HomeMy WebLinkAboutContract 49838 City Secretary
Construction p FORT WORTH CITY SECRETARYU ri k.
Project Manager E:1CONTRACT N0.
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
PAVING, DRAINAGE & WATER IMPROVEMENTS
Trail Drive Extension
(University Drive to Lancaster Avenue)
City Project No. 100742
Betsy Price David Cooke
Mayor City Manager
Kara Shuror
Acting Water Director
Douglas W. Wiersig, P.E.
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
Infrastructure Design & Construction Group
August 2017
i . ......... .............�
VE: JOSHUA WRIGHT �
�� 125733x®
. �
Dunaway Project No. B000319.005 �����5'%'cENSEo�' ®
1 107
OFFICIAL RECORD
CITY SECRETARY
FT WORTH?TX
FORTWORTH.
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 2011
000000-1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
SECTION 00 00 00
TABLE OF CONTENTS
Division 00-General Conditions
0005 10 Mayor and Council Communication
0005 15 Addenda
0011 13 Invitation to Bidders
0021 13 Instructions to Bidders
0035 13 Conflict of Interest Affidavit
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
0043 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
0045 11 Bidders Prequalification's
0045 12 Prequalification Statement
004513 Bidder Prequa4ifiemien AWNea4e4i
00 45 26 Contractor Compliance with Workers'Compensation Law
00 45 40 Minority Business Enterprise Goal
0045 41 Small Business Enterprise Gea4
00 52 43 Agreement
0061 13 Performance Bond
0061 14 Payment Bond
0061 19 Maintenance Bond
00 61 25 Certificate of Insurance
00 72 00 General Conditions
00 73 00 Supplementary Conditions
Division 01 -General Requirements
01 1100 Summary of Work
01 25 00 Substitution Procedures
01 31 19 Preconstruction Meeting
01 31 20 Project Meetings
01 32 16 Construction Progress Schedule
01 32 33 Preconstruction Video
01 3300 Submittals
01 35 13 Special Project Procedures
01 45 23 Testing and Inspection Services
01 50 00 Temporary Facilities and Controls
01 5526 Street Use Permit and Modifications to Traffic Control
01 57 13 Storm Water Pollution Prevention Plan
0158 13 Temporary Project Signage
01 60 00 Product Requirements
01 66 00 Product Storage and Handling Requirements
01 70 00 Mobilization and Remobilization
01 7123 Construction Staking and Survey
01 74 23 Cleaning
0177 19 Closeout Requirements
01 78 23 Operation and Maintenance Data
01 78 39 Project Record Documents
99 99 00 Special Provisions
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised February 2,2016
000000-2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 03-Concrete
03 35 13 —Integral Concrete Color
Division 31—Earthwork
3123 23 —Borrow
Division 32—Exterior Improvements
32 17 23—Pavement Markings
32 32 13 —Cast-In-Place Concrete Retaining Walls
32 84 23 —Landscape Irrigation
32 93 43 —Trees and Shrubs
Division 99—Additional Specifications
99 99 00—Special Provisions
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's Buzzsaw site at:
hips://proj ectpoi nt.buzzsaw.com/client/fortworthgov/Resources/02%20-
%20Construction%2ODocuments/Specifications
Division 02-Existing Conditions
0241 13 Selective Site Demolition
0241 14 Utility Removal/Abandonment
0241 15 Paving Removal
Division 03 -Concrete
03 30 00 Cast-In-Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 34 16 Concrete Base Material for Trench Repair
03 80 00 Modifications to Existing Concrete Structures
Division 26-Electrical
26 05 00 Common Work Results for Electrical
2605 10 Demolition fef Fleetr-iea4 Systems
260533 Raeeways and Be*es for-Eleetfieal Systems
2605 43 Under-gr-etmd Duets and Raeeways for-EleetFieal Systems
Division 31 -Earthwork
31 1000 Site Clearing
3123 16 Unclassified Excavation
312323 a,,....ew
31 24 00 Embankments
31 25 00 Erosion and Sediment Control
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised February 2,2016
000000-3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
313600 Gabien
T
31 37 nn Ripf"
�z
Division 32-Exterior Improvements
3201 17 Permanent Asphalt Paving Repair
32 01 1 Q Tefape-atey Asphalt It Pming e....:,-
32 01 29 Concrete Paving Repair
32 1123 Flexible Base Courses
32 1129 Lime Treated Base Courses
32 ii 33 Ge,,.,e„t T..e„ted Base Cetwses
321137 Liquid d T-Fested Seil Stabilize,-
32 12 16 Asphalt Paving
32 12 73 Asphalt It Pa-Ang C-aek S'eela is
3213 13 Concrete Paving
32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps
32 1373 Gene.-ete Pa-y ng eit#Sealants
32 14 16 B.-iek Unit Pai4ag
�z
32 17 23 Pavement Markings
32 i7 225 Gtff . A d&ess Paint n,
3231 1133 Chain Link Fences and Gates
32-326 1W4fe Fe.,ee and Gates
323129 Weed Fene-es and Gates
3232 13 Cast-in-Place Concrete Retaining Walls
3291 19 Topsoil Placement and Finishing of Parkways
32 92 13 Hydro-Mulching, Seeding,and Sodding
32 93 43 Trees and Shrubs
Division 33-Utilities
330130 Sewer-and Manhole Testing
3303 10 Bypass Pw"ing of Existing Sewer-Systems
33 04 10 joint Beading and Bvctn-icarIs vzie
fl.
