOR'S KITE RESPOLS&UTY TO YERIFY LOCATION. DEPTH AND DIYENSON OF EXISTING UIIUTIES t// ` ✓� ,/ PRIOR TO CONSTRUCTION. WARNINGI UNDERGROUND UDUTIES IN ME AREA OF CONSTRUCTION. OOWISTHE- // COMCLT(N -OPTION Y) i�\ EKCAVATION ATTHIS LOCATION AT LEAST Ap HOURS PRIOR TO O!cM OCTESS NOR) ]sA-pm ,J l \ i /`'`rl// / ( \ r '\� ' D W • GARY FLORY AT&T/SBC p11 ]]B-pZOl \ °.\ REFUSED ADINUENT \ 1 �. (pp' S[NEIR - pOWYRSIREAY \ \ \ 201 (AE/~• ARRY BAIDwN ONCOR EIFCTRIC p11 ]1]-61p• \ y cONNE.YoN %OPTION I) .� `\ 'i \ .1 CRANE ANDS GAS 817 ]m-IN* •� y� wLL LEE AGUES] F RTW OR GAS (Bll p 2-M V / �('/ 1 �\ : DEAN HE. CITY FRO) FORT WORTH (!�7) 33 NBf CITY OF FORT WORTH WATER OEPAR1NENT (IT7) p]t-p]Yp MN 4a l � f � \� l / 1 1 r ♦ + A BENCHMARKS WALL SEPARATION 1. B.Y. UAACE.NIRp AL OTY I M?10.7m N NO�IE CV A 1 ••. rC / 'I( T YSE ONE,,C.232 a/.13 HENOENSON ST U EIEV SSI.IT/ f k BRIDGE STORK NN I 2. T.B.N./I; BOX FAR N G'CNNEASE -IS' EAST OF C/L OF N HOISTON pT ARID -27' NOMIX N OF GAM IINE TDNCSDUTXFRII ALIGNMENT COCRE'IE NC ADDRESS #SN) -p' SOUTH OF FARO OF A SE WER) E1EV.57t Al • \ </ rC l/ C. ]. T.B.M.Ill BOX CUT ON NORM EDGE OF ROADTE CONCRE STANDARD TO A 5511H -5' NORTH a NORTH TOP OF TRNRY �N A Di]15' WEST OF WEST FACE OF OF BRIDGE N1URE iEVEE /'��._'��' HEMERSON HARD EDGE \ + BRIDGEDFiWR ` \�� RN AND / • / x ''`�( \ \ �` ��, �\ ` ,/ /I% REFUSED AUGN IEAl YYun I. Iv�WYT nXwles�1 - �t, \•` \ \ f \• Y ` IC },� ,� \/ (w- IN Be CwvNc) I tLI. isu . I 41, OA n ...... _ 150' fc minlo zI. TII /,' V �•-,Y' �'1 .�'�`� t'�-�1 •. IL' KALE t 0 I� V jII 1 COY4EN 5 BY T DAM . " \ �w� CITY OF FORT WORTH. TEXAS \•\ t /� 1 r li-Yx_—� . -�EI�� WATER OEPMTMENT WATER & SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION - j \ \\ 1 p 1 d RENsn u a�ENT CENTRAL RVCFTY PROJECT & TRINITY UPTOWN SERVICEAREAAREA PART 14 - CHANNEL SEGMENT C v FUS REED ALIGNMENT .. WATER 8 SANITARY SEWER RELOCATIONS �# IryyD +LF+NSNF • \\�\ '\ ,\ f1•' x�Rx; �� - _ _ _ --- _ __ — y` } REVISED ALIGNMENT Kimlev*Horn BI' SEWER LINE (CURRENTLY LOUDER - ^- SiRUC ea arr Y \•'• \- \, '\\) \ / r CONTpN - TRY RAFT .) a _ /.: ; U- L ,.E \ k1•\ // ,�_ r _ _ DATE KALE PRO.ECT N0. SIEET� MA TPw/DOE �`xxxx i NA­ CHNov t'�Rso' qTY PROJEci / alapa /A ECNEp AT „ AT a01p P1)5-T09f )00989KK Project NO.KHA17-0038 BORING LOCATION DIAGRAM TRV Part 14 Channel Segment C Relocation °GA Project No.KHA17-0038 BORING LOCATION DIAGRAM — BH-1, BH-2, BH-3 TRV Part 14 Channel Segment C Relocation f A, Project No.KHA17-0038 BORING LOCATION DIAGRAM — BH-4, BH-5, BH-6, BH-7 TRV Part 14 Channel Segment C Relocation BORING LOCATION DIAGRAM — BH-8, BH-9 t _ r �• Project No.KHA17-0038 TRV Part 14 Channel Segment C Relocation Appendix C - Boring Logs and Laboratory Results Gorrondona and Associates 11710 North Freeway, Suite 700, Houston, TX T7060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-49&1768 CLIENT Kknk -Hom atd Ages. Inc. PROJECT NUMBER 17-0038 DATE STARTED Y10117 COMPLETED 3M0117 CONTRACTOR SWeteBw METHOD Aum 0 to 50 feeL Rods Corft 50 to 65 feet LOGGED BY StrataBore CHECKED BY LG NOTES Latitude: 32.76561 . Longitude:-97.35063 0 w a �W w MATERIAL DESCRIPTION CoUj -12 U FAT CLAY (CH) / SANDY FAT CLAY (CH) - Stiff ST to hard, brown. ST ST ST ST IT LEAN CLAY WITH SAND (CL) / SANDY LEAN CLAY (CL) - Soft, tan and light brown, with fine gravel. 5 ST BORING NUMBER BH-01 PAGE 1 OF 1 PROJECT NAME TRV Pat 14 Channel Segment C Relocation PROJECT LOCATION Fort Worth, Texas GROUND ELEVATION 532.20 ft HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 18.0ft 1 Elev 5142 ft t AFTER DRILLING 18.0 ft/ Efev 514.2 ft AFTER 24 HR NotMederaed ATTERBERG } w z a'a w LIMITS w a wo 0Z� d Z ac a.. t � c m ~ �" �Z LU O U y F z p E ~ 0- U Co0� Uz Y O O� �- ° H U ' � OZ 20 �m tn� g� t-p Uz tnv w � a U a O U :3 (L z u- 2.75 23 2.50 23 61 26 35 96 4.50+ 18 4.50+ 3.6 104 21 96 3.50 22 62 26 36 95 2.3 8 112 20 2.00 20 35 17 18 75 1.00 ST 3_-SS 1 C1 2 �l SS 1-2-2 L . .u. 1 �// i 40 /X.S-5 1-O�D. . R a CLAYEY SAND (SC) - Very loose to dense, gray, . /j with gravel. With fine I after 43-feet. 9 - 5S 10-21-32 S _ WEATHERED LIMESTONE - Soft, tan and gray. a a 50 1 LIMESTONE - Very hard, gray, fairly continuous TCP, 50(0.75") to continuous recovery, fair to good quality. RC l 50(0.50"11 80 (65) —M- ' 50(0.25")ca ' $ I RC 50�0.251 98 _ (78) C 50(0.25") y W .1 RC 100 w- - (57) a Bottom of hole at 65.0 feet.0 , 50(0.25") W 50(0.25"); r CL U h 0.25 21 21 23 30 16 14 ^ 69 24 11 10 122.8 142 6 7 Gorrondona and Associates 11710 North Freeway, Suite 700, Houston, TX 77060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817496-1768 CLIENT Kimlev-Hom and Associates. Inc. PROJECT NUMBER 174)038 DATE STARTED 2M3117 COMPLETED 2/13117 CONTRACTOR StrateBore METHOD Auger 0 to 50 feet. Rock Corktg 50 to 65 feet LOGGED BY Satiak CHECKED BY LG NOTES Lartitude: 32.76494 . Longitude:-97.35035 w o. �w MATERIAL DESCRIPTION a j z Cn LEAN CLAY WITH SAND (CL) / SANDY LEAN ISTsssTT CLAY (CL) - Soft to hard, brown and tan. `ST M w - —I WEATHERED LIMESTONE - Soft, tan and gray. BORING NUMBER BH-02 PAGE 1 OF 1 PROJECT NAME TRV Part 14 Channel Segment C Relocation PROJECT LOCATION Fort Worth. Texas GROUND ELEVATION 528.07 ft HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 13.0 ft / Elev 515.1 ft I AFTER DRILLING 10.0 ft1 B9v 518.1 ft AFTER 24 HR Not Measured ATTERBERG e z m w ae LIMITS w a wo a ?� z O� ��� °°Uz Yji > a+' 'c y ? 3 LnW 0� N� w U o g1c'g >- 0z Q g Z w X M U� a 0 U J a z LL 4.50+ 22 4.50+ 9 4.50+ 13 41 19 22 84 4.50 2.3 108 20 1.75 2.3 5 115 19 3-3-3 22 (6) a �7- w a 50 a LIMESTONE - Very hard, gray, continuous - recovery, fair to ewcellent quality. TC 50(075') di—H 100 a RC (96) A $ - RC 50F0.25"� 92 (63) __ 60J W w J C 50(0.25") I RC 977 j� W - rF.� . f (80) Bottom of hole at 65.0 feet. T �5(0y((0�-2255') W 3-3-4 20 (7) 0.25 21 26 14 12 68 1-0-0 26 (0) 1-1-1 25 (2) 3-10-13 26 (23) - 13-1843 17 40 18 22 50 (61) - — 197.7 142 7 221.4 149 6 a 0 H Gorrondona and Associates Gy r 11710 North Freeway, Suite 700, Houston, Tx T7060 1 ' 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281469-3347; FW 817AW1424 Fax HOU 281-t69-3594; FW 817-496-1768 CLIENT Klmlev-Fkxnand As m Inc. PROJECT NUMBER 17-0038 DATE STARTED 3017� ` COMPLETED 3AY17 CONTRACTOR StlamBm METHOD Auner 0 to 36 feet LOGGED BY Seurav CHECKED BY LG NOTES Latitude: 32.76394. Loraitude:-97.34934 U w (L 0 MATERIAL DESCRIPTION O 0 0 BORING NUMBER BH-03 PAGE OF PROJECT NAME TRV Part 14 Channel Segment C Relocation PROJECT LOCATION Fort Worth. Texas GROUND ELEVATION 54&16 ft HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED Not Emoutttwed AFTER DRILLING Not Er=Unbred AFTER 24 HR 40 Meae red ATTERBERG o_ w w ur o LIMITS w �w a x0 3�� a z H� g'� j� z (L >x m0> yam- a— Q�Q H a_ U) �~ ~ Uw LO) 2 W 02 0 U M0 d� �Z W kn rr a U a o U J a a LL ASPHALT PAVEMENT - 5.25•inch asphalt + 18.75-inch base. - SILTY SAND (SM) / CLAYEY SAND (SC) / LEAN `SS CLAY (CL) FILL - Medium dense, tan and gray, with gravel. WIT FT T\/ /'\ SS �(L SS FAT CLAY (CH)1 LEAN CLAY (CL) - Stiff, brown. 20 IST r 25 - -_ \ SS ST o30 ST J/ LEAN CLAY WITH SAND (CL) - Soft, brown.35�Lo FST- w' a Bottom of hole at 35.0 feet - W r f W r a U H 22-8-3 - 8 29 3_00 N9 3.50 5-6-3 13 4-5.16 13 46 1.50 21 57 25 32 96 3-4-8 21 2.50 3-1 108 21 2.50 20 48 21 27 92 0.50 19 T3 Gorrondona and Associates G,{ 11710 North Free", Suite 700, Houston, TX 77060 1 1 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone. HOU 281-469-3347; FW 817-496-1424 Fax: HOU 281-469-3594; FW 817-496-1768 CLIENT Ktrnlev-Hom and Associates, Inc. PROJECT NUMBER 17-0038 DATE STARTED 3017 COMPLETED 3/8/17 CONTRACTOR SlrataBore METHOD Aut>let 0 b 35 feet LOGGED BY Saumv CHECKED BY LG NOTES Latitude: 32.76298, Lonsitude:-97.34798 U a a0 W .r O 0 5 _10 15 _ 20 MATERIAL DESCRIPTION BORING NUMBER BH-04 PAGE 1 OF 1 PROJECT NAME TRV Part 14 Channel Seament C Relocatior► PROJECT LOCATION Fort Werth, Tee GROUND ELEVATION 537.42 ft HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 20.0 ft/ Elev 517.4 ft T AFTER DRILLING 20.0 ft/ Elev 517.4 ft AFTER 24 HR Not Measured _ ATTERBERG W z m w yt -IMITS w a LU cv r 5V - �w W CO 0. �Uj � �H� c o�� � _ Z nm0> YV IX-- �y �.r _ Hp cn z Uz v W 0 20 �� g� WZ w kn o a U o o v o- a K ASPHALT PAVEMENT - 5.5-inch asphalt + 1.5-inch base. SILTY SAND (SM) / CLAYEY SAND (SC) / LEAN SS 44 88 CLAY (CL) FILL - Tan and gay, with gravel. �116Z. ST ST ST SANDY LEAN CLAY (CL) I LEAN CLAY WITH SAND (CL) - Finn to very stiff, brown, with SS 3-3 4 calcareous nodules and gavel. _._ gi___. I ST 11ST IST K SS 7 4-3-4 SILTY CLAY WITH SAND (CL-ML) - Soft, brown. ST Bottom of hole at 35.0 feet. _9 8 45 13 NP 40 20 3.00 2.1 104 23 4.00 22 81 1.00 17 27 16 11 - 55 0.50 24 21 75 Gorrondona and Associates 11710 North Freeway, Suite 700, Houston, TX 77060 t� 7524 Jack Newell Blvd. S., Fat Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT Kbrrrlav-Hom and Associates. Inc. PROJECT NUMBER 17-0038 DATE STARTED 3/9717 w COMPLETED 3fi/17 CONTRACTOR SbaAall)" METHOD Auger 0 to 55 feet. Rock Coring 55 to 65 feet LOGGED BY Seurav CHECKED BY ' NOTES Latkude: 32.76237. Lonortude:-97.34720 w a� �w MATERIAL DESCRIPTION g Qz kn ASPHALT PAVEMENT - 6-inch asphalt + 1 &inch base. SANDY LEAN CLAY (CL) FILL- Hard, tan and ST brown. ST ST ST FAT CLAY (CH) - Very stiff, brown with calcareous nodules. RST LEAN CLAY (CL) / LEAN CLAY WITH SAND - Sofft, brown and gray. ST 40i% o SILTY SAND (SM) - Dense to very dense, tan - - and brown, with day seams and gravel. r 5 a a 50 a o_ F - - LIMESTONE - Very hard, gray, fairly continuous - — 1 to continuous recovery, poor to fair quality. a 4- - 0 w ai 60 w-- r a Bottom of hole at 65.0 feet. fL a U r C ST ST BORING NUMBER BH-O5 PAGE OF PROJECT NAME TRV Part 14 Channel Segment C Relocation PROJECT LOCATION Fat Worth, Texas GROUND ELEVATION 539.84 ft HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 24.0 ft / Elav 515.8 ft T AFTER DRILLING 24.0 ft / 6ev316,8 ft AFTER 24 HR Not Measured ATTERBERG at _ z m C B w ae LIMITS w knw a wo 3z� a z f- ac HY! r- ~� �-- �z v f Z^ ~ MO> U� O� E6~ �Q gyp Oz �% 'ng_ 1-0 �2F U� w O F a �+ L" U a y a' � O �_7 J J g � a 0) Z_ W o: a U a U. 4.50+ 14 4.50+ 18 40 19 21 61 4.50+ 16 4.50+ 17 52 3.00 3.8 110 19 54 21 33 93 3.50 2.4 10 108 20 1.00 21 45 20 25 93 1.00 _ 19 0.50 23 0.50 23 31 17 14 76 =Si 11-21-11i 12 (371 XSS 9-23 35 13 17 M ; TC 50(3.25-) RC §Pa-25. , 92 (48) i C 50(0.25') 180 RC (75) 50(0.50-) I 50(0_50")., 35.2 132 11 Gorrondona and Associates 11710 North Freeway, Suite 700, Houston, TX T7060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281469-3347; FW 817496-1424 Fax HOU 281-469-3594; FW 817-496-1768 BORING NUMBER BH-06 PAGE 1 OF 1 CLIENT Kltnlev Iom and Associates. Inc. PROJECT NAME TRV Part 14 Channel Sewwd C Relocadw PROJECT NUMBER 17-0038 PROJECT LOCATION Fort Worth. Texas DATE STARTED 2017 COMPLETED 210/17 - GROUND ELEVATION 535.71 ft YHOLE SIZE CONTRACTOR Sit*don GROUND WATER LEVELS: METHOD Auaer 0 to 55 feet, Rods Corlm 55 tD 65 feel V INITIALLY ENCOUNTERED 22.0 ft / Elev 513.7 ft LOGGED BY Savek CHECKED BY LG Z AFTER DRILLING 18.0 ft / EI9v 517.7 ft NOTES Latitude: 32.76220 , Lorsa bode:-97.34597 AFTER 24 HR Not Measured AT"ERBERG a aw 2a Y uj W w DESCRIPTION a a j �� y ` � �inOinO> ~~~U 2 Ozw vMATERIAL z� Z wUZ O O 9! vo Nz U na CK 2O J a z g LL LEAN CLAY (CL) - Soft to hard, brown and tan.ISSSSTT 4.50+ 13 4.50+ 17 4.50+ 18 44 20 24 95 4.50+ 18 4.50+ SANDY SILTY CLAY (CL-ML) - Soft, brown and gray a a- g ' n a_ W 50 �x WEATHERED LIMESTONE - Soft, tan and gray. CL Z_ - - LIMESTONE - Very hard, gray, continuous o _— recovery, fair to good quality. 4- c 60 W N I Ix 5 -'T Ix I Bottom of hoe at 65.0 feet W a ST ST V ST / J TCR 50(0.25") 50 0.i;RC 95 (70) C 50(0.50") RC 50(0.25") ) 98 (77) 0.25" , 2.50 1.6 8 109 20 1.50 22 42 19 23 95 1.50 1 A 106 23 0.50 22 1-" 24 (0) -- 1-1-2 23 (3) - 1-2-4 24 22 15 7 58 (6) _ _ _ 20-19-40 18 l (59) 151.1 143 7 Gorrondona and Associates G 11710 North Freeway, Suite 700, Houston, TX T7060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT Kh*wHom and Associates, Inc. PROJECT NUMBER 17-0038 DATE STARTED 219/17 T---__ COMPLETED 2017 CONTRACTOR Sb*gBore METHOD Auaw 0 to 55 feet. Rods Coring 55 to 65 feet LOGGED BY Sev* CHECKED BY LG NOTES Latitude: 32.76205. Loraitude:-97.34497 U a a ww O 0 0 w a �w MATERIAL DESCRIPTION a j iz U) LEAN CLAY (CL) / LEAN CLAY WITH SAND IST (CL) - Soft to hard, brown and tan, with gravel. r SILTY SAND (SM) - Medium dense to dense, brown and tan, wih gravel. 5 a 50 a — WEATHERED LIMESTONE - Soft, tan and gray. U -yam' a LIMESTONE - Very hard, gray, continuous - — recovery, fair quality. 60 It W.-Bottom of hole at 65.0 feet. w r a U r ST ST BORING NUMBER BH-07 PAGE 1 OF 1 PROJECT NAME TRV Part 14 Channel Sewwt C Relocation PROJECT LOCATION Fort Worth. Texas GROUND ELEVATION 535.14 ft HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 18.0 ft / Efev 517.1 ft Z AFTER DRILLING ,7.01t/ B8V5%1 ft AFTER 24 HR `lot Measured ATTERBERG >- U w w w m _ wore LIMITS w a. � g O ae m= O" w Y �y g �F 0z UO) 5z �X0 r z0z wZa 0 � a a. � 2.75 26 2.50 21 4.50+ 45 19 26 94 1.50 18 1.25 4.1 5 112 18 1.25 .9 107 23 TCP 50(0.75') L�h 93 RC (68) C 50(0.25) RC 0' I 95 (73) }fC 50(0.25') 50 0.25- 0.75 23 0.50 26 41 17 24 96 1-2-2 27 (4) 14).0 31 (0) 14)-0 27 31 15 16 81 (0) __ _ . _... __ 7-" 16 (16) 17-50/C 12 213.4 143 6 E3Gorrondona and Associates 11710 North Freeway, Suite 700, Houston, TX 77060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone,. HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT 10mley-Flom and Associates, Inc. PROJECT NUMBER 17-0038 DATE STARTED 2110/17 COMPLETED 2 CONTRACTOR SbviaBore METHOD Auger 0 to 35 feet LOGGED BY Save k CHECKED BY LG NOTES Latitude: 32.76112 , Longitude:-97.34356 MATERIAL DESCRIPTION .EAN CLAY (CL) - Soft to hard, frown, light crown and tan. =AT CLAY (CH) - Stiff, light brown. ST ST ST ST ST ST ST ST SS !S Bottom of hale at 35.0 feet. BORING NUMBER BH-08 PAGE 1 OF 1 PROJECT NAME TRV Part 14 Channel Segment C Relocation PROJECT LOCATION Fort Worth. Texas GROUND ELEVATION 535.83 ft HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 19.0 ft / Elev 516.E ft Z AFTER DRILLING 1721t1 Ekv51&6ft AFTER 24 HR Not Meeataed ATTERBERG aR w w _ w ae it LIMITS Z w z80 o�a wg>c� z � ~ 0 Z Y c u= O �~HpO CY_ NZ V rr O - n a Mz O a. akn QQ— ww zU 17 3.00 21 46 19 27 95 4.50+ 14 4.50+ 17 4.50+ 11.3 5 119 14 3.50 45 19 26 96 20 1.75 21 0.25 .9 107 22 1-2-3 20 ... M _ ... — 3-" ._ 24 _ 50 19 31 -92 - Gorrondona and Associates 11710 North Freeway, Suite 700, Houston, TX 77060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT Kimlev-Horn and Associates. Inc. PROJECT NUMBER 17-0038 DATE STARTED 212T/17 COMPLETED CONTRACTOR Skaheote METHOD Au er 0 b 35 feet LOGGED BY Setiak CHECKED BY NOTES Latitude: 32.76045 . Lonaidrde:-97.34268 U w a, (L O MATERIAL DESCRIPTION a 9 0 LEAN CLAY (CL) / LEAN CLAY WITH SAND (CL) - Soft to hard, brown and tan. _5 _ 1015 �j 1 a a - W a �cr W Lu Co iz rn ST ST T ST ST I b r I ST SS xSS Bottom of hole at 35.0 feet. BORING NUMBER BH-09 PAGE Cir PROJECT NAME TRV Part 14 Channel Seamment C Relocation PROJECT LOCATION Fort Worth. Texas GROUND ELEVATION 534.86 ft HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED 16.0 ft / Bev 518.9 ft Z AFTER DRILLING 15.0 ft/ Bev 519.9 ft AFTER 24 HR rbtMenUred ATTERBERG 'E 5 c�v cog z a m W ae LIMITS w z >ova w ^ ? nzW 5~� 26 U� °° w Hz oU?o iam g z w rr a a. s a a z 4.50 22 4.50+ 18 47 21 26 94 4.50 3.75 18 2.75 3.9 _ 5 111 20 95 1.50 - 21- — 39 18 21- 88 1.75 .8 108 20 1-1-1 25 83 1-1-1 24 ---_ U2- -- — 1-0-0 24 28 17 11 �73 (0)__ _ UNCONFINED COMPRESSION TEST 41 3 III II I ID vi III III IIIIIII .y 2 V I III I I I I I I I I I I IIIII II II i III II IIIII II II II IIIIIIII I I 1 II '�► I I I I I I I I I III I I I I !II I I I I I I I I I it I I I I I I I I I I I I 0111 111111 IIIII 1 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 3.618 Undrained shear strength, tsf 1.809 Failure strain, % 12.3 Strain rate, %/min. 1.00 Water content, % 20.7 Wet density, pcf 125.3 Dry density, pcf _ 103.8 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.78 Specimen height, in. 5.74 Height/diameter ratio 2.06 Description: - - LL = 1 PL = 1 PI = 1 GS= 1 Type: Shelby Tube Project No.: KRA17-0038 Client: Kimley-Horn and Associates, Inc. Date Sampled: 03/10/2017 Remarks: Project: TRV Part 14 Channel Segment C Relocation Bulge failure Location: BH-01 Depth: (6.0-8.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Figure Houston. Texas UNCONFINED COMPRESSION TEST 200 I i i I II 150 U) w U) 100 E i 0 J Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL= I PL= Project No.: KRA17-0038 Date Sampled: 03/10/2017 Remarks: Figure I I I I I I I I i I I III VI I I I I Z-1-+L+-- L I I 0.5 1 1.5 2 Axial Strain, % 1 I 122.839 61.420 1.5 0.50 6.0 150.5 142.0 i N/A t N/A 2.05 4.30 2.10 PI = I GS= I Type: Rock Core Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-01 Depth: (56.0-57.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas UNCONFINED COMPRESSION TEST 6 I 4- 4 U N 2 b-1 U� Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL = I PL = Project No.: "A17-0038 Date Sampled: 02/13/2017 Remarks: Bulge Failure Figure 2.5 7.5 10 Axial Strain, % � 1 i i 2.284 1.142 J 8.7 0.50 19.6 _ 129.4 108.3 N/A N/A 2.76 5.74 2.08 —1 PI = I GS= I Type: Shelby Tube Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-02 Depth: (6.0-8.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston. Texas UNCONFINED COMPRESSION TEST 4uv 300 100 00 Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL = I PL = Project No.: KRA17-0038 Date Sampled: 02/13/2017 Remarks: Figure —1 2 4 Axial Strain, % 1 197.720 98.860 2.4 0.50 7.3 t52.9 t 42.4 N/A 2.05 4.41 2.15 PI = I GS= I Type: Rock Core Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-02 Depth: (56.0-57.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas UNCONFINED COCIMPRESSION TEST Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL = I PL = Project No.: KHA17-0038 Date Sampled: 02/13/2017 Remarks: Figure .1 Axial Strain, % 1 221.416 110.708 2.0 1 0.50 � I 6.2 158.4 149.1 _ N/A N/A 2.03 -� 4.37 2.15 PI = I GS= I Type: Rock Core Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-02 Depth: (62.0-63.0) ft. UNCONFINED COMPRESSION TEST Gorrondona S Associates, Inc. Houston. Texas UNCONFINED COMPRESSION TEST 4 3 w y Y U),,L^ W ' L N n K E 0 U f 0.. Sample No. Unconfined strength, tsf Undraine_d shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf _ Saturation, % Void ratio Specimen diameter, in Specimen height, in. Height/diameter ratio Description: LL = I PL = Project No.: KHA17-0038 Date Sampled: 03/08/2017 Remarks: Bulge failure Figure PI = —1 Axial Strain, % 3.148 1.574 15.4 --- I 1.00 —� 21.2 130.6 107.7 N/A i N/A 1 �- 2.75 ---- - -- - 5.74 -- -- 2.09 G$= I Type: Shelby tube Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-03 Depth: (26.0-28.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas UNCONFINED COMPRESSION TEST 4 II ` II E I I I I 1 1 0 IIIIII II IIIIII I II I I i I IIII ICI 0' 5 to 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 3.783 Undrained shear strength, tsf 1.891 Failure strain, % 10.2 Strain rate, %/min. I 1.00 Water content, % I 18.7 Wet density, pcf 130.4 Dry density, pcf 109.8 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.77 Specimen height, in. 5.74 Height/diameter ratio 2.07 Description: LL = 54 I PL = 21 I PI = 33 I GS= I Type: Shelby tube Project No.: KHA17-0038 Client: Kimley-Horn and Associates, Inc. Date Sampled: 03/17/2017 Remarks: Project: TRV Part 14 Channel Segment C Relocation Bulge failure Location: BH-05 Depth: (13.0-15.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Figure Houston. Texas UNCONFINED COMPRESSION TEST :Zl 30 .y 20 U 10 0, Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL = I PL = Project No.: KHA17-0038 Date Sampled: 03/17/2017 Remarks: Figure —1 Axial Strain, % 35.238 _ 17.619 2.1 i 0.50 10.8 146.1 131.9 N/A N/A 2.02 4.49 2.22 PI = I GS= I Type: Rock Core Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-05 Depth: (57.0-58.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. (Houston, Texas UNCONFINED COMPRESSION TEST lu I I I I I I II I I I III 7.5 l i � II III Cn .y E II III 2Z I/ , i o/I 2.5 7.5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 6.176 I Undrained shear strength, tsf 3.088 Failure strain, % 5.6 Strain rate, %/min. 1.00 Water content, % 18.3 Wet density, pcf 130.2 Dry density, pcf 110.0 Saturation, %o N/A Void ratio N/A Specimen diameter, in. 2.71 I Specimen height, in. 5.75 Height/diameter ratio 2.12 j Description: LL = I PL = I PI = ( GS= I Type: Shelby tube Project No.: KHA17-0038 Client: Kimley-Horn and Associates, Inc. Date Sampled: 02/09/2017 Remarks: Project: TRV Part 14 Channel Segment C Relocation Shear Plane Failure Location: BH-06 Depth: (2.0-4.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Figure Houston. Texas 2 1.5 r1� UNCONFINED COMPRESSION TEST I� Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. I Water content, % Wet density, pcf Dry density, pcf Saturation, % _ Void ratio_ _ _ Specimen diameter, in _ Specimen height, in.— Height/diameter ratio Description: LL = I PL = Project No.: KRA17-0038 Date Sampled: 02/09/2017 Remarks: Bulge Failure Figure )5 Axial Strain, % 1 1.428 —1 0.714 15.6 1.00 i 22.7 .. —- 130.4- 106.2 I� ; N/A t 2.66 — - — - -- - 5.74 -- - 2.16 PI = I GS= I Type: Shelby Tube Client: Kirnley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-06 Depth: (23.0-25.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas UNCONFINED COMPRESSION TEST 20C 150 /( IV '°° I %/ / III 50 / 0 Axial Strain, % Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation_, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL = I PL = Project No.: KHA17-0038 Date Sampled: 02/09/2017 Remarks: Figure 1 151.054 75.527 1.5 0.50 6.9 152.4 142.6 N/A N/A 2.04 4.24 2.08 3 4 PI = I GS= I Type: Rock Core Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-06 Depth: (57.0-58.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas 1 UNCONFINED COMPRESSION TEST 0.75 Cn w — j 0.5 m - — E O U I 0.25 Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio _ Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL = I PL = Project No.: KHA17-0038 Date Sampled: 02/09/2017 Remarks: Bulge Failure Figure 2.5 5 7.5 Axial Strain, % 10 1 0.860 _0.430�_ 5.2 I 1.00 I 22.5 130.7 106.7 N/A t N/A 2.73 i 5.75 2.11 PI = I GS= I Type: Shelby Tube Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-07 Depth: (13.0-15.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas _ . UNCONFINED COMPRESSION TEST 400 IIII I I IIIII I I 300 III � II 200 E IIIII IIII 100 II II 0�0.5 Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %a/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL = I PL = Project No.: KHA17-0038 Date Sampled: 02/09/2017 Remarks: Figure IIIIIII 1 1.5 Axial Strain, % 1 213.437 106.718 1.5 0.50 6.5 152.0 142.7 N/A --- .--- I N/A r 2.05 4.42 2.16 12 —1 PI = I GS= I Type: Rock Core Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-07 Depth: (62.0-63.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston. Texas UNCONFINED COMPRESSION TEST �Illllil III II I �I XIS I�I 0.7 w I I I I I LI Y (i 2 U) 0.5 N E U /I I 0.25 % I I 0! I I Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % _ Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: i LL = I PL = Project No.: KHA17-0038 Date Sampled: 02/10/2017 Remarks: Bulge Failure Figure PI = I15I 11� I20 Axial Strain, % 1 0.936 0.468 15.5 1.00 22.3 - .... - 130.9 107.1 N/A N/A 2.62 5.74 2.19 GS= I Type: Shelby Tube Client: Kimley-Hom and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-08 Depth: (23.0-25.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas —1 UNCONFINED COMPRESSION TEST 6 1 4.5 II II III N 1 3 N I II II I� E /III I I I I I I I /III IIIII ,5 a 0 I 1 I 1 I 1 I 1 I I I I J 5 10 15 Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation_, °/_o_ Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL= I PL= Project No.: KHA17-0038 Date Sampled: 02/27/2017 Remarks: Bulge Failure Figure Axial Strain, % 1 4.506 M 15.6 1.00 i 18.0 129.8 110.1 N/A N/A 2.77 5.74 2.07 j PI = I GS= I Type: Shelby tube Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-09 Depth: (6.0-8.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston. Texas UNCONFINED COMPRESSION TEST 0.7F I N !I j O.E N I II E I/�I II I_I III II i 0 III � I II III II o.zf I I I l Il II I IIIIII II I I I I I� 0 5 10 15 20 Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % I Wet density, pcf - ----- - - - - -- -- Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL = I PL = Project No.: KHA17-0038 Date Sampled: 02/27/2017 Remarks: Bulge failure I Figure Axial Strain, % 1 0.811 0,406 15.4 1.00 20.3 129.3 107.5 N/A N/A 2.73 5.75 M1 PI = I G8= - I Type: Shelby tube Client: Kimlcy-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-09 Depth: (18.0-20.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas 1.5 ' 0, 3 2.5 B 2 0.5 0 Axial Strain, % Type of Test: Unconsolidated Undrained Sample Type: Shelby Tube Description: Specific Gravity -- Remarks: Bulge Failure Figure Normal Stress, tsf Sample No. 1 Water Content, % 20.0 Dry Density, pcf 111.8 f p Saturation, % N/A c Void Ratio N/A Diameter, in. 2.71 Height, in. 5.75 Water Content, % Dry Density, pcf m Saturation, % Void Ratio Diameter, in. Height, in. Strain rate, %/min. 1.00 Back Pressure, tsf 0.00 Cell Pressure, tsf 0.58 Fail. Stress, tsf 2.27 Ult. Stress, tsf a, Failure, tsf 2.85 63 Failure, tsf 0.58 Client: Kimley-Hom and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-01 Depth: (13.0-15.0) ft. Proj. No.: KRA17-0038 Date Sampled: 03/10/2017 TRIAXIAL SHEAR TEST REPORT Gorrondona & Associates, Inc. Houston, Texas F 1.5 0 3 2.5 0.5 0 Axial Strain, % Type of Test: Unconsolidated Undrained Sample Type: Shelby Tube Description: Specific Gravity -- Remarks: Bulge Failure Figure Normal Stress, tsf Sample No. 1 Water Content, % 18.9 Dry Density, pcf 115.4 a Saturation, % N/A t c Void Ratio N/A Diameter, in. 2.74 Height, in. 5.75 Water Content, % Dry Density, pcf Saturation, % Q Void Ratio Diameter, in. Hpigha. in. Strain rate, %/min. 1.00 Back Pressure, tsf 0.00 Cell Pressure, tsf 0.36 Fail. Stress, tsf 2.24 Utt. Stress, tsf a, Failure, tsf 2.60 03 Failure, tsf 0.36 Client: Kimley-Hom and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: B14-02 Depth: (8.0-10.0) ft. Proj. No.: KI-iA17-0038 Date Sampled: TRIAXIAL SHEAR TEST REPORT Gorrondona & Associates, Inc. HOUston, Texas 0 3 2.5 Vj 2 d 0.5 0 Axial Strain, % Type of Test: Unconsolidated Undrained Sample Type: Shelby tube Description: Specific Gravity -- Remarks: Bulge Failure f Figure Normal Stress, tsf Sample No. 1 Water Content, % 20.3 Dry Density, pcf 111.0 p Saturation, % N/A 'E Void Ratio N/A Diameter, in. 2.71 1 Height, in. 5.74 Water Content, % Dry Density, pcf m Saturation, % Q Void Ratio Diameter, in. Height, in. Strain rate, %/min. 1.00 Back Pressure, tsf 0.00 Cell Pressure, tsf 0.58 Fail. Stress, tsf I.91 Ult. Stress, tsf a, Failure, tsf 2.49 a, Failure, tsf 0.58 Client: Kimley-Hom and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-04 Depth: (13.0-15.0) ft. Proj. No.: KIA17-0038 Date Sampled: 03/08/2017 TRIAXIAL SHEAR TEST REPORT Gorrondona & Associates, Inc. Houston. Texas 1.4. 0, 3 2.5 2 0.5 0,, Axial Strain, % Type of Test: Unconsolidated Undrained Sample Type: Shelby Tube Description: Specific Gravity -- Remarks: Bulge Failure 1! Figure Normal Stress, tsf Sample No. 1 Water Content, % 20.4 Dry Density, pcf 108.2 p Saturation, % N/A c Void Ratio N/A Diameter, in. 2.74 Height, in. 5.74 Water Content, % Dry Density, pcf Saturation, % Q Void Ratio Diameter, in. Height, in. Strain rate, %/min. 1.00 Back Pressure, tsf 0.00 Cell Pressure, tsf 0.72 Fail. Stress, tsf 2.41 Utt. Stress, tsf a, Failure, tsf 3.13 a, Failure, tsf 0.72 Client: Kimley-Horn and Associates, Inc. I Project: TRV Part 14 Channel Segment C Relocation Location: BH-05 Depth: (18-20) ft. Proj. No.: KRA17-0038 Date Sampled: 03/17/2017 TRIAXIAL SHEAR TEST REPORT Gorrondona & Associates, Inc. Houston, Texas r- 3.3 0, b 4� 4 m b 3 8 m 0 2 1 0 Axial Strain, % Type of Test: Unconsolidated Undrained Sample Type: Shelby tube Description: Specific Gravity -- Remarks: Bulge Failure Figure Normal Stress, tsf 1 Sample No. 1 Water Content, % 17.7 Dry Density, pcf 112.5 p Saturation, % N/A 'c Void Ratio N/A Diameter, in. 2.73 Height, in. 5.75 Water Content, % Dry Density, pcf m Saturation, % Q Void Ratio Diameter, in. Height, in. Strain rate, %/min. 1.00 Back Pressure, tsf 0.00 Cell Pressure, tsf 0.36 Fail. Stress, tsf 5.70 Ult. Stress, tsf a, Failure, tsf 6.06 a, Failure, tsf 0.36 Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BR-06 Depth: (6.0-8.0) ft. Proj. No.: KHA17-0038 Date Sampled: 02/09/2017 TRIAXIAL SHEAR TEST REPORT Gorrondona & Associates, Inc. Houston, Texas 1.2 0, 3 2.5 0.5 0 Axial Strain, % Type of Test: Unconsolidated Undrained Sample Type: Shelby Tube Description: Specific Gravity -- Remarks: Bulge Failure Figare Normal Stress, tsf Sample No. 1 Water Content, % 20.5 Dry Density, pcf 108.9 p Saturation, % N/A c Void Ratio N/A Diameter, in. 2.75 Haigrd in. 5.76 Water Content, % Dry Density, pcf o Saturation, % Q Void Ratio Diameter, in. Height, in. Strain rate, %/min. 1.00 Back Pressure, tsf 0.00 Cell Pressure, tsf 0.58 Fail. Stress, tsf 1.62 Ult. Stress, tsf a, Failure, tsf 2.19 a3 Failure, tsf 0.58 Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-06 Depth: (13.0-15.0) ft. Proj. No.: KHA 17-0038 Date Sampled: 02/09/2017 TRIAXIAL SHEAR TEST REPORT Gorrondona & Associates, Inc. Hau ton. Texas 2.4 0 6 5 �j 4 N 3 m m 0 2 1 0 Axial Strain, % Type of Test: Unconsolidated Undrained Sample Type: Shelby Tube Description: Specific Gravity -- Remarks: Figure Normal Stress, tsf Sample No. 1 Water Content, % 18.5 Dry Density, pcf 111.9 p Saturation, % N/A ' Void Ratio N/A Diameter, in. 2.75 1 Height, in. 5.76 Water Content, % Dry Density, pcf Saturation, % Void Ratio Q Diameter, in. Height. in. Strain rate, %/min. 1.00 Back Pressure, tsf 0.00 Cell Pressure, tsf 0.36 Fail. Stress, tsf 4.06 Ult. Stress, tsf a, Failure, tsf 4.42 a, Failure, tsf 0.36 Client: Kimky-Hom and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-07 Depth: (8.0-10.0) ft. Proj. No.: KHA17-0038 Date Sampled: 02/10/2017 TRIAXIAL SHEAR TEST REPORT Gorrondona & Associates, Inc. Houston. Texas 6 w, 4 m b co m m L co 2 0 15 12.5 10 i� m co 7.5 9 m m 0 5 2.5 0 Axial Strain, % Type of Test: Unconsolidated Undrained Sample Type: Shelby Tube Description: Specific Gravity -- Remarks: Bulge Failure Figure Normal Stress, tsf Sample No. 1 Water Content, % 14.4 Dry Density, pcf 119.0 p ; Saturation, % N/A 1 c I Void Ratio N/A Diameter, in. 2.72 Height in. 5.84 Water Content, % Dry Density, pcf Saturation, % Q Void Ratio Diameter, in. Height. in. Strain rate, %/min. 1.00 Back Pressure, tsf 0.0 Cell Pressure, tsf 0.4 Fail. Stress, tsf 11.3 Ult. Stress, tsf a, Failure, tsf 11.7 a, Failure, tsf 0.4 Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-08 Depth: (8.0-10.0) ft. Prof. No.: KRA17-0038 Date Sampled: 02/10/2017 TRIAXIAL SHEAR TEST REPORT Gorrondona & Associates, Inc. Houston, Texas 2.4 0 b 5 4 m b CO) 3 9 m m 0 2 1 0 Axial Strain, % Type of Test: Unconsolidated Undrained Sample Type: Shelby Tube Description: Specific Gravity -- Remarks: Bulge Failure Figure 1 Normal Stress, tsf Sample No. 1 Water Content, % 19.7 I Dry Density, pcf 111.1 _ a I Saturation, % N/A c Void Ratio N/A Diameter, in. 2.74 Height. in. 5.74 Water Content, % Dry Density, pcf m Saturation, % Q Void Ratio Diameter, in. Height, in. Strain rate, %/min. 1.00 Back Pressure, tsf 0.00 Cell Pressure, tsf 0.36 Fail. Stress, tsf 3.86 Ult. Stress, tsf a, Failure, tsf 4.22 a, Failure, tsf 0.36 Client: Kimley-Horn and Associates, Inc. Project: TRV Part 14 Channel Segment C Relocation Location: BH-09 Depth: (8.0-10.0) fL Proj. No.: KHA17-0038 Date Sampled: 02/27/2017 TRIAXIAL SHEAR TEST REPORT Gorrondona & Associates, Inc. Hlouston. Texas ABSORPTION SWELL TEST (ASTM D4546) RESULTS Boring No. BH-01 BH-01 I BH-02 BH-03 BH-04 i Average Sample Depth (ft) 7 19 5 19 14 Sample Height (in) 0.8 0.8 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight (gr) 134.0 137.2 130.9 129.3 132.7 Initial Moisture (%) 17 19 13 18 19 Final Moisture (%) 21 18 20 23 22 Initial Wet Unit Weight (pci) 130 133 127 125 129 Initial Dry Unit Weight (pcfl 111 112 112 106 108 Applied Over Burden (psi) 5.6 12.5 4.3 12.2 10.1 Initial Dial Reading (in) 0.0132 0.0148 0.0147 0.0126 0.0146 Final Dial Reading (in) 0.0232 0.0112 0.0293 0.0126 0.0147 Swell (%) 1.25 0.00 1.83 0.00 0.01 Project No.: KHA17-0038 Project: TRV Part 14 Channel Segment C Relocation Performed by: Gorrondona and Associates, Inc. ABSORPTION SWELL TEST (ASTM D4546) RESULTS Boring No. Average Sample Depth (ft) Sample Height (in) Sample Diameter (in) Initial Sample Volume (cu in) Initial Sample Weight (gr) Initial Moisture (96) Final Moisture (96) Initial Wet Unit Weight (pcf) Initial Dry Unit Weight (pcf) Applied Over Burden (psi) Initial Dial Reading (In) Final Dial Reading (in) Swell (%) BH-04 BH-06 BH-06 131-1-07 BH-09 19 3 7 1 7 0.8 0.8 0.8 0.8 1.8 2.5 2.5 2.5 2.5 3.5 3.93 3.93 3.93 3.93 4.93 131.6 132.1 133.5 121.2 136.6 22 17 17 27 18 24 20 20 28 21 128 128 129 118 132 105 109 110 93 112 12.5 2.5 5.6 1.0 5.6 0.0113 0.0138 0.0153 0.0167 0.0131 0.0113 0.0173 0.0187 0.0224 0.0129 0.00 0.44 0.43 0.71 0.00 Project No.: KHA17-0038 Project: TRV Part 14 Channel Segment C Relocation Performed by: Gorrondona and Associates, Inc. TESTING, RESEARCH, CONSULTING AND FIELD SERVICES AuSTIN, TX - USA ANAmzw4. CA - USA ' ANonwoom, SC USA ` OOIO CCAABT - Aun-mAuA Suz"ou - CNINA Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona & Associates TRI Log #: 27788 Project: 17-0038-TRV Part Channel Seg C. Reloc Test Method: ASTM D4644 Sample ID: B-01 (50-55) As -Prepared IGravimetric Water Content (%) 1 4.2 1 Bath Temperature (°c) Minimum 19.0 f Maximum 20.1 J Average 19.5 Slake Durability (%) 1 71.3 1 Type Description of Fragments Retained in the Drum (ASTM D4644, Section 7.5) 1 Retained pieces remain virtually unchanged. XII Retained materials consist of large and small pieces. III Retained material is exclusively small fragments. Post -Test Shawn Hutcherson, P.E. 4/27/2017 Analysis & Quality Review/Date Testing Performed By: SOC Page f Of f Tl n.,rn r brd .Von �odvl.d YItl.Iody vono. �..a �. w. w �w.aon rrd trI �ra� Ir.r. eo �I �pp1y to �npw aaw rr. IIo� rare. tnw nww .00�r y 1v nv I+�Mw aYIYn b tlr i�l ur �d Wpo� d tl� �..�ir. TRI abl6v� .d miMAn d�� w iR IIn.Y n,PeAlo6a+d FY r�paf, �aaptY.ld. r111oM Pbr g101or1 d �NL TRI ENvIRIONMENTAL, INC. 9063 Sic CAVCS No. - AusTIN. TX 78733 - USA I PMI 9OO.BSO.TCST an & 1 2.263.2101 TESTING, RESEARCH/ CONSULTING AND FIELD SERVICES AUAMN, TX - USA I ANAHEIM, CA - USA I ANOERSON, SC - USA I GOLD COAST - AUSTRAW► I SUZHOU - CHINA Abrasiveness of Rock Using the CERCHAR Method Client: Gonondona & Associates Project: 17-0038-TRV Part 14 Channel Seg C. Reloc Sample ID: B-01 (50-55) Specimen Conditions Moisture Content (%) 8.8 Moisture Condition As -received Surface Conditions Saw -Cut TRI Log #: 27788 Test Method: ASTM D7625 Testing Apparatus CERCHAR Device Manufacter & Model JGCTS RAA-100 Stylus / Test Configuration Shape 155 Conical Rockwell Hardness Perpendicular to core axis Measurements 1-3 Parallel Test Number 1 2 3 Reading 1 (mm) 0.020 0.011 0.007 Reading 2 (mm) 0.016 0.004 0.004 Photograph After Test 4 & 5 Perpendicular 4 5 0.019 0.006 0.030 0.011 Results (Average CAI 0.13 (`Corrected CAI 0.61 Classification Low abrasiveness Shawn Hutcherson, P.E. 4/27/2017 Quality Review / Date Tested by: SOC page r or r The orurq hraY, r 6ra0 ,Van aaoopYd Iod,rrT Paallaa r wr r rr �w: mMod frbd Tact A!w I,raY, do rot to arpiw atllar dlr drr �aYd. TRI nNUr roaph br nor nrWa 'Jin r to Wa MY Ir and gapwa d tls mYrid. TRI o�wvr ae0 arin�r cliwlt . TPo lialf�,� of Na tipo:t, aoap b Ai +R:a� Prlar a a17'pl• TRI ENVIRONMENTAL, INC. 9063 899 CAVcs MD. — AurT,N, TX 76733 - USA I PH: BOO.BBO.TCBT OR 61 2.263.2101 TESTING, RESEARCH, CONSULTING AND FIELO SERVICES AUfT/N, TX - USA ANAMCW,% CA - USA I ANOGMSON, OC USA OOIO COAfT " AuOTRAuA OuZNOu - CHINA MMr r r Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona & Associates TRI Log #: 27788 Project: 17-0038-TRV Part Channel Seg C. Reloc Test Method: ASTM D4644 Sample ID: B-01 (60-65) As -Prepared 'Gravimetric Water Content N 0.9 Bath Temperature (ac) Minimum 18.9 Maximum 20.1 Average 19.5 Slake Durability N 96.7 Type Description of Fragments Retained in the Drum (ASTM D4644, Section 7.5) I Retained pieces remain virtually unchanged. I I Retained materials consist of large and small pieces. III Retained material is exclusively small fragments. Post -Test Shawn Hutcherson, P.E. 4/27/2017 Analysis 8 Quality Review/Date Testing Performed By: SOC Page 1 of 1 Tlu IRwYr la Wb,pon 4 Y Pao r r• r YN nMlgd Wd Tiol wri NM.M do nN 6. =ally IM Mr Uaa/tl. THY mow Pw"ft la. nv nrTo,� dYm to M. fYy lw �d RwP� of Ow 1nir17R ab�r.w �d e�M�� dot �} TR - lelsoawtwn d lli wF , M*"* In 14 "Wow Plan ypowl d iR. TRI ENVIRONMENTAL, INC. 9063 Bsc CAvuu RD. — AuYTIN. TX 70733 — USA I PNl BOO.®BO.TEOT OR 613.363.2101 TESTING, RESEARCH, CONSULTING AND FIELD SERVICES AUSTIN, TX' USA ANAHEIM, CA USA ANDCRlON, Sr. USA GOLD CDABT AUSTRALIA SUZHOU CHINA Abrasiveness of Rock Using the CERCHAR Method Client: Gorrondona 81 Associates Project: 17-0038-TRV Part 14 Channel Seg C. Reloc Sample ID: B-01 (60-65) Specimen Conditions Moisture Content (%) 4.3 Moisture Condition As -received Surface Conditions Saw -Cut TRI Log #: 27788 Test Method: ASTM D7625 Testing Apparatus CERCHAR Device �Manufacter 81 Model JGCTS RAA-100 I Stylus / Test Configuration (Shape Conical Rockwell Hardness 155 (Perpendicular to core axis Measurements 1-3 Parallel Test Number 1 2 3 Reading 1 (mm) 0.020 0.037 0.016 Reading 2 (mm) 0.019 0.030 0.021 Photograph After Test Page f Of 1 4 81 5 Perpendicular 4 5 0.014 0.006 0.023 0.006 Results Average CAI 0.19 Corrected CAI 0.67 Classification Low abrasiveness Shawn Hutcherson, P.E. 4/28/2017 Quality Review / Date Tested by: SOC nw Ilwrl r e..d wal eaoaprd MWrY peafao r wO r fN WO nNdad Yotod. %W N Ift Npod hwrl do not a owl I' atlr Ow f em WILd. Tq.wRrr rorpLr w�wr6 y b nor nr1aL eYN r b tIN IYrI ur and paper d tlN alrewYL ni abrrw and nrYMi�N dwd oonAd/nWRy. 7Fq o "= of fit Npod, wlpl In 4� rMNad pda►�ty� d 7RI. TRI ENVIRONMENTAL. INC. 9063 See CAVZS RD. — AUSTIN. TX 78733 — USA I PH; BOO.BBO.TCBT on 5 1 3.363.3101 TESTING, RESEARCH, CONSULTING AND FIELD SERVICES ! uETIN, TX - USA 1 ANAMEIMr CA - USA I ANOERYON, SC - USA 001-0 COAST - AuSTRALl- Sul. C.— Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona & Associates TRI Log #: 27562 Project: KHA 17-0038-TRV Part 14 Channel Seq. C Relocation Test Method: ASTM D4644 Sample ID: B-02 (55-56 ft) As -Prepared IGravimetric Water Content (%) 1 3.1 Bath Temperature (pc) Minimum 19.5 Maximum 20.7 JAverage 20.0 Slake Durability (%) 1 92.5 1 Type Description of Fragments Retained in the Drum (ASTM D4644, Section 7.5) 1 Retained pieces remain virtually unchanged. II Retained materials consist of large and small pieces. III Retained material is exclusively small fragments. Post -Test Shawn Hutcherson, P.E. 4/26/2017 Analysis & Quality Review/Date Testing Performed By: SOC Page 1 o/ 1 The I harsh u b—d op— aceWp 1.I-" praclbe weX ea t/te lest me1Md hetetl. test iesuns iepurted Herein oo not apWY to semplee otl+r than these tealetl. TRI rurther accepts resp� sib�l,ry for nw nrkp elan r fo th f1W uN n d pupoae of the rMer�sl- TPo oCssms rW mrXew eGent canl,Wntie4ly. TRI INrti6 raproductbn oft ie report. e.cept m fuY, wMMut prfn appNVW d TRI. TRI ENVIRONMENTAL, INC. 9063 BEE CAVES RD. - AUSTIN. TX 7131133 - USA I Pm% 900.613C.TEST aR 51 2.21 3.2 1 U I TESTING/ RESEARCH/ CONSULTING AND FIELD SERVICES AuaT/N, TX • USA A.^mctM, CA USA I ANDeftea N, SC USA oD1-D COAST AUSYNAUA BUZHOU CHINA Abrasiveness of Rock Using the CERCHAR Method Client: Gorrondona & Associates TRI Log #: 27562 Project: KHA 17-0038-TRV Part 14 Channel Seq. C Reloca Test Method: ASTM D7625 Sample ID: B-02 (56-57 ft) Specimen Conditions Testing Apparatus Moisture Content (%) 5.6 CERCHAR Device Moisture Condition As -received Manufacter & Model JGCTS RAA-100 Surface Conditions Saw -Cut Stylus / Test Configuration Shape 155 Conical Rockwell Hardness Perpendicular to core axis Measurements 1-3 Parallel 4 & 5 Perpendicular Test Number 1 2 3 4 5 Reading 1 (mm) 0.011 0.018 0.016 0.017 0.008 Reading 2 (mm) 0.011 0.007 0.016 0.013 0.016 Photograph After Test Results Average CAI 0.13 Corrected CAI 0.61 Classification Low abrasiveness Shawn Hutcherson, P.E. 4/25/2017 Quality Review / Date Tested by: SOC Pepe I Of 1 T1r hpyp Irr+ r �b War MIr17' P„atlo� r rM r w lr1 e11�111ud lrbQ Twt I�Ab Iq)arW 11�Y� tlo rot .ppy b wtnlr dMr Vrn l/rr wNO. TR IrIrW �oo.q..r�or,y lar no nrllr awn r to 1M Wdd Ir end OrDr� d tM nW1�L Tii a�vr ra Inrt1611n afrt mMWI�,�tl�/!y. Tii YnM� npeoAloYon d MIM nlwr4 mIN r !IA WIMat OIW iPow d'Ifa_ TRI ENVIRONMENTAL, INC. 9EI63 Bee CAV[/ RD. - AUETIN, TX 78733 - USA I PH: BOO.BBO.TCGT aw S12.263.2101 TESTING, RESEARCH, CONSULTING AND FIELD SERVICCS AUSTIN, TX - USA ANANEIM, CA USA ANOOSoN, SC USA MOLD COAST A,U.-TRAUA Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona & Associates Project: KHA 17-0038-TRV Part 14 Channel Seq. C Relocation Sample ID: B-02 (62-64 ft) As -Prepared IGravimetric Water Content (%) Bath Temperature (°c) Minimum Maximum J Average 1.8 1 19.5 20.3 19.9 TRI Log #: 27562 Test Method: ASTM D4644 Slake Durability (%) 1 95.8 1 Type Description of Fragments Retained in the Drum (ASTM D4644, Section 7.5) 1 Retained pieces remain virtually unchanged. II Retained materials consist of large and small pieces. III Retained material is exclusively small fragments. Post-Test Shawn Hutcherson, P.E. 4/26/2017 Analysis 81 Quality Review/Date Testing Performed By: SOC Page I o/ I w�pq y 11r ONIYiY MrtY. Y MMtl IPd� ��IPbd M!!Ay Pilb rY M W �0-d YbQ Tw1 nwllY�lr� OD 11a1��pWy b �R�OY� arm Ilrl �wr bWLL TR n�M�r �OsPb 11i. bI N!r nl,lln NI b AY 6,0 — SW pupor 0111Y n„ �nki 1R a0rrw rW �uli101Yr OMII 7R gl,lh Od1I0YN1 d /IY I�W� OOI�f Y1 M/, 11A10111 PfIQ �101r d TRI ENVIRONMENTAL, INC. 9063 Big CAV94 RD. - AU/T,N, TX 78733 -- USA ( PNt BOO.BSO.TEST on 51 3.363.3101 TESTING, RESEARCH, CONSULTING AND FIELD SERVICES ICES TIC+ UYA ANAMEIM, CA USA ANOERWON, fC UYA OO�o Co"Y AUWTf A SUSMOU CMINA zli4 Abrasiveness of Rock Using the CERCHAR Method Client: Gorrondona 81 Associates TRI Log #: 27562 Project: KHA 17-0038-TRV Part 14 Channel Seq. C Reloca Test Method: ASTM D7625 Sample ID: B-02 (63-64 ft) Specimen Conditions Testing Apparatus Moisture Content (%) 5.0 CERCHAR Device Moisture Condition As -received Manufacter 81 Model JGCTS RAA-100 Surface Conditions Saw -Cut Sty/us / Test Configuration Shape Conical Rockwell Hardness 155 Perpendicular to core axis Measurements 1-3 Parallel 4 81 5 Perpendicular Test Number 1 2 3 4 5 Reading 1 (mm) 0.005 0.020 0.014 0.012 0.010 Reading 2 (mm) 0.009 0.013 0.021 0.025 0.014 Photograph After Test Results Average CAI 0.14 Corrected CAI 0.62 Classification Low abrasiveness Shawn Hutcherson, P.E. 4/25/2017 Quality Review / Date Tested by: SOC Page I of 1 Tlu 4Yq MrMn M O�r� upsl .00.l� �Y P•dIr r wM r M. ur m .W WWM i I M ON Wpo.ld M1Mn do rol b rr�lr aNw 11� far Irra 7RI n�Mr �wrot� lu. nv aW/ awn � eo w.11nr w ra wwr d W. nlrrrL rnl ae...