33-04-1 1 Geffes:e., C011#01 Tent stet:°«s
330430 Temporary Water-Sefviees
33 04 40 Cleaning and Acceptance Testing of Water Mains
3304 50 Cleaning ef Sewer-Mains
3305 10 Utility Trench Excavation,Embedment, and Backfill
330512 Water Line ower*
3305 13 Frame,Cover and Grade Rings
3305 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade
3305 16 Concrete Water Vaults
33 05 17 Concrete Collars
330520 Auger-Ber-in
330521 '# mel Liner-Plate
33 05 22 Steel Casing Pipe
330523 Hand Tumelin
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate
33 05 26 Utility Markers/Locators
33 05 30 Location of Existing Utilities
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised February 2,2016
000000-4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
33 1105 Bolts,Nuts,and Gaskets
33 11 10 Ductile Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 13 Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type
33 11 14 9tiFied Steel Pipe and Fittings
33 1210 Water Services 1-inch to 2-inch
33 1220 Resilient Seated Gate Valve
33 1225 Connection to Existing Water Mains
33 Q 30 Combination Aif Valve Assemblies fef:Potable Water-Systems
33 1240 Fire Hydrants
33 1260 Standard Blow eff Valve Assembly
3331 12 Gufed in Plaee Pipe(CIPP)
3331 13 Fiber-glass Reif&r-eed Pipe for-Cnevity Sa-aitafy Sewe
33 M i5 High Density Pelyed+ylene(HDPE)Pipe fer-Sanitary Sewef
333120 Pelyvinyl Chloride(PVC)G fayit y Sani+afy Sewer-Pipe
333121 -P9ly,,4a,)4 Chloride(PVC)Closed Pr-efile Gfavity Sanituy Sewer-Pipe
333123 Sanitafy Sewer-Pipe Enlar-gemeftt
333150 Sanitary Sewer-Seniee Genneetiens and SeMee Line
333170 r e'2.TIatieZITrti�r7-RvTL iveZfiVr S ffla Tar-y Sewer-FVYGC-Mains
333910 Cast I„-P7a^eCefe+e ltMeYpp
33 39 20— PfeeastGoner-eteManholes
333930 Fiber-glass Mafhheles
33 39 40 W astewater[eees.Tli'hamber(WAG)
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts
33 41 41 High Density Pelyedi�4ene(HDPE)Pipe for-Stefm Dr-ai
33 41 12 Reinfer-eed Pelyethlene(SRPE)Pip
33 4600 Sub"nage
33 4601 S otted Ster ains
334602 -feneh Dfains
33 49 10 Cast-in-Place Manholes and Junction Boxes
33 49 20 Curb and Drop Inlets
33 4940 Stefm Drainage Headwalls and Wingwalls
Division 34-Transportation
3441 10 Traffic Signals
T !�
A 1 1 n n1 A ttaehmefft A Gen#eller-Cabinet
7-T
3 n n 1T 1 n.�02 Att-ael�Iei}t Gent elle-Spee fiatien
TI P
3'4A 1
-TT1V 03 Attaebment-C' Soft'Ytare Speeifieeatiee
34 41 11 TrenVer-afy:Ffaffie Signals
3441 13 Removing Traffic Signals
34 41 15 Reetangular-Rapid Flashing Beaee
34 41 16 Pedestfian Uybr-id Signal
34 41 20 Roadway Illumination Assemblies
34 41 20.01 Arterial LED Roadway Luminaires
34 4120.02 FFeeway LED Roadway Luminaifes
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised February 2,2016
000000-5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
n n� Page 5 of 6
34 4120.03 .,1 TED Roadway Ltmiiaakes
34 41 30 Aluminum Signs
3471 13 Traffic Control
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GG 4.04 UnderVound Faeififies
GG 4.06 14 ,„rdeus Effi4-,. cGen-d;«ie at Site
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GG 6.09
GG 6.24Nendiser-imina6en
GR 0160 00 Pr-edtiet Requifements
Required Project Milestones
END OF SECTION
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised February 2,2016
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, October 10, 2017 REFERENCE NO.: C-28429
LOG NAME: 20TRAIL DRIVE EXTENSION CONSTRUCTION CONTRACT
SUBJECT:
Authorize Execution of Contract with McClendon Construction Co., Inc., in an Amount Up to $5,503,620.84
for Trail Drive Extension from University Drive to Lancaster Avenue and Adopt Appropriation Ordinance
(COUNCIL DISTRICT 9)
RECOMMENDATION:
It is recommended that the City Council:
1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water Capital Projects Fund in the amount of$150,000.00 from available funds; and
2. Authorize the execution of a construction contract with McClendon Construction Co., Inc., in the
amount up to $5,503,620.84 for Trail Drive Extension from University Drive to Lancaster Avenue. (CPN
100742)
DISCUSSION:
The Trail Drive Extension project will provide for additional connectivity and mobility by providing a
connection from University Drive to Lancaster Avenue. The project is a result of the collaboration between
the City, Fort Worth Independent School District (FWISD), Tarrant County and the Bass Foundation, LLC.
The construction contract will be funded by an Interlocal Agreement with Tarrant County (M&C C-28245)
and 2017 Tax Notes (M&C G-19009). The Water Department is contributing $150,000.00 for necessary
water line improvements. The project includes incentives up to $100,000.00 for completion of specific
project milestones.
Trail Drive Extension was advertised on August 10, 2017 and August 17, 2017 in the Fort Worth Star-
Telegram. On August 31, 2017, the following bids were received:
_ Bid Results
Contractor Bid Amount
McClendon Construction Co., Inc. $5,503,620.84
S.J. Louis Construction of Texas, Ltd. ---� $5,950,111.33
JLB Contracting, LLC $6,316,996.96
Jackson Construction Ltd $6,428,465.53
The project will begin in February 2018 after the Fort Worth Stock Show and Rodeo &Cowtown
Marathon. The project completion date is July 2019.
M/WBE OFFICE - McClendon Construction Co., Inc., is in compliance with the City's BDE Ordinance by
committing to 18 percent MBE participation. The City's MBE goal on this project is 18 percent.
This project is located in COUNCIL DISTRICT 9.
Logname: 20TRAIL DRIVE EXTENSION CONSTRUCTION CONTRACT Page 1 of 2
FISCAL INFORMATION /CERTIFICATION:
The Director of Finance certifies that upon approval of the above recommendations and adoption of the
attached appropriation ordinance, funds will be available in the current capital budget as appropriated, of
the 2017 Tax Note Capital Project Fund, Intergovernmental Contribution Fund and Water Capital Projects
Fund. The Fiscal Year 2018 Water Operating Budget includes appropriations of$29,069,236.00 for the
purpose of providing Pay-As-You-Go funding for Water Capital Projects. After this transfer for Fiscal Year
2018, the balance will be $28,919,236.00.
FUND IDENTIFIERS (FIDs):
TO
Fund Department ccoun Project JProgram ctivity Budget Reference # moun
ID ID Year Chartfield 2
FROM
Fun Department ccoun Project JProgram ctivity Budget Reference # moun
ID ID Year Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by: Susan Alanis (8180)
Originating Department Head: Douglas Wiersig (7801)
Additional Information Contact: Leon Wilson (8883)
ATTACHMENTS
1. 20TRAIL DRIVE EXTENSION CONSTRUCTION CONTRACT 56002 A017rV1.docx (Public)
2. FID Trail Drive.pdf (CFW Internal)
3. Form 1295 Certificate 100270402.pdf (Public)
4. Location Map.pdf (Public)
5. MBE Compliance Memo.pdf (CFW Internal)
6. SAM Search.pdf (CFW Internal)
Logname: 20TRAIL DRIVE EXTENSION CONSTRUCTION CONTRACT Page 2 of 2
CITY OF FORT WORTH, TEXAS
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
To the Specifications and Contract Documents
For
TRAIL DRIVE EXTENSION
(LANCASTER AVENUE TO UNIVERSITY DRIVE)
City Project#100742
K-2538
X-24631
Addendum No. 1 Issued: August 29, 2017
Bid Received Date: August 31, 2017; 1:30 PM
This addendum forms part of the Specifications and Contract Documents for the above
referenced Project and modifies the original Specifications and Contract Documents. Bidder
shall acknowledge receipt of this addendum in the space provided below and acknowledge
receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum
could subject the bidder to disqualification.
The specifications and contract documents for Trail Drive Extension, Lancaster Avenue to
University Drive are hereby revised by Addendum No. 1 as follows:
I. Construction plans are revised as follows:
1. Sheet 1 —Replaced with attached signed Cover Sheet 1.
2. Sheet 4— Updated Fort Worth Trinity Park Coordination notes.
3. Sheet 5—Replaced Note 15 of Sequencing General Notes with Mayfest
Coordination note.
4. Sheet 6—Updated Required Project Milestones with coordination dates for
Mayfest and Dean & Deluca Invitational. Added Incentive/Disincentive Milestones
and verbiage.
5. Sheet 7—City of Fort Worth existing property line adjusted slightly near Van
Zandt Lane. Does not majorly affect Temporary Workspace Areas.
6. Sheet 14— Revised Lancaster Ave. Typical Sections No. 2 & 3 to show proposed
2" HM Asphalt Type D over proposed 11" Concrete Pavement. Revised callout
for University Drive Typical Section to show proposed curb height of 7".
7. Sheet 19—Added note for tree protection in area of existing median. Revised
callout to tree protection fencing to note that it is 6' chain link as called for in
plans.
8. Sheet 22—Updated Trees to be Removed table. Added three (3)trees and
removed one (1)from list. Tree No. 2208 no longer being removed.
A-1
ADDENDUM1
Trail Drive Extension (Lancaster Ave.to University Drive)
City Project No. 100742
9. Sheet 23— Updated Detail C and Note 3 to reference mulch under plywood.
10. Sheet 24—Added callout to 2 SY pavement removal at existing median and
added associated note for tree protection in this area.
11. Sheet 81 — Revised Milling and Overlay quantities in callout to reflect 2" overlay
of proposed 11" concrete pavement on Lancaster Ave.
12. Sheet 82— Revised Milling and Overlay quantities in callout to reflect 2" overlay
of proposed 11" concrete pavement on Lancaster Ave.
13. Sheet 108— Revised Grading Plan to show 7" proposed curbs along University
Drive and Lancaster Ave. as reflected in Typical Sections
14. Sheet 111 — Revised Grading Plan to show 7" proposed curbs along University
Drive and Lancaster Ave. as reflected in Typical Sections
15. Sheet 184—Added General Landscaping Notes
II. The Specifications are amended as follows:
1. Section 00 42 43 Proposal Form
i. Some Item Descriptions updated to clarify locations of items.
ii. Option to include 36" CPP has now been removed. The 36"Waterline A
will only be bid as DIP.
iii. Revised 0241.1000 Concrete Pavement Removal from 1319 SY to 1321
SY
iv. Revised 3110.0103 12"-18" Tree Removal from 32 EA to 34 EA
v. Revised 3110.0104 18"-24" Tree Removal from 17 EA to 18 EA
vi. Revised 0241.1506 Surface Milling from 9730 SY to 8566 SY
vii. Revised 3212.0302 2"Asphalt Pvmt Type D from 9730 SY to 9382 SY
viii. Added 3201.0616 Concrete Pvmt Repair, Arterial/Industrial (Lancaster
Ave.) to clarify 11" concrete pavement repairs in Currie Street vs
Lancaster Ave. Quantities revised for both 3201.0616 items for a total of
89 SY of concrete pavement repair.
Note: Replace entire proposal section with the version enclosed herein.
2. Section 32 93 43—Trees and Shrubs
i. Added note 3.13.B.d. regarding mulch maintenance during establishment
period.
ii. Revised paragraph 3.13.D in regards to tree replacement during
establishment period.
A-2
ADDENDUM 1
Trail Drive Extension (Lancaster Ave.to University Drive)
City Project No. 100742
3. Addendum
i. Added Easement and Right of Way documents for portion of project in
City of Fort worth property.
ii. Updated Required Project Milestones with coordination dates for Mayfest
and Dean & Deluca Invitational. Added Incentive/Disincentive Milestones
and verbiage:
REQUIRED PROJECT MILESTONES
ADDENDUM NO. 1
The contractor shall structure their construction schedule in accordance to the following critical project
deadlines and milestones.No payment shall be made for demobilization or remobilization. See
construction documents for additional details.
1. Mobilization and begin construction Sequence IA, 113, & 1C—February 26,2018
2. Complete installation of 36" Waterline A& 12' x 10' Box Culvert—April 15,2018
3. Coordination with 2018 Mayfest activities—April 29-May 6, 2018
4. Coordination with 2018 Dean&Deluca Invitational—May 21-29,2018
5. Two-way access to east parking lot of Farrington Field from Lancaster Ave.—August 3,2018
6. Complete construction Sequence 1 A& 1 B—December 14,2018
7. Demobilization from site—December 15, 2018
8. Remobilization and begin construction Sequence 2—February 25, 2019
9. Complete installation of 24" Waterline B—April 15,2019
10. Coordination with 2019 Mayfest Activities—April 29-May 5,2019
11. Coordination with 2019 Dean&Deluca Invitational—May 2019
12. Project Completion—July 27,2019
Total Project Calendar Day Duration=516 days
Completion of the following milestones by the shown dates will include a$20,000.00 incentive due to the
contractor for each milestone activity. A disincentive of$1,300 per day beyond the shown milestone date
that the activity is not completed will be charged to the contractor. The milestones must be completed
and acceptable to the city by 5:00pm on the dates shown below.
INCENTIVE/DISINCENTIVE MILESTONES:
• APRIL 15,2018-Completion of 36"waterline A and 12'x10'box culvert
• AUGUST 3,2018-Two-way access to Farrington Field parking lot from Lancaster Avenue.
• DECEMBER 14,2018- Completion of construction sequence 1 A& 1 B
• APRIL 15,2019-Completion of 24"Waterline B
• JULY 27, 2019—Project Completion
A-3
ADDENDUMI
Trail Drive Extension(Lancaster Ave.to University Drive)
City Project No. 100742
III. Request for Information:
1. Questions Received during Pre-Bid Meeting held August 16, 2017
i. Question:
Do the work hour restrictions called for in the Sequencing General Notes
on Sheet 5 apply to the entire job site?
Answer:
No. These work hour restrictions only apply to work taking place within
existing rights of way along Lancaster Ave and University Drive.
ii. Question:
Does CSS need to be used as shown in plans for drainage improvements
called out on Sheets 47, 51, & 52?This will increase the cost of these
improvements greatly without much benefit.
Answer:
Acceptable backfill carefully compacted per specifications can be used in
lieu of CSS where called out on plans.
iii. Question:
Can pulverized RAP from Lancaster and pavement removal of the
parking lot be used as backfill where needed?
Answer:
Pulverized reclaimed asphalt with maximum particle size of 6" can be
blended with acceptable fill material and incorporated into embankments
2' below finished grades and deeper.
iv. Question:
Where is the bid item Borrow by Delivery to be used at?
Answer:
Bid item 3123.0105 Borrow by Delivery 1000 CY is to be used if needed
for embankments. It is not expected to need any of this quantity as
acceptable materials should be readily available from excavations on site.
v. Question:
What type of topsoil is desired on this project?