� ra �nrn.r,. ea mnnuwwly. Ia TRI ENVIRONMENTAL, INC. 9063 BEE CAVES RO. — AURIN, TX 7S733 — USA I PM1 000.680.T[aT ON 512.263.2101 TESTING, RESEARCH, CONSULTING AND FIELD SERVICES AuuT/M, 'rx - us^ A *.P4c*4, CA - uRA ! /WOtw60N, GC - u0A ` OO,-o COAT - Au=T=Au k I Rummou - CNIMA Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona & Associates TRi Log #: 27788 Project: 17-0038-TRV Part Channel Seg C. Reloc Test Method: ASTM D4644 Sample ID: B-05 (55-60) As -Prepared lGravimetric Water Content (%) 1 15.6 1 Bath Temperature (°c) Minimum 19.0 Maximum 20.0 Average 19.4 'Slake Durability (%) 1 70.1 1 Type Description of Fragments Retained in the Drum (ASTM D4644, Section 7.5) 1 Retained pieces remain virtually unchanged. XII Retained materials consist of large and small pieces. III Retained material is exclusively small fragments. ,i r 416 MINE MWi Post -Test Shawn Hutcherson, P.E. 4/28/2017 Analysis & Quality Review/Date Testing Performed By: SOC Pegs 1 o/ 1 nrs n..In y e.re upon .o,�.p.e rsray o..ab....a Or r1 nllulne w�LL T.w wra/ Irdn eo b �,Iy .o rmplw d1nlr nr„ wo» wn.e. i11I ,rlw mpr� rIy 4 nrnie� al.rn .� b IM IY,.I ,.. sd P�oow d III w�rril. Tp a4�w �+d � dw�t � �. 17M ttiMr r�produoNon d wr wpaiR ao�v� M� Id. wM�od pia �Powl d TRI ENVIRONMENTAL. INC. 9063 Bee CAveo Ro. - AUGTIM. T% 78733 - Us^ I PHI ®OO.BBO.TEST OR 61 i.263.3101 TESTING, RESEARCH, CONSULTING AND FIELD SERVICES AUST IN, TX - USA ANAHEi M, CA - USA ANDERSON. SC - USA GOLD COAST - AUSTRALIA SUZHOU - CHINA Abrasiveness of Rock Using the CERCHAR Method Client: Gorrondona & Associates Project: 17-0038-TRV Part 14 Channel Seg C. Reloc Sample ID: B-05 (55-60) Specimen Conditions Moisture Content (%) 11.3 Moisture Condition As -received (Surface Conditions Saw -Cut TRI Log #: 27788 Test Method: ASTM D7625 Testing Apparatus CERCHAR Device Manufacter & Model JGCTS RAA-100 Stylus / Test Configuration Shape Conical Rockwell Hardness 155 Perpendicular to core axis Measurements 1-3 Parallel Test Number 1 2 3 Reading 1 (mm) 0.035 0.023 0.028 Reading 2 (mm) 0.032 0.022 0.031 Photograph After Test Page f Of f 4 & 5 Perpendicular 4 5 0.037 0.018 0.037 0.019 Results Average CAI 0.28 Corrected CAI 0.76 Classification Low abrasiveness Shawn Hutcherson, P.E. 4/28/2017 Quality Review / Date Tested by: SOC Ztestkp heron -s based upon accepted irWustry practice ae we11 as the test mett— (.toed. test Ie Uffe rep0r ed herein do not apply to samples off— tt— fhoee tented. TRI neithw apoaga wbdiry IOt rmr makes clam as to the final use and purpose of the matenal. TRI observes and maintain client confidentiality TRI 1-du reproduction of this report, except In full, without prior aAllae� el TRI. TRI ENVIRONMENTAL, INC. 9063 BEE CAVES RD. - AUSTIN. TX 78733 - USA I PH: 800.080.TEST OR 5 1 2.263.2 10 1 TESTING, RESEARCH, CONSULTING AND FIELD SERVICES Au/TIN, TX - USA i ANAHKW.% CA - USA I AN041311110N. SC - USA I OOLo COAtr - AY/7RALIA SuZNOu - CN/NA Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona & Associates TRI Log #: 27788 Project: 17-0038-TRV Part Channel Seg C. Reloc Test Method: ASTM D4644 Sample ID: B-05 (60-65) IGravimetric Water Content (%) 2.5 As -Prepared Bath Temperature (ac) Minimum 18.8 Maximum 20.3 Average 19.5 Slake Durability (%) 1 89.2 1 Type Description of Fragments Retained in the Drum (ASTM D4644, Section 7.5) 1 Retained pieces remain virtually unchanged. II Retained materials consist of large and small pieces. III Retained material is exclusively small fragments. Post -Test 111111pp" Shawn Hutcherson, P.E. 4/28/2017 Analysis & Quality Review/Date Testing Performed By: SOC Page 1 of > n. I�1Yp I,r.1n w errs wm.00.pw nawar a•auo• wa aIn Irt n„amd rl.a TrI A•ry nr.In da nar a oar aun wor 101~d iR —aw aaequ tar nor mew cWm R b M IYd u� and pu,pr d Ilr �It TIM aYa�wa aed ��YR dwa � . 7M iMA RpaduaNan d 6J� ryotC ��PI W 1�. �MwM �Ifnl �A� d TRI ENVIRONMENTAL, INC. 9063 Etc CAVZz Ro. — AuST,N. TX 76733 — USA I PNI 600.BS0.TE ST OR S 1 3.a 63.2101 MAGTESTING, RESEARCH/ CONSULTING AND FIELD SERVICES kAusTIN, TX - USA AmAHOM, CA - USA I ANDS II10m, SC USA 13OLD COA✓•T Aumrrw^uA SUZHOU - CHINA Abrasiveness of Rock Using the CERCHAR Method Client: Gorrondona & Associates Project: 17-0038-TRV Part 14 Channel Seg C. Reloc Sample ID: B-05 (60-65) Specimen Conditions (Moisture Content (%) 6.6 fMoisture Condition As -received Surface Conditions Saw -Cut Test Number (Reading 1 (mm) Reading 2 (mm) TRI Log #: 27788 Test Method: ASTM D7625 Testing Apparatus CERCHAR Device Manufacter & Model JGCTS RAA-100 Stylus/ Test Configuration Shape Conical Rockwell Hardness 155 Perpendicular to core axis Measurements 1-3 Parallel 1 2 3 0.041 0.024 0.033 0.036 0.022 0.026 Photograph After Test 4 & 5 Perpendicular 4 5 0.022 0.028 0.033 0.026 Results Average CAI 0.29 Corrected CAI 0.77 Classification Low abrasiveness Shawn Hutcherson, P.E. 4/28/2017 Quality Review / Date Tested by: SOC Peg* r or r n. Il..rl r bo-W WW �oo�ploo +r P.wo. �..� slow nlru+od ra.� Fn1 I..IIs II�aYI do nol a orir tlrl slow r.ra. Tq Iwls� �wpb011 le, na mi�w d"al w to to Ihr1 um rm pwpwa d tM �wwlrl. ni aewrvM �1 aair�Yl� aYd � iq Mr � d r�r �polR rraP� N A/. „IlholA PAa *P+oMI d tR1. TRI ENVIRCINMENTAL, INC. 9063 SEE GAV99 RD. - AU6TIN, TX 78733 - USA I PHZ BCC.B®O.TEST OK S I Z.263.21 C 1 /\ TESTING, RESEARCH, CONSULTING AND FIELD SERVICES S . TX USA ANAHEIM, GA USA ANDERSON. SC - USA UOLD COAST - AUSTRALIA SUZ"OU - CHINA Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona & Associates TRI Log #: 27562 Project: KHA 17-0038-TRV Part 14 Channel Seq. C Relocation Test Method: ASTM D4644 Sample ID: B-06 (55-60 ft) As -Prepared �Gravimetric Water Content (%) 3.0 Bath Temperature (°c) (Minimum 19.5 Maximum 20.3 JAverage 19.8 Slake Durability (%) 93.3 Type Description of Fragments Retained in the Drum (ASTM D4644, Section 7.5) 1 Retained pieces remain virtually unchanged. IX II Retained materials consist of large and small pieces. IIII Retained material is exclusively small fragments. Post -Test No Post -Test Image Available Shawn Hutcherson, P.E. 4/26/2017 Analysis & Quality Review/Date Testing Performed By: SOC Page 1 of J The tenting neran m lased upon «ceptM industry pr«hce ae well as Me teat metlloA hetM. lest �ewlte repnrtM nerem do not ePP�y to urro�ee o0ie, than lhox teeth TRl n td « , to mepw� bi [,ty Ip oar nukes clam r to the noel use and ptupoae of the metenal !RI ohse,vee eM mamtane Arent conndennanty THI nm�te req Mucnon of this report, except in rWl, wrtMut prior approval of T TRI ENVIRONMENTAL, INC. 9063 UEE CAVES RO. - AUSTi N, TX 7B733 - USA I PM: BOO.BBO.TEST OR 512.263.2101 TESTING RESEARCH, CONSULTING AND FIELD SERVICES AusriN, TX - USA ANAHEI�.M, CA � USA ANDERS— SC USA Gn1D COAST AUSTIa IA .0 Abrasiveness of Rock Using the CERCHAR Method SUZHOU - CHINA Client: Gorrondona & Associates TRI Log #: 27562 Project: KHA 17-0038-TRV Part 14 Channel Seq. C Reloca Test Method: ASTM D7625 Sample ID: B-06 (55-60 ft) Specimen Conditions Testing Apparatus Moisture Content (%) 7.2 CERCHAR Device Moisture Condition As -received Manufacter & Model JGCTS RAA-100 Surface Conditions Saw -Cut Sty/us / Test Configuration Shape Conical Rockwell Hardness 155 Perpendicular to core axis Measurements 1-3 Parallel 4 & 5 Perpendicular Test Number 1 2 3 4 5 Reading 1 (mm) 0.013 0.012 0.014 0.015 0.017 (Reading 2 (mm) 0.011 0.011 0.017 0.023 0.013 Photograph After Test Results Average CAI 0.15 Corrected CAI 0.62 Classification Low abrasiveness Shawn Hutcherson, P.E. 4/25/2017 Quality Review / Date Tested by: SOC Page f no, f The lading hmmn i. ba.ed upon accepted .afu.try p,achce as we. as the lest metlrod haled. Test result. reported heron do ool apply to.amples other than those to ad TRf neither accepts reppo—WIty for nor make. claim m to the linal use and pwpox of the mafenal. TRI observes aId mamtams chant confdenhalrty, TRI limits reprodmillnn of Mrs report. except In IW1. wlfhoul p— approval of TRI. TRI ENVIRONMENTAL, INC. 9063 BEE CAVES Ro. - AUSTIN, TX 78733 - USA I Fm. 900.980.TEST OR S 1 2.263.21 01 TESTING, RESEARCH, CONSULTING AND FIELD SERVICES AUIMN, TX - USA I ANANCIM, CA - USA I ANOCN60N, EC - USA I GOLD COAST - AUSTRAUA 'SUZHOU - ONINA Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona & Associates TRI Log #: 27562 Project: KHA 17-0038-TRV Part 14 Channel Seq. C Relocation Test Method: ASTM D4644 Sample ID: B-06 (60-65 ft) As -Prepared IGravimetric Water Content N 1 2.4 1 Bath Temperature (ac) Minimum 19.5 Maximum 20.0 Average 19.8 Slake Durability N ( 91.9 Type Description of Fragments Retained in the Drum (ASTM D4644, Section 7.5) 1 Retained pieces remain virtually unchanged. II Retained materials consist of large and small pieces. III Retained material is exclusively small fragments. 1 VOL Post -Test Shawn Hutcherson, P.E. 4/26/2017 Analysis & Quality Review/Date Testing Performed By: SOC Page 1 of 1 hr Ilrofn 1� E.oaa upon rrpYtl YWrY P r r M YY n1Aq� M6 LI �w/r npaY nAl do ml �pp1y b r�M� a6r tlull neol r.ra no rSr rsrY IOI nor nrkr aYMn r b M rrl _.W p'po M Or nrlrl�L iR aErrlr wtl nrY�YYR aM� mM�111MMY. 7R ili npetluMw o1 FIt m mL reil k M4 al TW. TRI ENVIRONMENTAL, INC. 9063 Bsc CAVt6 RO. — AU6TIN. TX '78733 — UBA I PN2 BOO.BBO.TCBT OII ri 1 1.363.7 101 11_� TESTING, RESEARCH, CONSULTING AND FIELD SERVICES AUSTt TX - USA An1A1-ICl-, CA USA A11115o r, SC USA 130LI COAST - AUSTRALIA SUZ U - C-1-1 Z*kt� Abrasiveness of Rock Using the CERCHAR Method Client: Gorrondona & Associates TRI Log #: 27562 Project: KHA 17-0038-TRV Part 14 Channel Seq. C Reloca Test Method: ASTM D7625 Sample ID: B-06 (60-65 ft) Specimen Conditions Testing Apparatus Moisture Content (%) 6.6 CERCHAR Device Moisture Condition As -received Manufacter & Model JGCTS RAA-100 Surface Conditions Saw -Cut Sty/us / Test Configuration Shape 155 Conical Rockwell Hardness Perpendicular to core axis Measurements 1-3 Parallel 4 & 5 Perpendicular Test Number 1 2 3 4 5 Reading 1 (mm) 0.011 0.013 0.024 0.009 0.018 Reading 2 (mm) 0.016 0.013 0.016 0.011 0.013 Photograph After Test Results Average CAI 0.14 Corrected CAI 0.62 Classification Low abrasiveness Shawn Hutcherson, P.E. 4/2512017 Quality Review / Date Tested by: SOC PWOro✓r Th1 lestmy hero- based upon accepted sduatry p-1— as wadi as the teat method hste , Teat resulla reported harem tlo not apply fo samples other than those tested. TRI nellher accepts respona1b114 is nor makes claim as to the final use ard purpose o1 the metenal. TRI observes and mamtrna chmt confltlentiallty TRI Iknils regatluctron o1 Mls report, ezcepl m full, wlihoul prlq approval of TRI TRI ENVIRONMENTAL, INC. 9063 BEE CAVES R.. - A..-.. TX 78733 - USA I PM: 800.880.TEST OR S 1 2.263.2101 /` TESTING, RESEARCH, CONSULTING AND FIELD SERVICES AUMTIN, TX - USA ANANEIM, CA - USA ANOERSON, SC - USA GOLD COAST - AU STR ALIA SUZMaU - CMINA Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona & Associates TRI Log #: 27562 Project: KHA 17-0038-TRV Part 14 Channel Seq. C Relocation Test Method: ASTM D4644 Sample ID: B-07 (55-60 ft) As -Prepared �Gravimetric Water Content (%) 4.5 Bath Temperature (°c) Minimum 19.0 Maximum 21.0 Average 19.8 Slake Durability (%) 94.6 Type Description of Fragments Retained in the Drum (ASTM D4644, Section 7.5) 1 Retained pieces remain virtually unchanged. II Retained materials consist of large and small pieces. III Retained material is exclusively small fragments. Post -Test Shawn Hutcherson, P.E. 4/28/2017 Analysis & Quality Review/Date Testing Performed By: SOC Page 1 o/ 1 I hre leahn8 nermn ra based cpwr ecaptxl rnd�s[ry practbe ed waU as Uce test �r,elnoJ i,eleal. iesr rssuae reported harem do rqt apply b sertpMe When then Ihose lasted. TRI r,erther accepts ra�por+arWkty tai nor makes clam ae 1'.n the find use and prep..- W the materiel. TRI abcerves and marntama an cht conhdenbdrty. TRI Ilmda rtloneprodueof dr16 report, except m tLA, wUfwun pnm approval W TRI TRI ENVIRONMENTAL., INC. `aU6J OCE I:AVcs RD. - Aus-N, TX 713733 - USA I PM! 900.88O.TEST OR S 12.Z6J.21 U 1 TESTING, RESEARCH, CONSULTING AND FIELD SERVICES AYSTIN, TX USA ANA KC , CA USA AMO(ROOK SC USA GOLD COAST .. AUSTRAUA ■UZMOU CMw4 Abrasiveness of Rock Using the CERCHAR Method Client: Gorrondona & Associates TRI Log #: 27562 Project: KHA 17-0038-TRV Part 14 Channel Seq. C Reloca Test Method: ASTM D7625 Sample ID: B-07 (55-60 ft) Specimen Conditions Testing Apparatus Moisture Content (%) 4.5 CERCHAR Device Moisture Condition As -received Manufacter & Model JGCTS RAA-100 Surface Conditions Saw -Cut Sty/us / Test Configuration Shape 155 Conical Rockwell Hardness Perpendicular to core axis Measurements 1-3 Parallel 4 & 5 Perpendicular Test Number 1 2 3 4 5 Reading 1 (mm) 0.014 0.097 0.043 0.023 0.046 Reading 2 (mm) 0.012 0.126 0.049 0.029 0.032 Photograph After Test Results Average CAI 0.47 Corrected CAI 0.95 Classification Low abrasiveness Shawn Hutcherson, P.E. 4/25/2017 Quality Review / Date Tested by: SOC Pere r Of I nr OwW.p hr.Yi � arW wa�.orvra �■�In s*.ue. r �w r m. rr a�w�oa rwa. T.w �.wr e..ti m �w �ppy m ..,a.. an. n,.� eK.. r.ra. �w �.w,...�.nw �p�/1y br ror nrir aYlm r to tlr A�rl r• Rid WYor al tlr �wYL TPI aOwra rtl �Mkr rBrl � . TIO IY�i wpaduolWn d tlU� opal, vo�pl Yi 4L wlNat Prlar �po�Rl d TR. TRI ENVIRONMENTAL, INC. 9063 Sea CAVLS RD. - AUST N, TX 78733 - USA I PM. SOO.SSO.TCST on S 1 1.163.11 Of TESTING, RESEARCH, CONSULTING AND FIELD SERVICES AU ETIN, TX - USA I ANAHCIM, CA - USA I ANOCASON, SC - USA OOLO COAST - AUSTRALIA SUZHOU - CHINA Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona & Associates TRI Log #: 27562 Project: KHA 17-0038-TRV Part 14 Channel Seq. C Relocation Test Method: ASTM D4644 Sample ID: B-07 (60-65 ft) Gravimetric Water Content (%) 1 6.1 1 Bath Temperature (pc) (Minimum 19.0 Maximum 21.0 JAverage 20.0 Slake Durability (%) 92.6 Type Description of Fragments Retained in the Drum (ASTM D4644, Section 7.5) 1 Retained pieces remain virtually unchanged. II Retained materials consist of large and small pieces. III Retained material is exclusively small fragments. As -Prepared Post -Test Shawn Hutcherson, P.E. 4/26/2017 Analysis & Quality Review/Date Testing Performed By: SOC Page 1 o1 1 1M1e tesnny n• •min .: ti:,av,t upon ancePted n�n,.,nv I��,I,:nce m well Y the leas ,,ttlod Ilete Te.t r 111 repo .d 1—r do not apWY to Nunplee other then tlwee tested. TRI rledtler accept. reepon.Ibllily fp np rnakea clean as In Ina I�nal Ise and purpnne nl I matenel. TRI observe. end —tern. teem -Id iality. TRI Kl tp repoductlon of fhls report. except m lull, wdhout pna approval of TRI TRI ENVIRONMENTAL, INC. vUO J GEE U11V RD. - AUSTIN. TX 78733 - USA I PH: 800.880.TEST OR S 1 2.263.2 1 0 1 TESTING/ RESEARCH, CONSULTING AND FIELD SERVICES AUKI N, TX - USA ANA W-, CA USA ANCZADCM, HC UNA GOLD COA✓•Y - AURTRAUA ' ■U2NOU CH -NA Abrasiveness of Rock Using the CERCHAR Method Client: Gorrondona 81 Associates TRI Log #: 27562 Project: KHA 17-0038-TRV Part 14 Channel Seq. C Reloca Test Method: ASTM D7625 Sample ID: B-07 (60-65 ft) Specimen Conditions Testing Apparatus Moisture Content (%) 6.1 CERCHAR Device Moisture Condition As -received Manufacter & Model JGCTS RAA-100 Surface Conditions Saw -Cut Sty/us / Test Configuration Shape Conical Rockwell Hardness 155 Perpendicular to core axis Measurements 1-3 Parallel 4 & 5 Perpendicular Test Number 1 2 3 4 5 Reading 1 (mm) 0.017 0.033 0.014 0.010 0.016 Reading 2 (mm) 0.031 0.018 0.020 0.027 0.020 Photograph After Test Results Average CAI 0.21 Corrected CAI 0.68 Classification Low abrasiveness Shawn Hutcherson, P.E. 4/26/2017 Quality Review / Date Tested by: SOC -Page 1 of I �pp1� �ppRy l0/ ror nir dYmN M M �RW�IYrISO-PWm- — TPo aEwvw �tl nYiYYM oorMltl 1y. Titl b1,Y wpradt�p� 1, �:yPl In MMdR Plv �piw�l d TRI. TRI ENVIRONMENTAL, INC. 9063 Bee CAv96 RD. - Au8TN. TX 7®733 - U6A I PH. 800.860.TEiT OR 611.163.1101 Appendix D - Aerial Photographs AERIAL PHOTOGRAPH - 2017 Project No.KHA17-0038 TRV Part 14 Channel Segment C Relocation N 1��w Project No.KHA17-0038 AERIAL PHOTOGRAPH - 2015 TRV Part 14 Channel Segment C Relocation A £fierrar-'e 4A enue +w - i -� Kl 1A17=DD38 1 e .,. r � z f r A4 roject No.KHA17-0038 TRV Part 14 Channel Segment C Relocation AERIAL PHOTOGRAPH — 2007 lot Ja *14� + w� �, ' Y +•ter yF f Elk 4r � Project No.KHA17-0038 TRV Part 14 Channel Segment C Relocation W AERIAL PHOTOGRAPH — 2002 igg 177 - pe-J Project No.KHA17-0038 TRV Part 14 Channel Segment C Relocation T d I i 41 I *� Rh of IL dw -.N, o0laq� to �t t. Appendix E - USGS Topographic Map TOPOGRAPHY MAP Sub alk ,,t Project No. KHA17-0038 TRV Part 14 Channel Segment C Relocation .1 West at B11-f Project No. KHA17-0038 SITE PHOTOGRAPHS TRV Part 14 Channel Segment C Relocation Facing West at BH-3 -acing West at BH-4 Project No. KHA17-0038 SITE PHOTOGRAPHS TRV Part 14 Channel Segment C Relocation a -T- • 4ft4 . Facing West at 131-1-7 Project No. KHA17-0038 SITE PHOTOGRAPHS Facing East at BH-8 TRV Part 14 Channel Segment C Relocation Facing East at 131-1-9 t'A Appendix G - Geologic Information GEOLOGIC ATLAS 4blow; �► * .A" owe u, �e Ot m � Vain 0 Project No.KHA17-0038 TRV Part 14 Channel Segment C Relocation A Mineral Resources On -Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas alluvium alluvium State Texas Name alluvium Geologic age Phanerozoic I Cenozoic j Quaternary I Holocene Original map label Qa I Comments alluvium and low terrace deposits along streams, sand, silt, clay, and gravel. Thickness variable. The unit appears on Geologic Map of Texas on the lagoon side of barrier islands where they represent lagoon and wind - tidal -flat sand and clay. These deposits of clay and silty, clayey fine to v. fine quartz sand and shell sand accumulate on alternately dry and flooded barren flats 0.3 m below to 1 m above mean sea level. Mapped areas include active eolian sand dunes on the landward side of barrier islands. Primary rock type sa n d Secondary rock type silt Other rock types clay or mud; gravel Lithologic constituents Major Unconsolidated > Coarse -detrital (Alluvial) Unconsolidated > Fine -detrital (Alluvial) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1974, Austin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1: 250,000. Bureau of Economic Geology, 1974, San Antonio Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1976, Crystal City -Eagle Pass Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1967, Palestine Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1968, Beaumont Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1975, Corpus Christi Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1975, Beeville -Bay -City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1982, Houston Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Geographic coverage Anderson - Andrews - Angelina - Aransas - Archer - Armstrong - Atascosa - Austin - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosque - Bowie - Brazoria - Brazos - Brewster - Briscoe - Brooks - Brown - Burleson - Burnet - Caldwell - Calhoun - Callahan - Cameron - Camp - Cass - Chambers - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Comal - Comanche - Concho - Cooke - Coryell - Cottle - Crane - Crockett - Crosby - Culberson - Dallam - Dallas - Dawson - Deaf Smith - Delta - Denton - DeWitt - Dickens - Dimmit - Donley - Duval - Eastland - Ector - Edwards - Ellis - El Paso - Erath - Falls - Fannin - Fayette - Fisher - Floyd - Foard - Fort Bend - Franklin - Freestone - Frio - Galveston - Garza - Gillespie - Glasscock - Goliad - Gonzales - Gray - Grayson - Gregg - Grimes - Guadalupe - Hale - Hall - Hamilton - Hansford - Hardeman - Hardin - Hams - Harrison - Hartley - Haskell - Hays - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Howard - Hudspeth - Hunt - Hutchinson - Irion - Jack - Jackson - Jasper - Jeff Davis - Jefferson - Jim Hogg - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kenedy - Kent - Kerr - Kimble - King - Kinney - Kleberg - Knox - Lamar - Lampasas - La Salle - Lavaca - Lee - Leon - Liberty - Limestone - Live Oak - Llano - Loving - Lubbock - McCulloch - McLennan - McMullen - Madison - Marion - Martin - Mason - Matagorda - Maverick - Medina - Menard - Midland - Milam - Mills - Mitchell - Montague - Montgomery - Moms - Motley - Nacogdoches - Navarro - Newton - Nolan - Nueces - Oldham - Orange - Palo Pinto - Panola - Parker - Pecos - Polk - Potter - Presidio - Rains - Randall - Reagan - Red River - Reeves - Refuglo - Roberts - Robertson - Rockwall - Runnels - Rusk - Sabine - San Augustine - San Jacinto - San Patricio - San Saba - Schleicher - Scurry - Shackelford - Shelby - Sherman - Smith - Somervell - Starr - Stephens - Sterling - Stonewall - Sutton - Tarrant - Taylor - Terrell - Throckmorton - Titus - Tom Green - Travis - Trinity - Tyler - Upshur - Upton - Uvalde - Val Verde - Van Zandt - Victoria - Walker - Waller - Ward - Washington - Webb - Wharton - Wheeler - Wichita - Wilbarger - Willacy - Williamson - Wilson - Winkler - Wise - Wood - Young - Zapata - Zavala Show this information as [XML] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgrnc-unit.php?unit=TXQal;0 Page Contact Information: Peter Schweitzer Mineral Resources On -Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas Terrace deposits Terrace deposits State Texas Name Terrace deposits Geologic age Phanerozoic I Cenozoic I Quaternary I Pleistocene Holocene Original map label Qt Comments Sand, silt, clay, and gravel in various proportions, with gravel more prodominent in older, higher terrace deposits. Locally indurated with calcium carbonate (caliche) in terraces along streams. Along Colorado River clasts mostly limest., chert, quartz, and various igneous and metamorphic rocks from Llano region and Edwards Plateau. Includes point bar, natural levee, stream channel deposits along valley walls; probably in large part correlatives of Deweyville, Beaumont, Lissie, and Willis deposits. In upland regions (Rolling Plains, Edwards Plateau, etc.) unit includes fluvial terrace deposits, undivided. Light -brown, reddish -brown, gray, or yellowish -brown, gravelly quartz and lithic sand and silt to sandy gravel (Moore and Wermund, 1993). Deposits become increasingly fine grained on Coastal and Nueces Plains. Locally, calcium carbonate -cemented quartz sand, silt, clay, and gravel intermixed and interbedded. Low terraces of major rivers are capped by 2-4 m of clayey sand and silt. Sandy gravel on higher terraces varies somewhat in composition from river to river. Gravel commonly is rounded to angular limestone and chert pebbles and cobbles, some boulders, sparse igneous pebbles along Brazos river in places. In Bastrop Co., a deposit 27 m above Colorado River contains the Lava Creek B (Pearlette O) volcanic ash (age 0.6 Ma). Along the Frio, Leona, and Sabinal Rivers east of Uvalde, gravel is chiefly basalt and pyclastic clasts, locally cemented by iro oxide. Gravel along the Rio Grande is subrounded clasts of locally derived limestone and chert and rounded clasts of basalt, volcanic porphyry, quartzite, milky quartz, and banded chalcedony derived from the west. Primary rock type terrace Secondary rock type sand Other rock types gravel; silt; clay or mud Lithologic constituents Major Unconsolidated > Fine -detrital > Silt (Bed) Unconsolidated > Coarse -detrital > Sand (Bed) Minor Unconsolidated > Coarse -detrital > Gravel (Bed) Unconsolidated > Fine -detrital > Clay (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Moore, D.W. and Wermund, E.G., Jr., 1993a, Quaternary geologic map of the Austin 4 x 6 degree quadrangle, United States: U.S. Geological Survey Miscellaneous Investigations Series Map I-1420 (NH-14), scale 1:1,000,000. [http://pubs.er.usgs.gov/publication/11420(NH14)] _......_..__.._....._.._.�....-....._.... _........ -...._._......_ _. ..� ._..__..._.� __._ Bureau of Economic Geology, 1975, Beeville -Bay City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ..__........ ..... .._W.., __._... . ...... _.......... . Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1: 250, 000. Geographic coverage Anderson - Angelina - Archer - Armstrong - Atascosa - Austin - Bandera - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosque - Bowie - Brazos - Brewster - Briscoe - Brown - Burleson - Burnet - Caldwell - Callahan - Camp - Cass - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Comal - Comanche - Concho - Cooke - Coryell - Cottle - Crane - Crockett - Crosby - Dallam - Dallas - Delta - Denton - DeWitt - Dickens - Dimmit - Donley - Duval - Eastland - Ellis - Erath - Falls - Fannin - Fayette - Fisher - Foard - Franklin - Freestone - Frio - Garza - Gillespie - Glasscock - Goliad - Gonzales - Gray - Grayson - Gregg - Grimes - Guadalupe - Hall - Hamilton - Hansford - Hardeman - Hardin - Harris - Harrison - Hartley - Haskell - Hays - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Hunt - Hutchinson - Jackson - Jasper - Jeff Davis - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kent - Kerr - Kimble - King - Kinney - Knox- Lamar- Lampasas- La Salle - Lavaca - Lee- Leon - Limestone - Lipscomb - Live Oak - Llano - Loving - McCulloch - McLennan - McMullen - Madison - Marion - Mason - Maverick - Medina - Menard - Midland - Milam - Mills - Mitchell - Montague - Montgomery - Moore - Morris - Motley - Nacogdoches - Navarro - Newton - Nolan - Oldham - Palo Pinto - Panola - Parker - Pecos - Polk - Potter - Rains - Reagan - Red River - Reeves - Refugio - Roberts - Robertson - Rockwall - Runnels - Rusk - Sabine - San Augustine - San Jacinto - San Patricio - San Saba - Schleicher - Scurry - Shackelford - Shelby - Smith - Somervell - Starr - Stephens - Stonewall - Tarrant - Taylor - Throckmorton - Titus - Tom Green - Travis - Trinity - Tyler - Upshur - Uvalde - Val Verde - Van Zandt - Victoria - Walker - Waller - Ward - Washington - Webb - Wheeler - Wichita - Wilbarger - Williamson - Wilson - Wise - Wood - Young - Zapata - Zavala Show this information as [XML] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXQt;O Page Contact Information: Peter Schweitzer agUSGS science for a changing world Mineral Resources > Online Spatial Data > Geology > by state > Texas Fort Worth Limestone and Duck Creek Formation, undivided Fort Worth Limestone and Duck Creek Formation, undivided State Texas Name Fort Worth Limestone and Duck Creek Formation, undivided Geologic age Phanerozoic ( Mesozoic I Cretaceous -Early Original map label Kfd Comments Fort Worth Limestone, limestone and clay. Ls aphanitic to biosparite, burrowed; marine megafossils are Pecten, oysters, echinoids, and ammonites. Clay, calcareous, in units 0.1-5 ft thick, forms low rolling hills. Thickness 25- 35 ft. Duck Creek Ls., limestone and marl. Is med. bedded, nodular to wavy bedded; thickness 25-30 ft. Primary rock type limestone Secondary rock type mudstone Other rock types clay or mud Lithologic constituents Major Sedimentary > Carbonate > Limestone (Bed) Minor Unconsolidated > Fine -detrital > Clay (Bed) Unconsolidated > Marl (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1970, Waco Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Geographic coverage Cooke - Denton - Grayson - Montague - Tarrant - Wise Show this information as [XML] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKfd;O Page Contact Information: Peter Schweitzer UNIFIED SOIL CLASSIFICATION SYSTEM UNFIED SOL CLASSFICATION AND SYMBOL CHART LABORATORY CLASSFICATIOM CRRERIA COARSEGRMIED SOLE now tse m% olaarbrwl w aver flat Na 1t10 save sza} Get Grmrab 4Le ltan S% *mm0 C0 O3 ' ylbtFytslSd ym.,r¢ almt�eaad GW C1r = Fatarem Cs = bwwaas 1 am a GW 010 Ot0=QD .' nesblsa falsorerolraas Gi1AVELE Mon than 50% Gp f .. � ,1 �� pwraleard d rsa nnanR bale arno frm GP lial Dratey ab1 eia�S br GW w�tw la k� ay Grawarswe fr?Mow fun 12%ims} 4 amvsSlew GM SiYmsde. a be GM Ift' br Pl brae rlv aim Pl bm s= 4 - ' ' 4 srrd T a bardr/rw ®s 4 and GC OMar AN"mg bmh a W wgtm" was of dad vyalI I viabrws bre a!+ Pl gsaar flat 7 C amn psis $Lass ton 5% Most 0 O � Iirdad Ards SW Yllaag pn.* saadL brsreaa 1 aaa 3 � Gs = O� ywsratamr t Ca = O _om 10 10 rirbl Q as iAs SANDS 5011 or alma Sp %a" Wabd Sands, jp- —WILL. d ammo deb or ro *aii; SP No matey ai yrm bbm raet nmoft be GW fastlrsr end t(JlL-4m Arm sswan ton 12%in" 1 a. tun N4 sr See MSay WML ars!•sr xudms SM AMrbsg bah bdorA' tb ig n dadSd zaro f3s !re or Pi bm twat 4 wM Pl bdwoml 4 and J no C �T Sam ="dtby ambrm SC AArbg bmrb abaia 'A' d e duis h n4ura0 °� Me we PJ 9maem flan > FNE-GRARM SOLE 51AL or mum at amWelo mulert,at Nn 2W Swim weomww � antMa m0 son on) Ina Vanc sits and -m y *m sands rack I am m corSftd asbsars StLTE ML #or. airy of cry" irr sandtt or day" leas Brae a rwtaa - ...».......»... _.....»... _ ow or SW SP ALT sib watt stgrt ObfcF1►• _ m" am 12 pulam r ....... ..-....»_..» ...»-» Wa. GC. Sw SC CLAYS bona cbys d lam b nmdmm 5b t2 Pma� ............... » Sorrrtto ass epaL�Itdutt Srewob cL a�x on New � �y �. �jti Imat PLASTICITY CHART s»w - OL bawd aq— Wily al"s al tE1 bogmmc sin. ffmmc osor CM / tSsbeatlb � � �� OLTS Mw 40 A JNt AND /� / mTO rAil20) CLAYS YoWncSysdrlalpsbrRx%I CH 30 _ { Ci lbiaOf L �t abys ffi l%it crip b CM prm 10 ft ft ...... ve / b43 1 ltrblLY • i 1 10 20 ]2 40 w 60 70 do 90 100 PT Pass and cam NO* arpmrc sohLXM Umff 04901LS TERMS DESCRIBING SOIL CONSISTENCY Fine Grarrled Sacs Coarse Gnailed Sacs p :. .. _ . F _ Rescstance D"Vp4� 0 LLose Soft QRe 90 1 0 Very 0 io 207fi Firm 1.0 bo1.5 41010 Loose 20bo40% Self 1.5 to 3.0 10 to 30 Medium Dense 40 to 70% Very Stiff 3.0 to 4.5 30 b 50 Dense 7010 90% Hard 4.5+ over 50 Very Dense 90 to 100% GC-4.06 Hazardous Environmental Conditions at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised July 1, 2011 City Project No. 104484 December 23, 2013 Mr. Carl DeZee Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 950 Fort Worth, Texas 76102 RE: Limited Phase II Investigation Part 14 — Channel Segment C Fort Worth, Texas W&M Project No. 823.003.006 Dear Mr. DeZee: W&M Environmental Group, Inc. (W&M) conducted a Limited Phase II investigation on December 3, 2013, on behalf of Kimley-Horn and Associates, Inc. and the City of Fort Worth, which consisted of soil and groundwater sampling in the area along the planned water and sanitary sewer relocations of Part 14- Channel Segment C in Fort Worth, Texas (Site). The purpose of the proposed soil and groundwater sampling is to evaluate the presence or absence of chemicals of concern (COCs) in the area of the proposed utility installation. The presence of COCs may impact the practices used to install the utilities, their materials of construction, and measures required to protect workers who may need to access the utilities in the future for repairs or maintenance. The Site location is presented on Figure 1 and sampling locations are presented on Figure 2. SOIL AND GROUNDWATER INVESTIGATION On December 3, 2013, W&M advanced five soil borings to depths ranging between 30 and 40 feet below ground surface (bgs) to assess potential environmental impacts to the Site from properties adjoining the planned water and sanitary sewer relocations associated with Part 14-Channel Segment C. A photographic log of investigation activities is presented in Attachment A. Subsurface Investigation Five soil borings (TMW-07 through TMW-11) were drilled along the planned water and sanitary sewer relocations associated with Part 14-Channel C Segment, as shown on Figure 2. The borings were generally evenly spaced along the planned water and sanitary sewer relocation. The soil borings were advanced to total depths ranging between approximately 30 to 40 feet below ground surface (bgs) using a direct push technology (DPT) drill rig. Soil samples were collected using a Geoprobe sampler tube with dedicated acetate plastic liner sleeves. The soil was field screened continuously for staining, odors, and volatile compounds by headspace analysis with a photoionization detector (PID). One grab groundwater sample was collected by installing a 1-inch temporary monitoring well into one of the previously drilled boreholes. PID values from each sampling interval are included in the soil boring logs provided in Attachment B. AUSTIN FORT !TORTE! HOUSTON SAN ANTONIO PLANO www.wh-m.com Kimley-Horn December 23, 2013 Page 2 Samples were collected from soil exhibiting the highest PID values, placed in laboratory -supplied glass jars, and immediately stored on ice. The soil samples were delivered to Xenco Laboratories in Dallas, Texas. Subsurface conditions encountered across the Site generally consisted of fluviatile deposits associated with deposition from the Trinity River. Soils encountered included a coarsening downward sequence of silts, clays, and sands. All PID readings from soil samples were less than 1 part per million (ppm). There were no odors or staining observed from samples collected from any of the borings. Soil Sample Analysis and Results COCs associated with commercial facilities including those with petroleum products and solvents were submitted for analyses. Selected soil samples from the borings were placed in laboratory -supplied glass jars, stored on ice, and delivered directly to Xenco Laboratories in Dallas, Texas, an accredited laboratory, for analysis. Upon the completion of the Site investigation, five soil samples were selected for analysis of the following parameter(s): • Volatile organic compounds (VOCs) using U.S. Environmental Protection Agency (EPA) Method 8260B • Total petroleum hydrocarbons (TPH) using Texas Method 1005 The concentrations of COCs in the soil were compared to the Tier 1 protective concentration levels (PCLs) for residential land use and assumed 0.5-acre source area established under the Texas Commission on Environmental Quality's (TCEQ) Texas Risk Reduction Program (TRRP). Soil analytical results are summarized in Table 1, and the laboratory analytical data package is presented in Attachment C. TPH was not detected above the laboratory's sample detection limit (SDL) in any of the samples submitted for analysis. VOCs were only detected in three samples at low concentrations. Methyl tert butyl ether (MTBE) was the only constituent detected, but at concentrations well below the respective TRRP Tier 1 PCL. Groundwater Sampling and Analysis Soil boring TMW-07 was converted into a temporary 1-inch groundwater monitoring well. W&M collected a grab groundwater sample from the temporary monitoring well on December 3, 2013, using a dedicated disposable plastic bailer. The water level at temporary monitoring well TMW-07 was found at a depth of approximately 35 feet below ground surface (bgs). Groundwater samples were collected in pre -preserved, laboratory -supplied containers, stored on ice, and delivered directly to Xenco Laboratories in Dallas, Texas, for analysis of the following parameters: • VOCs using EPA Method 8260B • TPH using Texas Method 1005 The concentrations of COCs in the groundwater were compared to the Tier 1 PCLs established under TRRP. Groundwater analytical results are summarized in Table 2 and the laboratory analytical data package is presented in Attachment C. W&M Environmental Group, Inc. (W&M Project No. 823.003.006) Kimley-Horn December 23, 2013 Page 3 TPH was not detected above the laboratory's SDL in any of the samples submitted for analysis. MTBE was the only VOC constituent detected, but at concentration well below the respective TRRP Tier 1 PCL. CONCLUSIONS Review of analytical results for soil and groundwater samples collected at the Site did not indicate detectable concentrations of TPH or VOC constituents with the exception of MTBE in soil from three borings (TMW-09, TMW-10, and TMW-11), and groundwater from temporary monitoring well TMW- 07. These concentrations were below the corresponding PCL's. Each PID reading from soil samples was less than 1 ppm. There were no odors or staining observed from samples collected from any of the borings. The presence of MTBE indicates that a release from a petroleum based source has occurred in the area. The detection may indicate the leading edge of a groundwater plume. Further investigation would be required to determine the nature and extent of the plume due to its unknown origin. Based on the results of this investigation and the general absence of COCs in the area of the proposed utility installation at this time, no special environmental handling or practices appear to be necessary to install the utilities, nor will they affect the materials of construction, nor will it require special measures to protect workers at this time. The soil and groundwater concentrations should be reevaluated at a time when access to the utilities is required in the future for repairs or maintenance. This report was prepared for the sole use of Kimley-Horn and Associates, Inc. and the City of Fort Worth and shall not be relied upon by any other party without the express prior written consent of Kimley-Horn and Associates, Inc., the City of Fort Worth, and W&M. This document was developed by employing generally accepted methods and customary practices of the environmental profession. W&M appreciates the opportunity to be of service to you on this project. If you have any questions or need additional information, please feel free to contact us at 817-402-3128. Very truly yours, W&M ENVIRONMENTAL GROUP, INC. Paul S. Rodusky, P Senior Consultant Attachments 6ene L. Mu uy, P.G Senior Consultant W&M Environmental Group, Inc. (W&MProject No. 823.003.006) FIGURES W&M Environmental Group, Inc. (RAM Project No. 823.003.006) w J ILI Sol� 3i i't F0,40i, A P40 � • �+ of V' . # A% x{ . OF 777/2. LEGEND Note: Basemap provided by Kimley-Hom and Associates, Inc. Figure 2 Q5Soil Boring Location/Groundwater Sampling Point Part 14 - Segment C TMW-## Fort Worth, Texas Soil Boring Location 01 130' 260' TMW-## 1- APPROXIMATE SCALE RWRONMEKAL GROt P, INC. 12/13/2013 + W&M Project No.: 823.003.006 Check By: PR —I Drawn: JPM r Revised: W TABLES W&M Environmental Group, Inc. (W&M Project No. 823.003.006) TABLE 1 SUNINI ARY OF SOIL ANALYTICAL RESULTS Part 14-Segment C TRV Project Fort Worth, Texas t 2 111soills9 Totsoi Comb3 TMW-07 TMW-08 TMW-09 TMW-10 TMW-11 Analysis TRRP PCL-Res TRRP PCL-Res (4) (4'-51) (19'-20') (24'-251) (24'-251) Date Collected 12/3/2013 12/3/2013 12/3/2013 12/3/2013 12/3/2013 Volatile Organic Com ounds4 m /k _ MTBE 0.62 < 0,00119 < 0.00121 0.00456 J 0.00121 J 0.116 All other VOCs _ _ _ _800 Varies <SQLs <SQLs <SQLs <SQLs <SQLs Total Petroleum H drocarbons5 (mg/kg) CSC,, 65 1,600 <11.8 <11.9 <11.5_ <11.6 <11.6 Ci_-C,y 200 _ 2,300 < 14.6 14.6 < 14.2 < 14.3 < 14.3 C��-C�5 200 2,300 _< < 14.6 < 14.6 < 14.2 < 14.3 < 14.3 Notes: 'Samples collected by W&M Environmental Group, Inc. and analyzed by Xenco Laboratories in Dallas, Texas. 2The Texas Commission on Environmental Quality (TCEQ) Texas Risk Reduction Program (TRRP) Tier 1 ResidentialoWSoilbg protective con -Is (PCLs) 3The TCEQ TRRP Tier 1 Residential T°`Soilco,,,b PCLs 4Volatile organic compounds (VOCs) analyzed by US Environmental Protection Agency (EPA) Method 8260B 5Total petroleum hydrocarbons (TPH) analyzed by Texas Method 1005 J- Estimated value below the lowest calibration point. Confidence c ... ' .1 <SQLs - Below Sample Quantitation Limits (SQL) reported as Sample Detection Limit (SDL) Bold indicates concentrations in exceedance of applicable PCL. Bold PCL is applicable regulatory level. All values in mg/kg W&MEnvironmental Group, Inc. , No. 823.003.006) Page I of I TABLE 2 SUMMARY OF GROUNDWATER ANALYTICAL RESULTS Part 14-Segment C TRV Project Fort Worth, Texas TRRP Tier 1 PCL Analysis' GwGWIog z TMW-07 (m L) Date Collected 12/3/2013 Volatile O anic Com ounds rn L MTBE 0.24 0.00115 J All other VOCs Varies <SQLs Total Petroleum Hydrocarbons4 (m l[-) C6-C12 0.98 < 0.901 C12-C28 0.98 < 0.901 C 5u- 0.98 < 0.901 Notes: Samples collected by W&M Environmental Group, Inc. and analyzed by Xenco Laboratories in Dallas, Texas. ZThe Texas Commission on Environmental Quality (TCEQ) Texas Risk Reduction Program (TRRP) Tier 1 Residential GWSoilltlg protective concentration levels (PCLs) 3Volatile organic compounds (VOCs) analyzed by US Environmental Protection Agency (EPA) Method 8260B °Total petroleum hydrocarbons (TPH) analyzed by Texas Method 1005 J - Estimated value below the lowest calibration point. Confidence correlates with concentration. <SQLs - Below Sample Quantitation Limits (SQL) reported as Sample Detection Limit (SDL). Bold indicates concentrations in exceedance of applicable PCL. Bold PCL is applicable regulatory level. All values in mg/L W&M L al Group, Inc. (W&M Project No. 823.003.006) Page 1 of] PHOTOGRAPHIC LOG ATTACHMENT A W&M Environmental Group, Inc. (W&M Project No. 823. 003. 006) Photo 1: View to the east of'TMW-07 boring location. Photo 2: View to the east of TMW-08 boring location. Attachment A Photographic Log Part 14-Seginent C TRV Project Fort Worth, Texas 12-16-13 Phase II W&M Project No.: 823.003.006 .4. y ~t Photo 3: View to the southeast of the well installed into TMW-07. 