Answer:
Topsoil to be furnished and installed as called for in project specification
Section 32 91 19 Topsoil Placement and Finishing of Parkways.
vi. Question:
Will the trees and shrubs be provided by the City?
Answer:
All landscaping items are to be furnished and installed by the contractor.
A-4
ADDENDUM1
Trail Drive Extension (Lancaster Ave.to University Drive)
City Project No. 100742
vii. Question:
Could you clarify what the site clearing bid item is for?
Answer:
Site clearing is for tree and shrub removal 6' in diameter and smaller as
called for in the plans. This clearing needs to take place north of the
proposed Van Zandt Lane and south of Lancaster Ave at the Foch Street
Bridge.Additionally, Site Clearing includes removal and disposal of all
obstructions within the ROW when the removal of such obstruction is not
specifically shown on the drawings to be paid by other sections.
This Addendum No. 1, forms part of the Specifications & Contract Documents for the above
referenced project and modifies the original Project Manual & Contract Documents of the same.
Acknowledge your receipt of Addendum No. 1 by completing the requested information at the
following locations:
(1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3
(2) Indicate in upper case letters on the outside of your sealed bid envelope:
"RECEIVED & ACKNOWLEDGE ADDENDUM NO. 7"
Include a signed co of Addendum No. 1 in the sealed bid envelop at the time of bid submittal.
9 PY P
Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be
considered "NONRESPONSIVE", resulting in disqualification.
RECEIPT ACKNOWLEDGED Douglas W.Wiersig, P.E.
DIRECTOR
TRANSPORTATION & PUBLIC WORKS
DEPARTMENT
Leon Wilson, Jr., P.E.
?&ClWdr.n CIZr: ruc on Co., inc. Project Manager
company.,
B aeon,TX 76097
A-5
ADDENDUMI
Trail Drive Extension(Lancaster Ave.to University Drive)
City Project No. 100742
004243
BID PRO SAL
Page 1 of 5
SECTION 00 42 43
PROPOSAL FORM
ADDENDUM NO.1
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidhst Item Specification
No. Description Section No. Unit of Measure Bid Quantity Unit Price Bid Value
8"WATER(North Side of Lancaster)
1 0241.1510 Sal a Fire H drant 0241 14 EA 1
2 3305.0109 Trench Sa&ty 3305 10 LF 75
3 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 1
4 3311.0151 6"DIP Water 33 11 10 LF 5
5 3311.0252 8"DIP Water CSS Backfill 33 11 10 LF 75
6 3312.0001 Fire Hydrant 33 1240 EA 1
73312.0117 Correction to Existing 4"-12"Water Main 33 1225 EA 2
81 3312.2001 1"Water Service,Meter Reconnection 33 1210 EA l
91 3312.3002 6"Gate Valve 33 1220 EA I
101 3312.3003 8"Gate Valve 33 1220 EA 2
24"WATER(Within Crestline)
11 0241.1001 Water line Grunting 0241 14 CY 26
12 0241.1018 Remove 20"Water Line 02 41 14 LF 117
13 0241.1510 Salvage Fire H dram 02 41 14 EA I
14 3305.0103 Ex lomtory Excavation ofExisting Utilities 33 05 30 EA 2
15 3305.0109 Trench Safety 3305 10 LF 449
16 3305.0110 Utility Markers 33 05 26 LS l
17 3311.0151 6"DIP Water 33 1110 LF 5
18 3312.0001 Fire H•drant 33 1240 EA 1
19 3312.0107 Connection to Existing 20"Water Main 33 1225 EA 1
20 3312.0108 Connection to Existing 24"Water Main 33 1225 EA 1
21 3312.3002 6"Gate Valve 33 1220 EA l
22 3312.3008 24"Gate Valve w/Vault 33 1220 EA I
Below Choose Either A(C303 Pipe)or B(Ductile Imn Pipe)
A-24"Class 250 C303 Concrete Pressure Pipe Water Line-Base Bid(Choose One
23 3311.0021 C303 Fittings 33 11 13 LS 1
24 3311.0681 24"Concrete AW WA C303 Water Pipe 33 1113 LF 240
25 3311.0684 24"Concrete AW WA C303 Water Pi strained Joints) 33 It 13 LF 148
26 3311.0688 24"Concrete AW WA C303 Water Pipe,CLSM Backfill Restrained Joints 33 11 13 LF 61
B-24"Class 250 Ductile Iron Pipe Water Line-Alternate Bid(Choose One)
27 3311.0001 Ductile Imn Water Fittings w/Restraint 33 1 l 11 TON 3.5
28 3311.0651 24"DIP Water 33 11 10 LF 240
29 3311.0654 24"DIP Water strained Joints 33 11 10 LF 148
30 3311.0658 24"DIP Water,CLSM Backfill Restrained Joints 33 11 10 ILF 61
36"WATER(South of Lancaster
31 0241.1021 Remove 36"Water Line 0241 14 LF 126
32 3305.0103 Exploortow Excavation ofExisting Utilities 33 05 30 EA 2
33 3305.0109 Trench Safety 3305 10 LF 142
34 3305.0110 Utility Markers 3305 26 LS I
35 3305.1009 54"Casing By Open Cut 33 05 22 LF 60
36 3312.0110 Connection to Existing 36"Water Main 33 1225 EA 2
37 3312.3010 36"Gate Valve w/Vault 33 1220 EA l
41 3305.2009 36"Water Carrier Pi 33 05 24 LF 60
42 3311.0001 Ductile Imn Water Fittings w/Restraint 33 TON 4.5
43 3311.0858 36"DIP Water,CLSM Backfill Restrained Joints) 33 11 10 LF 122
TOTAL
REMOVAL
1 0241.0100 Remove Sidewalk 0241 13 SF 8468
2 0241.0300 Remove ADA Ramp 0241 13 EA 12
0241.0500 Remove Fenee 0241 13 LF 907
4 0241.0800 Remove Rip 0241 13 SF 485
5 0241.1000 Remove Cone Pvmt 0241 15 Sy 1321
6 0241.1100 Remove Asphalt Pvmt 0241 15 Sy 19765
7 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 1425