12-16-13 Phase II Attachment A Photographic Log Part 14-Segment C TRV Project Fort Worth, Texas W&M Project No.: 823.003.006 SOIL BORING LOGS ATTACHMENT B W&MEnvironmental Group, Inc. (W&MProject No. 823.003.006) W&M Environmental Group, Inc. �---�,� " www.wh-m.com CLIENT IGmlev-Hom PROJECT NUMBER 823.003.006 DATE STARTED 12/3/13 DRILLING CONTRACTOR Maqna Core DRILLING METHOD Geombe LOGGED BY W. Soderstrom NOTES LAT COMPLETED 12/3/13 CHECKED BY P. Roduskv LON BORING NUMBER TMW-07 PAGE 1 OF 1 PROJECT NAME TRV Utilitv Relocation - Part 1,, PROJECT LOCATION Fort Worth, TX GROUND ELEVATION HOLE SIZE GROUND WATER LEVELS: AT TIME OF DRILLING 35.0 ft AT END OF DRILLING --- AFTER DRILLING --- w _ }a ~w = a a w CoU CD a 0 MATERIAL DESCRIPTION a W 0 �J O �Z c� a a 0 - - 5- -� Asphalt parking surface OIL j 0 - Gay, brown, dense, firm, medium plasticity, dry - -- - - - - - - - - -- - - - - - - TMW-CT Clay, dark brown, dense, firm, medium plasticity, yellow mottles, dry, fine gravel, black nodules at 8' j - 5 _ 4 j CL j - - j - - j 10--_j10,0 ___________________ __ _____ j Clay, light brown, dense, firm, dry, black mottles, fine gravel, red mottles, medium plasticity _ CL 13.0 - -- ------------------------------------------------ CL j� Clay, brown, dense, firm, dry, medium plasticity, grey mottles 15 CL M N 20 (2 - Q _ - c? w- - g- - a w- - 25 m 3 a 30 r 0 0 a- - Z - - o- - 3 35 m z - - 0 40 CL CL ---------------- Clay, light brown, dense, hard, dry, red and black mottles, medium plasticity ----------------------------------------------- Clay, yellow orange, dense, firm, medium plasticity, dry, grey mottles ------------------------------------------------- Clay, yellow orange, sandy, dry, low plasticity, black mottles, medium grained, poorly graded, medium dense �% 7.5 -- ------j Gay, brown -,- sandy- -, dense - firm-, , red-mottl-es-, medium----grained--,-dry-,-medium---plasticity---------------- CL j j --� -0 CL-- Clay, brown, sandy, soft, moist, medium grained, low plastiity, loose � Clay, brown, sandy, soft, wet, medium grained, poorly graded, loose, low plasticity SP 40.0 0.0 0.3 0.3 1.7 0.7 0.1 0.1 0.1 0.3 0.2 0.0 0.0 0.1 0.1 0.2 0.0 0.1 0.0 0.0 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 Bottom of hole at 40.0 feet. w8m W&M Environmental Group, Inc. r9 www.wh-m.com CLIENT Kimlev-Horn PROJECT NUMBER 823.003.006 DATE STARTED 12/3/13 DRILLING CONTRACTOR Maqna Core DRILLING METHOD Geoprobe LOGGED BY W. Soderstrom NOTES LAT COMPLETED 12/3/13 CHECKED BY P. Rodusky LON BORING NUMBER TMW-08 PAGE 1 OF 1 PROJECT NAME TRV Utilitv Relocation - Part 14 PROJECT LOCATION Fort Worth, TX GROUND ELEVATION HOLE SIZE 2" GROUND WATER LEVELS: VAT TIME OF DRILLING 25.0 ft AT END OF DRILLING --- AFTER DRILLING --- w a F- w C U 0- 0 E MATERIAL DESCRIPTION n w - O N, a- Z c9 a Q U) 0 5- Asphalt parking surface CL Clay, reddish brown, dense, black and red mottles, low plasticity, firm // - TMW-03 Clay, black, dense, firm, roots, fine gravel, medium plasticity, dry 5 4-5- CL j - - j -- 8.0 Clay, j Clay, dark brown, dry, dense, firm, medium plasticity, red mottles 10 / CL j - ---�13_0---------------------------- CL Clay, brown, dense, firm, dry, medium plasticity, black mottles jClay, brown, sandy, dense, firm, dry, low plasticity, red and black mottles, poorly graded CL j 18.0 - - -- ------------------------------------------------ �, Clay, light brown, sandy, firm, dense, dry, low plasticity, medium grained, poorly graded N 20 SP- a SC - J� 2L5---------- ---- W - - / Clay, light brown, firm, dense, dry, low plasticity a _ _ CL W _ _1/za_o__ ___ _ _ _ _ _ _ 25 CL / 224.0 Clay, light brown, sandy, soft, dry, low plasticity, medium grained, poorly graded- 3 Sand, tan, wet, fine gravel, medium grained, poorly graded, non -plastic a 4 SP f 30 30.0 N Bottom of hole at 30.0 feet o- - J 2 K - - O m J w 35 3. m J Q _ _ W w Z - - 0 40 0.0 0.0 0.0 0.7 0.0 0.0 0.1 0.1 0.0 0.0 0.0 0.2 0.3 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.4 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.0 W&M Environmental Group, Inc. www.wh-m.com CLIENT Kimlev-Horn PROJECT NUMBER 823.003.006 DATE STARTED 12/3/13 DRILLING CONTRACTOR Maqna Core DRILLING METHOD Geoprobe LOGGED BY W. Soderstrom NOTES LAT COMPLETED 12/3/13 CHECKED BY P. Roduskv LON BORING NUMBER TMW-09 PAGE 1 OF 1 PROJECT NAME TRV Utilitv Relocation - Part 14 PROJECT LOCATION Fort Worth, TX GROUND ELEVATION HOLE SIZE 2" GROUND WATER LEVELS: AT TIME OF DRILLING 20.0 ft AT END OF DRILLING --- AFTER DRILLING --- w }W U a 1- a CO 2 ? < O MATERIAL DESCRIPTION o ° a z c� a U) 0 5 10 15 20 N F _ - c� Q a 25 0 30 00 0 - - J Z 0 O m J W 35 3 a _ _ F m J W Z - - Uj 40 OL — 1.0 ------------------------ Clay, brown, silty, dense, dry, low plasticity, roots --------- - -- Silt, brown, dense, firm, dry, medium plasticity, grey and black mottles 0.0 0.0 ML 0.0 0.0 - _ 6.0 --------------------------------- ------ 0.0 Clay, reddish brown, sandy, dense, firm, medium plasticity, dry, grey mottles 0.0 OH 0.0 0.0 ✓"u 10.0 0.0 Clay, light brown, sandy, dry, dense, grey and black mottles 0.0 SP.'0.0 Sc 0.0 SR. 15 0 Clay, light brown, sandy, soft, dry, medium grained, poorly graded, low plasticity - - - - - -- - - -- - - - - - - - -- - - - 0.0 SC/— - / - - - - - - Clay, yellow orange, sandy, dense, firm, dry, fine gravel, medium grained - - - - 0.0 S SCC 0.0 ' 18.0 ------------------------------------ 0.0 Clay, yellow orange, sandy, soft, loose, medium grained, low plasticity, wet at 20', poorly graded 0.0 0.0 TMW-03 0.0 19-20' i, 0.0 0.0 SID j 0.0 SC 0.0 %j 0.0 Bottom of hole at 30.0 feet. W&M Environmental Group, Inc. OW www.wh-m.com CLIENT Kimlev-Horn PROJECT NUMBER 823.003.006 DATE STARTED 12/3/13 DRILLING CONTRACTOR Maqna Core DRILLING METHOD Geoprobe LOGGED BY W. Soderstrom NOTES LAT COMPLETED 12/3/13 CHECKED BY P. Roduskv LON BORING NUMBER TMW-10 PAGE 1 OF 1 PROJECT NAME TRV Utilitv Relocation - Part 14 PROJECT LOCATION Fort Worth, TX GROUND ELEVATION HOLE SIZE 2" GROUND WATER LEVELS: �Z AT TIME OF DRILLING 25.0 ft AT END OF DRILLING --- AFTER DRILLING --- w _ n Lu w m U 2 a MATERIAL DESCRIPTION a Lu az zi 0 a 0 Clay, dark brown, silty, dry, medium dense, roots, fine gravel, low plasticity � ML 0.0 - - 2.5 0.0 ------------ Clay, brown, dense, dry, roots, medium plasticity, dense 0.0 C—L✓ -------------------- Clay, brown, red and black mottles, dens, dry, medium plasticity, roots 0.0 CL j/ 0.0 —�/ 8.0-----------------------------------— 0.0 CL j Clay, light brown, dry, dense, firm, medium plasticity, roots, grey, red and black mottles 0.0 10 — / 10.0 _ 0.0 --------------------- Clay, brown, red mottles, roots, dense, dry, medium plasticity 0.0 CL j 0.0 13_0 — 0.0 Clay, light brown, red and black mottles, dense, firm, dry, medium plasticity 0.0 15 CL j 0.0 -- �16.0--—-----------------------------------0.0 j Clay, light brown,sandy, medium grained, medium dense, dry, low plasticity, grey mottles, moist at 20' 0.0 0.0 - CL j 0.0 o - N20 -- 20.—0— — — — —— -- -- — — — — —— — — — — —— — ——— — — — — —— 0.0 Sand, tan, well graded, grey sand at 25', loose, wet, non -plastic 0.0 0.0 5 0.0 f 0.0 Uj - - TMW-10 2 25 24-25' Sys e Q 0.0 3 (L - 0 30 30.0 w Bottom of hole at 30.0 feet. 0 0- 0 - - z 0 - 0 m J - w 35 3 r_ m J w z - - iD 40 W &M Environmental Group, Inc. www.wh-m.com CLIENT im PROJECT NUMBER 823.003.006 DATE STARTED 12/3/13 DRILLING CONTRACTOR Magna Cu DRILLING METHOD Geoprobe LOGGED BY W. Soderstrom NOTES LAT COMPLETED 12/3113 CHECKED BY P. Rodusky LON BORING NUMBER TMW-11 PAGE 1 OF 1 PROJECT NAME TRV Utility Relocation - Part 14 PROJECT LOCATION Fort Worth, TX GROUND ELEVATION HOLE SIZE GROUND WATER LEVELS: AT TIME OF DRILLING AT END OF DRILLING --- AFTER DRILLING -- a. }W W _ ~ -i f 2 a O CL MATERIAL DESCRIPTION n 0 a. uvj ¢ 0 Q z c0 a. 0 ML 1.0 Clay, brown, silty, soft, dry, low plasticity, roots - - --- -------------------------------------------- Silt, brown, dense, firm, dry, roots, medium plasticity, red mottles ML 5 6.0 - - --- ------------------------------------------------- Silt, light brown, roots, grey mottles, dense, dry, medium plasticity ML 10 10.0 -- ----- ------ ------------------------------ - CL Clay, reddish brown, black mottles, dense, dry, medium plasticity, roots - j -- /�13.0-------------------------- — — — — — — — — — — — — — — — — — — — — — � CL Clay, light brown, sandy, dry, dense, red mottles, low plasticity CL 165 Clay, brown, dense, firm, dry, medium plasticity - — j Clay, light brown, sandy, soft, medium grained, dry, low plasticity, grey mottles N 20 j o _ _ CL j ja w - - TMW-11 25 24-25'--_505--------------------------------------- Sand, tan, wet, well graded, medium to large grained, loose a' SW 0 30 30.0 Bottom of hole at 30.0 feet. 0- J Z 0 - - m J - - W 35 3 (L _ m J Q _ _ W Z - - w 40 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 LABORATORY ANALYTICAL DATA PACKAGE ATTACHMENT C W&M Environmental Group, Inc. (W&M Project No. 823.003.006) Analytical Report 475142 for W&M Environmental Project Manager: Paul Rodusky 12-DEC-13 Collected By: Client X co: fail Laboratories 9701 Harry Hines Blvd, Dallas, TX 75220 Ph:(214) 902-0300 Fax:(214) 351-9139 Xenco-Houston (EPA Lab code: TX00122): Texas (T104704215-13-15-TX), Arizona (AZ0765), Arkansas (08-039-0), Connecticut (PH-0102), Florida (E871002) Illinois (002082), Indiana (C-TX-02), Iowa (392), Kansas (E-10380), Kentucky (45), Louisiana (03054) New Hampshire (297408), New Jersey (TX007), New York (11763), Oklahoma (9218), Pennsylvania (68-03610) Rhode Island (LAO00312), USDA (S-44102), DoD (L11-54) Xenco-Atlanta (EPA Lab Code: GA00046): Florida (E87429), North Carolina (483), South Carolina (98015), Kentucky (85), DoD ( L10-135) Louisiana (04176), USDA (P330-07-00105) Xenco-Tampa Mobile (EPA Lab code: FLO1212): Florida (E84900) Xenco-Lakeland: Florida (E84098) Xenco-Odessa (EPA Lab code: TX00158): Texas (T104704400-TX) Xenco-Dallas (EPA Lab code: TX01468): Texas (T104704295-TX) Xenco Phoenix (EPA Lab Code: AZ00901): Arizona(AZ0757) Xenco-Phoenix Mobile (EPA Lab code: AZ00901): Arizona (AZM757) Xenco Tucson (EPA Lab code:AZ000989): Arizona (AZ0758) Page 1 of 58 Final 1.000 Table of Contents Cover Page 1 Cover Letter 3 Sample ID Cross Reference 4 Certificate of Analysis (Detailed Report) 5 Holding Time Rep 729 Explanation of Qualifiers (Flags) 32 Analytical Log _ Surrogate Recoveries _QC 38 Blank Spike Recoveries Blank Spike - Blank Spike Duplicate Recoveries Matrix Spike Recoveries Matrix Spike - Matrix Spike Duplicate Recoveries Method Duplicate 47 49 Chain of Custody 57 Sample Receipt Conformance Report Page 2 of 58 Final 1.000 0 12-DEC-13 Project Manager: Paul Rodusky W&M Environmental 906 East 18th Street, Suite 100 Plano, TX 75074 Reference: XENCO Report No(s): 475142 Project Address: Paul Rodusky : We are reporting to you the results of the analyses performed on the samples received under the project name referenced above and identified with the XENCO Report Number(s) 475142. All results being reported under this Report Number apply to the samples analyzed and properly identified with a Laboratory ID number. Subcontracted analyses are identified in this report with either the NELAC certification number of the subcontract lab in the analyst ID field, or the complete subcontracted report attached to this report. Unless otherwise noted in a Case Narrative, all data reported in this Analytical Report are in compliance with NELAC standards. The uncertainty of measurement associated with the results of analysis reported is available upon request. Should insufficient sample be provided to the laboratory to meet the method and NELAC Matrix Duplicate and Matrix Spike requirements, then the data will be analyzed, evaluated and reported using all other available quality control measures. The validity and integrity of this report will remain intact as long as it is accompanied by this letter and reproduced in full, unless written approval is granted by XENCO Laboratories. This report will be filed for at least 5 years in our archives after which time it will be destroyed without further notice, unless otherwise arranged with you. The samples received, and described as recorded in Report No. 475142 will be filed for 60 days, and after that time they will be properly disposed without further notice, unless otherwise arranged with you. We reserve the right to return to you any unused samples, extracts or solutions related to them if we consider so necessary (e.g., samples identified as hazardous waste, sample sizes exceeding analytical standard practices, controlled substances under regulated protocols, etc). We thank you for selecting XENCO Laboratories to serve your analytical needs. If you have any questions concerning this report, please feel free to contact us at any time. Respectfully, )bvi Monica Tobar Project Manager Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Certified and approi,ed by numerous States and Agencies. A Small Business and MinoriAl Status Compam that delirers SERVICE and QUALITY Houston - Dallas - Odessa - San Antonio - Tampa - Lakeland - Atlanta - Phoenix - Oklahoma - Latin America Page 3 of 58 Final 1.000 L 11 ' L;s g Sample Cross Reference 475142 1; Un= - W&M Environmental, Plano, TX Sample Id Matrix Date Collected Sample Depth Lab Sample Id TMW-07 4' S 12-03-13 08:40 475142-001 TMW-08 4-5' S 12-03-13 10:10 475142-002 TMW-0919-20' S 12-03-1312:45 475142-003 TMW-10 24-25' S 12-03-13 13:20 475142-004 TMW-11 24-25' S 12-03-13 14:05 475142-005 TMW-07 W 12-03-1314:30 475142-006 Page 4 of 58 Final 1.000 Sample Id: TMW-07 4' Lab Sample Id: 475142-001 Analytical Method: TPH by Texas 1005 Analyst: ELC Seq Number: 929089 Parameter C6-C12 Gasoline Range Hydrocarbons C12-C28 Diesel Range Hydrocarbons C28-C35 Oil Range Hydrocarbons Total TPH 1005 Surrogate o-Terphenyl I-Chlorooctane Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Matrix: Solid Date Collected: 12.03.13 08.40 IT Moist: 17.59 Date Prep: 12.04.13 09.20 Prepseq: 647886 CAS Number Result MQL PHC612 <11.8 60.4 PHCG1028 <14.6 60.4 PHCG2835 <14.6 60.4 PHC635 <11.8 `7o Recovery 97 91 Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 1005 Tech: ELC Analysis Dil Factor SDL Units Date Flag 11.8 mg/kg 12.04.13 14:12 U 1 14.6 mg/kg 12.04.13 14:12 U 1 14.6 mg/kg 12.04.13 14:12 U 1 11.8 mg/kg 12.04.13 14:12 U Limits Units 70 - 130 9c 70 - 130 9c Analysis Date Flag Page 5 of 58 Final 1.000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: TMW-07 4' Lab Sample Id: 475142-001 Analytical Method: VOAs by SW-846 8260B Analyst: SOP Seq Number: 929098 Matrix: Solid Date Collected: 12.03.13 08.40 % Moist: 17.59 Date Prep: 12.04.13 10.00 Prep seq: 647887 Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 5030B Tech: SOP CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag Benzene 71-43-2 <0.001 19 0.00597 0.00 t 19 mg/kg 12.04.13 14:51 U 1 Bromobenzene 108-86-1 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 Bromochloromethane 74-97-5 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I Bromodichloromethane 75-27-4 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I Bromoform 75-25 2 <0.001 19 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 Methyl bromide 74-83-9 <0.001 19 0.00597 0.00119 mg/kg 12.04.13 14:51 U I tert-Butylbenzene 98-06-6 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 Sec-Butylbenzene 135-98-8 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U l n-Butylbenzene 104-51-8 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I Carbon Tetrachloride 56-23-5 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U l Chlorobenzene 108-90-7 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I Chloroethane 75-00-3 <0.00239 0.0119 0.00239 mg/kg 12.04.13 14:51 U l Chloroform 67-66-3 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U t Methyl Chloride 74-87-3 <0.00239 0.0119 0.00239 mg/kg 12.04.13 14:51 U 1 2-Chlorotoluene 95-49-8 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U l 4-Chlorotoluene 106-43-4 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 p-Cymene(p-Isopropyltoluene) 99-87-6 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 1,2-Dibromo-3-Chloropropane 96-12-8 <0.00105 0.00597 0.00105 mg/kg 12.04.13 14:51 U 1 Dibromochloromethane 124-48-1 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 1,2-Dibromoethane 106-93-4 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I Methylene bromide 74-95-3 <0.001 19 0.00597 0.00119 mg/kg 12.04.13 14:51 U I 1,2-Dichlorobenzene 95-50-1 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 1,3-Dichlorobenzene 541-73-1 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I IA-Dichlorobenzene 106-46-7 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 Dichlorodifluoromethane 75-71-8 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I 1,2-Dichloroethane 107-06-2 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 I,l-Dichloroethane 75-34-3 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 trans-1,2-dichloroethylene 156-60-5 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:5 t U I cis-1,2-Dichloroethylene 156-59-2 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I 1, 1 -Dichloroethene 75-35-4 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I 2,2-Dichloropropane 594-20-7 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I 1,3-Dichloropropane 142-28-9 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 1,2-Dichloropropane 78-87-5 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U l trans-1,3-dichloropropene 10061-02-6 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 1, 1 -Dichloropropene 563-58-6 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 cis-1,3-Dichloropropene 10061-01-5 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 Ethylbenzene 100-41-4 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 Hexachlorobutadiene 87-68-3 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I Isopropylbenzene 98-82-8 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 Methylene Chloride 75-09-2 <0.00717 0.0119 0.00717 mg/kg 12.04.13 14:51 U 1 MTBE 1634-04-4 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I Naphthalene 91-20-3 <0.00239 0.0119 0.00239 mg/kg 12.04.13 14:51 U l n-Propylbenzene 103-65-1 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I Page 6 of 58 Final 1.000 Certificate of Analytical Results �u 475142 W&M Environmental, Plano, TX Sample Id: TMW-07 4' Matrix: Solid Sample Depth: Lab Sample Id: 175142-001 Date Collected: 12.03.13 08.40 Date Received: 12.03.13 15.20 Analytical Method: VOAs by SW-846 8260B Prep Method: 5030B Analyst: SOP % Moist: 17.59 Tech: SOP Seq Number: 929098 Date Prep: 12.04.13 10.00 Prep seq: 647887 CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag Styrene 100-42-5 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 1, 1, 1,2-Tetrachloroethane 630-20-6 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 1,1,2,2-Tetrachloroethane 79-34-5 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 Tetrachloroethylene 127-18-4 <0.00239 0.00597 0.00239 mg/kg 12.04.13 14:51 U 1 Toluene 108-88-3 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 1,2,3-Trichlorobenzene 87-61-6 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I 1,2.4-Trichlorobenzene 120-82-1 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 1,1,2-Trichloroethane 79-00-5 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I 1, 1, 1 -Trichloroethane 71-55-6 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I Tnchloroethylene 79-01-6 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 Trichlorofluoromethane 75-69-4 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 1,2,3-Trichloropropane 96-18-4 <0.000216 0.00597 0.000216 mg/kg 12.04.13 14:51 U 1 1,2,4-Trimethylbenzene 95-63-6 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I 1,3,5-Trimethylbenzene 108-67-8 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U I Vinyl Chloride 75-01-4 <0.000478 0.00239 0.000478 mg/kg 12.04.13 14:51 U 1 o-Xylene 95-47-6 <0.00119 0.00597 0.00119 mg/kg 12.04.13 14:51 U 1 m,p-Xvlenes 179601-23-1 <0.00239 0.0119 0.00239 mg/kg 12.04.13 14:51 U 1 Surrogate % Recovery Limits Units Analysis Date Flag Dibromofluoromethane 119 65 - 135 % 1,2-Dichloroethane-D4 116 73 - 131 % Toluene-138 102 78 - 138 4-Bromofluorobenzene 110 81 - 135 % Page 7 of 58 Final 1.000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: TMW-08 4-5' Lab Sample Id: 475142-002 Analytical Method: TPH by Texas 1005 Analyst: ELC Seq Number: 929089 CAS Parameter Number C6-C12 Gasoline Range Hydrocarbons PHC612 Cl2-C28 Diesel Range Hydrocarbons PHCG1028 C28-C35 Oil Range Hydrocarbons PHCG2835 Total TPH 1005 PHC635 Surrogate o-Terphenyl 1-Chlorooctane Matrix: Solid Date Collected: 12.03.13 10.10 % Moist: 17.57 Date Prep: 12.04.13 09.20 Prepseq: 647886 Result MQL <11.9 60.5 <14.6 60.5 <14.6 60.5 <11.9 % Recovery 104 96 Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 1005 Tech: ELC Analysis Factor SDL Units Date FlagDill 11.9 mg/kg 12.04.13 14:30 U I 14.6 mg/kg 12.04.13 14:30 U 1 14.6 mg/kg 12.04.13 14:30 U 1 11.9 mg/kg 12.04.13 14:30 U Limits Units 70 - 130 % 70 - 130 % Analysis Date Flag Page 8 of 58 Final 1.000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: TMW-08 4-5' Lab Sample Id: 475142-002 Analytical Method: VOAs by SW-846 8260B Analyst: SOP Seq Number: 929098 Matrix: Solid Date Collected: 12.03.13 10.10 % Moist: 17.57 Date Prep: 12.04.13 10.00 Prepseq: 647887 Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 5030B Tech: SOP CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag Benzene 71-43-2 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 Bromobenzene 108-86-1 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 Bromochloromethane 74-97-5 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U l Bromodichloromethane 75-27-4 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U l Bromoform 75-25-2 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U I Methyl bromide 74-83-9 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U I tert-Butylbenzene 98-06-6 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U I Sec-Butylbenzene 135-98-8 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 n-Butylbenzene 104-51-8 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 Carbon Tetrachloride 56-23-5 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U l Chlorobenzene 108-90-7 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 Chloroethane 75-00-3 <0.00242 0.0121 0.00242 mg/kg 12.04.13 15:06 U I Chloroform 67-66-3 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 Methyl Chloride 74-87-3 <0.00242 0.0121 0.00242 mg/kg 12.04.13 15:06 U I 2-Chlorotoluene 95-49-8 <0.00121 0.00605 0.00121 mg/kg 12.04.13 I5:06 U 1 4-Chlorotoluene 106-43-4 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U I p-Cymene (p-Isopropyltoluene) 99-87-6 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 I.2-Dibromo-3-Chloropropane 96-12-8 <0.00106 0.00605 0,00106 mg/kg 12.04.13 15:06 U 1 Dibromochloromethane 124-48-1 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 1,2-Dibromoethane 106-93-4 <0.00121 0.00605 0.00121 mg/kg 12.04.1315:06 U 1 Methylene bromide 74-95-3 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U I 1,2-Dichlorobenzene 95-50-1 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U l 1,3-Dichlorobenzene 541-73-1 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 1,4-Dichlorobenzene 106-46-7 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 Dichlorodifluoromethane 75-71-8 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 1,2-Diehloroethane 107-06-2 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 I,1-Diehloroethane 75-34-3 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 trans-1,2-diehloroethylene 156-60-5 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 cis-1,2-Dichloroethvlene 156-59-2 <0.00121 0.00605 0,00121 mg/kg 12.04.13 15:06 U 1 1, 1 -Dichloroethene 75-35-4 <0.00121 0.00605 0.00121 mg/kg 12,04.13 15:06 U I 2,2-Dichloropropane 594-20-7 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 1,3-Dichloropropane 142-28-9 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 1,2-Dichloropropane 78-87-5 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 trans-1,3-dichloropropene 10061-02-6 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 LI-Dichloropropene 563-58-6 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 cis-1,3-Die hloropropene 10061-01-5 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 Ethylbenzene 100-41-4 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U I Hexachlorobutadiene 87-68-3 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U I Isopropylbenzene 98-82-8 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 Methylene Chloride 75-09-2 <0.00726 0.0121 0.00726 mg/kg 12.04.13 15:06 U 1 MTBE 1634-04-4 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U I Naphthalene 91-20-3 <0.00242 0.0121 0.00242 mg/kg 12.04.13 15:06 U 1 n-Propylbenzene 103-65-1 <0.00121 0.00605 0.00121 mg/kg 12,04.13 15:06 U l Page 9 of 58 Final 1,000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: TMW-08 4-5' Lab Sample Id: 475142-002 Analytical Method: VOAs by SW-846 8260B Analyst: SOP Seq Number: 929098 Matrix: Solid Date Collected: 12.03.13 10.10 % Moist: 17.57 Date Prep: 12.04.13 10.00 Prepseq: 647887 Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 5030B Tech: SOP L rdu ere, -ups. CAS Analy Dil Factor Parameter Number Result MQL SDL Units Datsis Flag Styrene 100-42-5 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 1, 1, 1,2-Tetrachloroethane 630-20-6 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U I 1,1,2,2-Tetrachloroethane 79-34-5 <0.00121 0.00605 0.00121 mg/kg 12,04.1315:06 U 1 Tetrachloroethylene 127-18-4 <0.00242 0.00605 0.00242 mg/kg 12.04.13 15:06 U I Toluene 108-88-3 <0.00121 0.00605 0.00121 mg/kg 12,04.1315:06 U I 1,2,3-Trichlorobenzene 87-61-6 <0.00I21 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 1,2,4-Trichlorobenzene 120-82-1 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 1,12-Trichloroethane 79-00-5 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 1, 1, 1 -Trichloroethane 71-55-6 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 Trichloroethylene 79-01-6 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 Trichlorofluoromethane 75-69-4 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 1,2,3-Trichloropropane 96-18-4 <0.000219 0.00605 0.000219 mg/kg 12.04.13 15:06 U 1 1,2,4-Trimethylbenzene 95-63-6 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 1,3,5-Trimethylbenzene 108-67-8 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U 1 Vinyl Chloride 75-01-4 <0.000484 0.00242 0.000484 mg/kg 12.04.13 15:06 U 1 o-Xylene 95-47-6 <0.00121 0.00605 0.00121 mg/kg 12.04.13 15:06 U I m,p-Xylenes 179601-23-1 <0.00242 0.0121 0.00242 mg/kg 12.04.13 15:06 U 1 Surrogate % Recovery Limits Units Analysis Date Flag Dibromofluoromethane 116 65 - 135 %r 1,2-Dichloroethane-D4 114 73 - 131 % Toluene-D8 102 78 - 138 % 4-Bromofluorobenzene 101 81 - 135 %r Page 10 of 58 Final 1.000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: TMW-09 19-20' Lab Sample Id: 475142-003 Analytical Method: TPH by Texas 1005 Analyst: ELC Seq Number: 929089 CAS Parameter Number C6-C12 Gasoline Range Hydrocarbons PHC612 C12-C28 Diesel Range Hydrocarbons PHCG1028 C28-C35 Oil Range Hydrocarbons PHCG2835 Total TPH 1005 PHC635 Surrogate o-Terphenyl l-Chlorooctane Matrix: Solid Date Collected: 12.03.13 12.45 % Moist: 15.42 Date Prep: 12.04.13 09.20 Prep seq: 647886 Result MQL <11.5 58.7 <14.2 58.7 <14.2 58.7 <11.5 % Recovery 91 84 6 A.. �tiaw tl4ll Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 1005 Tech: ELC Analysis Dil Factor SDL Units Date Flag 11.5 mgtkg 12.04.1314:48 U 1 14.2 mg(kg 12.04.1314:48 U 1 14.2 mgtkg 12.04.13 14:48 U 1 11.5 mgtkg 12.04.1314:48 U Limits Units 70 - 130 % 70 - 130 % Analysis Date Flag Page 11 of 58 Final 1.000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: TMW-0919-20' Lab Sample Id: 475142-003 Analytical Method: VOAs by SW-846 8260B Analyst: SOP Seq Number: 929098 Matrix: Solid Date Collected: 12.03.13 12.45 % Moist: 15.42 Date Prep: 12.04.13 10.00 Prepseq: 647887 r��Yi� rww Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 5030B Tech: SOP CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag Benzene 71-43 2 <0.00116 0.00580 0.00116 mg/kg 12,04.13 15:22 U 1 Bromobenzene 108-86-I <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I Bromoehloromethane 74-97-5 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I Bromodichloromethane 75-27-4 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I Bromoform 75-25-2 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 Methyl bromide 74-83-9 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 tert-Butylbenzene 98-06-6 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I Sec-Butylbenzene 135-98-8 <0.00116 0.00580 0.00116 mg/kg 12.04,1315:22 U 1 n-Butylbenzene 104-51-8 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 Carbon Tetrachloride 56-23-5 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 Chlorobenzene 108-90-7 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I Chloroethane 75-00-3 <0.00232 0.0116 0.00232 mg/kg 12.04.13 15:22 U 1 Chloroform 67-66-3 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 Methyl Chloride 74-87-3 <0.00232 0.0116 0.00232 mg/kg 12.04.13 15:22 U 1 2-Chlorotoluene 95-49-8 <0.00116 0.00580 0.00116 mg/kg 12.04,13 15:22 U 1 4-Chlorotoluene 106-43-4 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 p-Cymene(p-Isopropyltoluene) 99-87-6 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 1,2-Dibromo-3-Chloropropane 96-12-8 <0.00102 0.00580 0.00102 mg/kg 12.04.13 15:22 U 1 Dibromochloromethane 124-48-1 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 1,2-Dibromoethane 106-93-4 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U l Methylene bromide 74-95-3 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 1,2-Dichlorobenzene 95-50-1 <0.00116 0.00580 0.00116 mg/kg 12.04,1315:22 U 1 1,3-Dichlorobenzene 541-73-1 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I 1,4-Dichlorobenzene 106-46-7 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 Dichlorodifluoromethane 75-71-8 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 1,2-Dichloroethane 107-06-2 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 1,1-Dichloroethane 75-34-3 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 trans-1,2-dichloroethylene 156-60-5 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I cis-1,2-Dichloroethylene 156-59-2 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 1,1-Dichloroethene 75-35-4 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 2 2-Dichloropropane 594-20-7 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I 1,3-Dichloropropane 142-28-9 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 1,2-Dichloropropane 78-87-5 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 trans- l,3-dichloropropene 10061-02-6 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I l.l-Dichloropropene 563-58-6 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 cis-1,3-Dichloropropene 10061-01-5 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I Ethylbenzene 100-41-4 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I Hexachlorobutadiene 87-68-3 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I Isopropylbenzene 98-82-8 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I Methylene Chloride 75-09-2 <0.00695 0.0116 0.00695 mg/kg 12.04.13 15:22 U 1 MTBE 1634-04-4 0.00456 0.00580 0.00116 mg/kg 12.04.13 15:22 1 1 Naphthalene 91-20-3 <0.00232 0.0116 0.00232 mg/kg 12.04.13 15:22 U 1 n-Propylbenzene 103-65-1 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 Page 12 of 58 Final 1.000 1011, A ' • Certificate of Analytical Results rou 475142 W&M Environmental, Plano, TX Sample Id: TMW-09 19-20' Matrix: Solid Sample Depth: Lab Sample Id: 475142-003 Date Collected: 12.03.13 12.45 Date Received: 12.03.13 15.20 Analytical Method: VOAs by SW-846 8260B Prep Method: 5030B Analyst: SOP % Moist: 15.42 Tech: SOP Seq Number: 929098 Date Prep: 12.04.13 10.00 Prep seq: 647887 CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag Styrene 100-42-5 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U l 1. 1. 1,2-Tetrachloroethane 630-20-6 <0.00116 0.00580 0.00116 mg/kg 12.04,1315:22 U I I,1,2,2-Tetrachloroethane 79-34-5 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 Tetrachloroethylene 127-18-4 <0.00232 0.00580 0.00232 mg/kg 12.04.13 15:22 U 1 Toluene 108-88-3 <0.00116 0.00580 0.00116 mg/kg 12.04,13 15:22 U I 1,2,3-Trichlorobenzene 87-61-6 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 UX 1 1,2,4-Trichlorobenzene 120-82-1 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I 1,1,2-Tnchloroethane 79-00-5 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I 1, 1, 1 -Trichloroethane 71-55-6 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 Trichloroethylene 79-01-6 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I Trichlorofluoromethane 75-69-4 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U I 1,23-Tnchloropropane 96-18-4 <0.000210 0.00580 0.000210 mg/kg 12.04.13 15:22 U 1 1,2,4-Trimethylbenzene 95-63-6 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 1,3,5-Trimethylbenzene 108-67-8 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U 1 Vinyl Chloride 75-01-4 <0.000464 0.00232 0.000464 mg/kg 12.04.13 15:22 U I o-Xylene 95-47-6 <0.00116 0.00580 0.00116 mg/kg 12.04.13 15:22 U l m,p-Xylenes 179601-23-1 <0.00232 0.0116 0.00232 mg/kg 12.04.13 15:22 U 1 Surrogate % Recovery Limits Units Analysis Date Flag Dibromofluoromethane 116 65 - 135 % 1,2-Dichloroethane-D4 110 73 - 131 rIc Toluene-138 96 78 - 138 % 4-Bromofluorobenzene 97 81 - 135 % Page 13 of 58 Final 1.000 Sample Id: TMW-10 24-25' Lab Sample Id: 475142-004 Analytical Method: TPH by Texas1005 Analyst: ELC Seq Number: 929089 Parameter C6-C12 Gasoline Range Hydrocarbons C12-C28 Diesel Range Hydrocarbons C28-05 Oil Range Hydrocarbons Total TPH 1005 Surrogate o-Terphenyl 1-Chlorooctane Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Matrix: Solid Date Collected: 12.03.13 13.20 % Moist: 15.77 Date Prep: 12.04.13 09.20 Prep seq: 647886 CAS Number Result MQL PHC612 <11.6 59.2 PHCG1028 <14.3 59.2 PHCG2835 <14.3 59.2 PHC635 <11.6 % Recovery 115 98 A nu Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 1005 Tech: ELC Analysis Factor SDL Units Date FlagDil 11.6 mg/kg 12.04.1315:05 U 1 14.3 mg/kg 12.04.1315:05 U 1 14.3 mg/kg 12.04.13 15:05 U 1 11.6 mg/kg 12.04.1315:05 U Limits Units 70 - 130 % 70 - 130 % Analysis Date Flag Page 14 of 58 Final 1.000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: TMW-10 24-25' Lab Sample Id: 475142-004 Analytical Method: VOAs by SW-846 8260B Analyst: SOP Seq Number: 929098 Matrix: Solid Date Collected: 12.03.13 13.20 % Moist: 15.77 Date Prep: 12.04.13 10.00 Prep seq: 647887 Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 5030B Tech: SOP r�u CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag Benzene 71-43-2 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 Bromobenzene 108-86-1 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 Bromochloromethane 74-97-5 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 Bromodichloromethane 75-27-4 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 Bromoform 75-25-2 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I Methyl bromide 74-83-9 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I tert-Butylbenzene 98-06-6 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 Sec-Butylbenzene 135-98-8 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I n-Butylbenzene 104-51-8 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 Carbon Tetrachloride 56-23-5 <0.001 17 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 Chlorobenzene 108-90-7 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I Chloroethane 75-00-3 <0.00235 0.0117 0.00235 mg/kg 12.04.13 15:37 U 1 Chloroform 67-66-3 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 Methyl Chloride 74-87-3 <0.00235 0.0117 0.00235 mg/kg 12.04.13 15:37 U l 2-Chlorotoluene 95-49-8 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 4-Chlorotoluene 106-434 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 p-Cymene (p-Isopropyltoluene) 99-87-6 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 1,2-Dibromo-3-Chloropropane 96-12-8 <0.00103 0.00587 0.00103 mg/kg 12.04.13 15:37 U I Dibromochloromethane 124-48-1 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I 1,2-Dibromoethane 106-93-4 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 Methylene bromide 74-95-3 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 1,2-Dichlorobenzene 95-50-1 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I 1,3-Dichlorobenzene 541-73-1 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 1,4-Dichlorobenzene 106-46-7 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 Dichloroditluoromethane 75-71-8 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I 1,2-Dtchloroethane 107-06-2 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U l I,1-Dichloroethane 75-34-3 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I trans-1,2-dichloroethylene 156-60-5 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 cis-1.2-Dichloroethylene 156-59-2 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 1,1-Dichloroethene 75-35-4 <0A0117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I 2,2-Dichloropropane 594-20-7 <0.00If7 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 1,3-Dichloropropane 142-28-9 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 1,2-Dichloropropane 78-87-5 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U l trans-1,3-dichloropropene 10061-02-6 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 1,1-Dichloropropene 563-58-6 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I cis-1,3-Dichloropropene 10061-01-5 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I Ethylbenzene 100-41-4 <0.00117 0.00587 0.00117 mg/kg 12.04,1315:37 U 1 Hexachlorobutadiene 87-68-3 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I Isopropylbenzene 98-82-8 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U 1 Methylene Chloride 75-09-2 <0.00704 0.0117 0.00704 mg/kg 12.04.13 15:37 U 1 MTBE 1634-04-4 0.00121 0.00587 0.00117 mg/kg 12.04.13 15:37 1 1 Naphthalene 91-20-3 <0.00235 0,0117 0.00235 mg/kg 12.04.13 15:37 U I n-Propylbenzene 103-65-1 <0.00117 0.00587 0.00117 mg/kg 12.04.13 15:37 U I Page 15 of 58 Final 1.000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: TMW-10 24-25' Matrix: Solid Sample Depth: Lab Sample Id: 475142-004 Date Collected: 12.03.13 13.20 Date Received: 12.03.13 15.20 Analytical Method: VOAs by SW-846 8260B Prep Method: 5030B Analyst: SOP % Moist: 15.77 Tech: SOP Seq Number: 929098 Date Prep: 12.04.13 10.00 Prepseq: 647887 CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag Styrene 100-42-5 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U I 1, 1, 1,2-Tetrachloroethane 630-20-6 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U 1 1,1,2,2-Tetrachloroethane 79-34-5 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U 1 Tetrachloroethylene 127-18-4 <0.00235 0.00587 0.00235 mg/kg 12.04.1315:37 U I Toluene 108-88-3 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U 1 1,2,3-Trichlorobenzene 87-61-6 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U 1 1,2,4-Trichlorobenzene 120-82-1 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U I 1,1,2-Trichloroethane 79-00-5 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U 1 1, 1, 1 -Trichloroethane 71-55-6 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U 1 Trichloroethylene 79-01-6 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U I Trichlorofluoromethane 75-69-4 <0.00117 0.00587 0.00117 mg/kg 12.04.131537 U l 1,2,3-Trichloropropane 96-18-4 <0.000212 0.00587 0.000212 mg/kg 12.04.1315:37 U I 1,2,4-Trimethylbenzene 95-63-6 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U I 1,3,5-Trimethylbenzene 108-67-8 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U I Vinyl Chloride 75-01-4 <0.000469 0.00235 0.000469 mg/kg 12.04.13 15:37 U 1 o-Xylene 95-47-6 <0.00117 0.00587 0.00117 mg/kg 12.04.1315:37 U I m,p-Xylenes 179601-23-1 <0.00235 0.0117 0.00235 mg/kg 12.04.1315:37 U I Surrogate % Recovery Limits Units Analysis Date Flag Dibromofluoromethane 117 65 - 135 17c 1,2-Dichloroethane-D4 113 73 - 131 % Toluene-D8 98 78 - 138 % 4-Bromol7uorobenzene 99 81 - 135 % Page 16 of 58 Final 1.000 Sample Id: TMW-11 24-25' Lab Sample Id: 475142-005 Analytical Method: TPH by Texas1005 Analyst: ELC Seq Number: 929089 Parameter C6-C 12 Gasoline Range Hydrocarbons C12-C28 Diesel Range Hydrocarbons C28-05 Oil Range Hydrocarbons Total TPH 1005 Surrogate o-Terphenyl 1-Chlorooctane Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Matrix: Solid Date Collected: 12.03.13 14.05 % Moist: 15.59 Date Prep: 12.04.13 09.20 Prep seq: 647886 CAS Number Result MQL PHC612 <11.6 59.1 PHCG1028 <14.3 59.1 PHCG2835 <14.3 59.1 PHC635 <11.6 % Recovery 109 96 Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 1005 Tech: ELC Analysis Dil Factor SDL Units Flag 11.6 mgfkg 12.05.13110:14 U 1 14.3 mgfkg 12.05.1310:14 U 1 14.3 mg/kg 12.05.1310:14 U 1 11.6 mgfkg 12.05.1310:14 U Limits Units 70 - 130 % 70 - 130 % Analysis Date Flag Page 17 of 58 Final 1.000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: TMW-1124-25' Lab Sample Id: 475142-005 Analytical Method: VOAs by SW-846 8260B Analyst: SOP Seq Number: 929098 Parameter Benzene Bromobenzene Bromochloromethane B romodichloromethane Bromoform Methyl bromide tert-Butylbenzene Sec-Butylbenzene n-Butylbenzene Carbon Tetrachloride Chlorobenzene Chloroethane Chloroform Methyl Chloride 2-Chlorotoluene 4-Chlorotoluene p-Cymene (p-Isopropyltoluene) 1,2-Dibromo-3-C hloropropane D i bromoc h lorome t h ane 1,2-Dibromoethane Methylene bromide 1,2-Dichlorobenzene 1,3-Dichlorobenzene 1,4-Dichlorobenzene Dichlorodi fl uorome thane 1,2-Dichloroethane 1, 1 -Dichloroethane trans-1,2-dichloroethylene cis-1,2-Dichloroethylene 1,1-Dichloroethene 2,2-Dichloropropane 1,3-Dichloropropane 1.2-Dichloropropane trans-1,3-dichloropropene 1, 1 -Dichloropropene cis-1,3-Dichloropropene Etylbenzene Hexachlorobutadiene Isopropylbenzene Methylene Chloride MTBE Naphthalene n-Propylbenzene CAS Number 71-43-2 108-86-1 74-97-5 75-27-4 75-25-2 74-83-9 98-06-6 135-98-8 104-51-8 56-23-5 108-90-7 75-00-3 67-66-3 74-87-3 95-49-8 106-43-4 99-87-6 96-12-8 124-48-1 106-93-4 74-95-3 95-50-1 541-73-1 106-46-7 75-71-8 107-06-2 75-34-3 156-60-5 156-59-2 75-35-4 594-20-7 142-28-9 78-87-5 10061-02-6 563-58-6 10061-01-5 100-41-4 87-68-3 98-82-8 75-09-2 1634-04-4 91-20-3 103-65-1 Matrix: Solid Date Collected: 12.03.13 14.05 Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 5030B % Moist: 15.59 Tech: SOP Date Prep: 12.04.13 10.00 Prepseq: 647887 Analysis Dil Factor Result MQL SDL Units Date Flag <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00237 0.0118 0.00237 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00237 0.0118 0.00237 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00104 0.00592 0.00104 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U I <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 <0.00711 0.0118 0.00711 mg/kg 12.04.1315:53 U 1 0.116 0.00592 0.00118 mg/kg 12.04.1315:53 1 <0.00237 0.0118 0.00237 mg/kg 12.04.1315:53 U 1 <0.00118 0.00592 0.00118 mg/kg 12.04.1315:53 U 1 Page 18 of 58 Final 1.000 Certificate of Analytical Results P.I I.i 475142 W&M Environmental, Plano, TX Sample Id: TMW-11 24-25' Matrix: Solid Sample Depth: Lab Sample Id: 475142-005 Date Collected: 12.03.13 14.05 Date Received: 12.03.13 15.20 Analytical Method: VOAs by SW-846 8260B Prep Method: 5030B Analyst: SOP % Moist: 15.59 Tech: SOP Seq Number: 929098 Date Prep: 12.04.13 10.00 Prepseq: 647887 CAS Analysis Dil Factor Parameter Number Result IVIQL SDL Units Date Flag Styrene 100-42-5 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U I I,1,1.2-Tetrachloroethane 630-20-6 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U 1 1,1,2,2-Tetrachloroethane 79-34-5 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U I Tetrachloroethylene 127-18-4 <0.00237 0.00592 0.00237 mg/kg 12.04.13 15:53 U 1 Toluene 108-88-3 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U I 1,2,3-Trichlorobenzene 87-61-6 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U 1 1,2,4-Trichlorobenzene 120-82-1 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U 1 1,12-Trichloroethane 79-00-5 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U 1 1, 1, 1 -Trichloroethane 71-55-6 <0.001 18 0.00592 0.00118 mg/kg 12.04.13 15:53 U 1 Triehloroethylene 79-01-6 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U I Triehlorofluoromethane 75-69-4 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U 1 I.2,3-Trichloropropane 96-18-4 <0.000214 0.00592 0.000214 mg/kg 12.04.13 15:53 U I 1,2,4-Trimethylbenzene 95-63-6 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U I 1,3,5-Trimethylbenzene 108-67-8 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U I Vinyl Chloride 75-01-4 <0.000474 0.00237 0.000474 mg/kg 12.04.13 15:53 U I o-Xylene 95-47-6 <0.00118 0.00592 0.00118 mg/kg 12.04.13 15:53 U I m,p-Xylenes 179601-23-1 <0.00237 0.0118 0.00237 mg/kg 12.04.13 15:53 U 1 Surrogate %r Recovery Limits Units Analysis Date Flag Dibromofluoromethane 117 65 - 135 % 1,2-Dichloroethane-D4 Ill 73 - 131 % Toluene-D8 98 78 - 138 %r 4-Bromofluorobenzene 96 81 - 135 % Page 19 of 58 Final 1.000 • Certificate of Analytical Results r�u 475142 W&M Environmental, Plano, TX