8 0241.5001 Abandon Manhole 0241 14 EA 2
9 3110.0101 Site Clearing for trees and shrubs less than 6"in diameter 31 1000 LS I
10 3110.0102 6"-12"Tree Removal 31 1000 EA 20
11 3110.0103 12"-18"Tree Removal 31 1000 EA 34
12 3110.0104 18"-24"Tree Removal 31 1000 EA 18
13 3110.0105 24"and Larger-Tree Removal 31 1000 EA 5
14 3305.0107 Manhole Adjustment,Minor 13305 14 EA 3
15 3305.0108 Miscellaneous Structure Adjustment Trail Drive Sta.106+68.78,38'L 3305 14 EA 1
16 9999.0002 Remove Gravel Drive 0241 13 SF 3946
17 9999.0003 Remove Low Pipe Rail Fence 0241 13 LF 832
18 9999.0004 Remove Gate 0241 13 EA 4
19 9999.0005 Remove Abandoned Power Pole 0241 13 jEA i 81 1
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Reeised 20120120 ADDENDUM NO.100 4100 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Propovl W wkbook-Tnil Drive ds
00 42 43
BID PROPOSAL
Page 2 of 5
SECTION 00 42 43
PROPOSAL FORM
ADDENDUM NO.1
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidhst Item SpecifiGT[ion
No Desuiption Section No. Unit of Measure Bid Quantity Unit Price Bid Value
TOTAL
PAVING
1 0241.1506 2"Surface Milling Lancaster Ave 02 41 15 SY 8566
2 3123.0101 Unclassified Excavation b y Plan 3123 16 CY 9422
3 3123.0105 Borrow by Dehvery 31 2323 CY 1000
4 3124.0101 Embankment by Plan 31 24 00 CY 4985
5 3211.0122 6"Flexible Base Type A GR-2(Parking Lot Repair and Drives No.1&8) 32 It 23 SY 1605
6 3211.0400 Hydrated Lime 32 1129 TN 301
7 3211.0502 8"Lime Treatment 32 1129 SY 12532
8 3212.0302 2"Asphalt Pvmt Type D(Overlay of Lancaster Ave) 32 1216 SY 9382
91 3212.0304 4"Asphalt Pvmt Type D(Parking Lot Repair and Drive 8 32 1216 SY 832
10 3212.0401 HMAC Transition an Zandt Lane to Foch Street 32 12 16 TN 9.6
11 3212.0501 4"Asphalt Base Type B or use as directed by engineer) 32 12 16 SY 1000
12 3213.0106 11"Conc Pvmt 32 13 13 SY 12004.13
13 3213.0301 4"Conc Sidewalk 32 1320 SF 29604
14 3213.0311 4"Conc Sidewalk Adjacent to Curb 32 1320 SF 8964
15 3213.0403 8"Concrete DriveWay 32 1320 SF 5205
16 3213.0501 Barrier Free Ramp,Type R-1 32 1320 EA 8
17 3213.0504 Barrer Free Ramp,Type M-2 32 1320 EA 6
18 3213.0505 Banier Free Rmp,Ramp, Type M-3 32 1320 EA 2
19 3213.0510 Barrier Free Ramp,Type C-3 32 1320 EA 2
20 3305.0112 Concrete Caller Foch Street) 3305 17 EA I
21 9999.0006 Gravity Block Retaining Wall Spec in Plans 1
22 9999.0007 Barrier Free Ramp,Type 22 xD0 32 1320 EA 2
23 9999.0008 Detectable Warning Paver 32 1320 SF 328
241 9999,0009 Cast in Place Spread Footing Retaining Wall 3232 13 ISF 2965
29 9999.0010 42"Powder Coated Pedestrian Rail 3231 13 LF 357
25 9999.0011 4"Stamped Integral Color Conc Island 32 13 13 SY 52
26 9999.0012 11"Stamped Ince Color Conc Pvmt 03 35 13 SY 806
27 9999 0013 2'Low-Pi Rail 2 12"Galvanized Steel 03 35 13 LF 1810
28 9999.0014 Bollards 99 99 00 EA 34
30 9999.0015 Retaining Wall Natural Stone Fascia St>ec in Plans SF 2965
31 9999.0016 25'Gate Galvanized Steel 32 31 26 EA 3
321 9999.0017 30'Cate Galvanized Steel 32 3l 26 EA 3
TOTAL
DRAINAGE
1 0241.2021 Remove 24"Sewer Line 0241 14 LF 22
2 0241.2022 Remove 27"Sewer Line 0241 14 LF 6
3 0241.2111 24"Sewer Abandonment Plug 0241 14 EA 2
4 0241.2112 27"Sewer Abandonment Plug 0241 14 EA 2
5 0241.3014 Remove 2l"Storm Line 0241 14 LF 74
6 0241.3103 21"Storm Abandonment Plug 0241 14 EA 2
7 0241.3401 Remove 4'Storm Junction Box 0241 14 EA 2
81 0241.4001 Remove 10'Curb Inlet 0241 14 EA 1
9 0241.4401 Remove Headwall/SET 0241 14 EA 1
10 3201.0133 6'Wide Asphalt Pvmt Re air,Industrial Foch Street) 3201 17 LF 338
11 3201.0616 Conc Pvmt Repair.ArteriaVlndustrial Currie Street 3201 29 SY 26
12 3201.0616 Conc Pvmt Repair,Arterial/Industrial Lancaster Ave. Sec in Plans SY 63
13 3305.0109 Trench Safety 3305 10 LF 2566
14 3341.0103 18"RCP,Class 111 33 41 10 LF 20
15 3341.0201 21"RCP,Class[I[ 3341 10 LF 240
161 3341.0205 24"RCP,Class III 3341 10 LF 1284
17 3341.0302 30"RCP,Class IU 3341 10 LF 250
18 3341.0309 36"RCP,Class UI 3341 10 LF 88
l9 3341.1001 3x2 Box Culvert 3341 10 LF 252
20 3341.1002 3x3 Box Culvert 3341 10 LF 352
21 3341.2207 12x10 Box Culvert 3341 10 LF 80
22 3349.0001 4'Store Junction Box 3349 10 EA 10
23 3349.0104 4'Stacked Manhole at 12x10 RCB 3349 10 EA 1
241 3349.6001 IO'Recessed Inlet 33 49 20 EA 1
25 3349.6002 15'Recessed Inlet 33 49 20 EA 2
26 3349.7001 4'Drop Inlet 33 49 20 EA 1
27 3349.7003 6'D.p Inlet 321
20 EA 1
28 3349.8001 10'T e 2 Inlet 33 49 20 EA 18
TOTAL
SIGNING&PAVEMENT MARKINGS
1 3217.0001 4"SLD Pvmt Markin HAS 32 1723 ILF 510
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120120 ADDENDUM NO.100 4100 00 43 13_00 42 4300 43 37_00 45 12_00 35 13 Bid Proposal Workbook-Trail Driw.xls
OD 4243
BID PROPOSAL
Pas,3 of 5
SECTION 00 42 43
PROPOSALFORM
ADDENDUM NO.1
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidfist Item Description Spemfiration i Unit of Measure Bid Quantity Unit Prig Bid Value
No. Section No.
2 3217.0002 4"SLD Pvmt Mackin HAS 321723 LF 11692
3 3217.0003 4"BRK Pvmt Markin HAS 321723 LF 1968
4 3217.0004 4"BRK Pvmt Markin HAS 32 17 23 LF 200
5 3217.0005 4"DOT Pvmt Markin HAS 32 17 23 LF 300
6 3217.0201 8"SLD Pvmt Markin HAS 321723 LF 2319
7 3217.0202 8"SLD Pta1t MarkmA HAS 321723 LF 22
8 3217.0301 l2"SLD Pvmt Mackin HAE 32 1723 LF 650
9 3217.050124"SLD Pvmt Marking RAE 321723 LF 987
10 3217.1002 Lane Legend end Arrow 32 17 23 EA 9
11 3217.1003 Lane Legend DBL Arrow 32 17 23 EA 1
12 3217.1004 Lane Legend end Onl 321723 EA 3
13 3217.1007 Lane Le end Sharmw 32 17 23 EA 15
14 3217.2102 REM Raised Marker TY IC 321723 EA 290
15 32172103 REFL Raised Marker TY 11-A-A 321723 EA 163
16 3441.4003 Furnish/Install Alum Sipm,Ground Mount City Std. 34 41 30 EA 15
17 3441.4004 F+rnish/tn"tall Alum Sign Ex.Pole Mount 34 41 30 EA 26
18 3441.4006 Install Alum Sign Ground Mount 34 41 30 EA 1
19 3441.4007 Install Alum Sign Ex Pole Mount 34 41 30 EA 2
20 3441.4108 Remove Sign Panel and Post 34 41 30 EA 11
211 3441.4109 Remove Sim Panel 3!11 30 EA 6
22 9999.0018 18"Yield Trian les 32 17 EA
23 38
23 9999.0019 Remove Pvmt Mad=qs 1321723 ILS I 1
)TALI I
SIGNAL-LANCASTER AVE.&TRAIL DRIVE
1 2605.0111 Furnish/Install Flee ServPedestal 26 05 00 EA 1
2 2605.3014 2"CONDT RM r 26 05 33 LF 25
3 2605.3015 2"CONDT PVC SCH 80 26 05 33 LF 180
4 2605.3016 2"CONDT PVC SCH 80 26 05 33 LF 150
5 2605.3025 3"CONDT PVC SCH 80 M 26 05 33 LF 335
6 2605.3026 3"CONDT PVC SCH 80 26 05 33 LF 240
7 2605.3033 4"CONDT PVC SCH 80 26 05 33 LF 85
8 3441.1001 3-Sect Signal Head Assmbly 3441 10 EA 10
9 3441.1011 Ped Signal Head Assmbly 34 41 10 EA 8
10 3441.1021 2"Ped Push BTN Station W/Sign 3441 10 EA 4
11 3441.1205 Furnish/Install VIVDS 34 41 10 EA 4
12 3441.1220 FumisbAnsta0 Model 711 preemption Detector 3441 10 EA 4
13 3441.1224 FumishllnstaE preemption Cable 34 41 10 LF 715
14 3441.1303 RG-1 I COAX Detector Cable 344110 LF 700
15 3441.1310 4/C 14 AWG Multi-Conductor Cable 34 41 10 LF 190
16 3441.1311 5/C 14 AWG Multi-Conductor Cable 34 41 10 LF 525
17 3441.1315 20/C 14 AWG Multi-Conductor Cable 34 41 10 LF 480
18 3441.1322 3/C 14 AWG Multi-Conductor Cable 34 41 10 LF 1025
19 3441.1409 NO 8 Insulated Elec Comdr 34 41 10 LF 955
20 3441.1414 NO 8 Bake Flee Condr 34 41 10 LF 1995
21 3441.1501 GwwdBoxTypcB 3441 10 EA 4
22 3441.1503 Ground Box Type D,w/A ron 34 41 10 EA 1
23 3441.1603 Furnish/Install IV-14'Ped Pole Assmbly 34 41 10 EA 3
24 3441.1603 Furnish/Install 10'-14'Ped Pole Assubly 344110 EA 4
25 3441.1604 Install Y Pedestrian Push Button Pole 3441 10 EA 2
26 3441.1611 Furmish/Install Type 41 Signal Pole 3441 10 EA 2
27 3441.1612 Furnish/Install Type 42 Si nal Pole 3441 10 EA l
28 3441.1613 Furnish/Install Type 43 Si Pole 34 41 10 EA 1
29 3441.1623 Fumish/Install Mast Ann 16'-36 34 41 10 lEA 1
30 3441-1624 Furnish/Install Mast Arm 40'-48' 3441 10 EA 3
31 3441.1701 TY l Si Foundation 3441 10 EA 5
32 3441.1703 TY 3 Signal Foundation 34 41 10 EA 3
33 3441.1704 TY 4 Si Foundation 3441 IO EA 1
34 3441.1715 Si Cabinet Foundation-352i&BBU 3441 10 EA t
351 3441.1742 Install 3521 Controller Cabinet Assembly 344110 EA I
36 3441.2002 Di se of Full Traffic Si al 4 4113 LS 1
37 3441.3110 Install Lighting Fixture 13244120 IEA 3
SIGNAL-UNIVERSITY DRIVE&TRAIL.DRIVE
1 2605.0111 Fuinish/lustall Elec Sery PedesW 26 05 00 EA 1
2 2605.3014 2"CONDT RM 'ser 26 05 33 LF 25
3 2605.3015 2"CONDI PVC SCH 80 26 05 33 LF 15
4 2605.3016 2"CONDT PVC SCH 80 260533 LF 115
5 2605.3025 3"CONDT PVC SCH 80 26 05 33 LF 345
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form k-id 20120120 ADDENWU NO.10041 DQ-00 43 13 0042 43LOO 433Z00 45 12 0035 13 Bid Prapral WMA.*-Trail Dd-d.