Sample Id: TMW-07 Matrix: Water Sample Depth: Lab Sample Id: 475142-006 Date Collected: 12.03.13 14.30 Date Received: 12.03.13 15.20 Analytical Method: TPH by Texas 1005 Prep Method: 1005 Analyst: ELC %n Moist: Tech: ELC Seq Number: 929251 Date Prep: 12.05.13 09.05 Prepseq: 648020 CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag C6-C12 Gasoline Range Hydrocarbons PHC612 <0.901 4.60 0.901 mg/L 12.05.13 15:58 U I C12-C28 Diesel Range Hydrocarbons PHCG1028 <0.901 4.60 0.901 mg/L 12.05.13 15:58 U I C28-05 Oil Range Hydrocarbons PHCG2835 <0.901 4.60 0.901 mg/L 12.05.13 15:58 U 1 Total TPH 1005 PHC635 <0.901 0.901 mg/L 12.05.13 15:58 U Surrogate % Recovery Limits Units Analysis Date Flag o-Terphenyl 102 75 - 125 % I-Chlorooctane 94 75 - 125 %n Page 20 of 58 Final 1.000 Certificate of Analytical Results 475142 Sample Id: TMW-07 Lab Sample Id: 475142-006 Analytical Method: VOAs by SW-846 8260B Analyst: SOP Seq Number: 929066 W&M Environmental, Plano, TX Matrix: Water Date Collected: 12.03.13 14.30 r7r Moist: Date Prep: 12.04.13 10.00 Prepseq: 647863 Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 5030B Tech: SOP r�u CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag Benzene 71-43-2 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 Bromobenzene 108-86-1 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 Bromochloromethane 74-97-5 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I Bromodichloromethane 75-27-4 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 Bromoform 75-25-2 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 Methyl bromide 74-83-9 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 n-Butylbenzene 104-51-8 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I Sec-Butylbenzene 135-98-8 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 tert-Butylbenzene 98-06-6 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 Carbon Tetrachloride 56-23-5 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I Chlorobenzene 108-90-7 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U l Chloroethane 75-00-3 <0.00200 0.00500 0.00200 mg/L 12.04.13 13:17 U 1 Chloroform 67-66-3 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I Methyl Chloride 74-87-3 <0.00200 0.00500 0.00200 mg/L 12.04.13 13:17 U I 2-Chlorotoluene 95-49-8 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I 4-Chlorotoluene 106-43-4 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 p-Cymene (p-Isopropyltoluene) 99-87-6 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I Dibromochloromethane 124-48-1 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 1,2-Dibromo-3-Chloropropane 96-12-8 <0.00224 0.00500 0.00224 mg/L 12.04.13 13:17 U I 1,2-Dibromoethane 106-93-4 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I Methylene bromide 74-95-3 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I 1,2-Dichlorobenzene 95-50-1 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 1,3-Dichlorobenzene 541-73-1 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 1,4-Dichlorobenzene 106-46-7 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I Dichloroditluoromethane 75-71-8 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U l 1, 1 -Dichloroethane 75-34-3 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 1,2-Dichloroethane 107-06-2 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 1, 1 -Dichloroethene 75-35-4 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 cis-1,2-Dichloroethylene 156-59-2 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I trans-1,2-dichloroethylene 156-60-5 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 1,2-Dichloropropane 78-87-5 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I 1,3-Dichloropropane 142-28-9 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 2,2-Dichloropropane 594-20-7 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 1, 1 -Dichloropropene 563-58-6 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I cis-1,3-Dichloropropene 10061-01-5 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 trans-1,3-diehloropropene 10061-02-6 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 Ethylbenzene 100-41-4 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 Hexachlorobutadiene 87-68-3 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I Isopropylbenzene 98-82-8 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U 1 Methylene Chloride 75-09-2 <0.00500 0.0100 0.00500 mg/L 12.04.13 13:17 U l MTBE 1634-04-4 0.00115 0.00500 0.00100 mg/L 12.04.13 13:17 1 1 Naphthalene 91-20-3 <0.00200 0.00500 0.00200 mg/L 12.04.13 13:17 U 1 n-Propylbenzene 103-65-1 <0.00100 0.00500 0.00100 mg/L 12.04.13 13:17 U I Page 21 of 58 Final 1.000 XENCO Laboratories Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: TMW-07 Lab Sample Id: 475142-006 Analytical Method: VOAs by SW-846 8260B Analyst: SOP Seq Number: 929066 Parameter Styrene 1, 1, 1,2-Tetrachloroethane 1,1,2,2-Tetrachloroethane Tetrachloroethylene Toluene 1,2,3-Tric hlorobe nzene 1,2,4-Trichlorobenzene 1, 1, 1 -Trichloroethane 1,1,2-Trichloroethane Trichloroethylene Trichlorofluoromethane 1,2,3-Trichloropropane 1,2,4-Trimethylbenzene 1,3,5-Trimethylbenzene o-Xylene m,p-Xylenes Vinyl Chloride CAS Number 100-42-5 630-20-6 79-34-5 127-18-4 108-88-3 87-61-6 120-82-1 71-55-6 79-00-5 79-01-6 75-69-4 96-18-4 95-63-6 108-67-8 95-47-6 179601-23-1 75-01-4 Matrix: Water Date Collected: 12.03.13 14.30 % Moist: Date Prep: 12.04.13 10.00 Prepseq: 647863 Result MQL <0.00100 0.00500 <0.00100 0.00500 <0.00100 0.00500 <0.00200 0.00500 <0.00100 0.00500 <0.00100 0.00500 <O.00l00 0.00500 <0.00100 0.00500 <0.00100 0.00500 <0.00100 0.00500 <0.00100 0.00500 <0.000822 0.00500 <0.00100 0.00500 <0.00100 0.00500 <0.00100 0.00500 <0.00200 0.0100 <0.000400 0.00200 SDL 0.00100 0.00100 0.00100 0.00200 0.00100 0.00100 0.00100 0.00100 0.00100 0.00100 0.00100 0.000822 0.00100 0.00100 0.00100 0.00200 0.000400 ntw Sample Depth: Date Received: 12.03.13 15.20 Prep Method: 5030B Tech: SOP Analysis Dil Factor Units Date Flag mg/L 12.04.13 13:17 U I mg/L 12.04.13 13:17 U I mg/L 12.04.13 13:17 U 1 mg/L 12.04.13 13:17 U 1 mg/L 12.04.13 13:17 U 1 mg/L 12.04.13 13:17 U l mg/L 12.04.13 13:17 U I mg/L 12.04.13 13:17 U t mg/L 12.04.13 13:17 U l mg/L 12.04.13 13:17 U l mg/L 12.04.13 13:17 U l mg/L 12.04.13 13:17 U 1 mg/L 12.04.13 13:17 U 1 mg/L 12.04.13 13:17 U I mg/L 12.04.13 13:17 U 1 mg/L 12.04.13 13:17 U 1 mg/L 12.04.13 13:17 U I Surrogate % Recovery Limits Units Analysis Date Flag Dibromofluoromethane 112 61 - 132 % 1,2-Dichloroethane-D4 110 76 - 118 %r Toluene-D8 99 74 - 130 % 4-Bromofluorobenzene 96 76 - 126 % Page 22 of 58 Final 1.000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: 647863-1-BLK Lab Sample Id: 647863-1-BLK Analytical Method: VOAs by SW-846 8260B Analyst: SOP Seq Number: 929066 Matrix: Water Date Collected: %r Moist: Date Prep: 12.04.13 10.00 Prep seq: 647863 Sample Depth: Date Received: Prep Method: 5030B Tech: SOP L"4 CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag Benzene 71-43-2 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 Bromobenzene 108-86-1 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I Bromochloromethane 74-97-5 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I Bromodichloromethane 75-27-4 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I Bromoform 75-25-2 <0.00100 0.00500 0.00100 mg/L 12,04.13 12:29 U I Methyl bromide 74-83-9 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 n-Butylbenzene 104-51-8 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 See-Butylbenzene 135-98-8 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 tert-Butylbenzene 98-06-6 <0.00100 0,00500 0.00100 mg/L 12,04.13 12:29 U 1 Carbon Tetrachloride 56-23-5 <0.00100 0,00500 0.00100 mg/L 12.04.13 12:29 U I Chlorobenzene 108-90-7 <0.00100 0.00500 0.00100 mg/L 12,04.13 12:29 U l Chloroethane 75-00-3 <0.00200 0.00500 0.00200 mg/L 12.04.13 12:29 U I Chloroform 67-66-3 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 Methyl Chloride 74-87-3 <0.00200 0.00500 0.00200 mg/L 12.04.13 12:29 U I 2-Chlorotoluene 95-49-8 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I 4-Chlorotoluene 106-43-4 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 p-Cymene (p-Isopropyltoluene) 99-87-6 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 Dibromochloromethane 124-48-1 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I 1,2-Dibromo-3-Chloropropane 96-12-8 <0.00224 0.00500 0.00224 mg/L 12.04.13 12:29 U 1 1,2-Dibromoethane 106-93-4 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 Methylene bromide 74-95-3 <0.00100 0.00500 0.00100 mg/L 12,04.13 12:29 U 1 1,2-Dichlorobenzene 95-50-1 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 1,3-Dichlorobenzene 541-73-1 <0.00100 0.00500 0.00100 mg/L. 12.04.13 12:29 U 1 1,4-Dichlorobenzene 106-46-7 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I Diehlorodifluoromethane 75-71-8 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 1, 1 -Dichloroethane 75-34-3 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 1,2-Dichloroethane 107-06-2 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 1, 1 -Dichloroethene 75-35-4 <0.00100 0.00500 0.00100 mg/L 12,04.13 12:29 U l cis-1,2-Dichloroethylene 156-59-2 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I trans-12-dichloroethylene 156-60-5 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 1.2-Dichloropropane 78-87-5 <0.00100 0.00500 0.00100 mg/L 12.04,1312:29 U 1 1,3-Dichloropropane 142-28-9 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I 2,2-Dichloropropane 594-20-7 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I ],I-Dichloropropene 563-58-6 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U 1 cis-1,3-Dichloropropene 10061-01-5 <0.00100 0.00500 0.00100 mg/L 12,04.13 12:29 U 1 trans-1,3-dichloropropene 10061-02-6 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I Ethylbenzene 100-41-4 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I Hexachlorobutadiene 87-68-3 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I Isopropylbenzene 98-82-8 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I Methylene Chloride 75-09-2 <0.00500 0.0100 0.00500 mg/L 12.04.13 12:29 U 1 MTBE 1634-04-4 <0.00100 0.00500 0.00100 mg/L 12.04.13 12:29 U I Naphthalene 91-20-3 <0.00200 0.00500 0.00200 mg/L 12.04.13 12:29 U I n-Propylbenzene 103-65-1 <0.00100 0.00500 0,00100 mg/L 12,04.13 12:29 U I Page 23 of 58 Final 1.000 • Certificate of Analytical Results mu 475142 W&M Environmental, Plano, TX Sample Id: 647863-1-BLK Matrix: Water Sample Depth: Lab Sample Id: 647863-1-BLK Date Collected: Date Received: Analytical Method: VOAs by SW-846 8260B Prep Method: 5030B Analyst: SOP % Moist: Tech: SOP Seq Number: 929066 Date Prep: 12.04.13 10.00 Prepseq: 647863 CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag Styrene 100-42-5 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U I 1, 1, 1,2-Tetrachloroethane 630-20-6 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U 1 1,1,2.2-Tetrachloroethane 79-34-5 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U 1 Tetrachloroethylene 127-18-4 <0.00200 0.00500 0.00200 mg/L 12.04.1312:29 U l Toluene 108-88-3 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U I 1,2,3-Trichlorobenzene 87-61-6 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U 1 1,2,4-Trichlorobenzene 120-82-1 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U 1 I,I,1-Trichloroethane 71-55-6 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U I 1,1,2-Trichloroethane 79-00-5 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U 1 Trichloroethylene 79-01-6 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U 1 Trichlorofluoromethane 75-69-4 <0.00100 0.00500 0.00100 mg/L 12.04.131229 U 1 1,2,3-Trichloropropane 96-18-4 <0.000822 0.00500 0.000822 mg/L 12.04.1312:29 U 1 1,2,4-Trimethylbenzene 95-63-6 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U 1 1,3,5-Trimethylbenzene 108-67-8 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U 1 o-Xylene 95-47-6 <0.00100 0.00500 0.00100 mg/L 12.04.1312:29 U l m,p-Xylenes 179601-23-1 <0.00200 0.0100 0.00200 mg/L 12.04.1312:29 U I Vinyl Chloride 75-014 <0.000400 0.00200 0.000400 mg/L 12.04.13 12:29 U 1 Surrogate % Recovery Limits Units Analysis Date Flag Dibromofluoromethane 110 61 - 132 % 1.2-Dichloroethane-D4 110 76 - 1 l8 % Toluene-D8 96 74 - 130 % 4-Bromofluorobenzene 96 76 - 126 % Page 24 of 58 Final 1.000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX J° rcc+e� r ��e.n91JLs� Sample Id: 647886-1-BLK Matrix: Solid Sample Depth: Lab Sample Id: 647886-1-BLK Date Collected: Date Received: Analytical Method: TPH by Texas 1005 Prep Method: 1005 Analyst: ELC % Moist: Tech: ELC Seq Number: 929089 Date Prep: 12.04.13 09.20 Prep seq: 647886 CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag C6-C12 Gasoline Range Hydrocarbons PHC612 <9.79 50.0 9.79 mg/kg 12.04.13 09:38 U 1 C12-C28 Diesel Range Hydrocarbons PHCG1028 <12.1 50.0 12.1 mg/kg 12.04.13 09:38 U 1 C28-C35 Oil Range Hydrocarbons PHCG2835 <12.1 50.0 12.1 mg/kg 12.04.13 09:38 U I Surrogate % Recovery Limits Units Analysis Date Flag o-Terphenyl 102 70 - 130 % 1-Chlorooctane 96 70 - 130 % Page 25 of 58 Final 1.000 Certificate of Analytical Results 475142 W &M Environmental, Plano, TX Sample Id: 647887-1-BLK Lab Sample Id: 647887-1-BLK Analytical Method: VOAs by SW-846 8260B Analyst: SOP Seq Number: 929098 Parameter Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Methyl bromide tert-Butylbenzene Sec-Butylbenzene n-Butylbenzene Carbon Tetrachloride Chlorobenzene Chloroethane Chloroform Methyl Chloride 2-Chlorotoluene 4-Chlorotoluene p-Cymene (p-Isopropyltoluene) 1,2-Dibromo-3-Chloropropane Dibromochloromethane 1,2-Dibromoethane Methylene bromide 1,2-Dichlorobenzene 1,3-Dichlorobenzene 1,4-Dichlorobenzene Dic h lorodifluoromethane 1,2-Dichloroethane 1, 1 -Dichloroethane trans-1,2-dichloroethylene cis-1,2-Dichloroethylene l,l-Dichloroethene 2,2-Dichloropropane 1,3-Dichloropropane 1,2-Dichloropropane trans-1,3-dichloropropene 1, 1 -Dichloropropene cis-1.3-Dichloropropene Etylbenzene Hexachlorobutadiene Isopropylbenzene Methylene Chloride MTBE Naphthalene n-Propylbenzene CAS Number 71-43-2 108-86-1 74-97-5 75-27-4 75-25-2 74-83-9 98-06-6 135-98-8 104-51-8 56-23-5 108-90-7 75-00-3 67-66-3 74-87-3 95-49-8 106-43-4 99-87-6 96-12-8 124-48-1 106-93-4 74-95-3 95-50-1 541-73-1 106-46-7 75-71-8 107-06-2 75-34-3 156-60-5 156-59-2 75-35-4 594-20-7 142-28-9 78-87-5 10061-02-6 563-58-6 10061-01-5 100-41-4 87-68-3 98-82-8 75-09-2 1634-04-4 9l 20-3 103-65-1 Matrix: Solid Date Collected: % Moist: Date Prep: 12.04.13 10.00 Prepseq: 647887 Result MQL SDL <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00200 0.0100 0.00200 <0.00100 0.00500 0.00100 <0.00200 0.0100 0.00200 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.000877 0,00500 0.000877 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0,00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0,00500 0.00100 <0.00100 0,00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00100 0.00500 0.00100 <0.00600 0.0100 0.00600 <0.00100 0.00500 0.00100 <0.00200 0.0100 0.00200 <0.00t00 0.00500 0.00100 Sample Depth: Date Received: Prep Method: 5030B Tech: SOP Analysis Units Date mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.0-4.1312:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12,04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12,04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.13 12:29 mg/kg 12.04.1312:29 mg/kg 12.04.13 12:29 mg/kg 12,04.13 12:29 A TV--- 111. Dil Factor Flag U 1 U I U I U I U 1 U I U I U 1 U 1 U I U 1 U 1 U 1 U I U 1 U I U I U l U l U 1 U 1 U 1 U 1 U I U I U I U l U l U 1 U l U 1 U 1 U 1 U 1 U 1 U 1 U I U 1 U I U I U l U l U I Page 26 of 58 Final 1.000 • Certificate of Analytical Results rou 475142 W&M Environmental, Plano, TX Sample Id: 647887-1-BLK Matrix: Solid Sample Depth: Lab Sample Id: 647887-1-BLK Date Collected: Date Received: Analytical Method: VOAs by SW-846 8260B Prep Method: 5030B Analyst: SOP % Moist: Tech: SOP Seq Number: 929098 Date Prep: 12.04.13 10.00 Prepseq: 647887 CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag Styrene 100-42-5 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U 1 1, 1, 1,2-Tetrachloroethane 630-20-6 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U I 1,1,2,2-Tetrachloroethane 79-34-5 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U 1 Tetrachloroethylene 127-18-4 <0.00200 0.00500 0.00200 mg/kg 12.04.13 12:29 U 1 Toluene 108-88-3 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U 1 1,2,3-Trichlorobenzene 87-61-6 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U 1 1,2,4-Trichlorobenzene 120-82-1 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U 1 1,1,2-Trichloroethane 79-00-5 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U 1 1, 1, 1 -Trichloroethane 71-55-6 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U 1 Trichloroethylene 79-01-6 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U I Trichlorofluoromethane 75-69-4 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U I 1,2,3-Trichloropropane 96-18-4 <0.000181 0.00500 0.000181 mg/kg 12.04.13 12:29 U I 1,2,4-Trimethylbenzene 95-63-6 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U I 1,3,5-Trimethylbenzene 108-67-8 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U 1 Vinyl Chloride 75-01-4 <0.000400 0.00200 0.000400 mg/kg 12.04.13 12:29 U 1 o-Xylene 95-47-6 <0.00100 0.00500 0.00100 mg/kg 12.04.13 12:29 U I m,p-Xylenes 179601-23-1 <0.00200 0.0100 0.00200 mg/kg 12.04.13 12:29 U I Surrogate %r Recovery Limits Units Analysis Date Flag Dibromofluoromethane 110 65 - 135 % 1,2-Dichloroethane-D4 110 73 - 131 % Toluene-138 96 78 - 138 % 4-Bromofluorobenzene 96 81 - 135 %c Page 27 of 58 Final 1.000 Certificate of Analytical Results 475142 W&M Environmental, Plano, TX Sample Id: 648020-1-BLK Matrix: Water Sample Depth: Lab Sample Id: 648020-1-BLK Date Collected: Date Received: Analytical Method: TPH by Texas1005 Prep Method: 1005 Analyst: ELC % Moist: Tech: ELC Seq Number: 929251 Date Prep: 12.05.13 09.05 Prepseq: 648020 CAS Analysis Dil Factor Parameter Number Result MQL SDL Units Date Flag C6-C 12 Gasoline Range Hydrocarbons PHC612 <0.980 5.00 0.980 mg/L 12.05.13 09:52 U 1 C12-C28 Diesel Range Hydrocarbons PHCG1028 <0.980 5.00 0.980 mg/L 12.05.13 09:52 U 1 C28-C35 Oil Range Hydrocarbons PHCG2835 <0.980 5.00 0.980 mg/L 12.05.13 09:52 U l Surrogate % Recovery Limits Units Analysis Date Flag o-Terphenyl 108 75-125 % 1-Chlorooctane 96 75 - 125 17c Page 28 of 58 Final 1.000 XENCO Laboratories CHRONOLOGY OF HOLDING TIMES Analytical Method: Percent Moisture Client: W&M Environmental Work Order #: 475142 Project ID: --- Max Time Field Sample ID Date Date Date Holding Held Date Collected Received Extracted Time Extracte Analyzed Extracted d (Days) (Days TMW-09 19 20' Dec. 3, 2013 Dec. 3, 2013 Dec.4, 2013 TMW-08 4-5' Dec. 3, 2013 Dec. 3, 2013 Dec.4, 2013 TMW-11 24-25' Dec. 3, 2013 Dec. 3, 2013 Dec.4, 2013 TMW-07 4' Dec. 3, 2013 Dec. 3, 2013 Dec.4, 2013 TMW-10 24-25' Dec. 3, 2013 Dec. 3, 2013 Dec.4, 2013 Max Time Holding Held Time Analyzed Q Analyzed (Days) 1 Days) 45 1 P 45 1 P 45 1 P 45 1 P 45 1 P Page 29 of 58 Final 1.000 XENCO Laboratories CHRONOLOGY OF HOLDING TIMES Analytical Method: VOAs by SW-846 8260B Work Order #: 475142 Field Sample ID TM W-10 24-25' TM W-09 19-20' TM W-11 24-25' TM W-07 4' TM W-08 4-5' TM W-07 Date Date Collected Received Dec. 3, 2013 Dec. 3, 2013 Dec. 3, 2013 Dec. 3, 2013 Dec. 3, 2013 Dec. 3, 2013 Dec. 3, 2013 Dec. 3, 2013 Dec. 3, 2013 Dec. 3, 2013 Dec. 3, 2013 Dec. 3, 2013 Client: W&M Environmental Project ID: --- Max Time Date Holding Held Date Extracted Time Extracte Analyzed Extracted d (Days) (Days Dec.4, 2013 Dec.4, 2013 Dec.4, 2013 Dec.4, 2013 Dec.4, 2013 Dec.4, 2013 is Max ' Time Holding Held Time Analyzed Q Analyzed (Days) (Days) 14 1 P 14 1 P 14 1 P 14 1 P 14 1 P 14 1 P Page 30 of 58 Final 1.000 XENCO Laboratories CHRONOLOGY OF HOLDING TIMES Analytical Method: TPH by Texas] 005 Client: W&M Environmental Work Order #: 475142 Project ID: --- Max Time Max Time Field Sample ID Date Date Date Holding Held Date Holding Held Collected Received Extracted Time Extracte Analyzed Time Analyzed Q Extracted d Analyzed (Days) (Days) (Days (Days) TMW-07 4' Dec. 3, 2013 Dec. 3, 2013 Dec. 4, 2013 14 1 Dec.4, 2013 14 0 P TMw-t l 24-25' Dec. 3, 2013 Dec. 3, 2013 Dec. 4, 2013 14 1 Dec.5, 2013 14 1 P TMW-07 Dec. 3, 2013 Dec. 3, 2013 Dec. 5, 2013 14 2 Dec.5, 2013 14 0 P TMw-t02-4-25' Dec. 3, 2013 Dec. 3, 2013 Dec. 4, 2013 14 1 Dec.4, 2013 14 0 P TMW-09 19-20' Dec. 3, 2013 Dec. 3, 2013 Dec. 4, 2013 14 1 Dec.4, 2013 14 0 P TMW-08 4-5' Dec. 3, 2013 Dec. 3, 2013 Dec. 4, 2013 14 1 Dec.4, 2013 14 0 P F = These samples were analyzed outside the recommended holding time. P = Samples analyzed within the recommended holding time. Page 31 of 58 Final 1.000 XGNco Laboratories Flagging Criteria X In our quality control review of the data a QC deficiency was observed and flagged as noted. MS/MSD recoveries were found to be outside of the laboratory control limits due to possible matrix /chemical interference, or a concentration of target analyte high enough to affect the recovery of the spike concentration. This condition could also affect the relative percent difference in the MS/MSD. B A target analyte or common laboratory contaminant was identified in the method blank. Its presence indicates possible field or laboratory contamination. D The sample(s) were diluted due to targets detected over the highest point of the calibration curve, or due to matrix interference. Dilution factors are included in the final results. The result is from a diluted sample. E The data exceeds the upper calibration limit therefore, the concentration is reported as estimated. F RPD exceeded lab control limits. J The target analyte was positively identified below the quantitation limit and above the detection limit. U Analyte was not detected. L The LCS data for this analytical batch was reported below the laboratory control limits for this analyte. The department supervisor and QA Director reviewed data. The samples were either reanalyzed or flagged as estimated concentrations. H The LCS data for this analytical batch was reported above the laboratory control limits. Supporting QC Data were reviewed by the Department Supervisor and QA Director. Data were determined to be valid for reporting. K Sample analyzed outside of recommended hold time. JN A combination of the "N" and the "J" qualifier. The analysis indicates that the analyte is "tentatively identified" and the associated numerical value may not be consistent with the amount actually present in the environmental sample. ** Surrogate recovered outside laboratory control limit. BRL Below Reporting Limit. RL Reporting Limit MDL Method Detection Limit SDL Sample Detection Limit LOD limit of Detection PQL Practical Quantitation Limit MQL Method Quantitation Limit LOQ Limit of Quantitation DL Method Detection Limit NC Non -Calculable + NELAC certification not offered for this compound. * (Next to analyte name or method description) = Outside XENCO's scope of NELAC accreditation Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Certified and approved by numerous States and Agencies. A Small Business and Minority Status Company that delivers SERVICE and QUALITY Houston - Dallas - San Antonio - Atlanta - Midland/Odessa - Tampa/Lakeland - Phoenix - Latin America 4143 Greenbriar Dr, Stafford, TX 77477 9701 Harry Hines Blvd , Dallas, TX 75220 5332 Blackberry Drive, San Antonio TX 78238 2505 North Falkenburg Rd. Tampa, FL 33619 12600 West 1-20 East, Odessa. TX 79765 6017 Financial Drive, Norcross, GA 30071 3725 E. Atlanta Ave. Phoenix, AZ 85040 Phone Fax (281)240-4200 (281)240-4280 (214)902 0300 (214)351-9139 (210)509-3334 (210)509-3335 (813)620-2000 (813)620-2033 (432)563-1800 (432)563-1713 (770)449-8800 (770)449-5477 (602)437-0330 Page 32 of 58 Final 1.000 Analytical Log Analytical Method Project Name: Client Name: Percent Moisture W&M Environmental Client Sample Id TMW-07 4' TMW-08 4-5' TMW-09 19-20' TMW-10 24-25' TMW-11 24-25' Batch #: 929047 Project ID: --- WO Number: 475142 Lab Sample Id QC Types 475142-001 SMP 475142-002 SMP 475142-003 SMP 475142-004 SMP 475142-005 SMP 475068-001 D MD 475073-006 D MD 929047-1-BLK BLK Page 33 of 58 Final 1.000 Analytical Log Analytical Method: VOAs by SW-846 8260B Project Name: --- Client Name: W&M Environmental Client Sample Id TMW-07 Batch #: 929066 Project ID: --- WO Number: 475142 Lab Sample Id QC Types 475142-006 SNIP 475068-006 S MS 475068-006 SD MSD 647863-1-B KS B KS 647863-1-BLK BLK Page 34 of 58 Final 1.000 Analytical Log Analytical Method: TPH by Texas 1005 Project Name: --- Client Name: W&M Environmental Client Sample Id TMW-07 4' TMW-08 4-5' TMW-09 19-20' TMW -10 24-25' TMW -11 24-25' Batch #: 929089 Project ID: --- WO Number: 475142 Lab Sample Id QC Types 475142-001 SMP 475142-002 SMP 475142-003 SMP 475142-004 SMP 475142-005 SMP 475142-005 S MS 475142-005 SD MSD 647886-1-BKS BKS 647886-1-BLK BLK Page 35 of 58 Final 1.000 Analytical Log Analytical Method: VOAs by SW-846 8260B Project Name: --- Client Name: W&M Environmental Client Sample Id TMW-07 4' TMW-08 4-5' TMW-09 19-20' TMW-10 24-25' TMW-11 24-25' Batch #: 929098 Project ID: --- WO Number: 475142 Lab Sample Id QC Types 475142-001 SMP 475142-002 SMP 475142-003 SMP 475142-004 SMP 475142-005 SMP 475142-003 S MS 475142-003 SD MSD 647887-1-BKS BKS 647887-1-BLK BLK Page 36 of 58 Final 1.000 Analytical Log Analytical Method: TPH by Texas 1005 Project Name: --- Client Name: W&M Environmental Client Sample Id TMW-07 Batch #: 929251 Project ID: --- WO Number: 475142 Lab Sample Id QC Types 475142-006 SMP 475147-001 S MS 648020-1-B KS BKS 648020-1-BLK BLK 648020-1-BSD BSD Page 37 of 58 Final 1.000 ' • l Form 2 - Surrogate Recoveries Project Name: --- Work Orders: 475142, Project ID: --- Lab Batch #: 929089 Sample: 647886-1-BLK / BLK Batch: 1 Matrix: Solid Units: mg/kg Date Analyzed: 12/04/13 09:38 SURROGATE RECOVERY STUDY TPH by Texas1005 Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] o-Terphenyl 51.2 50.0 102 70-130 1-Chlorooctane 96.1 99.9 96 70-130 Lab Batch #: 929089 Sample: 647886-1-BKS / BKS Batch: 1 Matrix: Solid Units: mg/kg Date Analyzed: 12/04/13 09:56 SURROGATE RECOVERY STUDY TPH by Texas1005 Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] o-Terphenyl 51.5 49.7 104 70-130 1-Chlorooctane 108 99.3 109 70-130 Lab Batch #: 929089 Sample: 475142-005 S / MS Batch: 1 Matrix: Solid Units: mg/kg Date Analyzed: 12/04/13 13:36 SURROGATE RECOVERY STUDY TPH by Texas1005 Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] o-Terphenyl 48.6 50.0 97 70-130 1-Chlorooctane 89.5 100 90 70-130 Lab Batch #: 929089 Sample: 475142-005 SD / MSD Batch: 1 Matrix: Solid Units: mg/kg Date Analyzed: 12/04/13 13:54 SURROGATE RECOVERY STUDY TPH by Texas1005 Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] o-Terphenyl 52.1 49.9 104 70-130 1-Chlorooctane 90.9 99.7 91 I 70-130 Lab Batch #: 929251 Sample: 648020-1-BLK / BLK Batch: 1 Matrix: Water Units: mg/L Date Analyzed: 12/05/13 09:52 SURROGATE RECOVERY STUDY TPH by Texas1005 Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] o-Terphenyl 5.39 5.00 108 75-125 1-Chlorooctane 9.62 10.0 96 75-125 * Surrogate outside of Laboratory QC limits ** Surrogates outside limits; data and surrogates confirmed by reanalysis *** Poor recoveries due to dilution Surrogate Recovery [D] = 100 * A / B All results are based on MDL and validated for QC purposes. Page 38 of 58 Final 1.000 Form 2 - Surrogate Recoveries Project Name: --- Work Orders: 475142, Project ID: --- Lab Batch #: 929251 Sample: 648020-1-BKS / BKS Batch: 1 Matrix: Water Units: mg/L Date Analyzed: 12/05/13 10:32 SURROGATE RECOVERY STUDY TPH by Texas1005 Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] o-Terphenyl 5.18 5.00 104 75-125 1-Chlorooctane 8.61 10.0 86 75-125 Lab Batch #: 929251 Sample: 648020-1-BSD / BSD Batch: 1 Matrix: Water Units: mg/L Date Analyzed: 12/05/13 10:55 SURROGATE RECOVERY STUDY TPH by Texas1005 Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] o-Terphenyl 4.62 5.00 92 75-125 1-Chlorooctane 7.74 10.0 77 75-125 Lab Batch #: 929251 Sample: 475147-001 S / MS Batch: 1 Matrix: Water Units: mg/L Date Analyzed: 12/05/13 13:48 SURROGATE RECOVERY STUDY TPH by Texas1005 Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] o-Terphenyl 5.80 4.34 134 75-125 ** 1-Chlorooctane 9.52 8.68 110 75-125 Lab Batch #: 929066 Sample: 647863-1-BKS / BKS Batch: 1 Matrix: Water Units: mg/L Date Analyzed: 12/04/13 11:27 SURROGATE RECOVERY STUDY VOAs by SW-846 8260E Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] Dibromofluoromethane 0.0505 0.0500 101 61-132 1,2-Dichloroethane-D4 0.0493 0.0500 99 76-118 Toluene-D8 0.0503 0.0500 101 74-130 4-Bromofluorobenzene 0.0518 0.0500 104 76-126 * Surrogate outside of Laboratory QC limits ** Surrogates outside limits; data and surrogates confirmed by reanalysis *** Poor recoveries due to dilution Surrogate Recovery [D] = 100 * A / B All results are based on MDL and validated for QC purposes. Page 39 of 58 Final 1.000 • Form 2 - Surrogate Recoveries Project Name: --- Work Orders: 475142, Project ID: --- Lab Batch #: 929066 Sample: 647863-1-BLK / BLK Batch: 1 Matrix: Water Units: mg/L Date Analyzed: 12/04/13 12:29 SURROGATE RECOVERY STUDY VOAs by SW-846 8260B Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] Dibromofluoromethane 0.0552 0.0500 110 61-132 1,2-Dichloroethane-D4 0.0550 0.0500 110 76-118 Toluene-D8 0.0481 0.0500 96 74-130 4-Bromofluorobenzene 0.0480 0.0500 96 76-126 Lab Batch #: 929066 Sample: 475068-006 S / MS Batch: 1 Matrix: Water Units: mg/L Date Analyzed: 12/04/13 16:55 SURROGATE RECOVERY STUDY" VOAs by SW-846 8260B Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] Dibromofluoromethane 0.0557 0.0500 ill 61-132 1,2-Dichloroethane-D4 0.0584 0.0500 117 76-118 Toluene-D8 0.0497 0.0500 99 74-130 4-Bromofluorobenzene 0.0485 0.0500 97 76-126 Lab Batch #: 929066 Sample: 475068-006 SD / MSD Batch: 1 Matrix: Water Units: mg/L Date Analyzed: 12/04/13 17:11 SURROGATE RECOVERY STUDY VOAs by SW-846 8260B Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] Dibromofluoromethane 0.0559 0.0500 112 61-132 1,2-Dichloroethane-D4 0.0549 0.0500 110 76-118 Toluene-D8 0.0476 0.0500 95 74-130 4-Bromofluorobenzene 0.0520 0.0500 104 76-126 Lab Batch #: 929098 Sample: 647887-1-BKS / BKS Batch: 1 Matrix: Solid Units: mg/kg Date Analyzed: 12/04/13 11:12 SURROGATE RECOVERY STUDY VOAs by SW-846 8260B Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] Dibromofluoromethane 0.0519 0.0500 104 65-135 1,2-Dichloroethane-D4 0.0534 0.0500 107 73-131 Toluene-D8 0.0497 0.0500 99 78-138 4-Bromofluorobenzene 0.0503 0.0500 101 81-135 * Surrogate outside of Laboratory QC limits ** Surrogates outside limits; data and surrogates confirmed by reanalysis *** Poor recoveries due to dilution Surrogate Recovery [D] = 100 * A / B All results are based on MDL and validated for QC purposes. Page 40 of 58 Final 1.000 Form 2 - Surrogate Recoveries Project Name: --- Work Orders: 475142, Project ID: --- Lab Batch #: 929098 Sample: 647887-1-BLK / BLK Batch: 1 Matrix: Solid Units: mg/kg Date Analyzed: 12/04/13 12:29 SURROGATE RECOVERY STUDY VOAs by SW-846 8260B Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] Dibromofluoromethane 0.0552 0.0500 110 65-135 1,2-Dichloroethane-D4 0.0550 0.0500 110 73-131 Toluene-D8 0.0481 0.0500 96 78-138 4-Bromofluorobenzene 0.0480 0.0500 96 81-135 Lab Batch #: 929098 Sample: 475142-003 S / MS Batch: 1 Matrix: Solid Units: mg/kg Date Analyzed: 12/04/13 17:27 SURROGATE RECOVERY STUDY VOAs by SW-846 8260B Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] Dibromofluoromethane 0.0572 0.0500 114 65-135 1,2-Dichloroethane-D4 0.0557 0.0500 111 73-131 Toluene-D8 0.0481 0.0500 96 78-138 4-Bromofluorobenzene 0.0520 0.0500 104 81-135 Lab Batch #: 929098 Sample: 475142-003 SD / MSD Batch: 1 Matrix: Solid Units: mg/kg Date Analyzed: 12/04/13 17:43 SURROGATE RECOVERY STUDY VOAs by SW-846 8260B Amount True Control Found Amount Recovery Limits Flags [A] [B] %R %R Analytes [D] Dibromofluoromethane 0.0565 0.0500 113 65-135 1,2-Dichloroethane-D4 0.0535 0.0500 107 73-131 Toluene-D8 0.0470 0.0500 94 78-138 4-Bromofluorobenzene 0.0505 0.0500 101 81-135 * Surrogate outside of Laboratory QC limits ** Surrogates outside limits; data and surrogates confirmed by reanalysis *** Poor recoveries due to dilution Surrogate Recovery [D] = 100 * A / B All results are based on MDL and validated for QC purposes. Page 41 of 58 Final 1.000 Blank Spike Recovery 00 Project Name: --- Work Order #: 475142 Lab Batch #: 929089 Date Analyzed: 12/04/2013 Reporting Units: mg/kg TPH by TexasI005 Analytes C6-C12 Gasoline Range Hydrocarbons C12-C28 Diesel Range Hydrocarbons Blank Spike Recovery [D] = 100*[C]/[B] All results are based on MDL and validated for QC purposes. BRL - Below Reporting Limit Project ID: Sample: 647886-1-BKS Matrix: Solid Date Prepared: 12/04/2013 Analyst: ELC Batch #: 1 BLANK BLANK SPIKE RECOVERY STUDY Blank Spike Blank Blank Control Result Added Spike Spike Limits Flags [A] [B] Result %R %R [C] [D] <9.73 993 959 97 <12.0 993 867 87 75-125 75-125 Page 42 of 58 Final 1.000 Blank Spike Recovery vp Project Name: --- Work Order #: 475142 Project ID• --- Lab Batch #: 929066 Sample: 647863-1-BKS Matrix: Water Date Analyzed: 12/04/2013 Date Prepared: 12/04/2013 Analyst: SOP Reporting Units: mg/L Batch #: 1 BLANK BLANK SPIKE RECOVERY STUDY VOAs by SW-846 8260B Blank Spike Blank Blank Control Result Added Spike Spike Limits Flags [A] [B] Result %R %R Analytes [C] [D] Benzene <0.00100 0.0500 0.0513 103 85-113 Bromobenzene <0.00100 0.0500 0.0504 101 87-114 Bromochloromethane <0.00100 0.0500 0.0483 97 79-114 Bromodichloromethane <0.00100 0.0500 0.0519 104 85-115 Bromoform <0.00100 0.0500 0.0525 105 81-124 Methyl bromide <0.00100 0.0500 0.0443 89 44-156 n-Butylbenzene <0.00100 0.0500 0.0583 117 91-123 Sec-Butylbenzene <0.00100 0.0500 0.0555 111 75-125 tert-Butylbenzene <0.00100 0.0500 0.0565 113 92-119 Carbon Tetrachloride <0.00100 0.0500 0.0538 108 85-121 Chlorobenzene <0.00100 0.0500 0.0497 99 91-118 Chloroethane <0.00200 0.0500 0.0490 98 61-133 Chloroform <0.00100 0.0500 0.0511 102 84-111 Methyl Chloride <0.00200 0.0500 0.0588 118 69-122 2-Chlorotoluene <0.00100 0.0500 0.0543 109 88-115 4-Chlorotoluene <0.00100 0.0500 0.0535 107 89-115 p-Cymene (p-Isopropyltoluene) <0.00100 0.0500 0.0584 117 89-121 Dibromochloromethane <0.00100 0.0500 0.0522 104 84-117 1,2-Dibromo-3-Chloropropane <0.00224 0.0500 0.0544 109 50-132 1,2-Dibromoethane <0.00100 0.0500 0.0493 99 82-117 Methylene bromide <0.00100 0.0500 0.0518 104 80-116 1,2-Dichlorobenzene <0.00100 0.0500 0.0525 105 89-116 1,3-Dichlorobenzene <0.00100 0.0500 0.0514 103 82-116 1,4-Dichlorobenzene <0.00100 0.0500 0.0517 103 90-118 Dichlorodifluoromethane <0.00100 0.0500 0.0698 140 58-144 1, 1 -Dichloroethane <0.00100 0.0500 0.0519 104 82-113 1,2-Dichloroethane <0.00100 0.0500 0.0483 97 80-112 1,1-Dichloroethene <0.00100 0.0500 0.0513 103 84-117 cis-1,2-Dichloroethylene <0.00100 0.0500 0.0506 101 83-112 trans-1,2-dichloroethylene <0.00100 0.0500 0.0508 102 84-113 1,2-Dichloropropane <0.00100 0.0500 0.0525 105 85-113 1,3-Dichloropropane <0.00100 0.0500 0.0509 102 83-116 2,2-Dichloropropane <0.00100 0.0500 0.0520 104 88-114 Blank Spike Recovery [D] = 100" [C]/[B] All results are based on MDL and validated for QC purposes. BRL - Below Reporting Limit Page 43 of 58 Final 1.000 Blank Spike Recovery Project Name: --- Work Order #: 475142 Project ID: --- Lab Batch #: 929066 Sample: 647863-1-BKS Matrix: Water Date Analyzed: 12/04/2013 Date Prepared: 12/04/2013 Analyst: SOP Reporting Units: mg/L Batch #: 1 BLANK BLANK SPIKE RECOVERY STUDY VOAs by SW-846 8260B Blank Spike Blank Blank Control Result Added Spike Spike Limits Flags [A] [B] Result %R %R Analytes [C] [D] 1,1-Dichloropropene <0.00100 0.0500 0.0521 104 86-116 cis-1,3-Dichloropropene <0.00100 0.0500 0.0524 105 85-117 trans-1,3-dichloropropene <0.00100 0.0500 0.0523 105 86-120 Ethylbenzene <0.00100 0.0500 0.0538 108 90-116 Hexachlorobutadiene <0.00100 0.0500 0.0604 121 83-135 Ilsopropylbenzene <0.00100 0.0500 0.0562 112 90-119 Methylene Chloride <0.00500 0.0500 0.0529 106 73-128 MTBE <0.00100 0.0500 0.0538 108 76-115 Naphthalene i <0.00200 0.0500 0.0594 119 54-138 n-Propylbenzene <0.00100 0.0500 0.0531 106 88-120 Styrene <0.00100 0.0500 0.0527 105 80-122 1,1,1,2-Tetrachloroethane <0.00100 0.0500 0.0498 100 81-120 1,1,2,2-Tetrachloroethane <0.00100 0.0500 0.0515 103 80-119 Tetrachloroethylene <0.00200 0.0500 0.0502 100 80-123 Toluene <0.00100 0.0500 0.0519 104 83-116 i� 1,2,3-Trichlorobenzene <0.00100 0.0500 0.0603 121 67-137 1,2,4-Trichlorobenzene <0.00100 0.0500 0.0584 117 67-137 1,1,1-Trichloroethane <0.00100 0.0500 0.0518 104 78-122 1,1,2-Trichloroethane <0.00100 0.0500 0.0503 101 82-113 li Trichloroethylene <0.00100 0.0500 0.0519 104 87-113 Trichlorofluoromethane <0.00100 0.0500 0.0533 107 85-120 1,2,3-Trichloropropane <0.000822 0.0500 0.0500 100 77-124 1,2,4-Trimethylbenzene <0.00100 0.0500 0.0550 110 89-115 1,3,5-Trimethylbenzene <0.00100 0.0500 0.0542 108 88-117 o-Xylene <0.00100 0.0500 0.0532 106 80-121 m,p-Xylenes <0.00200 0.100 0,109 109 89-116 Vinyl Chloride <0.000400 0.0500 0.0580 116 I 65-133 Blank Spike Recovery [D] = 100*[C]/[B] All results are based on MDL and validated for QC purposes. BRL - Below Reporting Limit Page 44 of 58 Final 1.000 Blank Spike Recovery Project Name: --- Work Order #: 475142 Project ID: --- Lab Batch #: 929098 Sample: 647887-1-BKS Matrix: Solid Date Analyzed: 12/04/2013 Date Prepared: 12/04/2013 Analyst: SOP Reporting Units: mg/kg Batch If: 1 BLANK BLANK SPIKE RECOVERY STUDY WAS by SW-846 8260B Blank Spike Blank Blank Control Result Added Spike Spike Limits Flags [A] [B] Result %R %R Analytes [C] [D] Benzene <0.00100 0.0500 0.0525 105 85-112 Bromobenzene <0.00100 0.0500 0.0489 98 86-115 Bromochloromethane <0.00100 0.0500 0.0499 100 80-114 Bromodichloromethane <0.00100 0.0500 0.0540 108 83-113 Bromoform <0.00100 0.0500 0.0558 112 80-120 Methyl bromide <0.00100 0.0500 0.0475 95 55-441 J tert-Butylbenzene <0.00100 0.0500 0.0548 110 86-122 Sec-Butylbenzene <0.00100 0.0500 0.0539 108 88-121 n-Butylbenzene <0.00100 0.0500 0.0573 115 88-123 Carbon Tetrachloride <0.00100 0.0500 0.0526 105 86-116 Chlorobenzene <0.00100 0.0500 0.0498 100 88-110 Chloroethane <0.00200 0.0500 0.0490 98 71-123 Chloroform <0.00100 0.0500 0.0528 106 82-111 Methyl Chloride <0.00200 0.0500 0.0526 105 68-122 2-Chlorotoluene <0.00100 0.0500 0.0511 102 85-117 4-Chlorotoluene <0.00100 0.0500 0.0524 105 87-116 p-Cymene (p-Isopropyltoluene) <0.00100 0.0500 0.0533 107 88-121 1,2-Dibromo-3-Chloropropane <0.000877 0.0500 0.0578 116 74-125 Dibromochloromethane <0.00100 0.0500 0.0541 108 83-115 1,2-Dibromoethane <0.00100 0.0500 0.0512 102 84-116 Methylene bromide <0.00100 0.0500 0.0552 110 83-113 1,2-Dichlorobenzene <0.00100 0.0500 0.0530 106 88-112 1,3-Dichlorobenzene <0.00100 0.0500 0.0506 101 90-111 1,4-Dichlorobenzene <0.00100 0.0500 0.0511 102 89-110 Dichlorodifluoromethane <0.00100 0.0500 0.0526 105 74-126 1,2-Dichloroethane <0.00100 0.0500 0.0531 106 78-115 ],I-Dichloroethane <0.00100 0.0500 0.0507 101 82-112 trans-1,2-dichloroethylene <0.00100 0.0500 0.0498 100 81-114 cis-1,2-Dichloroethylene <0.00100 0.0500 0.0524 105 82-114 1,1-Dichloroethee <0.00100 0.0500 0.0496 99 82-116 2,2-Dichloropropane <0.00100 0.0500 0.0517 103 75-125 1,3-Dichloropropane <0.00100 0.0500 0.0541 108 84-114 1,2-Dichloropropane <0.00100 0.0500 0.0523 105 83-112 Blank Spike Recovery [D] = 100*[C]/[B] All results are based on MDL and validated for QC purposes. BRL - Below Reporting Limit Page 45 of 58 Final 1.000 Blank Spike Recovery Project Name: --- Work Order #: 475142 Project ID• --- Lab Batch #: 929098 Sample: 647887-1-BKS Matrix: Solid Date Analyzed: 12/04/2013 Date Prepared: 12/04/2013 Analyst: SOP Reporting Units: mg/kg Batch #: 1 BLANK BLANK SPIKE RECOVERY STUDY VOAs by SW-846 8260B Blank Spike Blank Blank Control Result Added Spike Spike Limits nags [A] [B] Result %R %R Analytes [C] [D] trans-1,3-dichloropropene <0.00100 0.0500 0.0548 110 86-117 1, 1 -Dichloropropene <0.00100 0.0500 0.0512 102 83-116 cis-1,3-Dichloropropene <0.00100 0.0500 0.0527 105 84-115 Ethylbenzene <0.00100 0.0500 0.0520 104 88-115 Hexachlorobutadiene <0.00100 0.0500 0.0571 114 82-127 Isopropylbenzene <0.00100 0.0500 0.0553 111 86-119 Methylene Chloride <0.00600 0.0500 0.0531 106 66-134 MTBE <0.00100 0.0500 0.0519 104. 74-118 Naphthalene <0.00200 0.0500 0.0626 125 68-138 n-Propylbenzene <0.00100 0.0500 0.0527 105 85-122 Styrene <0.00100 0.0500 0.0535 107 80-125 1,1,1,2-Tetrachloroethane <0.00100 0.0500 0.0520 104 88-I11 1,1,2,2-Tetrachloroethane <0.00100 0.0500 0.0553 111 77-119 Tetrachloroethylene <0.00200 0.0500 0.0512 102 80-117 Toluene <0.00100 0.0500 0.0510 102 85-114 1,2,3-Trichlorobenzene <0.00100 0.0500 0.0610 122 71-137 1,2,4-Trichlorobenzene <0.00100 0.0500 0.0586 117 78-130 1,1,2-Trichloroethane <0.00100 0.0500 0.0542 108 83-113 1, 1, 1 -Trichloroethane <0.00100 0.0500 0.0520 104 83-113 Trichloroethylene <0.00100 0.0500 0.0523 105 85-113 Trichlorofiuoromethane <0.00100 0.0500 0.0520 104 83-117 1,2,3-Trichloropropane <0.000181 0.0500 0.0530 106 79-120 1,2,4-Trimethylbenzene <0.00100 0.0500 0.0540 108 88-117 1,3,5-Trimethylbenzene <0.00100 0.0500 0.0533 107 85-120 Vinyl Chloride <0.000400 0.0500 0.0509 102 73-123 o-Xylene <0.00100 0.0500 0.0531 106 80-122 m,p-Xylenes <0.00200 0.100 0.107 107 87-115 Blank Spike Recovery [D] = 100*[C]/[B] All results are based on MDL and validated for QC purposes. BRL - Below Reporting Limit Page 46 of 58 Final 1.000 BS / BSD Recoveries Project Name: --- �L Work Order #: 475142 Project ID: --- Analyst: ELC Date Prepared: 12/05/2013 Date Analyzed: 12/05/2013 Lab Batch ID: 929251 Sample: 648020-1-BKS Batch #: 1 Matrix: Water Units: mg/L BLANK BLANK SPIKE / BLANK SPIKE DUPLICATE RECOVERY STUDY TPH by Texas1005 Blank Spike Blank Blank Spike Blank Blk. Spk Control Control Sample Result Added Spike Spike Added Spike Dup. RPD Limits Limits Flag [A] Result %R Duplicate %R % %R %RPD Analytes [B] [C] [D] [E] Result[F] [G] C6-C12 Gasoline Range Hydrocarbons <0.980 100 109 109 100 97.6 98 11 75-125 20 C12-C28 Diesel Range Hydrocarbons <0.980 100 91.5 92 100 86.2 86 6 75-125 20 Relative Percent Difference RPD = 200*1(C-F)/(C+F)l Blank Spike Recovery [D] = 100*(C)/[B] Blank Spike Duplicate Recovery [G] = 100*(F)/[E] All results are based on MDL and Validated for QC Purposes Page 47 of 58 Final 1.000 Form 3 - MS Recoveries Project Name: --- Work Order #: 475142 Lab Batch #: 929251 Date Analyzed: 12/05/2013 QC- Sample ID: 475147-001 S Reporting Units: mg/L TPH by Texas1005 Analytes C6-C12 Gasoline Range Hydrocarbons C 12-C28 Diesel Range Hydrocarbons Matrix Spike Percent Recovery [D] = 100*(C-A)B Relative Percent Difference [E] = 200*(C-A)/(C+B) All Results are based on MDL and Validated for QC Purposes BRL - Below Reporting Limit Project ID: --- Date Prepared: 12/05/2013 Analyst: ELC Batch #: I Matrix: Water MATRIX / MATRIX SPIKE RECOVERY STUDY Parent Spiked Sample Control Sample Spike Result %R Limits Flag Result Added IQ [D] %R [A] [B] <0.851 86.8 108 124 75-125 <0.851 86.8 89.4 103 75-125 Page 48 of 58 Final 1.000 Work Order # : 475142 Lab Batch ID: 929089 Date Analyzed: 12/04/2013 Reporting Units: mg/kg TPH by Texas1005 Analytes C6-C12 Gasoline Range Hydrocarbons C 12-C28 Diesel Range Hydrocarbons Form 3 - MS / MSD Recoveries Project Name: --- Project ID: -- QC- Sample ID: 475142-005 S Batch #: 1 Matrix: Solid Date Prepared: 12/04/2013 Analyst: ELC MATRIX SPIKE / MATRIX SPIKE DUPLICATE RECOVERY STUDY Parent Spiked Sample Spiked Duplicate Spiked Control Control Sample Spike Result Sample Spike Spiked Sample Dup. RPD Limits Limits Result Added [Cl %R Added Result [F] %R % %R %RPD [A] [B] [D] [El [G] <11.6 1180 1140 97 1180 1160 98 2 75-125 30 <14.3 1180 928 79 1180 978 83 5 75-125 30 Matrix Spike Percent Recovery [D] = 100*(C-A)B Matrix Spike Duplicate Percent Recovery [G] = 100*(F-A)B Relative Percent Difference RPD = 200*1(C-F)/(C+F)l ND = Not Detected, J = Present Below Reporting Limit, B = Present in Blank, NR = Not Requested, I = Interference, NA = Not Applicable N = See Narrative, EQL = Estimated Quantitation Limit, NC = Non Calculable - Sample amount is > 4 times the amount spiked. Flag Page 49 of 58 Final 1.000 Form 3 - MS / MSD Recoveries r Project Name: --- Work Order # : 475142 Project ID: --- Lab Batch ID: 929066 QC- Sample ID: 475068-006 S Batch #: 1 Matrix: Water Date Analyzed: 12/04/2013 Date Prepared: 12/04/2013 Analyst: SOP Reporting Units: mg/L MATRIX SPIKE / MATRIX SPIKE DUPLICATE RECOVERY STUDY WAS by SW-846 8260B Parent Spiked Sample Spiked Duplicate Spiked Control Control Sample Spike Result Sample Spike Spiked Sample Dup. RPD Limits Limits Result Added [C] %R Added Result [F] %R % %R %RPD Analytes [A] [B] [D] [E] [G] Benzene <0.00100 0.0500 0.0539 108 0.0500 0.0520 104 4 85-113 20 Bromobenzene <0.00100 0.0500 0.0496 99 0.0500 0.0501 100 1 78-121 20 Bromochloromethane <0.00100 0.0500 0.0563 113 0.0500 0.0541 108 4 81-120 20 Bromodichloromethane <0.00100 0.0500 0.0548 110 0.0500 0.0544 109 1 69-125 20 Bromoform <0.00100 0.0500 0.0567 113 0.0500 0.0545 109 4 71-126 20 Methyl bromide <0.00100 0.0500 0.0473 95 0.0500 0.0427 85 10 85-124 20 n-Butylbenzene <0.00100 0.0500 0.0498 100 0.0500 0.0508 102 2 60-140 20 Sec-Butylbenzene <0.00100 0.0500 0.0511 102 0.0500 0.0535 107 5 70-130 20 tert-Butylbenzene <0.00100 0.0500 0.0524 105 0.0500 0.0529 106 1 65-135 20 Carbon Tetrachloride <0.00100 0.0500 0.0551 110 0.0500 0.0531 106 4 75-125 20 Chlorobenzene <0.00100 0.0500 0.0504 101 0.0500 0.0490 98 3 60-140 20 Chloroethane <0.00200 0.0500 0.0553 111 0.0500 0.0499 100 10 84-116 20 Chloroform <0.00100 0.0500 0.0573 115 0.0500 0.0564 113 2 84-111 20 Methyl Chloride <0.00200 0.0500 0.0472 94 0.0500 0.0423 85 11 69-122 20 2-Chlorotoluene <0.00100 0.0500 0.0492 98 0.0500 0.0522 104 6 75-125 20 4-Chlorotoluene <0.00100 0.0500 0.0504 101 0.0500 0.0505 101 0 60-140 20 p-Cymene (p-Isopropyltoluene) <0.00100 0.0500 0.0523 105 0.0500 0.0535 107 2 71-139 20 Dibromochloromethane <0.00100 0.0500 0.0541 108 0.0500 0.0533 107 1 70-130 20 1,2-Dibromo-3-Chloropropane <0.00224 0.0500 0.0512 102 0.0500 0.0597 119 15 61-139 20 1,2-Dibromoethane <0.00100 0.0500 0.0511 102 0.0500 0.0509 102 0 71-124 20 Methylene bromide <0.00100 0.0500 0.0557 111 0.0500 0.0567 113 2 60-140 20 1,2-Dichlorobenzene <0.00100 0.0500 0.0491 98 0.0500 0.0529 106 7 81-120 20 1,3-Dichlorobenzene <0.00100 0.0500 0.0488 98 0.0500 0.0509 102 4 83-117 20 Matrix Spike Percent Recovery [D] = 100*(C-A)/B Matrix Spike Duplicate Percent Recovery [G] = 100*(F-A)/E Relative Percent Difference RPD = 200*J(C-F)/(C+F)J ND = Not Detected, l= Present Below Reporting Lint, B = Present in Blank, NR = Not Requested, I = Interference, NA = Not Applicable N = See Narrative, EQL = Estimated Quantitation Lint, NC = Non Calculable - Sample amount is > 4 times the amount spiked. Flag X Page 50 of 58 Final 1.000 Form 3 - MS / MSD Recoveries Project Name: --- Oar Work Order # : 475142 Project ID: --- Lab Batch ID: 929066 QC- Sample ID: 475068-006 S Batch #: 1 Matrix: Water Date Analyzed: 12/04/2013 Date Prepared: 12/04/2013 Analyst: SOP Reporting Units: WAS Dy SW-846 8260B Parent `piked Sumplc Spiked Duplicate Spiked Control Control Sample Spike Result Sample Spike Spiked Sample Dup. RPD Limits Limits Result Added [C] %R Added Result [F] %R % %R %RPD Analytes [A] [B] [D] [E] [G] 1,4-Dichlorobenzene <0.00100 0.0500 0.0480 96 0.0500 0.0490 98 2 70-130 20 Dichlorodifluoromethane <0.00100 0.0500 0.0382 76 0.0500 0.0404 81 6 75-125 20 1, 1 -Dichloroethane <0.00100 0.0500 0.0549 I 110 0.0500 0.0530 106 4 69-130 20 1,2-Dichloroethane <0.00100 0.0500 0.0581 116 0.0500 0.0574 115 1 71-124 20 1, 1 -Dichloroethene <0.00100 0.0500 0.0516 103 0.0500 0.0495 99 4 61-141 20 cis-1,2-Dichloroethylene <0.00100 0.0500 0.0576 115 0.0500 0.0537 107 7 69-128 20 trans-1,2-dichloroethylene <0.00100 0.0500 0.0550 110 0.0500 0.0509 102 8 84-113 20 1,2-Dichloropropane <0.00100 0.0500 0.0509 I 102 0.0500 0.0514 103 1 77-119 20 1,3-Dichloropropane <0.00100 0.0500 0.0533 I 107 0.0500 0.0523 105 2 76-123 20 2,2-Dichloropropane <0.00100 0.0500 0.0549 I 110 0.0500 0.0514 103 7 81-121 20 1, 1 -Dichloropropene <0.00100 0.0500 0.0536 I 107 0.0500 0.0513 103 4 80-120 20 cis-1,3-Dichloropropene <0.00100 0.0500 0.0505 101 0.0500 0.0522 104 3 60-131 20 trans-1,3-dichloropropene <0.00100 0.0500 0.0514 103 0.0500 0.0539 108 5 68-129 20 Ethylbenzene <0.00100 0.0500 0.0541 108 0.0500 0.0513 103 5 65-135 20 Hexachlorobutadiene <0.00100 0.0500 0.0530 106 0.0500 0.0578 116 9 70-130 20 Isopropylbenzene <0.00100 0.0500 0.0516 103 0.0500 0.0519 104 1 70-130 20 Methylene Chloride 0.00863 0.0500 0.0692 121 0.0500 0.0638 110 8 75-125 20 MTBE <0.00100 0.0500 0.0633 I 127 0.0500 0.0555 111 13 45-145 20 Naphthalene <0.00200 0.0500 0.0466 93 0.0500 0.0627 125 29 60-134 20 n-Propylbenzene <0.00100 0.0500 0.0495 99 0.0500 0.0523 105 6 72-125 20 Styrene <0.00100 0.0500 0.0514 I 103 0.0500 0.0521 104 1 76-137 20 1, 1, 1,2-Tetrachloroethane <0.00100 0.0500 0.0543 109 0.0500 0.0515 103 5 81-119 20 1,1,2,2-Tetrachloroethane <0.00100 0.0500 0.0543 109 0.0500 0.0524 105 4 67-138 20 Tetrachloroethylene <0.00200 0.0500 0.0493 99 0.0500 0.0471 94 5 84-127 20 Matrix Spike Percent Recovery [D] = 100*(C-A)B Matrix Spike Duplicate Percent Recovery [G] = 100*(F-A)/E Relative Percent Difference RPD = 200*KC-F)/(C+F)l ND = Not Detected, I = Present Below Reporting Limit, B = Present in Blank, NR = Not Requested, 1= Interference, NA = Not Applicable N = See Narrative, EQL = Estimated Quantitation Limit, NC = Non Calculable - Sample amount is > 4 times the amount spiked. Flag F Page 51 of 58 Final 1.000 Work Order # : 475142 Lab Batch ID: 929066 Date Analyzed: 12/04/2013 Reporting Units: VOqwle AS by SW-846 8260B Analytes Toluene 1,2,3-Trichlorobenzene 1,2,4-Trichlorobenzene 1, 1, 1 -Trichloroethane 1,1,2-Trichloroethane Trichloroethylene Trichlorofluoromethane 1,2,3-Trichloropropane 1,2,4-Trimethylbenzene 1,3,5-Trimethylbenzene o-Xylene m,p-Xylenes Vinyl Chloride Form 3 - MS / MSD Recoveries Project Name: --- Project ID: --- QC- Sample ID: 475068-006 S Batch #: 1 Matrix: Water Date Prepared: 12/04/2013 Analyst: SOP Parent Spiked Sample Spiked Duplicate Spiked Sample Spike Result Sample Spike Spiked Sample Dup. Result Added [C] %R Added Result [F] %R [A] [Bl [D] [E] [G] <0.00100 0.0500 0.0523 105 0.0500 0.0496 99 <0.00100 0.0500 0.0477 95 0.0500 0.0628 126 <0.00100 0.0500 0.0471 94 0.0500 0.0561 112 <0.00100 0.0500 0.0569 114 0.0500 0.0551 110 <0.00100 0.0500 0.0518 104 0.0500 0.0525 105 <0.00100 0.0500 0.0512 102 0.0500 0.0499 100 <0.00100 0.0500 0.0577 115 0.0500 0.0540 108 <0.000822 0.0500 0.0551 110 0.0500 0.0520 104 <0.00100 0.0500 0.0520 104 0.0500 0.0523 105 <0.00100 0.0500 0.0498 100 0.0500 0.0528 106 <0.00100 0.0500 0.0520 104 0.0500 0.0517 103 <0.00200 0.100 0.105 105 0.100 0.100 100 <0.000400 0.0500 0.0400 80 0.0500 0.0370 74 Matrix Spike Percent Recovery [D] = 100■(C-A)B Matrix Spike Duplicate Percent Recovery [G] = 100•(F-A)B Relative Percent Difference RPD = 200■KC-F)/(C+F)l ND = Not Detected, J = Present Below Reporting Limit, B = Present in Blank, NR = Not Requested, I = Interference, NA = Not Applicable N = See Narrative, EQL = Estimated Quantitation Limit, NC = Non Calculable - Sample amount is > 4 times the amount spiked. Control Control RPD Limits Limits Flag % %R %RPD 5 83-116 20 27 57-147 20 F 17 61-141 20 3 81-118 20 1 58-143 20 3 61-144 20 7 79-124 20 6 71-130 20 1 62-144 20 6 83-125 20 1 82-125 20 5 75-125 20 8 68-126 20 Page 52 of 58 Final 1.000 Form 3 - MS / MSD Recoveries° Project Name: --- Work Order # : 475142 Project ID: --- Lab Batch ID: 929098 QC- Sample ID: 475142-003 S Batch #: 1 Matrix: Solid Date Analyzed: 12/04/2013 Date Prepared: 12/04/2013 Analyst: SOP Reporting Units: mg/kg MATRIX SPIKE / MATRIX SPIKE DUPLICATE RECOVERY STUDY VOAs by SW-846 8260B Parent Spiked Sample Spiked Duplicate Spiked Control Control Sample Spike Result Sample Spike Spiked Sample Dup. RPD Limits Limits Result Added [C] %R Added Result [F] %R % %R %RPD Analytes [A] [B] [D] [E] [G] Benzene <0.00115 0.0576 0.0624 108 0.0600 0.0634 106 2 81-116 30 Bromobenzene <0.00115 0.0576 0.0620 108 0.0600 0.0618 103 0 73-143 30 Bromochloromethane <0.00115 0.0576 0.0667 116 0.0600 0.0717 120 7 78-130 30 Bromodichloromethane <0.00115 0.0576 0.0687 119 0.0600 0.0697 116 1 72-122 30 Bromoform <0.00115 0.0576 0.0674 117 0.0600 0.0728 121 8 69-134 30 Methyl bromide <0.001 15 0.0576 0.0515 89 0.0600 0.0536 89 4 58-145 30 tert-Butylbenzene <0.00115 0.0576 0.0635 110 0.0600 0.0656 109 3 64-146 30 Sec-Butylbenzene <0.00115 0.0576 I 0.0631 I 110 0.0600 0.0665 111 5 64-137 30 n-Butylbenzene <0.00115 0.0576 0.0642 I 111 0.0600 0.0662 110 3 57-134 30 Carbon Tetrachloride <0.00115 0.0576 0.0658 I 114 0.0600 0.0646 108 2 75-133 30 Chlorobenzene <0.00115 0.0576 I 0.0581 101 0.0600 0.0624 104 7 85-110 30 Chloroethane <0.00230 0.0576 0.0633 I 110 0.0600 0.0678 113 7 73-136 30 Chloroform <0.00115 0.0576 0.0677 I 118 0.0600 0.0704 117 4 74-124 30 Methyl Chloride <0.00230 0.0576 I 0.0513 I 89 0.0600 0.0511 85 0 61-137 30 2-Chlorotoluene <0.00115 0.0576 0.0620 I 108 0.0600 0.0634 106 2 78-131 30 4-Chlorotoluene <0.00115 0.0576 0.0621 I 108 0.0600 0.0635 106 2 83-123 30 p-Cymene (p-Isopropyltoluene) <0.00115 0.0576 I 0.0648 113 0.0600 0.0648 108 0 61-141 30 1,2-Dibromo-3-Chloropropane <0.00101 0.0576 0.0746 130 0.0600 0.0802 134 7 61-158 30 Dibromochloromethane <0.00115 0.0576 0.0637 111 0.0600 0.0683 114 7 72-133 30 1,2-Dibromoethane <0.00115 0.0576 0.0630 109 0.0600 0.0684 114 8 78-141 30 Methylene bromide <0.00115 0.0576 0.0685 I 119 0.0600 0.0712 119 4 79-128 30 1,2-Dichlorobenzene <0.00115 0.0576 I 0.0643 I 112 0.0600 0.0661 110 3 80-118 30 1,3-Dichlorobenzene <0.00115 0.0576 I 0.0601 I 104 0.0600 0.0624 104 4 82-112 30 Matrix Spike Percent Recovery [D] = 100*(C-A)B Matrix Spike Duplicate Percent Recovery [G] = 100*(F-A)/E Relative Percent Difference RPD = 200*1(C-F)/(C+F)l ND = Not Detected, J = Present Below Reporting Limit, B = Present in Blank, NR = Not Requested, I = Interference, NA = Not Applicable N = See Narrative, EQL = Estimated Quantitation Limit, NC = Non Calculable - Sample amount is > 4 times the amount spiked. Flag Page 53 of 58 Final 1.000 Work Order # : 475142 Lab Batch ID: 929098 Date Analyzed: 12/l0k4/2013 Reporting Units: V011s by SW-846 8260B Analytes 1,4-Dichlorobenzene Dichlorodifluoromethane 1,2-Dichloroethane 1,1-Dichloroethane trans-1,2-dichloroethylene cis-1,2-Dcchloroethylene 1,1-Dichloroethene 2,2-Dichloropropane 1, 3-Dichloropropane 1,2-Dichloropropane trans-1,3-dichloropropene 1, 1 -Dichloropropene cis-1,3-Dichloropropene Ethylbenzene Hexachlorobutadiene Isopropylbenzene Methylene Chloride MT 3E Naphthalene n-Propylbenzene Styrene 1, 1, 1,2-Tetrachloroethane 1,1,2,2-Tetrachloroethane Tetrachloroethylene Form 3 - MS / MSD Recoveries Project Name: --- Project ID: --- QC- Sample ID: 475142-003 S Batch #: 1 Matrix: Solid Date Prepared: 12/04/2013 Analyst: SOP Parent Spiked Sample Spiked Duplicate Spiked Control Control Sample Spike Result Sample Spike Spiked Sample Dup. RPD Limits Limits Flag Result Added [C] %R Added Result [F] %R % %R %RPD [A] [B] [D] [E] [G] <0.00115 0.0576 0.0596 103 0.0600 0.0635 106 6 82-112 30 <0.00115 0.0576 0.0541 94 0.0600 0.0468 78 14 72-139 30 <0.00115 0.0576 0.0684 119 0.0600 0.0722 120 5 67-134 30 <0.00115 0.0576 0.0663 115 0.0600 0.0672 112 1 70-133 30 <0.00115 0.0576 0.0650 113 0.0600 0.0671 112 3 73-124 30 <0.00115 0.0576 0.0679 118 0.0600 0.0699 117 3 72-126 30 <0.00115 0.0576 0.0638 111 0.0600 0.0660 110 3 70-133 30 <0.00115 0.0576 0.0649 113 0.0600 0.0644 107 1 79-118 30 <0.00115 0.0576 0.0645 112 0.0600 0.0717 120 11 70-143 30 <0.00115 0.0576 0.0639 111 0.0600 0.0663 111 4 80-118 30 <0.00115 0.0576 0.0655 114 0.0600 0.0675 113 3 70-136 30 <0.00115 0.0576 0.0654 114 0.0600 0.0675 113 3 78-119 30 <0.00115 0,0576 0.0661 115 0.0600 0.0686 114 4 75-117 30 <0.00115 0.0576 0.0615 107 0.0600 0.0626 104 2 76-124 30 <0.00115 0.0576 0.0638 111 0.0600 0.0662 110 4 44-129 30 <0.00115 0.0576 0.0633 110 0.0600 0.0671 112 6 60-138 30 <0.00691 0.0576 0.0729 127 0.0600 0.0782 130 7 64-149 30 0.00456 0.0576 0.0791 129 0.0600 0.0833 131 5 60-145 30 <0.00230 0.0576 0.0724 126 0.0600 0.0852 142 16 46-146 30 <0.00115 0.0576 0.0587 102 0.0600 0.0643 107 9 67-142 30 <0.00115 0.0576 0.0638 111 0.0600 0.0661 110 4 77-120 30 <0.00115 0.0576 0.0631 110 0.0600 0.0638 106 1 79-124 30 <0.00115 0,0576 0.0662 115 0.0600 0.0726 121 9 67-137 30 <0.00230 0.0576 0.0579 101 0.0600 0.0598 too 3 75-122 30 Matrix Spike Percent Recovery [D] = 100*(C-A)B Matrix Spike Duplicate Percent Recovery [G] = 100*(F-A)/E Relative Percent Difference RPD = 200*J(C-F)t(C+F)J ND = Not Detected, I = Present Below Reporting Limit, B = Present in Blank, NR = Not Requested, I = Interference, NA = Not Applicable N = See Narrative, EQL = Estimated Quantitation Limit, NC = Non Calculable - Sample amount is > 4 times the amount spiked. Page 54 of 58 Final 1.000 Work Order # : 475142 Lab Batch ID: 929098 Date Analyzed: 12/0412013 Reporting Units: VOX's by SW-846 8260B Analytes Toluene 1,2,3-Trichlorobenzene 1,2,4-Trichlorobenzene 1,1,2-Trichloroethane 1, 1, 1 -Trichloroethane Trichloroethylene Trichlorofluoromethane 1,2,3-Trichloropropane 1,2,4-Tritnethylbenzene 1,3,5-Trimethylbenzene Vinyl Chloride o-Xylene n-p-Xylenes Form 3 - MS / MSD Recoveries Project Name: --- Project ID: --- QC- Sample ID: 475142-003 S Batch #: 1 Matrix: Solid Date Prepared: 12/04/2013 Analyst: SOP Parent Spiked Sample Spiked Duplicate Spiked Sample Spike Result Sample Spike Spiked Sample Dup. Result Added [C] %R Added Result [F] %R [A] [B] [D] [E] [G] <0.00115 0.0576 I 0.0586 102 0.0600 0.0604 101 <0.00115 0.0576 1 0.0688 119 0.0600 0.0784 131 <0.00115 0.0576 0.0634 110 0.0600 0.0691 115 <0.00115 0.0576 0.0634 110 0.0600 0.0687 115 <0.00115 0.0576 0.0676 117 0.0600 0.0698 116 <0.00115 0.0576 0.0650 Ili 0,0600 0.0651 109 <0.00115 0,0576 0.0683 119 0.0600 0.0691 115 <0.000209 0.0576 I 0.0680 118 0.0600 0.0713 119 <0.00115 0.0576 I 0.0629 109 0.0600 0.0648 108 <0.00115 0.0576 0.0648 113 0.0600 0.0655 109 <0.000461 0.0576 I 0.0456 79 0.0600 0.0475 79 <0.00115 0.0576 0.0633 110 0.0600 0.0647 108 <0.00230 0.115 0.127 110 0.120 0.132 110 Matrix Spike Percent Recovery [D] = 100*(C-A)B Matrix Spike Duplicate Percent Recovery [G] = l00*(F-A)/E Relative Percent Difference RPD = 200*KC-F)I(C+F)l ND = Not Detected, I = Present Below Reporting Limit, B = Present in Blank, NR = Not Requested, I = Interference, NA = Not Applicable N = See Narrative, EQL = Estimated Quantitation Limit, NC = Non Calculable - Sample amount is > 4 times the amount spiked. Control Control RPD Limits Limits Flag % %R %RPD 3 75-131 30 13 52-125 30 X 9 58-118 30 8 75-127 30 3 80-118 30 0 67-132 30 1 75-129 30 5 68-137 30 3 62-144 30 1 79-131 30 4 67-136 30 2 70-132 30 4 78-122 30 Page 55 of 58 Final 1.000 ASample Duplicate Recovery � U Project Name - Work Order #: 475142 Lab Batch #: 929047 Date Analyzed: 12/04/2013 11:44 QC- Sample ID: 475068-001 D Reporting Units: % Percent Moisture Analyte Percent Moisture Lab Batch #: 929047 Date Analyzed: 12/04/2013 I l :55 QC- Sample ID: 475073-006 D Reporting Units: % Percent Moisture Analyte (Percent Moisture Project ID: --- Date Prepared: 12/04/2013 Analyst: BOL Batch #: I Matrix: Soil SAMPLE / SAMPLE DUPLICATE RECOVERY Parent Sample Sample Control Result Duplicate RPD Limits Flag [A] Result %RPD [B] 17.6 16.9 4 20 Date Prepared: 12/04/2013 Analyst:BOL Batch #: 1 Matrix: Soil SAMPLE / SAMPLE DUPLICATE RECOVERY Parent Sample Sample Control Result Duplicate RPD Limits Flag [A] Result %RPD [B] 4.81 4.67 3 20 Spike Relative Difference RPD 200 * I (B-A)/(B+A) All Results are based on MDL and validated for QC purposes. BRL - Below Reporting Limit Page 56 of 58 Final 1.000 w m to 4 0 to m XENCO CHAIN OF CUSTODY LABORATORIES 4143 Greenbriar Dr., Stafford Texas 77477 (281-2404200) FED -EX r UPS: T—kinga 9701 Harry Hines Blvd, Dallas Texas 75220 (214-902-0300) x.— ouot.a 12600 West 1-20 East, Odessa Texas 79765 (432-563-1800) I client/ Reporting intormation j, j invoice iniormation j Co�m�pan)y Name / Contractor I bontrector Project No. Project Contact E-Mail Project Name: (streeUcross road, location) 1"-pt,v� ( � od t,/ 4j �-r.� rp ✓Gp� ►l jl (-1 �^' v-' i. -w , u .v ��- Address + J gito 1 1I S+- City Zip Phone No. Fax No. mple°(7l7 sit. - :JSuC� rs' �1ame J- i Xenco Field ID I Point of Collection Sample p 07 ' r -( wt Lou - Ott Tor' L"' — t)l i — lU ` -r wt V-: — i p Z Af — Z. --r VA u-; — i 1 Z yi — Z r. T tM-) 07 Tumaround Time ( Business days Contract TAT U 7 Day TAT Day TAT 3 3 Day EMERGENCY O 2 Day tMk:RGtNGY t Day EMERGENCY Same Day TAT TAT Starts Day received by Lab U • d 1 Rd.qurcn.a oy: 5 City Slat a Zip Phone No. Fax No. Client Purchase Order N :ollection Number of preserved )ottles c c J L-� = w Date Time hdalnx bottles i Z `d ? = 2 2 Z LL h 115 OW 40 '00,1 Z X • i 1 )ale i Page i of ' setli ord.r coneq ■ X•rco Job a � � � —If N quested ^nwyses - V Matrix GOoes ow -crowd llf Dw-DrMhV Weter sw- -rdao• avatar ow-o..r rs.. wwr Pl.= Product Liquid ww a wnte ,rater w . v+p. S= wWwdbr.ntlwad SL - skrdpe 0.01 LAB USE ONLY { . I .. . , Data LetiveraGte Intormaborr 3 � Comments I Rem: 1 El/�1��yya"P U BlitDA - Need Results: Date (Time 1:1Leval + El State Forms As Read: (+0.8) Corrected: C 0 Level 2 Q EDO Formal Q Level 3 (CLP Forms) Q TRRP O RUN PAH ON HIGHEST TPH RESULT a Level 4 (Full Data Pkg Iraw data) LAB ILTER METALS (unpreserved) 0 UST I RG - Ott (� H041 I TRIP BLANKS PENDING HITS Level 1 = Results Only ® ProJr t I Client speelfie MS I USD selected Level 2 s Results a Standard OC Sped 1 Detection limits needed to achieve Send onfirmation chain after log -In SAMPLE CUSTODY MUST BQ UMENi� BELOW EACH TIME SAMPLES CHANG� POSSESSION, INCLUDING CO 1RIE OELI 1tY ��55 1y .`t",is ': ,c _::''rw;.;i• 'i. S d ! 1 rw k•c•b.d ey. x•errqurrws BY Din r.rr: N 1Z1� 2 Ded t R—iued BY it.".i$h•d ay. Dal. Tuna: k—W.d By, 3 1t.�1 4 4 u.t. I— R. • Y I G/ •fir r/' ru-u y Sad a Pnuned-t � re ep bis nh CooWr Temp. i XENCO Laboratories Prelogin/Nonconformance Report- Sample Log -In Client: W&M Environmental Acceptable Temperature Range: 0 - 6 degC Date/ Time Received: 12/03/2013 03:20:00 PM Air and Metal samples Acceptable Range: Ambient Work Order #: 475142 Temperature Measuring device used : XDA Sample Receipt Checklist Comments #1 *Temperature of cooler(s)? 3.9 #2 *Shipping container in good condition? Yes #3 *Samples received on ice? Yes #4 *Custody Seals intact on shipping container/ cooler? N/A #5 Custody Seals intact on sample bottles? N/A #6 *Custody Seals Signed and dated? N/A #7 *Chain of Custody present? Yes #8 Sample instructions complete on Chain of Custody? Yes #9 Any missing/extra samples? No #10 Chain of Custody signed when relinquished/ received? Yes #11 Chain of Custody agrees with sample label(s)? Yes #12 Container label(s) legible and intact? Yes #13 Sample matrix/ properties agree with Chain of Custody? Yes #14 Samples in proper container/ bottle? Yes #15 Samples properly preserved? Yes #16 Sample container(s) intact? Yes #17 Sufficient sample amount for indicated test(s)? Yes #18 All samples received within hold time? Yes #19 Subcontract of sample(s)? No #20 VOC samples have zero headspace (less than 1/4 inch bubble)? Yes #21 <2 for all samples preserved with HNO3,HCL, H2SO4? N/A #22 >10 for all samples preserved with NaAs02+NaOH, ZnAc+NaOH? N/A * Must be completed for after-hours delivery of samples prior to placing in the refrigerator Analyst: PH Device/Lot#: Checklist completed by:� Angelica Martinez Checklist reviewed by: rk nnu�j Dbo, Monica Tobar Date: 12/03/2013 Date: 12/04/2013 reu Page 58 of 58 Final 1.000 Attachment A Laboratory Data Package Cover Page Project Name: --- Laboratory Number: 475142 This Data package consists of : Laboratory Batch No(s) 647886, 647887, 6478639 9290479 648020 This signature page, the laboratory review checklist, and the following reportable data: X R1 Field chain -of -custody documentation; X R2 Sample identification cross-reference: X R3 Test reports (analytical data sheets) for each environmental sample that includes: a) Items consistent with NELAC 5 b) dilution factors, c) preparation methods, d) cleanup methods, and e) if required for the project, tentatively identified compounds (TICs). X R4 Surrogate Recovery data including: a) Calculated recovery (%R), and b) The laboratory's surrogate QC limits. X, R5 Test reports/summary forms for blank samples: X R6 Test reports/summary forms for laboratory control samples (LCSs) including: a) LCS spiking amounts, b) Calculated 17rR for each analyte, and c) The laboratory's LCS QC limits. X R7 Test reports for project matrix spike/matrix spike duplicates (MS/MSDs) including: a) Samples associated with the MS/MSD clearly identified, b) MS/MSD spiking amounts, c) Concentration of each MS/NISD analyte measured in the parent and spiked samples, d) Calculated %Rs and relative percent differences (RPDs) and e) The laboratory's MS/NISD QC limits X R8 Laboratory anaytical duplicate (if applicable) recovery and precision: a) the amount of analyte measured in the duplicate, b) the calculated RPD, and c) the laboratory's QC limits for analytical duplicates. X R9 List of method quantitation limits (MQLs) and detectability check sample results for each analyte for each method and matrix; X R10 Other problems or anomalies. X Exception Report for every "No" or "Not Reviewed (NR)" item in Laboratory Review Checklist and for each analyte, matrix, and method for which the laboratory does not hold NELAC accreditation under the Texas Laboratory Accreditation Program. Release Statement: I am responsible for the release of this laboratory data package. This laboratory is NELAC accredited under the Texas Laboratory Accreditation Program for all the methods, analytes, and matrices reported in this data package except as noted in the Exception Reports. The data have been reviewed and are technically compliant with the requirements of the methods used, except where noted by the laboratory in the Exception reports. By my signature below, I affirm to the best of my knowledge all problems/anomalies, observed by the laboratory have been identified in the Laboratory Review Checklist, and no information affecting the quality of the data has been knowingly withheld. Check, if applicable: [ ] This laboratory meets an exception under 30 TAC 25.6 and was last inspection by [ ] TCEQ or [ ] on (enter date of last inspection). Any findings affecting the data in this laboratory data package are noted in the Exception Reports herein. The offical signing the cover page of the report in which these data are used is responsible for releasing this data package and is by signature affirming the above release statement is true. Monica Tobar 1 ' "'Ru^ Dbal Project Manager 12/12/13 Name (Printed) Signature Official Title (printed) Date Al Attachment A (cont'd) : Laboratory Review Checklist: Reportable Data Laboratory Name: XENCO Laboratories LRC Date: 12/12/13 Project Name: --- Laboratory Job Number: 475142 Reviewer Name: MOT Batch Number(s) : 647886, 647887, 647863, 929047, 648020 # I A z Description No 3 a 5 NA NR ER# R1 OI Chain -of -Custody (COC) IDid samples meet the laboratory's standard conditions of sample acceptability upon receipt? tes ere all departures from standard conditions described in an exception report? R2 OI ample and Quality Control (QC) Identification on (Are all field sample ID numbers cross-referenced to the laboratory ID numbers? X all laboratory ID numbers cross-referenced to the corresponding QC data? X JAre R3 OI [rest Reports I (Were all samples prepared and analyzed within holding times? _ ... ... ... _ X (Other than those results <MQL, were all other raw values bracketed by calibration standards? X [Were calculations checked by a peer or supervisor? X [Were all analyte identifications checked by a peer or supervisor? X (Were sample detection limits reported for all analytes not detected? X were all results for soil and sediment samples reported on a dry weight basis? X (Were % moisture (or solids) reported for all soil and sediment samples? X [Were bulk soil/solid samples for volatile analysis extracted with methanol per SW846 Method 5035? X required for the project, were TICS reported? X Ilf R4 O Surrogate Recovery Data [Were surrogates added prior to extraction? X surrogate percent recoveries in all samples within the laboratory QC limits? X 1 R5 OI rese et Reports/Summary Forms for Blank Samples [Were appropriate type(s) of blanks analyzed? X [Were blanks analyzed at the appropriate frequency ? X �Vere method blanks taken through the entire analytical procedure, including preparation and, if applicable, cleanup X procedures ? re Concentrations <MQL? X R6 OI reBlarik aboratory Control Samples (LCS): [ C-_- _ 1 1 M M [Were all COCs included in the LCS? X [Was each LCS taken through the entire analytical procedure, including prep and cleanup steps? X [Were LCSs analyzed at the required frequency? X (Were LCS (and LCSD, if applicable) %Rs within the laboratory QC limits? X Does the detectability check sample data document the laboratory's capability to detect the COCs at the MDL used to X calculate the SDLs? hLCSD RPD within the QC limits? X rix Spike (MS) and Matrix Spike Duplicate (MSD) data R7 OI r;t I [Were the project/method specified analytes included in the MS and MSD? X [Were MS/MSD analyzed at the appropriate frequency? X [Were MS (and MSD, if applicable) %Rs within the laboratory QC limits? X 2 ereMS/MSD RPDs within the laboratory QC limits? X 3 R8 OI nalytical Duplicate Data Were appropriate analytical duplicates analyzed for each matrix? X [Were analytical duplicates analyzed at the appropriate frequency? X RPDs or relative standard deviations within the laboratory QC limits? X R9 OI rere ethod-Quantitation Limits (MQLs) yy [Are the MQLs for each method analyte included in the laboratory data package? X o the MQLs correspond to the concentration of the lowest non -zero calibration standard? X e unadjusted MQLs and DCSs included in the laboratory data package? X R I O OI (Other Problems/Anomalies I I_:.._ 1I 1 Are all known probiems/anomalies/special conditions noted in this LRC and ER? X Is the laboratory NELAC-accredited under the Texas Laboratory Accreditation Program for the analytes, matrices and X methods associated with this laboratory data package? Was applicable and available technology used to lower the SDL to minimize the matrix interference effects on the X sample results? A2 Attachment A (cont'd) : Laboratory Review Checklist: Reportable Data Laboratory Name: XENCO Laboratories LRC Date: 12/12/13 Project Name: --- Laboratory Job Number: 475142 Reviewer Name: MOT Batch Number(s) : 647886, 647887, 647863, 929047, 648020 # t A Z Description Yes No NA 3 NR 4 ER# S S 1 OI �nitial Calibration (ICAL) Were response factors and/or relative response factors for each analyte within QC limits? X Were percent RSDs or correlation coefficient criteria met? X Was the number of standards recommended in the method used for all analytes? X (Were all points generated between the lowest and the highest standard used to calculate the curve? X IAre ICAL data available for all instruments used? X IHas the initial calibration curve been verified using an appropriate second source standard? X S2 OI 1�nitial and Continuing Calibration Verification (ICCV and CCV) and continuing calibration blank e i Was the CCV analyzed at the method -required frequency? X Were percent differences for each analyte within the method -required QC limits? X Was the [CAL curve verified for each analyte? X Was the absolute value of the analyte concentration in the inorganic CCB <MDL? X S3 O Mass Spectral Tuning Was the appropriate compound for the method used for tuning? X Were ion abundance data within the method -required QC limits? X S4 O Rnternal Standard (IS) { Were IS area counts and retention times within the method -required QC limits? X S5 OI taw Data (NELAC 5.5.10) Were the raw data (for example, chromatograms, spectral data) reviewed by an analyst? X Were data associated with manual integrations flagged on the raw data? X S6 O (Dual Column Confirmation Did dual column confirmation results meet the method -required QC? X S7 O Tentatively Identified Compounds (TICs) W If TICs were requested, were the mass spectra and TIC data subject to appropriate checks? X S8 I Interference Check Sample (ICS) Results ' Were percent recoveries within method QC limits? X S9 I Serial Dilutions, Post Digestions Spikes, and Method of Standard Additions Were percent differences, recoveries, and the linearity within the QC limits specified in the method? S 10 OI Method Detection Limit (MDL) Studies iI Was a MDL study performed for each reported analyte? X Is the MDL either adjusted or supported by the analysis of DCSs? X S 11 OI oProficiency Test Reports Was the laboratory's performance acceptable on the applicable proficiency tests or evaluation studies? X S12 OI (Standards Documentation Are all standards used in the analyses NIST-traceable or obtained from other appropriate sources? X S 13 OI -Compound/Analyte Identification Procedures Are the procedures for compound/analyte identification documented? X S 14 OI Demonstration of Analyst Competency (DOC) Was DOC conducted consistent with NELAC Chapter 5? X Is documentation of the analyst's competency up-to-date and on file? X S 15 OI Verification/Validation Documentation for Methods (NELAC Chapter 5) W Are all methods used to generate the data documented, verified, and validated, where applicable? X J S 16 OI Laboratory Standard Operating Procedures (SOPs) 14a Are laboratory SOPS current and on file for each method performed? X 1. Items identified by the letter "It" must be included in the laboratory data package submitted to the TCEQ-required report(s). Items identified by the letter "S" should be retained and made available upon request for the appropriate retention period. 2. O = organic analyses; I = inorganic analyses (and general chemistry, when applicable). 3. NA = Not applicable; 4. NR = Not reviewed; 5. ER# = Exception Report Identification number (an Exception Report should be completed for an item if "Nit" or "No" is checked). A3 Attachment A (cont'd): Laboratory Review Checklist: Exception Reports Laboratory Name: XENCO Laboratories LRC Date: 12/12/13 Project Name: --- Laboratory Job Number: 475142 Reviewer Name: MOT Batch Number(s) : 647886, 637887, 647863, 929047, 648020 ER# i DESCRIPTION 1 o-Terphenyl recovered above QC limits . Matrix interferences is suspected; data confirmed by re -analysis Samples affected are: 475147-001 S. SW8260B Batch 929066, Chloroform recovered above QC limits in the Matrix Spike and Matrix Spike Duplicate. Samples affected are: 475142-006. The Laboratory Control Sample for Chloroform is within laboratory Control Limits SW8260B Batch 929098, 1,2,3-Trichlorobenzene recovered above QC limits in the Matrix Spike Duplicate. Samples affected are: 475142-001, -001 -003, -005, -004. j The Laboratory Control Sample for 1,2,3-Trichlorobenzene is within laboratory Control Limits 3 SW8260B Batch 929066, 1,2,3-Trichlorobenzene, Naphthalene RPD was outside QC limits. Samples affected are: 475142-006 1 ER# = Exception Report identification number tan Exception Report should be completed for an item if "NR" or "No is checked on the LRC). A4 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised July 1, 2011 City Project No. 104484 FORTWORTH® City of Fort Worth Business Equity Division Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or more, then. a Business Equity contracting goal is applicable. A Business Equity Firms refers to certified Minority-, and/or Women-, owned Business Enterprises (M/WBE). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Equity Ordinance No.24534-11-2020 apply to this bid. BUSINESS EQUITY GOAL The City's M/WBE goal on this project is % of the base bid value of the contract. (If federally funded) The City's DBE goal on this project is % of the base bid value of the contract. A Business Equity Prime Contractor can count it's self -performance services towards meeting the Business Equity Goal for the assigned NAICS commodity codes on their MBE or WBE certification. If the Business Equity Prime Contractor cannot self -perform all of the work, it will be accountable for subcontracting with certified Business Equity firms to meet the overall goal. COMPLIANCE TO BID SPECIFICATIONS On City contracts $100,000 or more where a Business Equity Goal is applied, offerors are required to comply with the intent of the City's Business Equity Ordinance by meeting or exceeding the above stated goal through one of the following methods: 1. Business Equity subcontracting participation, or; 2. Commercial useful function services performed by the Business Equity Prime to count towards the goal, or; 3. Combination of Business Equity Prime services and Business Equity subcontracting participation, or; 4. Business Equity Joint Venture participation, or; 5. Good Faith Effort documentation, or; 6. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The Utilization Plan shall be due at the time specified in the solicitation. The applicable documents must be received by the Purchasing Division, within the time allocated, in order for the entire bid to be considered responsive to the specifications. The offerer shall deliver the Business Equity documentation in person (or email if designated within project specifications) to the appropriate employee of the Purchasing Division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. Documents are to be received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. Faxed copies will not be accepted. The Offeror must submit one of the following documentation: 1. Utilization Form, if the goal is met or exceeded, 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished, 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities, 4. Joint Venture Form, if goal is met or exceeded with a Joint Venture. These forms can be found on-line at:: hftps://apps.fortworthtexas.gov/ProjectResources/. FAILURE TO COMPLY WITH THE CITY'S BUSINESS EQUITY ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY 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 Business Equity Division at (817) 392-2674. Department of Diversity and Inclusion Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Effective 01/01/2021 FORT WORTH PRIME/OFFEROR/OWNER COMPANY NAME: PROJECT NAME: PROJECT NUMBER City of Fort Worth Business Equity Utilization Form and Disadvantaqed Business Enterprise Utilization Form (Applicable to Federally -Funded Projects Only) BID DATE: City's Business Equity Goal: (Check if addressing DBE Goal) % Check all applicable boxes to describe ❑ Not Certified MBE WBE DBE HUB Prime/Offeror/Owner's Classification: ATTACHMENT IA Page 1 of 4 Offeror's Business Equity (or DBE) Commitment: ❑VOSB Section 3 Certifying Agency: ❑NCTRCA ❑D/FW MSDC �TX DOT F_]WBCS Other: Ethnicity: ❑African American ❑ Hispanic Caucasian Asian ❑ Native American Gender: ❑Male Dernale 0 Non -Binary Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD. Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity 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. Business Equity Firms listed toward meeting the project goal must be located in the three (3) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the Citv of Fort Worth including parts of Denton, Parker, Wise, and Tarrant. Dallas. and Johnson counties. Certification means those firms, located within the Marketplace, that have been determined to be a bona -fide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council -Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner -operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non-BEs, including owner -operated, but will only receive credit for the fees and commissions earned by the BE as outlined in the lease agreement. Note: For DBE Goals, 60% of the services count towards. the goal. Please see below. Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Effective 01/01/2021 FORT viOR i ATTACHMENT 1A " Business Equity Utilization Form Page 2 of 4 Please note that only certified Business Equity Firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non -Business Equity Firms. Prime contractors must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contract or/consultant i.e. a direct payment from the Prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non -Business Equity Firms. The prime contractor is responsible to provide proof of payment of all tiered sub- contractors/suppliers identified as a M/WBE and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check this box❑if certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: TYPE OF SERVICES/SUPPLIES Specify TO BE PROVIDED Tier Type of Service/Supplies: $ AMOUNT: Type of Service/Supplies: $ AMOUNT: Type of Service/Supplies: $ AMOUNT: Certification Agency Certified By: 0 D/FW MSDC NCTRCA EITXDOT ElWBCS 0 Other: Certified By: DFW MSDC NCTRCA TXDOT Other: Gender and Ethnicity: ElMale Female Non -Binary African American Hispanic Asian Caucasian Native American 11 Male EFemale Non -Binary African American DWBCS ❑Asian Caucasian Certified By: DFW MSDC NCTRCA TXDOT WBCS Other: Hispanic Native American Male Female Non -Binary African American El Asian Caucasian 11 Hispanic Native American Effective 01 /01 /2021 FORT WORTH Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. ATTACHMENT 1A Page 3 of 4 NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS TYPE OF SERVICES/SUPPLIES TO BE PROVIDED Specify Tier Certification Agency Gender and Ethnicity: Business Name: Type of Service/Supplies: Certified By: Male Female Non -Binary Address: 1:1D/FW MSDC African American E] Hispanic FINCTRCA Phone: Email: $ AMOUNT: FTXDOTWBCS Asian Caucasian � Native Other: Contact Person: American Business Name: Type of Service/Supplies: Certified By: Male Female E] Non -Binary Address: El DFW MSDC NCTRCA ❑African American Hispanic Phone: Email: $AMOUNT: TXDOTWBCS El Asian Other: Caucasian Native Contact Person: American Business Name: Type of Service/Supplies: Certified By: Male Demale Non -Binary Address: DFW MSDC NCTRCA African American Hispanic Phone: Email: $AMOUNT: TXDOT WBCS ❑Asian ❑ Other: ❑ Caucasian Native Contact Person: American Business Name: Type of ServicelSupplies: Certified By: Male nFemale ❑ Non -Binary Address: DFW MSDC NCTRCA African American El Hispanic Phone: Email: $ AMOUNT: FITXDOT WBCS Asian ElOther Caucasian Native Contact Person: American Effective 01/01/2021 FORT WORTH Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ Total Dollar Amount of Business Equity (DBE) Subcontractors/Suppliers $ Total Dollar Amount of Non -Business Equity Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ ATTACHMENT1A Page 4 of 4 The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. 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 Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non -Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/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 Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Authorized Signature Title Company Name Address City/State/Zip Code Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph- R17-397-2674 Effective 01 /01 /2021 FORT WORTH PRIME/OFFEROR COMPANY NAME: PROJECT NAME: City's Business Equity Goal ATTACHMENT I Page 1 of 1 City of Fort Worth Business Equity Division Prime Contractor Waiver Form Check applicable box to describe Prime/ Offeror's Certification Business 1 Non -Business Equity firm J I Equity firm BID DATE Offeror's Business Equity 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 provide a detailed explanation. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m.. on the second Citv business day after bid ooeninq, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? ❑ YES If yes, please provide a detailed explanation that proves based on the size and scope of this this is business inventory business. NO project, your normal practice and provide an profile of your The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including Business Equity firms on this contract, the payment thereof and any proposed changes to the original Business Equity firm arrangements submitted with this bid. The Prime/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 Business Equity firms 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 Prime/ Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Email Address Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Effective 01/01/2021 FORT WORTH. City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of 4 Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: PROJECT NAME: Business Equity Goal: Offeror's Business Equity Goal Commitment Check applicable box to describe Prime/Offeror's Certification Business Equity I❑ Non -Business Firm Equity Firm BID DATE PROJECT NUMBER If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete I this form. 11 If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 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 Prime/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 Business Equity firm or non -Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Effective 01 /01 /2021 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. Yes El No Date of Listing 3.) Did you solicit bids from Business Equity 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? ElYes (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) No 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the NO GFE non -responsive.) 