004243
BID PROPOSAL
Psae 4 oT 5
SECTION 00 42 43
PROPOSALFORM
ADDENDUM NO.1
UNIT PRICE BID Bidder's Application
Project item Information Bidder's Proposal
Bidlist Item Specification
No. DescriptionSection No. Unit of Measure Bid Quantity Unit Price Bid Value
6 2605.3026 3"CONDT PVC SCH 80 26 05 33 LF 95
7 3441.1001 3-Sect Signal Head Awmblv 34 41 10 EA L
8 3441.1003 5-Sect Signal Head Assrubly 34 41 10 EA 2
9 3441.1004 Relocate Si Head 3441 10 EA I1
10 3441.1220 Furnish/Install Model 711 Preemption Detector 3441 10 EA 4
111 3441.1224 Fumish/lastall Preemption Cable 34 41 10 LF 1285
12 3441.1232 Luatall Radar Presence Detection Device 34 41 10 APR 4
13 3441.1234 Furnish/Install Radar Cable 3441 10 LF 1235
14 3441.1310 4/C 14 AWG Multi-Conductor Cable 3441 10 LF 690
15 3441.1311 5/C 14 AWG Multi-Conductor Cable 3441 10 LF 500
16 3441.1312 7/C 14 AWG Multi-Conductor Cable 3441 10 LF 125
17 3441.1315 20/C 14 AWG Multi-Conductor Cable 34 41 10 LF 1065
18 3441.1322 3/C 14 AWG Multi-Conductor Cable 344110 LF 2670
191 3441.1408 NO 6Insulated Elec Condr 3441 10 LF 230
20 3441.1409 NO 8 Insulated Else Condr 34 41 10 LF 490
21 3441.1413 NO 6 Bare Elec Condr SLD 34 41 10 LF 115
22 3441.1414 NO 8 Bare Elec Condr 3441 10 LF 2155
23 3441.1501 Ground BoxType B - 344110 EA 2
24 3441.1502 Ground Box Type B, /Apm 34 41 10 EA 1
25 3441.1618 Install Type 42 Signal Pole 34 41 10 EA 1
26 3441.1619 Install Type 43 Si Pole 34 41 10 EA 1
271 3441.1620 Insall Type 44 Signal Pole 34 41 10 EA 1
28 3441.1624 Furnish/Install Mast Arm 40'-48' 34 41 10 EA 2
29 3441.1626 Install Mast Arm 16'-36' 34 41 10 EA 1
30 3441.1627 install Mast Arm 40'-48' 34 41 10 EA 2
31 3441.1701 TY 1 Signal Foundation 34 41 10 EA 5
32 3441.1703 TY 3 Signal Foundation 3441 10 EA 1
33 3441.1704 TY 4 SiAnal Foundation 34 41 10 EA 2
34 3441.1910 Paint Sig Pole and MA 16'-36' 34 41 10 EA 1
351 3441.1911 Paint Sig Pole and MA 40'-48' 34 41 10 EA 2
36 3441.1913 Paint Ped Pushbutton Pole 344110 EA 4
37 3441.2003 Dispose of Pole and Mast Arm Assembly 34 41 13 EA 5
38 3441.3110 Install Uphting Fixture 34 41 20 EA 2
39 3441.4001 Furnish/Install Alum Sign Mast Ann Mount 34 41 30 EA 6
40 3441.4004 FumisbHnstall Alum Sign Ex Pole Mount 34 41 30 EA 2
41 3441.4005 Install Alum Sign Mast Ann Mount 34 41 30 EA 3
42 9999.0020 Remove Groundbox 3441 13 EA 1
431 9999.0021 Remove Mast Arm 40'-48' 3441 13 EA 1
44 9999.0022 Tie into F-,dsting Conduit 34 41 13 EA 1
45 9999.0023 Relocate Pedestrian Pole Assemblv 3441 13 EA 4
46 9999.0024 Fumish4nstaH 10'-14'Ped Pole I34 41 I IEA 1
47 9999.0025 Remove Pedestrian Head Assembly 344113 1EA 1
48 9999.0026 Relocate Pedestrian Push Button Asmnbly 13441 13 1EA 3
49 9999.0027 Remove Pedestrian Push Button Assembly 344113 1EA 1
TOTAL
LIGHTING
1 2605.0112 Install Elec Sew Pedestal 26 05 00 EA 1
2 2605.3014 2"CONDT RM Riser 26 05 33 LF 20
3 2605.3015 2"CONDT PVC SCH 80 26 05 33 LF 5340
4 2605.3033 4"CONDT PVC SCH 80 M 26 05 33 LF 385
5 3441.1405 NO 2Insulated Elec Condr 34 41 10 LF 270
6 3441.1409 NO 8 Insulated Elec Condr 34 41 10 LF 1220
7 3441.1414 NO 8 Bare Elec Con& 34 41 10 LF 610
8 3441.1501 Ground Box Type B 3441 10 EA 13
9t 3441.1502 Ground Box Type B,w/A ron 3441 LO EA r'8
10 3441.3037 Furnish/Install 10'-14'Washington Standard Light Pole&Fixture LED 34 41 20 EA 37
11 3441.3301 Rdwv Ilium Foundation TY 12 and 4 34 41 20 EA 3
12 3441.3303 Rdwy Ifum Foundation TY 7 34 41 20 EA 37
13 3441.3404 2-2-24 Quadplex Alum Elm Conductor 34 41 20 LF 5410
14 3441.3411 Reconnect Conductor 34 41 20 EA 3
15 3441.3501 Salvage Sheet Li ht Pole 34 41 20 EA 1
16 3441.3502 Relocate Street Light Pole 1344120 IEA 3
TOTAL
LANDSCAPE&IRRIGATION
1 3291.0100 To soil 13291 19 CY 51001 1
2 3292.0100 Block Sod Placement 32 92 13 SY 2770
31 3292.0400 Seeding,Hvdromulch 1329213 ISY 1 306001 1
CrrY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFLCATIOH DOCUMENTS
Fmm Revised 20120120 ADDENDUM NO.100 41 00 00 43 13 004343 00 43 37 00 45 12_003513 Bid Pmp.W Wodmmt-TNID-1.
00 42 43
BIO PROPOSAL
Peg.5 of 5
SECTION 00 42 43
PROPOSAL FORM
ADDENDUM NO.I
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidhst Item Description Specification Unit of Measure Bid Quantity Unit Price Bid Value
No. Section No.
4 3293.0103 Furnish and Plant 3"Tree 32 93 43 EA 101
5 9999.0028 Fumish and Plant 9"Tree 32 93 43 EA 6
6 9999.0029 Irrigation Svstem 32 84 23 LS 1
7 9999.0030 Stabilized Decomposed Granite Surfacina 99 99 00 SF 2600
8 9999.0031 12"Mow Strip Sec in Plans LF 645
9 9999.0032 Furnish and Plant 1 Gallon Shrub 32 93 43 EA 5398
10 9999.0033 Furnish and Plant 3 Callon Shrub 32 93 43 EA 728
11 9999.0034 Finnish and Plant 5 Gallon Shrub 32 93 43 EA 372
12 9999.0035 Temporary Construction Fencing 4'Or4n a Safe Spec in Plans LF 6110
13 9999.0036 Temporary Construction Fencing 6'Chain Link Spec in Plans LF 2550
14 9999.0037 Temporary Construction Fencing 8'Screened Chain Link Sec in Plans LF 745
TOTAL
TRAFFIC CONTROL
1 347L0001 Traffic Control 34 71 13 MO 172
2 3471.0002 Portable Message Sign 13471 13 JWK 7
TOTAL
EROSION CONTROL
11 3125.0101 SWPPP>_1 acre 13125 00 ILS 1
TOTAL
PRE BID
11 0170.0100Mobilization Ol 70 00 ILS I $200,000.00 $200,000.00
211 999.0001 Construction Allowance1007200 LS 1 $100,000.00 $100,000.00
3 9999.0038 Potential Milestone Incentives as Directed by City Project Manager) S c in Plans JEA 5 $20,000.00 $100,000.00
TOTAL $400,000.00
Bid Summary
Base Bid
WATER
REMOVAL
PAVING
DRAINAGE
SIGNING AND PAVEMENT MARKINGS
LIGHTING
TRAFFIC SIGNALS
LANDSCAPING AND IRRIGATION
TRAFFIC CONTROL
EROSION CONTROL
PRE BID $400,000.001
Total Base Bid
Alternate Bid
Total Alternate Bid
Deductive Alternate Bid
Total Deductive Alternate Bid
Additive Alternate Bid
Total Additive Altemate Hid
Total Hid
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Folin Rm,i d20120110 ADDENDUM NO.1004100_004313_004243_004337_004512_003513Bid Pmp—I Workbook-Treil Dm-h
329343-1
TREES AND SHRUBS
Page 1 of 17
1 SECTION 32 93 43
2 TREES AND SHRUBS
3 ADDENDUM NO. 1
4 PART1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. Tree and shrub("plants")planting within street right-of-way and easements and
8 establishment requirements.