5.) Did you solicit bids from Business Equity 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 Business Equity 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" NO documentation may render the GFE non -responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? Yes No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? Yes No Effective 01/01/2021 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? (If yes, attach the information that was not valid in order for the Business Equity Division to address Yes the corrections needed.) ❑ No 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone ADDITIONAL INFORMATION: Contact Person Scope of Work Reason for Rejection Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/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 Prime/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. A Bidder or Contractor who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 01/01/2021 ATTACHMENT1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Title Company Name Address City/State/Zip Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 01 /01 /2021 FORT WORTH, Joint Venture CITY OF FORT WORTH Page 1 of 3 Joint Venture Eligibility Form All ques G, ,, be answered; use "NIA "if not applicable. Name of City project: A joint venture form must be completed on each project RFP/Bid/Project Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: E-mail: Fax: 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 Business Equity _ "Non -Business Firm Name: _ Equity Firm Namej Business Firm Business Firm Contact Name: Contact Name: Business Business Address: �� Address: Telephone: Fax: Telephone: Fax: E-mail: E-mail: Certification Status: Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the Business Equity firm: Describe the scope of work of the non -Business Equity_ firm: Effective 01 /01 /2021 Joint Venture Page 2 of 3 3. What is the percentage of Business Equity firm participation on this joint venture counting towards 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 Business Equity Division will review your joint venture submission and will have final approval of the Business Equity 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 Business Equity Division 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 Business Equity Ordinance. Effective 01/01/2021 Joint Venture Page 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 Business Equity Firm: Name of Non -Business Equity Firm: Name of Owner: Name of Owner: Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of 20 before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (sea[) Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Effective 01/01/2021 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No. 00969 THIS PAGE TO BE REPLACED WITH USACE CONSTRUCTION APPROVAL LETTER CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 TRV — Part 14 — Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 Approval Fonn Page 1 of 2 Approval Form Online version 11/2005 To Liam Conlon City of Fort Worth 200 Texas Street Fort Worth, TX 76102 APPROVAL Date 1/5/2021 Application No. FTW20201216172544 District App. No. 220N-SS-SH199-20 Highway SH 0199 Control Section 017105 Maintenance Section North 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. FTW20201216172544 (District Application No. 220N-SS-SH199-20) dated 1/5/2021 and accompanying documentation, except as noted below. 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. The Utility Owner is to send a Conduct Inspection action with the On -Site Contractor's contact information through the UIR website 48 hours prior to commencing work. CONTRACTOR is to contact Inspector Gavino Talamantez at Cell 817-240-9134 with his 48-hour Notice and TCP submission from the most recent edition of the TCPs Standards' 48 hours prior to commencing work. Utility Owner Shall Not cut into pavement or rip rap without WRITTEN APPROVAL from TxDOT. *Link to the most recent TCPs Standards: http://www.dot.state.tx.us/i nsdtdot/orgchart/cmd/cserve/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 only 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 through -traffic 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 fails 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. Texas Department of Transportation By Gavino Talamantez http://apps.dot.state.tx.us/apps/UIRPROv2/I1b/NoticeApproval.asp?ApproverlD=DOT20191 115104809&P... 1/5/2021 Approval Form Page 2 of 2 Title ROW Utility Inspector District Fort Worth http://apps.dot. state.tx.us/appslUIRPROv2llibINoticeApproval.asp?ApproverlD=DOT20191115104809&P... 1 /5/2021 Page 1 of 1 Notice of Proposed Installation Trxas Utility Line On TxDOT Highway Right of Way GeAar}mcni or hanspotranon Installation Application Online version 4/2006 To the Texas Transportation Commission Date 12/18/2020 c/o District Engineer Application No. FTW20201216172544 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 SH0199 in Tarrant County, Texas as follows: (details are shown on page 2) An existing 66-inch sanitary sewer main is being relocated, due to an existing conflict with the proposed Trinity River Vision Bypass Channel, into TxDOT ROW along SH 199 adjacent to the proposed Henderson Street Bridge in the current Henderson Street Bypass. Construction will not begin until traffic has shifted to the new bridge. Proposed Sanitary Sewer Line is shown on attached exhibit in Green. 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 1 files containing drawings and other pertinent information uploaded to the website. Construction will begin on or after January 1. 2022 and end on or before December 31. 2023 . 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 Citv of Fort Worth By Liam Conlon Title Address 200 Texas Street Fort Worth, TX 76102 Phone No. 817-392-6824 E-mail address liam.conlon(a)fortworthaov.orq http://apps.dot.state.tx.us/apps/UIRPROv2/lib/PemiitNotice.asp'?PermitEventNo=O&PermitApNo=FTW... 12/ 18/2020 Page I of I Application Details Application No. FTW20201216172544 Date 12/18/2020 Utility Installation Owner City of Fort Worth By Liam Conlon TxDOT District Fort Worth District County Tarrant Route SH0199 Control Section 017105 An existing 66-inch sanitary sewer main is being relocated, due to an existing conflict with the proposed Trinity River Vision Bypass Channel, into TxDOT ROW along SH 199 adjacent to the Description proposed Henderson Street Bridge in the current Henderson Street Bypass. Construction will not begin until traffic has shifted to the new bridge. Proposed Sanitary Sewer Line is shown on attached exhibit in Green. Revised-UIR-Exhibit_TRV Part 14 Channel Attachments Segment C.pdf http://apps.dot.state.tx.us/apps/UlRPROv2/lib/PermitNoticeDetaiIs.asp?PermitEventNo=O&PermitApNo... 12/ 18/ 2020 Page 1 of 2 TxDOT - Fort Worth District CHECKLIST FOR REVIEW OF NOTICES OF PROPOSED INSTALLATION Online version 02/2019 Yes No N/A ®� 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 within 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. ®� 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? Inspector will be assigned when project is awarded ®� 5. Are the utility plans legible, drawn to scale, accurately dimensioned, and north arrow with vicinity map shown? ®F� 0 6. Are the TxDOT ROW lines and edge of pavement/curb lines distinguished, labeled, and dimensioned on the plans? Is the location and identification (highway number) of the TxDOT highway clearly indicated on the plans? ® 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? ®� 9. 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? ®F-] ❑ 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.us/apps/UIRPROv2llib[PermitChecklist.asp?PermitApNo=FTW20201216172544 12/ 18/2020 Page 2 of 2 ®F ❑ 12. Buried Utilities: Are existing utility facilities in close proximity shown in the plan view and also in a profile view when alignments cross? ® 13. Aerial Utilities: Are new utility poles located within the first 3-Feet of the ROW? ® 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? 0 ® 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. ® 16. 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 Provision'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 activities. http://apps.dot.state.tx.us/apps/ JIRPROv2/lib/PermitChecklist.asp?PermitApNo=FTW20201216172544 12/18/2020 WATER DEPARTMENT Plans for: kTER & SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISI CENTRAL CITY PROJECT & TRINITY UPTOWN SERVICE AREA PART 14 - CHANNEL SEGMENT C SANITARY SEWER RELOCATIONS SEWER PROJECT NO. 50607-0600430-CO0969-CO1781 TRINITY RIVER VISION WBS NO. 07.07 BETSY PRICE Mayor DAVID COOKE City Manager iTOPHER HARDER, P.E. irector, Water Department c SCE:. ,0W L APPROVED FORTM CHRISTOPHER HARDER, P.E. DIRECTOR, WATER DEPARTMENT TONY SHOLOLA, P.E. ASST. DIRECTOR, SENIOR CAPITAL PROJECTS OM REVIEWED LIAM CONLON PROJECT MANAGER WATER DEPARTMENT Hnrn THIS DOCUME14T IS INCDYPLETE AND IS RELEASED TEMPORARILY FOR INTERN REKr O Y. IT IS NOT ATEMOCO FOR CONSTRUCTION, 14pJ� °RAr • a �q FJTURE BYPASS CHANNEL JCENTERLNE �, o0 U D0 ZO ADO m-<p 07 m p mn Z 0 ryO mm v Mn MAP 12042-396 MAP 02042-400 MAP #2048-396 MAP 12048-400 LEGEND EXISTING MANHOLE �+ PROPOSED SANITARY SEWER LINE EXISTING SEWER LINE PREVIOUSLY ABANDONED SANITARY SEWER LINE ppp E N IVE \ 5.630 ACRES (BY DEED) III _ ' \ ��tltT VAR1N. TARRANT REAl-- -.. .. UNDERGROUN -. a \ WATER DISTRICT / N.� Dzl III1878 - - __ _ BOD E. NORTNSDE D`VE STA• i 85.43, 0,/5 12.r iI APPROXIMATE APPURTENAN 'OXY LINER D R r C T _ FORT WORTH, TEXAS 761 I a OWNERS OF j� FUTURE " INSTALL: 38/24 AND 2 600 N HEnoERSON SmEE APPAAK�1�XIMATE SIZE AND - C.C.F. No D2n z9a52n H ERSON (1) C011ER'1ATION BEND ENGINEER SH EDG'tl. OFTH SHOWN N. HENpE, SZ ST DETl--_--�C r TREET GE 6 .6��5; COMPLETENE' »�,�� Ptgrrl ODR 930 N, HENOERSiw'SFtffi_�`__ - y N:696331T.-T2 MAP 2042-396 CONTRACTOR r: REFERENCE ONLY - -_ / SEVER \ TA: 5+89.14, 0 S 19.5' LT ---- _ E:23 3152.05 ° ` MAP p 2048-369 ALL H E KIK RUCTURE 8-1GF \ 19.5' LT WITH THE OW 36, 37, 38 ` (1 45" COMBINA-- -� I DIA. TEE BASE FLAT CONSTRUCTIO E30 \ 5.46' RT -- --- _ o AND REPAIRR .59 AV- .13' UP _ r 220 AC MANHOLE NI7H N:69 D25.86 _ TARRANT REGIONAL _�--- - I D ° OXY LINER �\ INCLUDED ITHE COST N 5+73.37, O/S 12.0' LT WATER DISTRICT - - ILL: 2 3B ODD E NORTHSIDE DRIVE '�-.� ' \ UCT: a 11.5' LT FORT WORTH. TEXAS 76102 63309. - NOTIFY ANY 5" COMBINATION BOND _\ AT LEAST 48 CON UCT: \ 0.81 '5.46' LT 6' A. lEE SE FLAT TOP C.C.F. No. 0211294524 I PR OSED V '�ABLE 0,13' DOWN M oLE VA \ DAT.E.T. EXISTING ._4_ 63026.78 R SEO HIN DUD AND XY LINER B3D N HENDERSON STREET 23flZ5.80 D2EC 13, 208, D015M, 0008 CON T� ® �� /� THE LOCATION XI \ 69631 .15 /24 AND 2S TXDOT EA aEMENT` �,\,\ DH-5 .9 THE PLANS AF A \ E:232 .82 \ ROW TA: 13�25.37, O/S 19. •�n(Y`_ COMPANY RO( UNCH STA: 6+ 4, O/S 19.5' LT \ " END 45" SANITARY SEWER Vj TO VERIFY LO( I PFUOR 70 CON AFT BEGIN SANITARY SEWER FOOT PERMANENT CARRA PIPE IN 60" EL w- E SHEET 2 \ PROPOSED .E 'r C R PIPE IN 60" STEEL SANITARY SEVER , .1� NG BY OTHE TH WARNING! UNC F C NG BY OTHER THAN BARREL SIPHON EASEMENT I i ;dPEN CUT y -lt CONTACT THE (� T BARREL 2 I ti I RE: D2e3�0204 �,nV%� EXCAVATION A RE: 02 3, D204/24 /T+ 696330 .5T J� 6963 31.53 t 7 E:2323171/.73 _ - % DIC1E55 232 .62 \ I I I •`S s x GARY TILORY 4' SEE DETAIL 1/14 I M LARRY CRANE - -- -- - - } . L d • •- - - v J O H N C RAN E /�� WILL LEE V LIAM CONLON 8+00 \ 9+90 10+D0 11+ 12 I 3+00 i A2.6Y I I42.Gr / / CITY TY"OFUHN FORT PROPOSED - II VARIABLE WIDTH B.M. U.5 A.C. ^ \ I ATE DIMENSI 5 OF ' TEMPORARY N:6968816, 71 + G PROPOSED FR ECEI G T CONSTRUCTION \ 39-INCH SIPHON T 26 _ - EASEMENT ` P�M p�_fi 0 STA: 13+97.76 BARREL 1 R I CONSTRUCT: NORTHSIDE C SHAFT AYA ON STA:I 13 21.37 SANITARY SEWER BRIDGE OVER SH T OQ R 1 2- ACRES (81 of -_ 69 SANITARY R SIPHON STRUCTURE B-2 :. T.B.M./2: SO 0 •STA 15 uRRAnr REGIJNA I I R IPE IN 0" RE: SHEET 39, 40, 41 CONCRETE P, R BYPASS C EL wA TER LISTRCT CA h�i 7HM1 �PEN N: 6963317.20 WEST FORK B00 E. NUH THS,DE 0 Proposed •j E: 2323117.57 S'OR, DESIGN GUID N FORT w,iRTH, TExas , I 1 1 D203 D2 /24 CORNER TO 7NI RETf STA: 6+ FORT WORTH AND WESTERN I N: 611pp,,63 2 56 -STA: 13+32.B5 4 T.B.M.43: SO UII ➢ING \ \ C.C.F. No D2112-4 Sanitary Sewer - RMLRGM i DNPAt1, I I I E: 232318 .16 BEGIN SA Y SEWER )R Tc 1 vuulME vY'VI, PACE :u#u I CONSTRUCT: ON NORTH E CA I IPE I 6 "" STEEL UR T, 1 90N �CTOR TO 7WKE CARE 6' DIA. TEE BASE FLAT TOP EAST OF N01 C BY OTH IiYAN OPEN 930 N. HENDERSON 5, on Private I y N TO DAMAG EXISTING MANHOLE NTH ELEV. 52B.Of /✓ ' N:6962D3 D 4 ` W Property I I "" III LGHT POLE RAISED I1HH3,,INGED UD AND EPDXY LINER '. T.B.M.04: RA D8, D010, DOOR 24 AND 25 LOCATED A -STA: 5+95./3 E: 2.05 \ _ -_ - - N: 96332iENTRANCETO CONSTRUCT: \ \ " I --E: 2323178.24 C T.B.M.p5: RA 6' DIA. TEE BASE T TOP Y� ` LEVEE SOFT I AI III I ( POLE. +/-3 MANHOLE WITH M EDGE RAISED HINGED UD D EP ER ` - TRACKS, EL -VE: E: 0213, 0208, 001 5.63o ACRES (BY DEED) I TRACKS, ELE /24 AND 2S \ ; rARRANr REGIONAL 1 7. TO A.#6: SC , :6963046.17 WATER DISTRICT 2323860.25 ORT E RTH. TESIDEXAS DRIVE TO A KV TO, IY � FORT WORTH, TEXAS 76102 I /j / ( \ ,NI?R'C FC FL# FUTURE LEVEE 0.C.F No 0211294524 1 It/ , / / \ HARD EDCE (BY ? D.R r.cT � AP�'�1[UROXIMA SIZE If OTHERS) LL \ \ \\ R70 N. HENOERSON STREET I / FUTURE HA OF \ L PROPOSED 664NCH SANITARY SEWER LINE A °"°LI WN FOR IN. - BARREL R CE ONLY, 45-ROPOS IN ON \ 5' Mw. BARREL 2 \ �iA-rA-fF/-� rw hl-Flrt H-I-r4-I�r�✓-I O TREE REMOVAL TABLE I +00 I I 5 MiN. _ REV. NAME DESCRIPTION I ._ A' 5' MIN, PROPOSE - - NG POINT Q (1) 15- TREE REMOVAL I I . '--- '---- 39-INCH 1 ON ❑F (1) 2r TREE REMOVAL I BARREL 1 2) 6" TREE REMOVAL I SEPAR ON BE TWE R■ •V © ( STEEL IN G PIPE (4) 10- TREE REMOVAL AND FU E DRILLED I CONCRE IERS © (2) B' TRREMOVAL ^ _-._ _....... - EE / ' \ MINIMUM SEPARATION DISTANCE WATER RE W 51EE7). a SCALE:t"-W THE :T 15) SHALL PROJE 15 29), 3 OS 27) OR I TRENCHLESS CONSTRUCTION SCHEDULE COORDINATED LEAST 48 ALLOWABLE ANTICIPATED SHAFT AAPPRON APPRO%. PROPC ID EXTENTS OF PROFILE SHEET GROUND BEGIN END TYPE LAUNCHING G RECEIVINGG DRIVE ALLOWABLE SPEC. CASING AND CONDITIONS STA STA (SECTION SHAFT SHAFT LENGTH)DE TUNNELING METHOD 33 05 41) DEPTH DEPTH J SIPHON DE JOINT I ANTICIPATED SECANT PILE OF 50 PS OR CUTTER OPEN -SHIELD ASE MA OLE WITH N: 8963595.59 I FROM CONSTRUCTION PLANS. I t� I'll EIRGROUt in EPDXY LINER N. HENDERSON ST E: 2322697.76 UNDGROUP W,IW-24 D 25 APPROXIMAT OWNERS OF PROPOSED VARIABLE WIDTHPOVERHEAD Z'JTA: 19+34.06- APPURTENAF r TEMPORARY CONSTRUCTION CONSTRUCT: IICAUTIONII ENGINEER SF ASEMENT�5' DIA. TEE BASE MANHOLE WITH BURIED GAS LINES AND COMPLETENE S 15+5 .25 NES RAISED HINGED LID AND EPDXY LINER OVERHEAD ELECTRIC LINES CONTRACTOF B N 66" ANITARY SEWERD RE: D213, D208, DO15M, D008/24 AND 25 MAP 0 2042-396 AND CHECKII Q MAP 2048-369 ALL UNDERG CA IER PIE IN 84' STEELES N: 6963589.32 NCASTG ByOTHER THAN OPEN E: 2322704.22WITH THE OYRE: 03, fl204/24CONSTRUCT[(N: 696 33 61 . AND REPAIR[ E: 232Z Ai�77 FUTURE STORM DRAIN PROPOSED PIPE SCHEDULE THE C05TaINCLUDED IN (BY OTHERS) _ m= I NAME MATERIAL INSTALLATION METHOD Odes O^ ap NOTIFY ANYAT LEAST 4f TEMPORARY N HENDERSON ST DETOUR - Mr- I 0SN 72 FRP BY OPEN CUT 41.35 53.28 x 16+ 17+,*P ', 18+00 19+00 .'3- 20(AZ I 1© SN 72 FRP BY OPEN CUT 41.35 53.28 THE LOCATION 2 m THE PLANS Al M I 18 SN 72 FRP BY OTHER THAN OPEN CUT 41.35 53.28 COMPANY RE( q 19 STEEL BY OTHER THAN OPEN CUT N/A N/A PRIOR IF COP PH I O I I I TO VERIFY LO BN-4 EXISTING -4 I ® SN 72 FRP I BY OPEN CUT 141.35 153.28 • ROW / 1 �I N KING! TLINK HE --� -_--- _--- - ----- __ -- — �`- - _ 1 O I SN 72 FRP BY OPEN CUT 41.35 53.28 CONTACT I • _- _ _= L R - kr -- Kam—.^ �w -. - x =_ + FR I R N N I EXCAVATION It "r OW I SN 72 P BY OTHER THAN OPEN CUT 4135 53 28 DIGTESS S 15+75.25 — — —_ _ L® STEEL BY OTHER THAN OPEN CUT N/A I N/A GARY TILORY LARRY BALDW D 3 66" SANITARY SEWER ICAUTI 11 - JOHN CRANE L LEE C SINGRBYIPE IN 04" STEEL OTHER THAN OPEN CUT CONTRACTOR SHALL 4SB NBN HUNLLL TRENCHLESS CONSTRUCTION SCHEDULE I WAM cONLON COORDINATE WITH ONCOR TO R : 0203, 0204/24 201 N MAIN STREET, SUITE 40,E - - DEAN KUHN HAVE EXISTING ELECTRICAL FORT WORTH, TEXAS 76102 ALLOWABLE APPROX. APPROX. N 2322968.9 CITY OF FORT E 322968.96 POLE HELD DURING CC No. Dzn zozan BEGIN END SHAFT TYPE LAUNCHING RECEIVING DRIVE ALLOWABLE SPEC. CASING -- HENDERSON STREET BAZAAR EXCAVATION ADJACENT TO D.R.T.C.T STA STA (SECTION SHAFT SHAFT LENGTH TUNNELING METHODS PARKING LOT POLE, SEE SHEET NOTE 3 33 O5 41) DEPTH DEPT IOGO N HENDERSON STREET H I B.M. U.S.A.C. eLaK N: 6968816.7 EXISTING HENDERSON STREE1T BAZAAR Z T.B.M./1: 50 VOLUME 388- 160, PAGE 8 15+55.25 15,75.25 25' 25• 20 LF PAD +/-6' TxDOT R µY INCLUDED PIPEXACKNLG (SOPEN-SEEC11ON 33 e4• wN. STEEL CAS NG NORTHSIDE C 05 27) OR HAND PIPE (0.75• WN. WALL BRIDGE OVEF IN THICKNESS ROPY,�I 05 41 TUNNELING (SECTION 33 05 T.B.M.r2: $0 05 23) (SECTION A OS 22) CONCRETE R 19+43,0e 2t+10.e7 2r 32' 165 Lr WEST FORK CORNER TO SECTION J3 4 T. B.M.jt3: SO PROPOSED 66-INCH SANITARY SEWER LINE A — EA NORTH E EAST OF NOf ELEV: 528.0E B T.B.M #4- RA LOCATED AT ENTRANCE T( A,lHALTJ FLE)dM 8m_/ LEGEND 6 T.B.M.r5: RAJ _tEPAIR OEEP TFENCH BAOM L POLE, +/-31 abuqu RE: 0005, D20113(26 HENDERSON D7AB/2/ twl <& UTILITY LOCATION BASED ON SUE LEVEL TRACKS. ELE _ 54.5_ A 17 T.B.M.#6. SO W Y --- TO A KV TOY Icr� o n n UTILITY LOCATION BASED ON SUE LEVEL INTEk_EI_TIUN I, nl N VI o UTILITY LOCATION BASED ON RECORD r M10 A �EX�STI�IC GROUND < 'r _ DRAWINGS P ,'XISTING 54-INCH-• 10 �i o N -- W*iER :.:II: m �� � m - • � � ry 5� 0 UTILITY LOCATION 15 UNKNOWN !0%21) TIP N 475.8 w � . _ _ •- xa O 1 o e GEOTECHNICAL BORING LOCATION —la+-t - - ..—r.+,,,,r—*-„+• _._ - �y 1°Jp a,,,---!!! EXISTING 72-A 0 4 S z ///--- WATER LINE z c / (X-21549) ® titer c z / S( 535 +\ �I a0 m 31• = e REV. `EXISTMG 4-INCH Q je 1� cOi •r •r z o °D i. ACCESS TO TRWD PROPERTY SHALL BE COORDINATED GAS LINE 4 z o z m O o n WITH DEAN KUHN (817-335-2491) AT LEAST 48 +� 0- . A 0 •. >^ HOURS IN ADVANCE. r q o u 2. SEE SHEET 12 FOR THE LOCATIONS AND EXTENTS OF O N ALL SANITARY SEWER ABANDONMENTS AND d 1i1 S30 )0 a0 REMOVALS. 3. ALL COSTS ASSOCIATED WITH COORDINATION KITH i ORTW( C ONCOR SHALL BE CONSOERED SUBSIDIARY TO OPEN q o CUT PIPE INSTALLATION AND NO SEPARATE PAYMENT SHALL BE MADE. 1 4. CONTRACTOR SHALL MAINTAIN CONTINUOUS ACCESS - R TO THE HENDERSON STREET BAZAAR AT ALL TIMES. z O ALL COORDINATION AND MEASURES TO PERMIT WATER ! _ < 525 ACCESS (e.g. STEEL PLATING) WTH THE HENDERSON THE TI i STREET BAZAAR WALL BE CONSIDERED SUBSIDIARY TO 3 THE VARIOUS ITEMS BID AND NO SEPARATE PAYMENT PROJEI SHALL BE MADE. 1 0 5. FOR WORK IN T.DOT ROW, CONTRACTOR SHALL - F 18 23 1 m= CALL THE TXDOT INSPECTOR NOTED ON THE S T7 .1 I APPROVED PERMIT 48—HOURS PRIOR TO THE START mIz/ Mr-520 OF CONSTRUCTION. ZPROPO•J59 LFIOFT 6q' NW� 0 0.06; McnmFLOWVN 515 ? —__ 1 801 Cheer 5 : 96ROW I rt N'j7j "' ' iy ROPOSEO 66-INCH 3712.48 E: 2257Z56 , / SANITARY SEWER LINE AR 11,225, I. P E SIONST. - OPOSED - L AFT 4 + 22 -- mi - -- - - 4+0o rA `" N^ =m m rA K BEGIN 6' SANITARY SEWER w CARRIER PIPE IN 84' STEEi_ — _ _ - all — --- — —. CASING_BY Q'[KR-THAN OPEN CUT -._ 4 RE: D203, D204/24 / PROP SED 5 + N:.FOOT TEMPORARY (CJI 23225 E: 2322571.37 37 CONSTRUCTION / EASEMENT -STA: 21+15.17 !!CAUTION!! CONSTRUCT: / / BURIED GAS LINES a 5' DIA. TEE BASE MANHOLE AND OVERHEAD WITH HINGED LID AND EPDXY VNER ING I RE: D213, D208, DO15M, /24 AHD 25 ELECTRIC LINES r I E 2322574.33 '�'—SBG SAKEY, LLC / JC11 YCMAl10N, LLC S MAIN 51REET, SUITE 4D2 /201 R FORT WORTH. TEXAS 7TE4 BLOCK 1 , HENDERSON STREET BAZAAR C.C.F. ND211202871 VOLUYE 35 0, PAGE S / P A I L D.R. T.C.T. T A 1000 H HENDERSON STREET PROPOSED 66-INCH SANITARY SEWER LINE A I FLDUK DEEP TRENCH BAOKlk_l L jr RE1 DOGS. 0 201e/M CREST EtIEv.J , APPROX. 55d .47 'PROXIMATE TENSIONS OF SHAFT ,4- V T af0 am,rirO4�XX do ® EXI3D-INCH3T840 < WATER LINE f �# 81 LF OF I ! o C FRPJSTEEL OI ANG o o.D671 I a o I 2 FLOW L -I n2tt EXISTING LEVEE `EXISTI7v^ 4-I14CH OAS LII IE O ID —iF.OW '/ mi � r-mr =Z P m ✓ rI r r r r r� r /I ..r.. 550 545 540 535 4194 ' UNDERGROUI APPROXIMAT OWNERS OF I !CAUTION!! APPURTENAr ' ENGINEER SI BURIED GAS LINES AND COMPLE TENE OVERHEAD ELECTRIC LINES CONTRACTOF MAP / 2042-396 AND CHECKIi MAP / 2048-369 ALL UNDERG WITH THE 01 CONSTRUCTIi PROPOSED PIPE SCHEDULE AND THE COSTOST0 0 Ode. OC.p INCLUDED IN NAME MATERIAL INSTALLATION METHOD ANY (m9d) (m9d) ATNOTIFY 4 ©ST SN 72 FRP BY OTHER THAN OPEN CUT 41.35 53.28 ® STEEL BY OTHER THAN OPEN CUT N/A N/A THE LOCATIOI ®4 SN 72 FRP BY OPEN CUT 41.35 53.28 THE PLANS A COMPANY RE' I TO VERIFY LC ® SN 72 FRP BY OPEN CUT 41.35 53.28 PRIOR TO CO ® SN 72 FRP BY OTHER THAN OPEN CUT 41.35 53.28 ® STEEL BY OTHER THAN OPEN CUT N/A N/A WARNING' UN CONTACT THE EXCAVATION DIGTESS GARY TILORY LARRY BALDY TRENCHLESS CONSTRUCTION SCHEDULE JOHN CRANE WILL LEE ALLOWABLE APPROX. APPROX. LIAM CONLON BEGIN END SHAFT TYPE LAUNCHING RECEIVING DRIVE ALLOWABLE DEAN KUHN STA STA (SECTION SHAFT SHAFT LENGTH TUNNELING METHODS SPEC. CASING CITY OF FOR 33 05 41) DEPTH DEPTH I B M USA( 19+43.06 21+10.47 27' 32' 108 LF OPEN—SHIFlD e4' MIN, STEEL CASING JJ PIRE05 N:696Y8816. ANY 27). (SECTION HAND PIK L0.75' MN. WALL C. T.B.M.# 1: S SECTION IN 0543J 33 OS 41 N ING (S TUNNELING (SECTION 3.1 THICKNESS) PAD + /DE 05 23) (SECTION 33 05 22) IOV 21+19.67 25+64.20 32' 20' 4451E BRIDGE BRIDGE OVE 3 T.B.M.#2: S CONCRETE WEST FORK CORNER TO 4. T.B.M'13: S ON NORTH EAST OF N( ELEV: 528.( 5 T.B.M. #4: R LOCATED AT LEGEND ENTRANCE ' 6 T.B.M.05: R POLE. +/_ HENDERSON UTILITY LOCATION BASED ON SUE LEVEL IT ACXS. ES 7 TO A KV T( UTILITY LOCATION BASED ON SUE LEVEL INTERSECTK B UTILITY LOCATION BASED ON RECORD j DRAWINGS IIL UTILITY LOCATION IS UNKNOWN GEOTECHNICAL BORING LOCATION SHEET NOTES: 1. ACCESS TO TRWD PROPERTY SHALL BE COORDINATED WITH DEAN KUHN (817-335-2491) AT LEAST 48 HOURS IN ADVANCE. 2. SEE SHEET 12 FOR THE LOCATIONS AND EXTENTS OF ALL SANITARY SEWER ABANDONMENTS AND REMOVALS. 3. FOR WORK IN TxDOT ROW, CONTRACTOR SHALL CALL THE TxDOT INSPECTOR NOTED ON THE APPROVED PERMIT 48-HOURS PRIOR TO THE START OF CONSTRUCTION. 525 JACKING SHAFT SHALL BE LOCATED ON THE LANDSIDE OF THE EXISTING LEVEE IN ACCORDANCE NTH SWFP 1150-2-1, SECTION 8.a. 520 CONTRACTOR SHALL CONSTRUCT CASING PIPE, 66* CARRIER PIPE, CONTACT GROUTING, AND ANNULAR GROUTING BY OTHER THAN OPEN CUT FROM STA 21+19.67 TO STA 25+64.20 515 WATER THE Pfw 6A N: o90wO[. vv.. v. ... .---. ..v .• �� JPL.w��' _ --- IHL INt UKh E:2322278.0;¢ / I I V�'AL 1��- _ _ ._ UNDERGROL APPROMMA OWNERS OF 25+75.71- SfA: 26+67.11 _ -- ---- _ u'% - � CONSTRUCT: __�c_�- = SANITARY SEWER NGINEERNp �l'�- ��:�, 6' DIA. TEE BASE FLAT TOP �_��- _ --� CARRIER PIPE IN 60 STEEL T COMPLETEN JUNCTION STRUCTURE C MANH I WITH - - N CONTRACTC tK RE: SHEETS 42. 43 Al - = AND CHECK BEAN 54" SANITARY SEWER 001 D008/24 AND 25 Existing Sanitary ____--- -__�� ALL UNDER LINE A-1 E SHEEiIGZO- _ - N: 6964122.75 'S/1.J �Q' __- - I _ E: 2322201_59 /.3" / Sewer in TxDOT ROW - WITH THE C !' CONSTRUCT _ STA: 31+22.16 AND REPINE --� - 270 48 /. ® END SANITARY SEWER LINE A THE COST I tj / 26+72 MANHOLE WITH CONNECT TO EXISTING 66" INCLUDED 11 BEpN 36" S ARY SEWER RAISED HINGED LID AND EPDXY LINER / SANITARY SEWER LINE M 545/%-141 NOTIFY ANY - PR OSE { - �) AT LEAST 54 INC CARRIER PIPE N 80' STEEL RE: 0213, D208, DO15M, D008/24 AND 25 CONSTRUCT: CASING BY ER THAN OPEN CUT N: 6954350.73 S VITA Y / / SANITARY SEWER ~ WI: A RE: D203. 204/24 E:2322001.41 JUNCT EE HERE N: 69641 .43 APPROXIMATE _ II'' // .)1 4S1 49. 50 E THE LOCATIC 20� / E: 23221 36 8Af30-I CH / :; DIMENPROP0NS OF /n:•8964472.23 �- THE PLANS ON S FT 7' ' --/ / // 232,909.93 „� COMPANY RE _!j�� TO VERIFY L J SEE SHEEL PRIOR TO GC WARNING! UP 31+00 CONTACT i. pXy TH 6+0 I ' I' <Td / r- PRC6 EXCAVATION F�,3EAIPORART DIGTESS CONSTRUCTIOJ GARY TILORv EASEMENT LARRY BALD' afto�Q.y./�NH JOHN ^r+ I / / /' • ,i' ` CRANE WILL WILL LEE LIAM CONL(N �•.T,r +-, - --• ....r _.. ._ _7-.,,,_lei _ _ - _ __ = K / =�� - DEAN KUHN - CITY OF FOR DIMENSIONSA / STA: 26 MD PE YANENT/ ROPOSED 25' PROP D %� BEGIN SANITARY SE WER EA ENT TEMPORARY RECEIVING FT _ C PPE N 60' STEEL CONSTRUCTION CAST BY OTHER THAN OPEN CUT, / N EASEMENT / �.// f/--F! T B.M. 8816I RE: D 3, D204/24 / &1_t N:6968816. STA: 29+65.94 J T.B.M./1: S / �P Proposed ` N:8 133.98 / END 30" SANITARY SEWER �/ / PAD +/-6' 62 ANkIL 9 3 / Sanitary Sewer ! STA; g+87D i /L"J�e',.^. CARRIER PIPE IN 60' STEEL C� T' �//y NORTHSIDE / Y CT: O BY OTHER THAN OPEN CUT ;� A BRIDGE OVE RE: D203, D204/24 ! T.B.M./2: S on Private 6' DIAL TEE BASE FLAT TOP / N:8984354.84 // '�' CONCRETE MANHOLE WITH Property R SED IMNCED UD AND XY LINER / E: 232201 J.00 / / / �+ WEST FORK RE: D213, D208. D015M, O08/24 25 STA: 29+70.50- / _ I CORNER TO N:EI-4130.29 CONSTRUCT: E STING / I 4 T B M /3 S SE REMOV SEE SHEET 12 E: 2322210.17 8' DIA. TEE BASE FLAT TOP / �. ON NORTH MANHOLE WITH ASEME SEVER APPROXIMATE / RAISED HINGED LID AND EPDXY LINER / / EASEME ��• p'� ELEV. 528.( i DIMENSIONS OF / RE: D213, D208, DO15M, DOOR/24 AND 25 / / ✓ 5, T.B.M./4 R / RECEIVING SHAFT PROPOSED N: 6964358.27 / �JJ� �� p' LOCATED R ' SEE SHEET 29 / E: 2322009.99 / PROP gED 24-INCH ,! /1` p ENTRANCE i STA: 30+05.96 / SAN19 RY SEWER LINE B ,/ / �' / O T.B.M./5: R PROP D 20' LI71 ACRES (MY DEED) CONSTRUCT: / AN 8" SANITARY POLE ACC SEWER / A B INVESTMENTS SANITARY SEWER SE R REMOVAL SEE HNDERSON 616 N RIVERSIDE DRVE SIPHON STRUCTURE D-2 S ETS 12 AND 21 * , ERAS NT / FORT WORTH, TEXAS 76111 RE: SHEETS 49 48 48 � •' TRACKS, EL VOLUME 16000, VACS NO N: 6964384.91 �� •' T.B.M./8: S VOLUME 12593. PACE 633 E: 2321986.60/ / �j , TO A KV T( / 0R.T.0 T. / 1 /„- / mR=_E rc / 1229 JACKSBORD HIGHWAY BAAEY GARDENS / / / MAMAP P 2048-369 � 2042-396 r / VOLUME U PACE 589 / IL D.R.T.C.T PROPOSED 66-INCH SANITARY SEWER LINE A D 7. CONTRACTOR SHALL PROVIDE PLUGGING CAPABLE OF -�� WITHSTANDING 35-FEET OF HEAD PRESSURE AT THE TRENCHLESS OPEN END OF THE CASING AND CARRIER PIPE LEGEND 066'CARRIER G SHAFT SHALL BE VICE WITH LOCATED IN THE JACKING SHAFT AT THE CLOSE OF ON THE LANDSIDE OF REV. (THIS SHEET). EACH WORK DAY. THIS PLUG SHALL REMAIN IN --••- - :T 19) SHALL PLACE UNTIL ALL CONSTRUCTION ON THE RIVERSIDE EXISTING LEVEE IN 35 29) OR OF THE EXISTING LEVEE IS COMPLETED. ALL COSTS PROPOSED SURFACE MONITORING POINT RDANCE WITH SWFP a OS 27) ASSOCIATED WITH THIS ITEM SHALL BE CONSIDERED RE: SECTION 33 05 44 '2-1, SECTION B.O. 1 COORDINATED SUBSIDIARY TO THE COST OF THE PROPOSED JACKING TOR SHALL CONSTRUCT Q LEAST 48 SHABE FT INSTALLATION. NO SEPARATE PAYMENT SHALL e GEOTECHNICAL BORING LOCATION IPE, 66 CARRIER PIPE, ORT n B. PROPOSED 30-INCH AND 36-INCH INVERTED SIPHON ACT GROUTING, ANDID EXTENTS OF BARRELS 1 AND 2 PIPING SHALL INCLUDE JCNNT GROUTING BY OTHERAew COUPLINGS CAPABLE OF WITHSTANDING ANTICIPATED OPEN CUT FROM STARY SEWER THRUST FORCES ASSUMING A MINIMUM OF 50 PSI 7 TO STA 25+64.20. SIDE OF THE HYDROSTATIC PRESSURE AT THE LOWEST ELEVATION WATER SIDE SUCH THAT OF PROPOSED PIPE INSTALLATION. THE THE EXISTING 9. FOR WORK IN TxDOT ROW. CONTRACTOR SHALL i:t EARTHEN CALL THE TxDOT INSPECTOR NOTED ON THE I PROJE STRUCTURE. APPROVED PERMIT 48-HOURS PRIOR TO THE START IATE AND OF CONSTRUCTION. ALLOWABLE APPROX. APPROX. THE LAND BEGIN END SHAFT TYPE LAUNCHING RECEIVING DRIVE ALLOWABLE IICAUTIONII E CONSTRUCTED STA STA (SECTION SHAFT SHAFT LENGTH TUNNELING METHOD SPEC. CASING BURIED GAS LINES AND - 6-INCHES 33 05 41) DEPTH DEPTH OVERHEAD ELECTRIC LINES GROUND. RIM PROPC AND BASED MITTALS FOR MY INDUDEIX Pa[eADDNc ,,. ea' MIN. STm CASING NE A FROM STA 21.19.67 25+64.20 N SECTI(1N 33 ' 2W 443 LF 33 05 27) OR HAND PIPE COTS' W. WALL CUT TO CITY 3205 41 TUW91M (SECTION 33 THICKNESS) LING THE 05 23) (SECTION 33 0.5 22) )AY REVIEW BY Page 1 FORT WORTH DISTRICT UTILITY DIRECTORY 02 - FTW-12/16/2020 FORT WORTH DISTRICT UTILITY OFFICE I I OFFICE PHONE Bill McCoy Right of Way Project Delivery Manager 817-370-6950 Doug Fain Utility Lead Douelas.FainPtxdot.sov 817-370-6542 Amar Akram, P.E. Transportation Engineer Amar.Akram@txdot.eov 817-370-6681 Rebecca Booher Utility Coordinator -Permits Rebecca. Boo her@txdot.eoy, 682-760-1839 Ben Trevino Utiltiy Coordinator Ben.Trevino@txdot.eov 817-370-6523 Jennifer Showers Utility Coordinator -Permits lennifer.Showers@txdot.eov 512-516-3692 Franciso (Javier) Fuentes Utility Coordinator Francisco. Fuentes@txdot.eov 512-348-1148 Patrick Nunley Utility Coordinator Patrick.Nunley@txdot.eov 469-719-0895 Sheldon Gatewood Utility Coordinator Sheldon.Gatewood@txdot.eov 512-621-8072 UTILITY INSPECTORS Gavino Talamantez - Gavino.Talamantez@txdot.eov Cell-817-240-9134 817-370-6668 North & South Tarrant Co. 1(50) JOHNSON COUNTY AREA OFFICE: 817-202-2900 Janet Crawford, P.E. - Area Engineer 817-202-2900 Peter Ross, P.E. - Asst. Area Engineer 817-202-2939 1(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 1(52) NORTH TARRANT COUNTY AREA OFFICE (N. OF IH-30) : 817-399-4302 Minh Tran, P.E. - Area Engineer 817-399-4302 James Bell, P.E. - Asst. Area Engineer 817-399-4302 1 (54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF 1 H-30) : 817-370-6640 TBA - Area Engineer 817-370-6640 Russell Poer, P.E. - Asst. Area Engineer 817-370-6640 1(56) ERATH, HOOD & SOMERVELL COUNTY AREA OFFICES: 254-965-3511 David Fowler, P.E. Area Engineer 254-965-3511 Sarah Horner, P.E. Assistant Area Engineer. 254-965-3511 1(57) PARKER & PALO PINTO COUNTY AREA OFFICES: 682-229-2800 David Neeley, P.E. Area Engineer 682-229-2800 Gary Beck, P.E. Assistant Area Engineer. 682-229-2800 DRIVEWAYS/STORM DRAINS/TEMPORARY ACCESS/OVERSIZE /OVERWEIGHT PERMITS Matt Evans, P.E. - District Maintenance Director 817-370-6521 Jennifer Giovando - Office Mgr. 817-370-6524 Christine Jones- AAH, Damage Claims, & OS/OW 817-370-3636 Page 1 Page 2 Margaret Jasso - Access/Driveways & Storm Drains 817-370-6527 ITRAFFIC SIGNALS, TRAFFIC MANAGEMENT, MESSAGE BOARDS-817-370.3661 Dicky White Supervisor 817-370-6860 Line Locations: Contact Control Room Office for Form 817-370-3661 Emergency Contact Number: Control Room - 24 Hours 817-370-3661 FORT WORTH QWMCT MAINTENANCE OFFICES JOHNSON COUNTY MAINTENANCE John Nolt Maintenance Supervisor 817-202-2900 Bryan Anderson Utility Permits Inspector Cell-817-291-0794 817-202-2900 Joshua Powers Utility Permits Inspector Cell-817-240-2149 817-202-2900 WISE & JACK COUNTY MAINTENANCE 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 Sepeda Maintenance Supervisor 817-3994350 Gavino TalamanteT North Tarrant County Utilities Inspector Cell-817-240-9134 817-370-6668 SOUTH TARRANT COUNTY MAINTENANCE TBA Maintenance Supervisor 817-370-6903 Gavino Talamente.- South Tarrant County Utilities Inspector Cell-817-240-9134 817-370-6668 ERATH, HOOD, SOMERVELL COUNTY MAINTENANCE Jason Medders Maintenance Supervisor 254-965-3511 Michael Millsap Utility Permit Inspector Cell-254-413-5058 254-965-3511 PARKER & PALO PINTO COUNTY MAINTENANCE Tom Brown Maintenance Supervisor 682-229-2804 Marc Cantrell Utility Permits Inspector 817-287-9454 EMERGENCY UTILITY CONTACT: Traffic Control Room - 24-Hours 817-370-3661 TXDOTS MISSION STATEMENT The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of people and goods. SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices (TMUTCD) for questions concerning traffic control plans. hj1p.1 Jftr).dot.state.tx.us/pub/txdot-info/trf/tmutcd/2011-rev-2 6. df 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 OWNER'S PERMIT MUST BE ON SITE AT ALL TIMES. Page 2 FWWR TRACK DEPARTMENT MEMO To: Contractors/Consultants working on FWWR property (or trackage rights property) From: William Parker, Director of Planning Date: January 1, 2014 Subject: Roadway Worker Protection/On-Track Safety Orientation for Contractors on FWWR Fort Worth & Western Railroad requires all personnel who will be in the right-of-way to participate in the FWWR Roadway Worker Protection/On-Track Safety (RWP/OTS) Contractor Orientation Program. The program is designed to help personnel avoid putting themselves in a POSITION OF PERIL on our property. This is accomplished through basic training on how to stay safe and aware around live railroad tracks. FWWR's training contractor is National Railroad Safety Services (NRSS). Your contact for scheduling, cancellations or questions is Sally Smith at 817-275-6777 or email: ssmith@nrssinc.net. Locations: MAP AND 1. NRSS Training Facility, 4019 Woodland Park, # 101, Arlington, TX 76013. Capacity 30. DIRECTIONS 2. Your facility (or you rent facility) —additional charges include trainer's travel time/mileage. next page The orientation session generally runs from 2 to 2-1/2 hours in duration, including a 25-question multiple-choice exam. Only participants passing the examination will be permitted on the property. A qualification badge will be issued to each participant after the exam, indicating training date; training is good for a period of twelve months. Fee schedule (2014 calendar vear): • 1 to 4 individuals = $220.00. • Each additional individual = $55.00. • Maximum class size in ARLINGTON = 30. • Training hosted at your facility: $50/hour instructor travel time and $0.55/mile. • Interpreter fee = $100.00. Scheduling: • Classes will be scheduled between the hours of 8:00AM-4:00PM CST, Monday through Friday. • NRSS requires three business days (72 hours) advanced notice for scheduling. • Scheduling is first -come -first -serve basis. • Your contact for scheduling is Sally Smith at 817-275-6777 or email: ssmith@nrssinc.net • IF ANY PARTICIPANTS REQUIRE SPECIAL ACCOMODATIONS NOTIFY NRSS DURING SCHEDULING. • If participants require training/materials in Spanish request bilingual training during scheduling. Additional instructions: • Cancellations must be made by 4:00PM CST weekday prior to scheduled training. • Payment must be made in full prior to or same day of training. • NRSS reserves the right to cancel because of weather conditions with no charge to client. Class will be rescheduled at the earliest opportunity. • Travel time for instructor (if at your facility) is portal to portal time from Arlington, TX location. • Returned/bounced check fee $35.00. Qualification badge replacement fee $10.00. • Each participant must have a photo ID before taking training class. TRAINING WILL BE IN THE ENGLISH LANGUAGE If you require English/Spanish instruction and materials you must request this during scheduling. TRACK DEPARTMENT I DO IT RIGHT EVERY TIME and don't put yourself in a POSITION OF PERIL NRSS Training Facility, 4019 Woodland Park Blvd., Suite 101, Arlington, TX 76103 httr)s:/ImaDs.pooRle.com/maps?hl=en&tab=wl From East Loop 820: • Exit Rosedale / 303 • Turn east onto Rosedale / 303 • Continue approximately 3.5 miles to Park Springs Blvd. • Turn south onto Park Springs • Turn west at 1st light, onto Woodland Park Blvd • NRSS Facility is at 4019 Woodland Park, # 101 From 1-20: • Exit Bowen • Turn north onto Bowen • Continue approximately 2.3 miles to Arkansas • Turn west onto Arkansas • Continue approximately 1 mile on Arkansas • Turn north onto Park Springs for approximately 0.5 miles • Turn west onto Woodland Park • NRSS Facility is at 4019 Woodland Park, # 101 ShWy Valky Ct m � Gerdon DVM ,;4 k C a v22 — iNil.valley Or n 4 1 Peacfltrh-� count Elaine Ood Peen.% m' Y and Park Rlvd m Pralt oUlti Co r oroalang Fit. Alamo�.5_ c, Pot cr.0 UdiSt "'+. courch San Ramon Or San Re ;t U Sari Rafael Or 2 IL .sue From I-30: • Exit Eastchase Parkway • Turn south onto Eastchase Parkway • Continue approximately 2.9 miles to W. Pioneer Parkway (303) Note: Street name will change from Eastchase Parkway to Dottie Lynn Parkway to W Green Oaks Blvd • Turn east onto W. Pioneer Parkway (303) • Continue approximately 1 mile • Turn south onto Park Springs Blvd • Turn west onto Woodland Park • NRSS Facility is at 4019 Woodland Park, # 101 TRACK DEPARTMENT I DO IT RIGHT EVERY TIME and don't put yourself in a POSITION OF PERIL r�l�rn�-? 1�7n�k� FORT WORTH & WESTERN FLAGGING REQUEST FORM To be completed by FWWR Job name For questions, scheduling, and Sub/M.P. cancellation: TWC or Restricted? FWWR Job Number Cancellations must be made by phone (no Brief Description I voicemail) 24-hours in advance. Est. calendar duration Larry Hopkins Agreement name, National Railroad Safety Services parties, effective date (m) 214.417.7400, (o) 817-275-6777 CSJ if applicable Submit form by email to: Bill Parker, Dir. Planning, wrpgfwwr.net Current flagging information • Flagger required when within 25' of center line of track with men, material or equipment • Flagger may be required at any time work is performed by a third party in FWWR right-of-way • $140.00/hour, eight -hour minimum per day = STANDARD RATE • Terms: Net 30 days, outstanding balances after 30 days will be charged a $25 dollar late fee and finance charge of 1.5% per month. • Requesting party shall be liable for all attorney fees and costs necessarily incurred to collect overdue amounts • Flagging day (8-hour minimum) includes travel time, job briefing time, flag set up time • Rates include all applicable taxes; flagging billable monthly, Net 30 basis, billed permoiect agreement • $210.00/hour (1-'/2 time) from eight to twelve hours = OVERTIME RATE • Projects with a flagging day up to 12 hours per 24-hour period require a single flagger* • Projects with a flagging day from 13 to 16 hours per 24-hour period require two eight -hour flagger shifts • Projects with a flagging day from 16 to 24 hours per 24-hour period require three eight -hour flaggers shifts • Flagging should be scheduled no less than 10 days in advance Cancellations must be made by phone (no voicemail) 24-hours in advance To be completed by Requestor ***************MUST COMPLETE "BILL TO PARTY" OR REQUEST WILL BE DENIED*************** Company Name Contact Name/Title Phone numbers Email Address Fax Number Mailing Address for Invoices, Th,s the "BILL TO PARTY" Brief Description of Planned Work. Note portions within 25' of center line. Recommend attaching exhibit with submittal of this form. R.R. M.M. or Xing Estimated Duration Is T.R.O.E. done ? FWWR 010 238 01/5/2015 Page 1 of 17 Electronically Recorded Tarrant County Texas Official Public Records 7/29;2013 1 OA9 AM D213197690 PGS 17 $80.00 NOTICE OF CONP11DI-N416RLiRIGHTS: IF YOU ARE 'XAAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. SANITARY SEWER LICENSE i i' '� zY€- �,�,PANY' (Henderson Street Bazaar) �- Parcel 5A. C) S'C STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESE COUNTY OF TARRANT § 1. That, Fort Worth & Western Railroad Company, a a r ration ("Licensor"), of the County of Tarrant, State of Texas, f i rati of ten dollars ($10.00) and other good and valuable cons' a 0n bject to and conditioned upon, the covenants and agreements her n contai a to be by Licensee kept, observed and performed, the receipt and su ici c o which are hereby acknowledged, by these presents grants u The Fort Worth, Texas ("Licensee"), without express or implied warrantie a all warranties that might arise by common law, and the warranties in Section 5 f e Texas Property Code (or its successors) are excluded, a license (Pe se' se the Property (hereinafter defined) for a forty-eight inch (48") sanitary sewer pipeline (steel, ductile iron, or steel with reinforced conc t d in a seventy-two inch (72") steel casing pipe (which casing pipe will t n y feet (20') beyond the width of the Property on each side) de , to g an s the portion of Licensor's right-of-way and railroad facilities loca o erson Street, City of Fort Worth, Tarrant County, Texas, describe e ounds on Exhibit "A" and as depicted on the survey in Exhibit "B" a a r nd incorporated herein for any and all purposes (the "Property"). Th L' e e ranted herein shall be solely for the operation, maintenance, replace r Ing and repairing of the sanitary sewer line under a portion of the Pro n c ance with, and as shown on, attached Exhibit "A" and Exhibit "B" (the "S n ary wer Facility"). 2. ry Sewer Facility shall be constructed and/or installed on the 4inrN%r or e with the plans and specifications attached hereto as Exhibit "C" e erein for any and all purposes ("Plans and Specifications") and the c cations prepared by Kimley-Horn and Associates dated 05-15-13 City Project 00969. Licensee shall, at its sole cost and subject to any statute, regulation or any public authority having jurisdiction thereof, locate, construct and maintain the Sanitary Sewer Facility in such a manner and of such material that it will not at any time be a source of danger to or interference with the present or future tracks, roadbed and property of Licensor, or safe operation of Licensor's railroad. Installation shall be by either directional drilling or by dry boring and jacking methods, and there shall be a minimum groundcover from the top of the bore as provided in the Plans and Specifications. The Sanitary Sewer Facility shall also be SANITARY SEWER LICENSE (Henderson Street Bazaar - Parcel 5A.) 1 A03704100471MC0321. DOCX Page 2 of 17 constructed, operated, maintained, repaired, renewed, modified and/or reconstructed by Licensee in strict conformity with AREMA standards, except as may be modified and approved by and Licensor's Chief Engineer. Licensor's Chief Engineer may be contacted at 6300 Ridglea Place, Suite 1200, Fort Worth, Texas 76116, by telephone at (817) 763-8297 or by facsimile at (817) 738-9657. In all cases of difference or conflict between AREMA standards and the requirements of any federal, state or municipal law, the more stringent standard shall apply. All work performed on the Prope in connection with the construction, maintenance, repair, renewal, modificati or reconstruction of the Sanitary Sewer Facility shall be done to the r e satisfaction of Licensor. 3. Licensee shall use this License solely for the purpose pr i d f r e and shall not use it for any other purpose whatsoever. 4. Licensee's contractor shall, within thirty (30) o i of o L' ensee's contractor, reimburse Licensor for any expenses incur Li so or flagmen to protect its traffic and for false work to support Licensors rack r g installation of the Sanitary Sewer Facility and for any other expenses in r by i ensor arising out of or as a result of the installation, operation or maip#�nance suc acility as provided for hereunder. � � 5. Licensee shall, upon giving notice by contacting the Licensor's Cho�E for the purpose of installing, maintain`jn� Facility. In the event of any emerwaived, provided that Licensee o Licensor of the nature of�l®e occurred. s my -two (72) hours' advance i h e the right to enter the Property or removing the Sanitary Sewer enty-two (72) hour notice shall be 3tors shall make every effort to notify and that entry onto the right-of-way has 6. At all ti 'n cikt�truction, maintenance or repair of the Sanitary Sewer Facility License I c ctors shall keep the right-of-way in a neat and safe condition and shall t cks clear of obstructions. In addition, Licensee or its contractors shall u ment, tools and materials stored at least fifteen (15) feet from the cen 'nlvj icensor's track. Explosives or other highly flammable substances r n rous materials regulated pursuant to federal, state or local laws e o d on the Property. Additionally, Licensor or its contractors shall re mo o e ipment and material from the Property upon completion of work, torin th erty to the same state and condition as when Licensee and/or its n ctor n ered thereon. Notwithstanding any other provisions hereof, Licensee shall comply with all statutes, ordinances, rules, regulations, orders, procedures, standards and decisions issued by any federal, state or local governmental body or agency established thereby (hereinafter referred to as "Authority"), relating to Licensee's use of Licensor's property hereunder including but not limited to the National Railroad Safety Standards and American Railway Engineering and Maintenance -of -Way Association Standards SANITARY SEWER LICENSE 2 (Henderson Street Bazaar - Parcel 5A.) 1 A037W00471MC0321. DOCX Page 3 of 17 (hereinafter referred to as "Standards"). In its use of the Property, Licensee shall at all times be in full compliance with all Standards, present or future, set by any Authority. 8. Licensee, or its contractor, at its sole cost and expense, shall procure and maintain during the life of this Agreement, except as otherwise provided, the following insurance coverage: a. Commercial General Liabilitv Insurance. Commercial Liability ("CGL") insurance shall contain broad form contractual liability wits limit of at least $2,000,000 each occurrence or claim and an aggregate li $4,000,000. Contractual liability shall afford coverage for sole negli insurance must be written on ISO Occurrence Form CG00 01 12 0 ( a form providing equivalent coverage), including but not limited r following: • Bodily injury • Property damage • Personal injury and advertisi ury • Fire legal liability • Products and comple<Ngperations the The policy shall also c i tllowing endorsements which shall be indicated on the certificate of iO"ra c • CG 20-10 � �E.NIYo�G 20-37-0704 (or substitute forms providin v overage). • T u 'on r railroads (within fifty feet (50') from any r u g but not limited to tracks, bridges, trestles, oa b s, erminals, underpasses or crossings) • c sion related to the explosion, collapse, and de and hazards shall be removed and shall be di ted on the certificate of insurance. W Iver of subrogation • icensor named as an additional insured. Licensee's or its contractor's insurance policies must include wording which states that policy(ies) shall be primary and \ non-contributory with respect to any insurance carried by \ Licensor. b. Business Automobile Insurance. Business Automobile Insurance 'hall'tuntain a combined single limit of at least $1,000,000 per occurrence or claim, including but not limited to coverage for the following: Bodily injury and property damage Any and all motor vehicles including owned, hired and non - owned SANITARY SEWER LICENSE 3 (Henderson Street Bazaar- Parcel 5A.) 1:103704100471MC0321. D OCX Page 4 of 17 The policy shall also contain the following endorsements which shall be indicated on the certificate of insurance: Motor Carrier Act Endorsement- Hazardous materials clean up (MCS-90) if required by law. Waiver of subrogation. Licensor named as an additional insured, A C. Workers Compensation and Employers Liability Workers Compensation and Employers Liability Insurance shall conit� including but not limited to coverage for the following: , Licensee's and its contractor's statutory liabilit t orkers' compensation laws of the state(s) affected by hr e e Employers' Liability (Part B) with limit le s $1,000,000 each accident, $1,000,000 disease policy li .t $1,000,000 each empNee 9 If Licensee is self -insure a ce of state approval must be provided along with evidence of excess w s o nsation coverage. Coverage shall include liability arising out of the f�le Kr s Liability Act, if applicable. The policy shall bt✓'`tfie following endorsement which shall be indicated on the certificate �gf in r nc Is�. r gation. d. P lut' n i ili Insurance. Pollution Liability Insurance must be written on ISO form P i L ility Coverage Form Designated Sited CG 00 39 12 04 (or a substit o viding equivalent coverage), with limits of at least $5,000,000 per I m an aggregate limit of $5,000,000 with a deductible not to exceed $1,0 \I icensee or its contractor warrants that any retroactive date kaplic reextended coverage under the policy is the same as or precedes the Effective eement; and that continuous coverage will be maintained or an ry period will be exercised for a period of five (5) years beginning from under this Agreement is completed or if coverage is cancelled for any reasodiscovery period will be exercised for the maximum time allowed by the policy. If the scope of work as defined in this Agreement includes the disposal of any hazardous or non -hazardous materials form the Property, Licensee and its contractor shall be responsible for any and all losses claims or demands arising from the disposal site operator accepting and/or disposing of such materials. SANITARY SEWER LICENSE 4 (Henderson Street Bazaar - Parcel 5A.) 1A0370410047WC0321.D0CX Page 5 of 17 e. Umbrella or Excess Liabilitv Insurance. Umbrella or Excess Liability Insurance must be written on a "follow form" over the insurance coverage required in Items A, B and C above, with limits of $10,000,000. f. Railroad Protective Liabilitv Insurance. Railroad Protective Liability Insurance ("RPLI") must be provided by the Licensee, or its contractor, pri r to commencing, and at all times when, Licensee or its contractors are perform in ny work on the Property. RPLI shall provide coverage of at least $5,00 r occurrence and $10,000,000 in the aggregate. The policy shall be ' o standard ISO form CG 00 35 12 07 (or a substitute form provi ' g--eo 'va n coverage). The policy shall also contain the following e s n which shall be indicated on the certificate of insurance: �✓ • Licensor named as the insu e . • Policy shall not include edu i e or Self Insured Retention • Pollution Exclusion A e ment • Limited Seepage ollution and Contamination Endorsement. • Evacuation pe a ge Endorsement. • No other en 4 r stricting coverage may be added. Other Reauirements ^ �/ g. Puni sion, if any, must be deleted, which deletion shall be indicated on t e rti a o 'nsurance. h. LK&Rslwits contractor agree to waive its right of recovery, and its insurers, t u NIy endorsement, agree to waive its right of subrogation against Licensor. en e a d its contractor further waive its right of recovery, and its insurers also i e ' i ht of subrogation against Licensor for loss of its owned or leased pro o rty under its care, custody and control. Licensee's contractor's ins s II rimary with respect to any insurance carried by Licensor. All waiv a ion shall be indicated on the certificate of insurance. i. All policy(ies) required above (excluding Workers Compensation) sh I i severability of interests and shall name Licensor as an additional insured. Seve ' Ity of interest and naming Licensor as an additional insured shall be indicated on the certificate of insurance. The coverage provided to Licensor as an additional named insured shall, to the extent provided under ISO Additional Insured Endorsement CG 20 26, and CA 20 48 provide coverage for Licensor's negligence whether sole or partial, active or passive, and shall not be limited by Licensee's liability under the indemnity provisions of this Agreement. SANITARY SEWER LICENSE 5 (Henderson Street Bazaar - Parcel 5A.) 1:103704100471MC0321. DOCX Page 6 of 17 j. Prior to commencing any work, Licensee or its contractor shall furnish to Licensor original certificate(s) of insurance evidencing the required coverage, endorsements, and amendments, The certificate(s) shall contain a provision that obligates the insurance company(ies) issuing such policy(ies) to notify Licensor in writing at least 30 days prior to any cancellation, non -renewal, substitution or material alteration. Licensee also agrees that: (i) Upon request from Licensor, a duplicate original ny required policy shall be furnished. (ii) Failure to provide evidence of insurance as uire y Section shall entitle, but not require, Licensor to terminate this e n the giving of written notice to Licensee as provided for herein an s ilure to provide such evidence of insurance prior to the expiration- v (4 ) ay rom the date of such notice. (iii) The right of Licensee - s cont tbr� cbcontractors, agents and employees to use or occupy the Property i a ordanc6 with this Agreement shall cease immediately upon Licensee's failure to pr vl idence of insurance as required by this Section and shall continue until Lic es evidence of insurance as required by this Section, subject, howe<2 to }h erminate in (ii) above. (iv) Accepta ificate that does not comply with this Section shall not operate as_K a_iv r f Lie see's obligations hereunder. k. A s1G h4 ecilfccy shall be written by a reputable insurance company acceptable s o th a current Best's Insurance Guide Rating of A - and Class VII or bett d u orized to do business in the state(s) in which the service is to be pro I. is ee WARRANTS that this Agreement has been thoroughly reviewed b i e isk Management personnel who have been instructed by Lice ee Nhac e the insurance coverage required by this Agreement and ackacensee's insurance coverage will be primary. m. The fact that insurance is obtained by Licensee on behalf of L e�or II not be deemed to release or diminish the liability of Licensee, including, with t r Ration, The under the indemnity provisions of this Agreement. Damages recoverable by Licensor shall not be limited by the amount of the required insurance coverage. n. Licensor may reasonably modify the required insurance coverage to reflect future risk management practices in the railroad industry and underwriting practices in the insurance industry. SANITARY SEWER LICENSE 6 (Henderson Street Bazaar - Parcel 5A.) i:\03704\0047\MC0321. QOCX Page 7 of 17 o. Licensee waives all rights against Licensor and its agents, officers, directors and employees, where permitted by law, for recovery of damages to the extent these damages are covered by the workers compensation and employers liability or commercial umbrella/excess liability insurance obtained by Licensee required by this Agreement, which must be stated on the certificate of insurance. P. Insurance requirements of Licensee, but not its cont tor, hereunder may be met by a combination of self-insurance, primary and e c ss coverage (Railroad Protective Liability Insurance may be procured by 's contractor and shall not be subject to self-insurance). q. All insurance correspondence shall be directed to: Fort Worth & Western Railroad O ATTN: Risk Management 6300 Ridglea Place, Suite 1200 Fort Worth, Texas 76116 9. Licensee's activities hereunder ar be c ie Oil in a reasonable and timely manner, Licensee will use reasonab orts to limit the duration of any interference with Licensor's activities on its ri - The Sanitary Sewer Facility and all parts thereof within and outside of th ' it o th right-of-way of Licensor shall be constructed and, at all times, mairone , "re , renewed and operated in such manner as to cause no interference o ith the constant, continuous and uninterrupted use of the tracks, right cilities of Licensor, and nothing shall be done or suffered to be do r}p by i at any time that would in any manner impair the safety thereof. v 10. It is agre at s u the Property or any portion thereof that is the subject of the License c t e sed for public purposes, the License, as to the portion so abandoned, I ' ately cease and terminate. 11. Lice s e a uMes the entire responsibility for the construction, maintenance gidd s o Sanitary Sewer Facility and nothing contained herein shall ever be con upon Licensor any manner of liability for injury to or death of pers d e to or loss of property arising from or in any manner connected with tr do , maintenance or use of the Sanitary Sewer Facility located upon enso p Licensee agrees to notify Licensor in writing when all work on the railro ght-of-way is completed. 13. This instrument is made and accepted subject to any license, easement, right-of-way, lease or servitude of any kind, that may be presently in force and affects the Property. It shall be incumbent upon the Licensee to make satisfactory arrangements with the holders of any rights relative to the rights granted Licensee hereunder. In addition, Licensor retains, reserves, and shall continue to enjoy the use of SANITARY SEWER LICENSE 7 (Henderson Street Bazaar- Parcel 5A.) 1:103704100471MC0321. DOCX Page 8 of 17 the surface of the Property for railroad and related uses and any other purpose that does not interfere with and prevent Licensee's stated use of -this License. Further, and notwithstanding anything contained in this License to the contrary, Licensor shall retain the right to use the Property and to grant additional licenses and easements to third parties, over, across and through the Property for facilities running parallel with Licensor's right-of-way of which the Property is a part, Any future agreement with Licensor providing for a facility running parallel with Licensor's right of way shall pr ide that such facility (i) shall cross the Sanitary Sewer Facility at an angle between 4 nd 90° to the Facility;( ii) shall be installed in accordance with construction plans t d to Licensee at least 60 days before the date construction is scheduled to b ' ; ha include tracer balls or other below -ground identifying location mark bo - ground signage location markers or other means for identifying the o do f Sanitary Sewer Facility; and (iv) shall be installed at least five (5' e v below the Sanitary Sewer Facility. 14. Fiber optic cable systems may be bur o L'`� right-of-way. Protection of the fiber optic cable systems is of extrekiEkimpoqace since any break could disrupt service to users resulting in business inter p nn loss of revenue and profits. Licensee shall contact Licensor's Chief 'neer t ine if fiber optic cable is buried anywhere on Licensor's right-of-way to be, ed by Licensee. If it is, Licensee's contractor will contact the telecommunicatio o y(ies) involved, arrange for a cable locator, make arrangements for elo r protection of the fiber optic cable, all at Licensee's expense, and vy�lj o work on the right of way until all such protection or relocation has bee c hed. Licensee's contractor shall indemnify and hold the Licensor m and against all costs, liability and expense whatsoever (includ' it out tion, attorneys' fees, court costs and expenses) arising out of e I way by Licensee's contractor's failure to comply with the provisio2s o 15. In additio , -i a trXctor is to do any of the work performed on the Sanitary Sewer Faciit 'n ftd initial construction and subsequent relocation or substantial mainte e n r pair work), then Licensee shall require its contractor to execute Licensor f rm ntractor's Right of Entry Agreement. Licensee acknowledges receipt of a c t ntractor's Right of Entry Agreement and understanding of its terms, rovi quirements and will inform its contractor of the need to execute the e e er no circumstance will Licensee's contractor be allowed onto Licens 's t way without first executing the Contractor's Right of Entry Agreement. 16. If any provision of this instrument shall be determined to be invalid, unl fu or nenforceable to any extent at any time, the remainder of the instrument shall n e affected and shall continue to be enforceable as permitted by law. Any invalid, unlawful or unenforceable provision shall be reformed to the extent necessary to render it valid, lawful and enforceable in a manner consistent with the intentions of the parties regarding such provision. SANITARY SEWER LICENSE 8 (Henderson Street Bazaar - Parcel 5A.) 1 A037041M47\MC0321. DOCX Page 9 of 17 17. Licensor's failure to enforce or exercise its rights under any term, condition or covenant hereof shall not be construed as a waiver of such rights or of such term, covenant or conditions. 18. The License is personal to Licensee. As such, Licensee has no right to assign the License or this instrument in whole or in part, or to sublicense the License in whole or in part. n 19. Any notice hereunder to be given by Licensor to Licensee Ne deemed to be properly served if it be deposited in the United States prepaid, addressed to the Licensee at 1000 Throckmorton, Fort Worth, 6 , Attention: Director, Water Department. Any notice to be given hereu a by is n to Licensor shall be deemed to be properly served if the same s in the United States Mail, postage prepaid, addressed to Licensor at e Place, Suite 1200, Fort Worth, Texas 76116, Attention: Preside ie re t may by written notice change the address to which such dema tick atements may be sent. 20. All the covenants and provisions and inure to the benefits of the successors, I parties to the same extent and effect as the benefit of the parties hereto, but no assignm P legal representatives or assigns, or a0 su 6 Licensor without the written consent of Li<,e.No 21. The terms he governed by the laws of the; 22. This ins except by written agre 23. This subject matter her IN WISES V, V 13, ins men hall be binding upon :)resentatives and assigns of the Nb inding upon and inure to the the Licensee, its successors, assignee, shall be binding upon i instance. and obligations hereunder shall be r with its attachments, shall not be modified itutes the entire agreement with respect to the A) - this instrument is executed on the 27 day of FORT WORTH & WESTERN RAILROAD COMPANY B: Y Steven P. George President and CEO SANITARY SEWER LICENSE 9 (Henderson Street Bazaar - Parcel 5A.) 1 A03704100471MC0321.DOCX Page 10 of 17 AGREED TO AND ACCEPTED: THE CITY OF FORT WORTH, TEXAS, a municipal cor oration Y Fernando Costa, Assistant City Manager APPROVED AS TO FORM AND LEGALITY: / Assistant City Attorney STATE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged 2013, by Steven F Western Railroad Company, a Texas 00 on the r� 1� h day of 5s ent and CEO of Fort Worth & .half of said corporation. AFTER RECORDING T �.���ER��O/'%, Mr. Theodore P. Go r, N°TA2� 2�'� Assistant City Atto _ O m T = The City of Fort - ':!"A o , : � 1000 Throc •�F rFxAs ti Fort rt xa 102 moo• S SANITARY SEWER LICENSE 10 (Henderson Street Bazaar - Parcel 5A.) 1 A03704100471MC0321.DOCX Page 11 of 17 EXHIBIT A [METES AND BOUNDS LEGAL DESCRIPTION] SEE ATTACHED. SANITARY SEWER LICENSE: (Henderson Street Bazaar - Parcel 5A.) I A03704100471MC0321. DOCX Page 12 of 17 FORT WORTH AND WESTERN RAILROAD CROSSING AGREEMENT BAZAAR PARCEL No. 5A SANITARY SEWER LICENSE CITY PROJECT No. 00969 RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a sanitary sewer license situated in the Richard Crowley Survey, Abstract wit of Fort Worth, Tarrant County, Texas, said sanitary sewer license being a portio o tr t o d deeded to the Fort Worth and Western Railroad Company as recorded in o e 3 1, ge 2044 of the Deed Records of Tarrant County, Texas, said sanitary se ing more particularly described by metes and bounds as follows: COMMENCING at a point for the northeast corner of B addition to the City of Fort Worth, Tarrant County, Texas 8 of the Plat Records of Tarrant County, Texas, said poin, land deeded to the Fort Worth and Western Rail ( concrete found for reference bears South 63 degrees 0.33 feet; THENCE South 22 degrees 16 minute tract of land deeded to the Fort Worth and es i said Block 1, a distance of 111.81 feet to sanitary sewer license; THENCE South 51 degrees 4 corner in the east Railroad Comi)Z THENCE South 22 deeded F a 1/2 inc smodStreet Bazaar, an Volume 388-160, Page rest line of said tract of dim which a brass cap in s 27 seconds West, a distance of West, with the west line of said )mpany and with the east line of INNING of the herein described Inds East, a distance of 104.05 feet to a point for of land deeded to the Fort Worth and Western 1 mu s 04 seconds West, with the east line of said tract of land h Western Railroad Company, passing at a distance of 6.16 feet, ith cap stamped "Fulton Surveying" found for the northwest acre tract of land (by deed) deeded to Tarrant Regional Water ed in County Clerk's File No. D211294524 of said Deed Records of Texas, in all, a distance of 52.02 feet to a point for corner; 'degrees 42 minutes 00 seconds West, a distance of 104.05 feet to a point for 1 the west line of said tract of land deeded to the Fort Worth and Western Company, said point being in the east line of said Block 1, from which a 1 i rod found for the southeast corner of said Block 1 bears South 22 degrees 16 minutes 04 seconds West, a distance of 743.34 feet, said 1 inch iron rod being the intersection of the north right-of-way line of Henderson Street (State Highway 199), a variable width right-of-way, with the west line of said tract of land deeded to Fort Worth and Western Railroad Company; Exhibit A Page 1 of 2 Page 13 of 17 THENCE North 22 degrees 16 minutes 04 seconds East, with the west line of said tract of land deeded to the Fort Worth and Western Railroad Company and with the east line of said Block 1, a distance of 52.02 feet to the POINT OF BEGINNING and containing 5,202 square feet or 0.119 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate stem, NAD-83, The North Central Zone 4202, all distances and areas h w are surface utilizing a surface factor of 1.0001375289116. C) 0 Date: e , 2013 / Z"- Curtis Smith Registered Professional Land Surveyor No. 5494 P� o GieR < CURTIS SMITH 5494 Pv3 S U Exhibit A Page 2 of 2 Page 14 of 17 EXHIBIT B [SURVEY] SEE ATTACHED. SANITARY SEWER LICENSE (Henderson Street Bazaar - Parcel 5A.) 1 A03704100471M C0321. D OCX Page 15 of 17 EXHIBIT PARCEL No, RICHARD CROWLEY SURVEY ABSTRACT No. 313 P. 0. C. BRASS CAP IN CONCRETE FND FOR REFERENCE BEARS / S 63'51'27"W 0.33' ^o � BLOCK iR , 130 8R 5ON STR6 , PACE gRNDERR 388 T C.T. 1P.O.J3. / TARRANT CC ANDIM AND IMPROb / VOLUME SANITARY SEWER LICENSE AREAy 5,202 SQ. FT. OR f ��` .... , \ 0.119 ACRES::::c 0 rq 9 tc,4 a' 0AC BY DEED} .6 AR REGIONAL DISTCT C. . No. 0211294524 .91 D.R.T.C.T. \0'`\Ih`/t9�FND 9J NOTES: 1. A LEGAL DESCRIPTION OF EVEN E AC P IE THIS PLAT. 2. ALL BEARINGS AND COORDINA E R NC D TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH E N 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE UE ACTOR OF 1.0001375289116, City o f su LINE TABLE LINE BEARING DISTANCE L-1 S 51'42'00"E 104.05' L-2 S 22'16'04'W 52.02' L-3 N 51'42'00'W 104.05' 1 L-4 N 22' 16'04"E 52.02' ' 9*1 .Cl 4NT COUNTY WATER CONTROL IMPROVEMENT DISTRICT No. 1 VOLUME 2642, PAGE 47 O.R.T.C.T. 100 50 0 100 SCALE IN FEET Fo rt Wo rth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING SANITARY SEWER LICENSE OUT OF A TRACT OF LAND DEEDED TO FORT WORTH AND WESTERN RAILROAD SITUATED IN THE RICHARD CROWLEY SURVEY, ABSTRACT No. 313 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 9391, PAGE 2044 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: FWWRR UTILITY CROSSING AGREEMENT ACQUISITION AREA 5.202 SQUARE FEET OR 0,119 ACRES CITY PROJ. No. JOB No. KHA-1213.00 DRAWN BY: JPH CAD FILE: 05A.DWG DATE: JUNE 7, 2013 EXHIBIT B PAGE 1 Of 1 SCALE: 1" - 100' GORRONDONA do ASSOCIATES, I . • 7524 JACK NEWEj L BOULEVARD IbUTH FORT WORT? COMPANY Al �� �RF C...RTIS....Sm.I. ,.r0% 5494/ 00969 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5494 TEXAS FIRM NO. 10106900 TX. 76118 • 817-496-1424 FAX 817-498-1768 Page 16 of 17 EXHIBIT C [PLANS AND SPECIFICATIONS] SEE ATTACHED. SANITARY SEWER LICENSE (Henderson Street Bazaar - Parcel 5A.) 1:103704100471M C0321.DOCX PLAN DATA TABLE I CARRIERME I CASING PIPE Cotdents to be handled I Sail Smat CaLrier p' Outside diameter 54.7 uL bell) 74.00 in. min pipe Material I 1¢ p (DO Stcc1(STLI Specifications and grade 150 ASI'M A139, Class ISQI; GradeB Wall thickness f% 0.jJ6 is / 1.0 is (min) Actual r'���1°� or¢ssslrte 13 N/A I Type ofjoim 8¢U p*m. Welded L�+ IRU Czas ¢tin as I Yes I Method of installation Ins' Da 0-khm I Seals: Both ends: Y One end: N Bury. Base ofrad to Q Dfeasi-D, 60 U. in. (Not beneath trs ks) N)A fl. I Busy: (RoadTMayditches) 41 U. 0 Type, sae and spacing of mwlators Dr ! Coated Steel, 6' s m , and sy➢�nrl.S: li Rroutirig Df anm.lar S Dnta�Ge C.L. track to face of a i�j®PJreccivma nits 65 ft. In Bvry: Base of rail to bottoLq t mvJrec�imR pms: 67 It - in. Carhodic prolec[ion: Iles No _9 , BAZAAR 5A — 48—INCH SANITARY SEWER LINE PROPOSED DOUBLE BARREL a0' SAMTARY 1 i1 t+l m 5 3 SEWER 9R1GN IN 72' '.� STEEL CASING 1 L p �11+ 1t %IX I ePeQ ��� nor ). , YT PRaosm Br• swlrur sePER <awoaAazrt PRavosn Hz' Il 1 4 1 I \+� sAR r D 5o STAc a NDTAd ,WER LICENSE SERd �utPROP. NCTW SI cwREE PnaPmFn f� 1 \ ll m' DRARNQ 1i eras; ! 1 _- - - , II -I Err II +I� 1??1 -t II - +---7a + 17F _. 470E +'.a i• I -�+y ++ NOTES S OCCLMCAT IS IN-PL AND ENA LL NC- BE Usil Fol -S CONSTFUCTIW v 9IOOINc THIS CDCUMENT ITTATES E -R-11 LLLPO 0 PROPOSED TI1TEB MiMN FORT wOP`H DMESTERN P<EiPILHTR., WARNING THE L TFN - 31MEN54'S OF EASING U•ILITJM SHMN 'JCS 'NC ? PNS ARE APPRO4NATE AND REPE OBTANCD FROM 11-11 _UMPANf RErrnOS T IS THE CCATRACTOWS 3L11 RCEVONSBM '0 'hTrf ! D�A:IDh — AND 31NE"I. OF .15TNG 111- P40A ;a cl -11-1 -INS, UNDIRTWND UTILITIES 11 i ARIA Cf .3 i E II-DMRC OFF,4--s AT BAST Ar HWPS PRI E�cn�.n AT THIS LOCATW RCDD- INDSSM: TPINITf PIPER -ON <U TnDWT'N.S. 0 lel J) S99-O7U. H- :ON.ON 7, YrtrRTH `OPP OF m@aERs 1 Cf /oR} MJRT1 NATEP DEPIATNEH• Iej] all -seta (- 1 b,'-!P5 ciTf--_'ss at TILOLr NT "- ((enc —e377 zCOT' N oN;OH CLpCTPIC- �WN Va ROnI =.S:R ccvuUnlcA fl0la �91 if 2ae J5T* 1 CAO$- ® cA51Mc Pa warosED - — a SE - MR PPC PEASIDINr — RDW UK P.3oE1E,$Ey[ YS FRP— IS N Pr,Jrt e' n4 N .Run�WecasL: o <D es •zD ; � N� I REV. COMNENIa aY I MTE I ! I I I F0111TWOKIIIN CITY OF FORT WORTH, TEXAS WA11R j[PARTNDAT WATER&SANITARY SEWER RELOCATIONS FOR iTHE TRINITY RIVER NSION-CENTRAL C{1Y PROJECT & TRINITY VPTONM SERVICE AREA PHASE t - BRIDGE G, CHANNEL RELOCATIONS FORT NORTH AND WESTERN RAILROAD CROSSING EXHIBITS BAZAAR SA 4&I14CH SANITARY SEWER UNE �w� �mley-Horn YdDd A3SOCfptlaS, 15 KIWI y r ti TDA. 9LN.E PRGJEDT NO enF1T rF-. rym;FK M OTT MALT / mae9l 5A aun: ,oc A sLAs I V EArilKl1 c GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FWCC - Part 14 - Channel Segment C Water and Sanitary Sewer Relocations City Project No. 104484 FORTWORTH, *Ir CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 09, 2021 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer............................................................................... 10 11. Pipes/Ductile Iron................................................................................. 11 12. Utility Line Marker............................................................................... 12 B. Sewer 13. Coatings/Epoxy..................................................................................... 13 14. Coatings/Polyurethane.......................................................................... 14 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24. Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters................................................................................................... 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. PipesNalves & Fittings/Ductile Iron Fittings ....................................... 31 32. PipesNalves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 36. Automatic Flusher................................................................................. 36 CITY OF FORT WORTH FORT WORTH® WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine lareer than 15 inch diameter shall be annroved for use by the Water Department on a nroiect specific basis. Updated:04/09/2021 be reuuired for some Water & Sewer - Maaholes & 3"9-10 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 1/26/99 3305 13 HOPE Manhole Adjustment Rings Ladtech, Inc HOPE Adjustment Ring 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System SS MH Non -traffic area From Original Standard Products List Click to Return to the Table of Content 1 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT Updated:04/09/2021 STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis.'_ Approval i 1 1 Water & Sewer - Manholes .& B� s 33-39-1•, f N131 1/'6/99 33 39 13 Fiberglass Manholz Fluid Containment, Inc. Flowtite 08/30/06 33 39 13 (Fiberglass Manhole L.F. Manufacturing be re uired for some ASTM 3753 Non -traffic area Non -traffic area ` From Original Standard Products List Click to Return to the Table of Content FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST ' 33 05 13 IMarlhole Fratnes and Covers I Western Iron Works, Bass & Hays Foundry Updated:04/09/2021 ' From Original Standard Products List Click to Return to the Table of Content FORT WORTH. Note: All water or sewer CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 15 inch diameter shall be approved for use by the Water Department on a basis. Updated:04/09/2021 be required for some ' watw & Surer 3305 13 - Msn1111d" & A Manhole Frames and Covers Mard 13 (Rev Western Iron Works, Bass & Hays Foundry 20n6) 30024 24" Dia. • 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 3305 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 3305 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31 /06 3305 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-118FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651 FWN & MH16502 30" Dia 07/19/11 3305 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly I` 10/14/13 3305 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket AASHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock I` 09/16/19 3305 13.10 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. r From Original Standard Products List Click to Return to the Table of Content 4 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. F-Vvjt Srwfr ir - Manbelea & Basea/Fragm & CoverdWater Tight & Pressure Thdst 33 OS-13 [Bcr 2/3/16) ' 3305 13 Manhole Frames and Covers Pont-A-Mousson Pamtight • 33 05 13 Manhole Frames and Covers Neenah Casting • 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P • 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover Updated:04/09/2021 be required for some 24" Dia. '4" Dia. _ 24" Dia. 24" Dia. ASTM A 48 24" Dia. ASTM A 48 24" Dia. _ • From Original Standard Products List Click to Return to the Table of Content 5 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine iareer than 15 inch diameter shall be annroved for use by the Water Deuartment on a Droiect suecific basis. • 3339 10 Manhole, Precast Concrete Hydro Conduit Corp • 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 10/27/06 3339 10 Manhole, Precast Concrete Oldcastle Precast Inc. 06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)Concrete _ US Composite Pipe 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast Updated:04/09/2021 be reauired for some SPL Item #49 ASTM C 478 48" ASTM C-443 48" 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring Reinforced Polymer Concrete ASTM C-76 48" to 72" 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" • From Original Standard Products List Click to Return to the Table of Content 6 CITY OF FORT WORTH FORT WORTH® WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a proiect specific basis. Wtter &Sewer -Manholes R e6a>b v MaaallC'ement[ IM • E1-14 Manhole Rehab Systems Quadex 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E 1-14 Manhole Rehab System Strong Company 5/12/03 EI-14 Manhole Rehab System (Liner) Poly -triplex Technologies 08/30/06 General Concrete Repair FlexKrete "Pechnologies Reliner MSP Strong Seal MS2A Rehab System MIT repair product to stop infiltration Vinyl Polyester Repair Product U pdated:04/09/2021 be reauired for some ASTM D5813 Misc. {Use • From Original Standard Products List Click to Return to the Table of Content 7 CITY OF FORT WORTH FORT WORTH„ WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine career than 15 inch diameter shalt be approved for use by the water Department on a proiect suecific basis. Water & Sewer - Manholes & Bases/Rehab C n 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating EI-14 Manhole Rehab Systems Sun Coast 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) 01/31/06 _ Coatings for Corrosion Protection Chesterton Are 791, SIHB, SI, S2 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 08/30/06 Coatings for Corrosion Protection I Citadel SLS-30 Solids Epoxy 33 05 16. 33 39 10, 33 RR&C Dampproofing Non-Fibered Spray 03/19/18 3920 Coating for Corrosion protection(Exterior) Ij Sherwin Williams Grade (Asphatic Emulsion) U pdated:04/09/2021 be required for some ASTM D639/D790 Acid Resistance Test For Exterior Coating of Concrete Structures Only Sewer Applications Sewer Applications Sewer Applications For Exterior Coating of Concrete Structures Only • From Original Standard Products List Click to Return to the Table of Content 8 CITY OF FORT WORTH FORT WORTH® WATER DEPARTMENT Updated:04/09/2021 STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pi i t l'si z!ipecuiasssillicayran ivianillacyi oaei1 io 1' 'Water & Sewer - MaoLote Tmerh - FkW Otterai3ooa Uat Uely iRey TJ3t�b1 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 3305 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 1 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Tetherl-ok - Stainless Steel For 24" dia. For 24" dia. For 24" dia. For 24" dia. For 24" dia • From Original Standard Products List Click to Return to the Table of Content 9 FORT WORTH. T� Note: All water or sewer Weller 1/04/02 & &wrer -Moe Castiae Soeeera 33-05-?r4 (®'J/01113) Steel Band Casing Spacers 02/02/93 Stainless Steel Casing Spacer 04/22/87 Casing Spacers 09/14/10 Stainless Steel Casing Spacer 09/14/10 Coated Steel Casin Spacers 05/10/11 Stainless Steel Casing Spacer 03/19/18 Casing Spacers 03/19/18 Casing Spacers CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Advanced Products and Systems, Inc. Advanced Products and Systems, Inc, Cascade Waterworks Manufacturing Pipeline Seal and Insulator Pipeline Seal and Insulator Powerseal BWM BWM U pdated:04/09/2021 Carbon Steel Spacers, Model SI Stainless Steel Spacer, Model SSI Casing Spacers Stainless Steel Casing Spacer Up to 48" Coated Steel Casin Spacers Up to 48" 4810 Powerchock Up to 48" SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) for Non_tressure Pipe and Grouted Casing . From Original Standard Products List Click to Return to the Table of Content 10 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT Updated:04/09/2021 STANDARD PRODUCT LIST Note: All water or sewer pipe lareer than 15 inch diameter shall be auuroved for use by the Water Department on a proleci specific basis. Special bedding may be required for some pines. Water & Sewer - PinewDuctile_Iron 33-11-10i1J'81131 A�1111! Im • 3311 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) __ AW WA Cl 50, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C 151 4" thru 30" • 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C 150, C151 • 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C 150, C151 • From Original Standard Products List Click to Return to the Table of Content 11 FORT WORTH Note: All water or sewer than 15 inch diameter shall be Water & Sewer - Utility Line Marker (08/24/2018). CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST d for use by the water Department on a Updated:04/09/2021 basis. Special beddine may be reuuired for some From Original Standard Products List Click to Return to the Table of Content 12 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special In 5kwer 02/25/02 - Coatlu�oezv 33 39.60 [Qi1�8/131 Epoxy Lining System 12/ 14/01 Epoxy Lining System 04/14/05 Interior Ductile Iron Pipe Coating 01/31/06 Coatings for Corrosion Protection 8/28/2006 Coatings for Corrosion Protection Sauereisen, Inc Ertech Technical Coatings Induron Chesterton Warren Environmental SewerGard 21 ORS Ertech 2030 and 2100 Series Protecto 401 Arc 791, S1HB, SI, S2 S-301and M-301 Updated:04/09/2021 be required for some LA County 4210-1.33 ASTM B-117 Acid Resistance Test Ductile Iron Pipe Only Sewer Applications Sewer Applications ' From Original Standard Products List Click to Return to the Table of Content 13 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be Updated :04/09/2021 for some " From Original Standard Products List Click to Return to the Table of Content 14 FORTWORTH. (Vote: All water or sewer than 15 inch diameter shall be Server - C:ombluAWn Air Vnlvm 05/25/18 33-31-70 jAir Release Valve CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST for use by the Water Department on a basis. A.R.I. USA, Inc. D025LTP02(Composite Body) Updated:04/09/2021 be reouired for some From Original Standard Products List Click to Return to the Table of Content is FORT WORTH® Note: Ali water or Sewer nine li CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:04/09/2021 I Omer - P1j2jjg2A= I " EI-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C76 • EI-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 • EI-04 Conc. Pipe, Reinforced Hanson Concrete Products Manheld ene Pipe ASTM C 76 • E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 • From Original Standard Products List Click to Return to the Table of Content 16 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST (Vote: All water or sewer nine lareer than 15 inch diameter shall be annroved for use by the Water Department on a nroiect snecific basis. Sewer - Pj2L&larmnent Sveltem IfMethod13.3-31-23 f01/"I 4* PIM System PIM Corporation Polyethylene McConnell Systems McLat Construction Polyethylene TRS Systems Trenchless Replacement System Polyethylene U pdated:04/09/2021 be required for some PIM Corp., Piseata Way, N.J. Approved Previously Houston, Texas _ Approved Previously Calgary, Canada Approved Previously . From Original Standard Products List Click to Return to the Table of Content 17 FORT WORTH Note. All water or sewer pipe I CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 15 inch diameter shall be approved for use by the Water Department on a Updated:04/09/2021 basis. Special beddine may be reauired for some . 7/21 /97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pi (Non -Pressure) ASTM 133262/133754 03/22/10 3331 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe AS I D3262/D3754 04/09/21 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 1021', Gags V 06/09/10 E I-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 • From Original Standard Products List Click to Return to the Table of Content 18 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine lareer than 15 inch diameter shall be annroved for use by the Water Department on a nroiect snecific basis. ,%wer - " High -density polyethylene pipe ' High -density polyethylene pipe • High -density polyethylene pipe High -density polyethylene pipe Phillips Driscopipe, Inc. Plexco Inc. Polly Pipe, Inc. CSR Hydro Conduit/Pipeline Systems U pdated:04/09/2021 bedding may be required for some Opticore Ductile Polyethylene Pipe McConnell Pipe Enlargement ASTM D 1248 ASTM D 1248 ASTM D 1248 ASTM D 1248 8" 8" 8" ' From Original Standard Products List Click to Return to the Table of Content 19 FORT WORTH. i r' Note.- All water or sewer pij2e larger than 15 inch diameter shall be al2proves 4proval SpecI 1 Sewer- Pi PV re Sewer) 3A-1.1-12 (4/1,111) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe 10/22/14 33-11-12 DR-14 PVC Pressure Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST for use by the Water Department on a project specific basis. PipelifeJetstream PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe Updated :04/09/2021 be required for some AW WA C900 I A W WA C900 i 4" thru 12" 4" thru 12" From Original Standard Products List Click to Return to the Table of Content 20 FORT WORTH, Note: All water or CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:0410912021 F " 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 ASTM D 3034 4- - 15" 12/23/97" 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 ASTM D 3034 _ 4" thru 15" • 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe _ ASTM F 789 4" thru 15" 01/18/18 33-31-20 PVC Sewer Pipe _ Vinyltech PVC Pipe Gravity Sewer ASTM D3034 4" thru 15" 11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 _ 18" to 27" 33-31 20 PVC Sewer Pipe 1-M Manufacturing Co, Inc. (JM Eagle) SDR 26/35 PS 115/46 ASTM F 679 18" - 28" 09/11/12 33-31-20 PVC Sewer Pipe Pipelife Jet Stream SDR-26 and SDR-35 ASTM F-679 18" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" " 33-31-20 PVC Sewer Fittings Plastic Trends, In.c Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 35 _ ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4% 15" 3/29/2019 _ 3331 20 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034/F-679_ 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 3331 20 PVC Sewer Pipe NAPCO SDR 26/35 PS 115/46 ASTM F-679 18"- 36" From Original Standard Products List Click to Return to the Table of Content 21 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT `—-"OTOP, STANDARD PRODUCT LIST Note: All water or sewer pi2e larger than 15 inch diameter shall be al2proved for use by the Water De artment on a project specific basis. S ecial be Approvali i eewer - C'IPP .3.X31.-12 /1 ' Cured in Place Pipe Insituform Texark. Inc 05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA) Inliner Technology Updated :04/09/2021 be required for some ASTM F 1216 ASTM F-1216/13-5813 ASTM F 1216 ' From Original Standard Products List Click to Return to the Table of Content 22 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine lareer than 15 inch diameter shall be anoroved for use by the Water Department on a nroiect sneci Updated:04/09/2021 fic basis. Snecial beddine may be reauired for some diver - Piuea/Reh>tb/Fold dit Form — - • fold and Form Pipe Cullum Pipe Systems, Inc. _ 11/03/98 Fold and Form Pipe Insituform Technologies, Inc. Insituform "NUPIpe" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc. Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F-1947 Up to 18" diameter ' From Original Standard Products List Click to Return to the Table of Content 23 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe far Ker than 15 inch diameter shall be approved for use bV the Water Department on a project specific basis. 'Severer 09/26/91 - Pina/Ooelo ProNe Lame DLe�eter PVC Sewer Pipe, Ribbed E100-2 09/26/91 E100-2 PVC Sewer Pipe, Ribbed E100-2 PVC Sewer Pipe, Ribbed 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall 05/16/11 Steel Reinforced Polyethylene Pipe Lamson Vylon Pipe Extrusion Technologies, Inc. Uponor ETI Company Advanced Drainage Systems (ADS) Advanced Drainage Systems (ADS) ConTech Constriction Products Carlon Vylon H.C. Closed Profile Pipe, Ultra -Rib Open Profile Sewer Pipe SaniTite HP Double Wall (Corrugated) SaniTite HP Triple Wall Pipe Durmaxx Updated:04/09/2021 be required for some ASTM F 679 18" to 48" ASTM F 679 18" to 48" ASTM F 2736 24"-30" ASTM F 2764 30" to 60" ASTM F 2562 24" to 72" From Original Standard Products List Click to Return to the Table of Content 24 FORT WORTH", CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:04/09/2021 Note: All water or sewer i e larger than 15 inch diameter shall be a qroved for use by the Water Department on a project specific basis. Si2ecial bedding,may be required for some pil2es. Approval Spec No. Classsification I'Vianufactui-er Model No. Natimial Spec Size 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 I"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1" 2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101 M 11/? and 2" FB600-7NL, FBI600-7-NL, FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, BI1-444-WR-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. B22444-WR-NL, L28-44NL AWWA C800 V B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-I 552N, H142276N ANSUNSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1 "-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AW WA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1 EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-lEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-1365 1527 LID-9 . From Original Standard Products List Click to Return to the Table of Content 25 FORT WORTH Note: All water or sewer pipe 1.9 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 1S inch diameter shall be a roved for use by the water Department on a project specific basis. Water - Has, NNis, antl Gaskets 33-11-05 (01A1W i I1 Updated :04/09/2021 be required for some • from Original Standard Products List Click to Return to the Table of Content 26 CITY OF FORT WORTH FORT WORTH® WATER DEPARTMENT Updated:04/09/2021 STANDARD PRODUCT LIST Note: All water or sewer nine lareer than 15 inch diameter shall be approved for use by the water Department on a project specific basis. Special beddine may be required for some pipes. Water - Combi►�l U2 Air Release .33-,31-70 f0 3 * E I -11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1 " & 2" 240 - float, ASTM A 307 - Cover Bolts ' El -I I Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1 /2" 1" & 2" " El-I1 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" " From Original Standard Products List Click to Return to the Table of Content 27 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special b 10/01/87 Wafer - Dry Barrel PIn Hvdranb 33-12-tW (01/1S/141 E-1-12 Dry Barrel Fire Hydrant 03/31/88 E-1-12 Dry Barrel Fire Hydrant 09/30/87 E-1-12 Dry Barrel Fire Hydrant 01/12/93 E-1-12 Dry Barrel Fire Hydrant 08/24/88 E-1-12 Dry Barrel Fire Hydrant E-1-12 Dry Barrel Fire Hydrant 09/24/87 E-1-12 Dry Barrel Fire Hydrant 10/14/87 E-1-12 Dry Barrel Fire Hydrant 01/15/88 E1-12 Dry Barrel Fire Hydrant 10/09/87 E-1-12 Dry Barrel Fire Hydrant 09/16/87 E-1-12 Dry Barrel Fire Hydrant 08/12/16 33-12-40 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-19608, 94-18560 American Darling Valve Shop Drawing No. 94-18791 Clow Corporation Shop Drawing No. D-19895 American AVK Company Model 2700 Clow Corporation Drawings D20435, D20436, B20506 ITT Kennedy Valve Shop Drawing No. D-80783FW M&H Valve Company Shop Drawing No. 13476 Shop Drawings No. 6461 Mueller Company A423 Centurion Shop Drawing FH-12 Mueller Company A423 Super Centurion 200 U.S. Pipe & Foundry Shop Drawing No. 960250 Waterous Company Shop Drawing No. SK740803 EJ (East Jordan Iron Works) WaterMaster 5CD250 Updated:04/09/2021 be reauired for some AWWA C-502 AWWA C-502 AWWA C-502 AWWA C-502 AWWA C-502 AWWA C-502 AWWA C-502 AWWA C-502 AWWA C-502 AWWA C-502 AWWA C-502 • From Original Standard Products List Click to Return to the Table of Content 28 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer Dice larlr-er than 15 inch diameter shall be ammroved for use by the Water Department on a Droiect specific basis. wa 02/05/93 $101-5 IDetector Check Meter 08/05/04 Magnetic Drive Vertical Turbine Ames Company Model 1000 Detector Check Valve I Hersey Magnetic Drive Vertical Updated:04/09/2021 be reouired for some A W WA 12550 4" - l� AW WA C701, Class 1 3/4" - 6" From Original Standard Products List Click to Return to the Table of Content 29 CITY OF FORT WORTH FORT WORM. WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer i e larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Approval1' 1 I II' Watrr - Pinea/PVC (Preeanre Water) 33-31-70 (Ol/n8/13) 01/18/19 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 12/6/2018 33 11 12 PVC Pressure Pipe 1-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO DR18 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO DR14 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 Updated:04/09/2021 be reduired for some AWWA C900, AWWA C605, ASTM D1784 4"-12" AWWA C900 4"-12" AWWA C900 16"-24" AWWA C900 4"-12" AWWA C900 16"-24" AWWA C900-16 UL 1285 4"-28" ANSI/NSF 61 FM 1612 AWWA C900-16 UL 1285 16"-24" ANSI/NSF 61 FM 1612 AWWA C900 4" - 8" AWWA C900 16" - 24" AWWA C900 4"- 12" AWWA C900 4"- l2" " From Original Standard Products List Click to Return to the Table of Content 30 FORT WORTH Note: All water or sewer CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:04/09/2021 Water -1 /Valves di P1tti�1lDactiie Im Flttim 33-11-11 C01MM 1 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & Cl 10 1 E1-07 Ductile Iron Fittings E1-07 Ductile Iron Fittings 08/11/98 EI-07 Ductile Iron Fittings 02/26/14 EI-07 MJ Fittings 05/14/98 E1-07 Ductile Iron Joint Restraints 05/14/98 E1-24 PVC Joint Restraints 11/09/04 E1-07 Ductile Iron Joint Restraints 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) 08/10/98 E1-07 MJ Fittings(DIP) 10/12/10 E1-24 Interior Restrained Joint System 08/16/06 EI-07 Mechanical Joint Fittings 11/07/16 33-11-11 Mechanical Joint Retainer Glands 11/07/16 33-11-11 Mechanical Joint Retainer Glands 03/19/18 33-11-11 Mechanical Joint Retainer Glands 03/19/19 33-11-11 Mechanical Joint Retainer Glands 03/19/19 33-11-11 Mechanical Joint Retainer Glands Griffin Pipe Products, Co. Mc Wane/Tyler Pipe/ Union Utilities Division Sigma, Co. Accucast Ford Meter Box Co./Uni-Flange Ford Meter Box Co./Uni-Flange One Bolt, Inc. EBAA Iron, Inc. EBAA Iron, Inc. Sigma, Co. Sigma, Co. Sigma, Co. Sigma, Co. S & B Techncial Products SIP Industries(Serampore) Star Pipe Products, Inc. Star Pipe Products, Inc. SIP Industries(Serampore) SIP Industries(Serampore) SIP Industries(Serampore) Mechanical Joint Fittings AWWA C 110 Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 Class 350 C-153 MJ Fittings AW WA C153 4"-12" Uni-Flange Series 1400 AWWACI I1/C153 4" to 36" Uni-Flange Series 1500 Circle -Lock AWWA CI I I/C153 4" to 24" One Bolt Restrained Joint Fitting AWWA C11 I/C116/C153 4" to 12" Megalug Series 1100 (for DI Pipe) AWWA Cl l l/C116/C153 4" to 42" Megalug Series 2000 (for PVC Pipe) AW WA C111/C 1 l6/C153 4" to 24" Sigma One-Lok SLC4 - SLC 10 AW WA C 1 l I/C 153 4" to 10" Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" Sigma One-Lok SLCE AW WA C 1 l I/C 153 12" to 24" Sigma One-Lok SLDE AWWA C 153 4" - 24" Bulldog System ( Diamond Lok 21 & JM Eagle ASTM F-1624 4" 1 12" Mechanical Joint Fittings AW WA C 153 4" to 24" PVC Stargrip Series 4000 ASTM A536 AWWA C11 I DIP Stargrip Series 3000 ASTM A536 AWWA Cl I EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA CI 11 3"48" EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA Cl 11 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA CI 11 16"-24" • From Original Standard Products List Click to Return to the Table of Content 31 CITY OF FORT WORTH FORT WORTH; WATER DEPARTMENT Updated:04/09/2021 STANDARD PRODUCT LIST Note: An water or sewer 12ij2e larger than 15 inch diameter shall be aj2j2roved for use by the Water Department on aproject: specific basis. Special beddin may be required for some Uipes. Approval1. Classsirication Manufacturer Model1National Water - Phted Valves 101 t Seated Gift Vatve• 33-12-20 (OW3/I5) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 EI-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller • E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" • EI-26 Resilient Seated Gate Valve M&H 4" - 12" • E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/0&/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model2638 AW WA C515 24" to 48" (Note 3) 05/08/91 EI-26 Resilient Seated Gate Valve Slockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" ASTM A 276 Type 304 - Bolts & nuts • E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Metroseal250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AW WA/ANSI C t 15/An21.15 4" to 16" • From Original Standard Products List Click to Return to the Table of Content 32 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST (Vote: All water or sewer nine lareer than 15 inch diameter shall be anDroved for use by the Water Department on a Droiect specific basis. Water - Pioe�/Valves & Fittinnaubbe Wvr:0-12-21(0f11O/14) • EI-30 Rubber Seated Butterfly Valve Henry Pratt Co. • E1-30 Rubber Seated Butterfly Valve Mueller Co. 1/l1/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. 04/06/07 EI-30 Rubber Seated Butterfly Valve — M&H Valve M&H Style 4500 & 1450 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve Updated:04/09/2021 be required for some AWWA C-504 24" AWWA C-504 24"and smaller AWWA C-504 24" and larger AWWA C-504 Up to 84" diameter AWWA C-504 24" to 48" AWWA C-504 30"-54" • From Original Standard Products List Click to Return to the Table of Content 33 FORT WORTH, Note: All water or sewer pipe iz CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 15 inch diameter shall be aunroved for use by the Water Department on a vroiect suecific basis. Water - Polvethvlene Eneaument 33-11-10 (011O= 05/12/05 EI-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises 05/12/05 EI-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware 05/12/05 EI-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP Updated:04/09/2021 be reauired for some AWWAC105 AWWAC105 AWWAC105 AWWAC105 8 mil LLD 8 mil LLD 8 mil LLD 8 mil LLD • From Original Standard Products List Click to Return to the Table of Content 34 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a 12rojectsl2ecific basis. S eciai beddin rr 'Approval Spec L. Classsification Manufacturer Model1 lI14t ater - 4xrr � li I St11tioil �'I'�WL ' . 1Asiu LW111111iu1 tWUl III WdLer rim, I ii_LL W.iw LmmP11c11L �eiura Updated:04/09/2021 be required for some -1 ---- 40� From Original Standard Products List Click to Return to the Table of Content 35 CITY OF FORT WORTH FORT WORTH, WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a protect specific basis. Water - Automatic Flat6er 10/21/20 Automated Flushing System 04/09/21 Automated Flushing System 04/09/21 Automated Flushing System HG6-A-IN-2-BRN-LPRR(Portable) Mueller I1}droguard 1-162-A-IN--2-PVC-0I8-LPLG(Permanenl) Kupferle Foundry Company Eclipse #9800wc Kupferle Foundry Company Eclipse #9700 (Portable) Updated:04/09/2021 be reuuired for some • From Original Standard Products List Click to Return to the Table of Content 36 SWFP 1150-2-1 Criteria for Design and Construction within the Limits of Existing Federal Projects THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH FWCC - Part 14 - Channel Segment C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Relocations Revised July I, 2011 City Project No. 104484 CESWF-EC-G Department of the Army SWFP 1150-2-1 U.S. Army Corps of Engineers Pamphlet 1150-2-1 Fort Worth, Texas 76102-0300 1 October 2013 Engineering and Design CRITERIA FOR DESIGN AND CONSTRUCTION WITHIN THE LIMITS OF EXISTING FEDERAL PROJECTS Distribution Restriction Statement Approved for public release Distribution is unlimited. CESWF-EC-G DEPARTMENT OF THE ARMY SWFP 1150-2-1 Pamphlet No. 1150-2-1 U.S. Army Corps of Engineers, Fort Worth District P.O. Box 17300 Fort Worth, Texas 76102-0300 CRITERIA FOR DESIGN AND CONSTRUCTION WITHIN THE LIMITS OF EXISTING FEDERAL PROJECTS 1October 2013 1. Purpose. This pamphlet provides guidance to individuals, developers, engineering firms, non -Federal local project sponsors (hereinafter Sponsors), and local governmental agencies for the design and construction of activities related to the modification of Federal projects, such as Federal Flood Risk Management (FRM) projects (typically consisting of levees, channels, and flood walls), constructed by the U.S. Army Corps of Engineers - Fort Worth District (CESWF), and for which Sponsors have the responsibilities for operation and maintenance. The guidance contained in this pamphlet applies to the activities per the date of publication. However, CESWF reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances, technological advances, additional information, etc. In addition, Sponsors may choose to adopt more stringent criteria than those contained in this pamphlet. 2. Authority. The sole authority for U.S. Army Corps of Engineers (USACE) approval of modifications to Federal projects, operated and maintained by Sponsors, is Title 33 USC § 408, hereinafter Section 408. Section 408, authorized in the Rivers and Harbors Act of 1899 and amended in 1985 to include "public works", allowed the Secretary of the Army to grant permission to modify public works so long as the modification did not impair the usefulness of the project and was not injurious to the public interest. The CESWF, in accordance with Title 33 USC § 408, retains the right of review and approval on all proposed modifications of Federal projects. 3. Applicability. This pamphlet applies to Federal projects, which includes Flood Risk Management projects constructed by CESWF and for which a Project Partnership Agreement or a letter of assurance agreeing to the operation and maintenance of the Federal project has been furnished to CESWF by the Sponsor. A Flood Risk Management project is designed to manage and reduce flood risk by safely conveying floodwater within the project and through a developed area. As such, any proposed modifications within the project must keep the safe passage of floodwater as the first priority. The role of the project Sponsor is maintenance of the integrity of the project while preventing negative impacts to the passage of the project design flood. The CESWF will not allow the safety of the project to be compromised or the required design carrying capacity of the project reduced. Note that this pamphlet does not apply to CESWF dams, eco-system restoration projects, or navigation projects. Guidance for proposed modifications of these types of projects is provided in technical publications other than this pamphlet. 4. References. U.S. Army Corps of Engineers references pertaining to the design and construction of Federal projects are listed below. Modifications to a Federal project, including proposals for the 11 SWFP 1150-2-1 addition of vegetation, are controlled by requirements documented in these manuals, regulations, technical letters, and pamphlets. Sponsors may choose to adopt more stringent criteria than that contained in USACE design standards and guidelines. a. CPAR-GL-98-1. Installation of Pipelines Beneath Levees Using Horizontal Directional Drilling b EM 1110-1 1804 Geotechnical Investigations c. EM 1110-1-1904. Settlement Analysis d EM 1110-1-1906. Soil Sampling e. EM 1110-1-2908 Rock Foundations f. EM 1110-2-1901. Seepage Analysis and Control for Dams g. EM 1110-2-1902. Slope Stability h. EM 1110-2-1911. Construction Control for Earth and Rock -Fill Dams i. EM 1110-2-1913. Design and Construction of Levees j. EM 1110-2-2502. Retaining and Flood Walls k. EM 1110-2-2902. Conduits, Culverts, and Pipes I. ER 1110-1-261. Quality Assurance of Laboratory Testing Procedures m. ER 1110-1-1807. Procedures for Drilling in Earth Embankments n. ER 1110-1-8100. Laboratory Investigations and Testing o. ER 1110-2-8152. Temporary Cofferdams and Braced Excavations p. ETL 1110-2-555. Design Guidance on Levees q. ETL 1110-2-556. Risk Based Analysis, Geotechnical Engineering r. ETL 1110-2-561. Risk and Reliability, Seepage and Slope Stability s. ETL 1110-2-569. Design Guidance for Levee Underseepage t. ETL 1110-2-571. Guidelines for Landscape Planting and Vegetation Management u. Levee Owner's Manual. The Rehabilitation and Inspection Program (PL 84-99) v. 13500 SWD QMS, Approval of Modifications to Existing U.S. Army Corps of Engineers Public Works Projects With the exception of Reference 4.0 and Reference 4.v, these documents may be downloaded from the following website: http://140.194.76.129/publications. Reference 4.v is available on the CESWF website: http://www.swf.usace.armv.mil. S. General Criteria for Construction Within an Existing Federal Project. a. Coordination with the Sponsor and the CESWF is recommended as early as possible during the proposed modification planning process to avoid major revisions or project delay. Concept proposals may be submitted for review. Submittals should include the proposed modification starting date and the project construction schedule, including sequence of construction. For existing Federal projects that include levees, the Sponsor shall initiate the review process for any proposed activities located within 150 feet of both the levee landside toe and levee riverside toe (see Figure 1). 21SWFP11502 1 NVEFAM i0011C . LEVEE 2 : I LEVEE HKIMM x --X FY 112 OF RAIMAL _� Lm.FINTRL7ED V `� EXR EXIEI�FD� _ RESTMCiED m1E �LErENDEO E TEWLATE LEVEE � AXIE� J _ZONE Figure 1. Critical Levee Zone and Restricted Zone Note the designation of Critical Levee Zone and Restricted Zone in Figure 1. The Critical Levee Zone is the area of highest concern and subject to the more stringent requirements for justifying any proposed modifications. The Restricted Zone is defined as the outer boundary of the 150-foot area from each levee toe for which reviews are required. It is recognized that the Sponsor may not have real estate rights to the extent. b. In accordance with "13500 SWD QMS Approval of Modifications to Existing U.S. Army Corps of Engineers Public Works Projects," construction may not begin until final contract plans and specifications for the proposed features that impact the existing project have been reviewed and approved in writing by both the CESWF and the Sponsor. If the proposed project is a design -build project, the approval process will be discussed at the first coordination meeting. c. Furnish five (5) sets of plans and specifications (hard copies as well as electronic copies) for the proposed work to the CESWF, Operations Division, Attention: CESWF-OD-TM, via the Sponsor, sufficiently in advance of the proposed construction to allow adequate time for review and approval. Include a vicinity map in the plans, as well as drawings that clearly depict the limits of existing features of the Federal project, including levees, and existing right-of-way or easement boundaries. d. Detailed designs, calculations, and construction procedures must be provided for review if boring, jacking, or tunneling operations are planned. See subsequent paragraphs for additional details and required procedures. Also see Reference 4.i, EM 1110-2-1913. e. Practice approved construction methods and best management practices to minimize erosion at the construction site. This includes making every effort to reduce the turbidity of the water at the site, such as by limiting the amount of time construction equipment is in the water. A Storm Water Pollution Prevention Plan (SWPPP) must be included in the final project submittal. The SWPPP shall meet the requirements of the Texas Commission on Environmental Quality (TCEQ), shall be approved by the Sponsor, and shall be implemented before commencement of construction or construction support activities. The SWPPP and a copy of the Notice of Intent (NOI) must be retained on -site during construction. f. When construction work is in progress on a Federal project located downstream of a CESWF dam, a request from the contractor for changes in regulated releases will be considered only for urgent and compelling reasons. Normally, regulated releases from upstream lakes for evacuation of floodwater, water supply, recreation, or other purposes considered to be in the best interest of the public, will have first consideration. 3 1 SWFP 1150-2-1 g. Normally, construction equipment, spoil material, supplies, forms, buildings for inspectors, labs, or equipment and supply storage buildings, or any item that may be transported by flood flows, shall not be placed or stored within the limits of the existing Federal project during construction activities without prior approval of the CESWF and the Sponsor. Locations of construction trailers and stockpile areas shall be included on project plans and shall be approved by the CESWF and the Sponsor. h. In addition to other requirements set forth in this pamphlet, it is responsibility of the project proponent or their representative to determine if permits for the desired work may be required under Section 10 of the Rivers and Harbors Act and Section 404 of the Clean Water Act. These permits require a minimum of 90 days to process. It is recommended that coordination with the CESWF Regulatory Branch be initiated in the early planning stages to prevent potential delays. i. Levee maintenance and access roads that are damaged due to construction activities shall be replaced or restored to a condition equal to or better than pre -construction condition. Haul routes that cross a levee must be approved by the Sponsor and the CESWF. Levee protection methods, such as timber mats, may be required to protect the integrity of the levee during the construction process. All roads must be inspected and accepted by the Sponsor prior to completion of the project. j. All fill and backfill shall be compacted in 6-inch lifts as specified in the contract specifications approved by the CESWF. Compaction shall be to at least 95 percent of modified density, as specified in ASTM D-1557, with moisture within the limits of 3 percentage points above optimum to 2 percentage points below optimum moisture content. All backfill shall consist of impervious materials. Vegetation shall be reestablished to its original condition or better. All excess material shall be removed from the limits of the existing Federal project. k. Provide scour protection consisting of articulating concrete block revetment system protection capable of being re -vegetated at the outfall of stilling basins designed according to the issuing jet velocity. If approved by the Sponsor, stone riprap, gabions, or concrete paving may be substituted. I. The crown or crest of the levee referred to in this pamphlet is the original (design) levee crest elevation. This may or may not be the same as the current levee crest elevation. All modifications shall be based on the higher of the two elevations. m. The CESWF Water Resources Branch will provide applicable hydraulic models to be used for design upon request. n. No permanent increase in the project design flood water surface profile will be allowed. The hydraulic impacts of temporary construction activities associated with a proposed modification shall be evaluated on a case -by -case basis. o. The impacts to the existing Federal project valley storage shall be evaluated. p. The proposed project may be subject to local and regional floodplain and regulatory requirements. q. Any permanent disturbance of existing recreation facilities must be mitigated. 4 1 SWFP 1150-2 1 r. Interior drainage areas are an integral part of a Federal FRM levee project. Proposed modifications to interior drainage areas must be reviewed and approved in accordance with this pamphlet. 6. Crossing Over Existing Levees at Grade. Crossing over levees at grade is not a preferred method, but will be considered as an option if site conditions dictate this is the only cost effective alternative. a. The Sponsors, at their discretion, may not allow any proposed crossings at grade over existing levees. b. No excavation or notching will be performed into or on the levee, or within the levee template. c. Topsoil shall be stripped from the levee and the utility line placed up and over the levee template slopes at grade. This will require rather abrupt line grade changes at the levee crest. The new line shall be covered by placing new fill uniformly on the slopes and the top of the levee and sloped away from the line and parallel to the longitudinal axis of the levee. Provide a minimum of 2 feet of cover over the new line. The slope of the fill covering the new line shall be 1 vertical on 20 horizontal, or flatter longitudinally along the levee crest and slopes. The topsoil shall then be replaced, all disturbed areas shall be seeded or sodded to establish turf, and any damage to levee access roads shall be repaired. During construction, the ability to flood fight within the impacted area shall not be impaired. d. All valves located within 15 feet of either side of the toe of the levee shall be provided in a concrete box enclosure with a manhole type cover. Valve boxes located within the project shall be underground and flush with the surface. if the valve box is placed in the levee crest, the bottom of the excavation shall not be lower than 1 foot above the design water surface elevation. Fill shall be uniformly placed to slope away from the top of the valve box. If possible, all valves shall be placed on the landside of levees a minimum of 15 feet from the levee toe. e. All manholes located within the Federal project and having rim elevations below the design water surface elevation shall have bolted, watertight covers in accordance with Title 30, Texas Administrative Code. 7. Pipe Crossing Under Levees with Open Excavation. This is the least preferred alternative because of the added risk during construction and will be evaluated accordingly if it is the selected alternative. a. Provide a temporary ring levee (cofferdam) on the riverside of the existing levee at the location of the subject crossing at the same crest elevation as the existing levee. This ring levee shall have a minimum crest width of 10 feet and side slopes of 1 vertical on 3 horizontal or flatter. Construct the temporary cofferdam of impervious materials according to the provisions specified in Paragraph 5j. b. When the temporary ring levee is complete, excavate through the main levee using 1 vertical on 3 horizontal cut slopes. The toe of the main levee and cofferdam or ring levee shall be a minimum of 20 feet (measured horizontally) from the top edge of the excavation. c. Generally, sources for borrow materials shall not be located within the limits of the project right-of-way. In addition, depending on the type of soil, and whether or not pervious materials or unstable materials exist in the foundation of the existing levee, it may be desirable to limit the depth of 5 1 SWFP 1150-2-1 excavation or specify a minimum distance from the landside toe of the levee. All excavated slopes shall be properly designed and the drawings sealed by a registered professional engineer. d. After the line has been placed, the open excavation shall be backfilled in accordance with Paragraph 5j. When backfill operations are completed, the entire foundation area to be occupied by the replaced levee fill shall be scarified, plowed, and/or harrowed to a depth of 6 inches, and then compacted by at least 16 complete passes of the tamping roller or to 95 percent modified density, whichever is more rigorous. e. Accomplish levee replacement by placing fill in 6-inch lifts and compacting by not less than 8 complete passes of a tamping roller or at least 95 percent modified density. After compaction, the moisture content shall be within the limits of 3 percentage points above optimum to 2 percentage points below optimum moisture content. f. Determine the in -place moisture content and density of the levee fill on a frequency of about one sample for each 500 cubic yards of backfill placed in the levee. g. When the breached levee has been reconstructed to its original alignment and grade, the temporary ring levee shall be removed and all disturbed surfaces shall be finish -graded and turfed by seeding or solid sodding. h. All manholes located within the Federal project having rim elevations below the design water surface elevation shall have bolted, watertight covers in accordance with Title 30, Texas Administrative Code. L For pipelines, install a control structure to prevent water from the levee riverside flowing through the pipeline to the levee landside. If the control structure is located on the riverside of a levee, it must be accessible during any flood stage of the river or stream and in all weather conditions. Controls may be automated, however, there must be manual override capability at all structures. j. Gravity storm drains discharging into an existing Federal floodway or channel shall be provided with automatic flap gate(s) at the discharge end of the line and shall have energy dissipaters, as required. The Sponsor, as per written agreement, shall be responsible for inspection and maintenance of all drainage structures to ensure proper operation of the flap gates or other features. k. Use monolithic conduits or conduits with watertight joints under the levee and levee template. S. Pipe Crossing Under Levees with Boring or Jacking of Sleeves. The sequence of work shall be as follows: a. Excavate the boring and jacking pit (which must be on the landside outside the projected toe of the levee template slope). b. Bore and jack the sleeve to a point beyond the projected riverside toe of the levee template slope. 6 1 SWFP 1150-2-1 c. If the difference in the diameters of the bore and sleeve exceeds 3 inches, the annular space shall be pressure grouted with bentonite slurry. d. Place the product line in the sleeve. e. Pressure grout the product line in sleeve with bentonite slurry. f. Excavate the pit on the riverside and construct a manhole with gate valve placed on inside face of manhole away from channel. Tie the line from the sleeve under the levee and into the manhole with a gate valve. g. Tie the line from the sleeve under the levee and into a manhole on the landside. h. During work on items 8.a through 8.g, a plug will be required. The plug shall be placed and braced at the open end of the sleeve and pipe located in the jacking pit at the close of work each day. This plug must remain in place until the gate valve is installed and connections made to ensure protection from flooding from the river. 9. Pipe Crossing with Horizontal Directional Drilling Under Levees and Channels. a. Detailed contractual drawings, plans, procedures, and engineering calculations shall be provided to CESWF for review (see Reference 4.a, CPAR-GL-98-1 for guidelines on directional drilling). These must include all the requirements of Paragraph 5 and the following additional items: (1) Inside diameter of the final bore hole and outside diameter of the product casing, (2) Detailed description of construction and horizontal boring methods to be utilized, (3) If the difference in the diameters of the final bore and product casing exceeds 3 inches, provide the method of pressure grouting the annular space between the outside of the product casing and the inside of the bore to prevent seepage under the levee template during maximum river stages, (4) A profile of the proposed line showing alignment (including location of the river and levees), (5) Location of entry and exit points, location, elevations and proposed clearances for all utility crossings and structures, (6) Right-of-way lines, property, and other utility right-of-way or easement lines, (7) Depth under the base of the levee, depth of the line under the river channel, and location of both ends of the string. If the proposed depth of the pipe string directly below the base of the levee is less than 30 feet, then detailed engineering calculations sealed by a registered professional engineer shall be provided for review. These calculations must show a minimum 1.5 factor of safety against hydro -fracturing to be acceptable. b. Develop and provide a quality control plan for the project that includes the maximum allowable drilling pressure, gage calibration method, and specific responsibility for assuring that the pressure is not 7 1 SWFP 1150-2-1 exceeded. During the drilling process, the pressure in the borehole must be monitored to ensure that the operational drilling pressures remain within the safe limits to prevent soil fracturing. The name of the party responsible for monitoring the work must be specified. c. The minimum clearance distance from the top of the proposed pipe encasement to the bottom of the existing Federal channel project or to the bottom of the existing streambed shall be 7 feet (whichever is lower). All crossings shall comply with the applicable requirements of Texas Administrative Code. 10. Buried Lines Parallel to Levees and Channels. a. Buried lines parallel to a levee (on either the riverside or the landside) will not be allowed where the final location of the buried line will be within the extended template of the levee. For example, a line buried 5 feet deep must be at least 15 feet away from the toe of a levee with a 1 vertical on 3 horizontal slope. b. Sumps, ditches, swales, or other project features crossed by the buried line shall be restored to their pre -construction condition. c. Buried lines parallel with the channel bank must be at least 25 feet from the projected river channel slope template. d. When a proposed buried line crosses an existing pump station outfall or other feature that necessitates an aerial crossing, place the line on piers with the piers aligned to provide minimal obstruction to flow within the outfall channel and designed to catch minimal debris. The preferred alternative would be to place the line under the discharge channel and encase it with concrete. Extend the encasement a minimum of 5 feet beyond the top of the channel side slopes. 11. Crossings of Levees and Channels. a. Bridges. (1) The preferred alternative is for the bottom of low steel (or low chord) of the bridge to be 15 feet above the design levee crest elevation or the existing levee crest, whichever is higher. Alternatives to the 15 feet clearance will be considered on a case -by -case basis if 15 feet is not feasible. Notching into the levee will be not be allowed. (2) Proposed new bridges should be designed to minimize the number of bents located within the template of the levee. If bridge piers are required in the levee template, extensive investigation and analyses (seepage and stability) based on site specific conditions will be required to show any potential impacts that the piers may have on the levee. Driving of piles within the template of the levee will not be allowed. (3) Bridges will not be located where their construction will block maintenance access roads presently located within the project. If maintenance roads are blocked due to the design or construction of a proposed bridge, new maintenance roads must be provided. 8 1 SWFP 1150-2-1 (4) All storm water runoff from bridge decks must be piped to grade to prevent erosion within the existing Federal project. (5) Revetment slope protection must be provided from the top of the levee to the levee toe within the shadow line of the bridge. (6) The bridge must be designed to minimize the number of piers within the existing Federal project. If the new bridge is within 500 feet of an existing bridge, the proposed new piers should be in alignment with the adjacent bridge. (7) Provide a minimum freeboard between the low point of the bridge crossing and the design water surface elevation of three feet or to the top of the levee at the bridge location, whichever is higher. (8) Any obstruction caused by the proposed bridge and its piers shall not significantly reduce the hydraulic conveyance of the existing Federal project. (9) Submit final plans and hydraulic computations to indicate that the proposed project would not reduce the hydraulic conveyance of the existing Federal project. The analysis shall include a comparison of With -Project Conditions and Baseline Conditions. (10) Projects crossing navigable waterways shall require a U. S. Guard permit. Clearances and requirements shall be as directed by the U. S. Coast Guard. b. Crossings Under Rivers and Channels by Open Excavation. This is not the preferred alternative but will be considered as an option if site conditions dictate that this is the only cost effective alternative. (1) The minimum clearance distance from the top of the pipe encasement to the existing river bottom elevation or to the existing channel bottom shall be 7 feet, per Texas Administrative Code. (2) Sufficiently anchor or encase the line to prevent floatation. (3) Backfill the excavation with material similar to that excavated. If soil is excavated, backfill with compacted impervious fill material. If rock is excavated, backfill with concrete. (4) Generally, no cofferdam fill crossings shall be allowed in water greater than 6 feet in depth. Cofferdam fill crossings in water greater than 6 feet may be allowed if geotechnical and structural designs prove that sheet piling would not be a viable method. c. Aerial Crossings for Rivers and Channels. (1) Provide a minimum freeboard of three feet between the low point of the crossing and the design water surface elevation. (2) The obstruction caused by the supporting structure and its piers shall not significantly reduce the carrying capacity of the river or channel. No longitudinal cross bracing will be used. 9 1 SWFP 1150-2-1 (3) Submit final plans and hydraulic cornputations to indicate that the proposed project would not reduce the hydraulic conveyance of the river, stream, or existing federal channel project (4) Projects crossing navigable waterways shall require a U. S. Coast Guard permit. Clearances and requirements shall be as directed by the U S. Coast Guard. 12. Headwalls, Chutes, Gate Valves, Flap (Automatic) Gates, etc. a. Install headwalls, gate valve structures, flap (automatic) gates, and other types of outfall structures in such a manner to prevent obstruction of flow or creation of scouring conditions within the project. All headwalls must transition with the appropriate slopes and all flow discharge points must be at the flow line of a channel or ditch, or at the normal water surface. Chutes will not be allowed unless they are the only viable alternative. b. All structures shall be installed in such a manner to prevent or minimize operation and maintenance problems. 13. Pump Discharge Pipelines Over Levees. a. The invert of the discharge shall be at the toe of the protective works (levee) and shall be free -vented at the highest point. For very large lines, deviation from these criteria may be considered, however, under no condition shall excavation be permitted into the levee. See Paragraph 6 for requirements for crossing over a levee on grade. b. Flap (automatic) gates are not required at the outfall of the discharge lines. 14. Electrical and Telephone Criteria for Overhead Wire Crossings. a. The Sponsor may require directional boring under the levee as opposed to an overhead crossing. b. No structure (poles or otherwise) shall be located closer than 15 feet from the toe of any levee. c. No structure (poles or otherwise) shall be located closer than 15 feet from the top of any channel slope. d. Provide a minimum vertical clearance of 28 feet between the crown of the levee and the low point of the sag of the wire where it crosses the levee, computed under the most adverse conditions of temperature, wind, and other loading. e. Provide a minimum vertical clearance of 28 feet between the natural ground and the low wire at the low point of the sag in the area of the project channel, or three feet above the project design water surface level, whichever is higher (check the National Electrical Code for minimum clearance of high voltage lines.) f. Locate guy wires and anchors in such a manner that they do not interfere with the operation and maintenance of the existing Federal channel, levees, or related structures. No anchors may be placed on the levee. 10 1 SWFP 11SO-2-1 15. Low Dams or Diversion of Flows. a. Submit plans, hydraulic and structural computations, and specifications for low dams or other obstructions for review prior to the construction of any type dam structure in a project area. These plans will be reviewed to determine the hydraulic and structural impacts of the proposed construction within the project. Prior to an extensive engineering study for any type of water barrier within a Federal project, the Sponsor and CESWF will review the concept plan, proposed location, and purpose. b. Diversion of flows into or out of a project area shall be reviewed to evaluate adverse hydraulic or structural impacts. 16. Process for Abandoning Existing Pipelines. a. Requests to abandon existing buried pipelines within a project shall be submitted in writing to the Sponsor and CESWF. No buried line within a project may be abandoned without the review and approval of the Sponsor and CESWF. b. As a minimum, the portion of the abandoned pipeline under a levee shall be completely filled with concrete or grout to prevent seepage through the abandoned line during flood conditions. c. Abandoned buried pipelines that are located on project property, but are not located under a levee, shall be plugged at each end with concrete or grout. d. Any structures associated with abandoned buried pipelines, for example, manholes, shall be removed and the resulting hole filled and compacted in accordance with the provisions in Paragraph 4j. e. Aboveground abandoned pipelines shall be removed from the project right-of-way, including any associated structures. 17. Construction of Recreation Facilities. Submit plans to the Sponsor and CESWF for review and approval on any proposed recreation type facilities. Each plan shall include hydraulic computations and will be reviewed for individual and cumulative effects to determine if the proposed construction would produce adverse effects on an existing or approved project area. If adverse effects on the carrying capacity of the project are determined, the project will be disapproved. The Sponsor may construct minor recreation improvements as needed providing final as -built plans are submitted to CESWF. 18. Trees and Other Vegetation. a. Background. The integrity of levees and, floodwalls, and other critical structures is paramount to the public health, safety, and welfare. The presence of undesirable vegetation can undermine that integrity and may lead to system failure if not corrected. Trees and other vegetation, such as shrubs and vines, may create both structural and seepage instabilities, prevent adequate inspection, surveillance and monitoring, and create obstacles to operation, maintenance, repairs, and flood fighting activities. b. Vegetation Free Zone. The Vegetation Free Zone (VFZ) is defined as the three-dimensional space that surrounds and encompasses levees and, floodwalls where no vegetation, except short grass cover, is permitted. The VFZ is required to insure acceptable project performance under all design conditions, and must be of sufficient dimension to provide access for surveillance, inspection, monitoring, 11 1 SWFP 1150-2-1 maintenance, repairs (routine and emergency, including slide repairs), and floodfighting. Accessibility is essential to the reliability of FRM projects, therefore, the VFZ must be accessible by personnel and equipment at all times. This includes four -wheel -drive vehicles, as well as larger equipment, such as tractors, bulldozers, and dump trucks. Figure 2 and Figure 3 illustrate the limits of typical vegetation free zones associated with levees and floodwalls. The minimum width of the VFZ includes the entire cross-section of levees and floodwalls, plus 15 feet clear distance on each side. The width of the VFZ shall be measured from the centerline of the tree trunk, or plant stem, to the limit of the levee cross- section or floodwall. RIVERSIDE IANDSIDE .aETATION FREE ZM F 1W L.Q TYPICAL u=YEE CROSS-SECTION 8 YIN. Figure 2. Levee Vegetation Free Zone RIVERSIDE ,s IIN. , - 19 YRL LAND$DE FLOW WALL-,� NNMUM V£GETAT04- MINIMUM VEGETATION- I a' MN. FREE ZONE FREE ZONE I Figure 3. Floodwall Vegetation Free Zone c. There may be additional restrictions on tree plantings, depending on soil conditions, access and repair buffers, local tree types, and levee performance history (see Reference 4.t, ETL 1110-2-571). CHARLES H. KLINGE Colonel, US Army Commanding 12 1 SWFP 1150-2-1