9 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00
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 31 10 00—Site Clearing
16 4. Section 32 92 13 -Hydromulching, Seeding and Sodding
17 5. Section 32 91 19-Topsoil Placement and Finishing of Parkways
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Plant Tree
21 1. Measurement
22 1) Measurement for this Item shall be per each by caliper inch.
23 2. Payment
24 1) The work performed and materials finnished in accordance with this Item
25 and measured as provided under"Measurement"will be paid for at the unit
26 price bid per each tree to be planted by caliper inch.
27 3. The price bid shall include:
28 1) Furnishing,installing and establishing trees
29 2) Hauling
30 3) Grading and backfilling
31 4) Excavation
32 5) Fertilization
33 6) Planting Bed Preparation
34 7) Mulch
35 8) Water
36 9) Removing and disposing of surplus material
37 10) Maintenance and replacement during Establishment Period and Warranty
38 Period
39 11)Removal of Stakes prior to Establishment Period Inspection
40 2. Shrubs and Groundcover
41 1. Measurement
42 1) Measurement for this Item shall be per each.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-2
TREES AND SHRUBS
Page 2 of 17
1 2. Payment
2 1) The work performed and materials furnished in accordance with this Item
3 and measured as provided under"Measurement"will be paid for at the unit
4 price bid per shrub and groundcover.
5 3. The price bid shall include:
6 1) Furnishing,installing and establishing shrubs and groundcover
7 2) Hauling
8 3) Grading and backfilling
9 4) Excavation
10 5) Fertilization
11 6) Planting Bed Preparation
12 7) Mulch
13 8) Water
14 9) Removing and disposing of surplus material
15 10) Maintenance and replacement during Establishment and Warranty Period
16 1.3 REFERENCES
17 A. Reference Standards
18 1. Reference standards cited in this specification refer to the current reference standard
19 published at the time of the latest revision date logged at the end of this
20 specification,unless a date is specifically cited.
21 2. American National Standards Institute(ANSI):
22 1. ANSI Z60.1,American Standard for Nursery Stock
23 3. Hortus Third,The Staff of the L.H.Bailey Hortorium. 1976. MacMillan Publishing
24 Co.,New York.
25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
26 1.5 ACTION SUBMITTALS [NOT USED]
27 1.6 INFORMATIONAL SUBMITTALS
28 A. Tree data: Submit certification from supplier that each type of tree conforms to
29 specification requirements.
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Coordination
34 1. Coordinate with City Forester prior to beginning construction activities adjacent to
35 or that will impact existing trees and shrubs.
36 B. Qualifications
37 1. Landscaper specialized in landscape and planting work
38 C. Substitutions
39 1. Not permitted unless approved by City when specified planting material is not
40 obtainable
41 1. Submit proof of non-availability together with proposal for use of equivalent
42 material.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-3
TREES AND SHRUBS
Page 3 of 17
1 2. Substitutions of larger size or better grade than specified will be allowed upon
2 approval by City Forester,but with no increase in unit price.
3 1.10 DELIVERY,STORAGE,AND HANDLING
4 A. Do not remove container grown stock from containers before time of planting.
5 B. Delivery and Acceptance Requirements
6 1. Ship trees with Certificates of Inspection as required by governing authorities.
7 2. Label each tree and shrub with securely attached waterproof tag bearing legible
8 designation of botanical and common name.
9 3. Use protective covering during delivery.
10 4. Deliver packaged materials in fully labeled original containers showing weight,
11 analysis and name of manufacturer.
12 C. Storage and Handling Requirements
13 1. Protect materials from deterioration during delivery,and while stored at Site.
14 2. Do not prune prior to installation.
15 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark,break
16 branches,or destroy natural shape.
17 1.11 FIELD CONDITIONS [NOT USED]
18 1.12 WARRANTY
19 A. Warranty Period:at all times after planting and for the duration of the Establishment
20 Period and for one year beyond the Establishment Period.
21 1. Warranty Period for Landscaping ends same time as warranty period for overall
22 project.
23 B. Contractor shall warrant plants against defects including:
24 1. Death
25 2. Unsatisfactory growth
26 3. Loss of shape due to improper pruning,watering,maintenance or weather
27 conditions.
28 PART 2- PRODUCTS
29 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
30 2.2 MATERIALS
31 1. General
32 1. Plants shall be true to species and variety specified,grown under climatic
33 conditions similar to those in the locality of the project for at least 2 years and
34 have been freshly dug during the most recent favorable harvest season.
35 2. All plant names and descriptions are as defined in Hortus Third.
36 3. All plants are to be grown and harvested in accordance with the American
37 Standard for Nursery Stock.
38 4. Unless approved by the City Forester,plants shall have been grown in a latitude
39 not more than 200 miles north or south of the latitude of the project unless the
40 provenance of the plant can be documented to be compatible with the latitude
41 and cold hardiness zone of the planting location.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-4
TREES AND SHRUBS
Page 4 of 17
1 5. All plant materials must be approved by the City prior to purchasing materials.
2 City may inspect nursery or ask for other documentation prior to acceptance of
3 materials
4 2. Trees
i
t a
,r
Acceptable Unacceptable
5 Figure is Main Leader
6
7 1. Provide container grown trees which are straight and symmetrical and have
8 persistently preferred main leader. See Figure 1 for reference.
9 Mark the tree's north orientation in the nursery for all deciduous trees grown in
10 the field with a 1-inch diameter spot of white paint on the tree trunk within the
I 1 bottom twelve inches of the trunk.
12 2. Crown shall be in good overall proportion to entire height of tree with
13 branching configuration. Tree shall have crown height that is roughly 2/3 of the
14 overall height. An acceptable tree shall not have the crown begin above half the
15 height of the tree. See Figure 2 for Crown Height. For recommended height of
16 trees refer to the tables in Section 2 of ANSI Z60.1 for type and species
17 specified.
18
AA
t.
6F..
X
XT
19 Figure 2:Crown Height
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-5
TREES AND SHRUBS
Page 5 of 17
1
2 3. Trees designated as balled and burlapped(B&B)shall be properly dug with
3 firm,natural balls of soil retaining as many fibrous roots as possible,in sizes and
4 shapes as specified in the American Standard for Nursery Stock.Balls shall be
5 firmly wrapped with nonsynthetic,rottable burlap and secured with nails and
6 heavy,nonsynthetic,rottable twine.The root collar shall be apparent at surface
7 of ball.Trees with loose,broken,processed,or manufactured root balls will not
8 be accepted,except with special written approval before planting. Burlap to be
9 removed from top 1/3 of rootball when planted.
10 4. Where clump is specified,furnish plant having minimum of three stems
11 originating from common base at ground line.
12 5. Measure trees by average caliper of trunk as follows:
13 1) For trunks up to 4 inches or less in diameter,measure caliper 6 inches
14 above top of root ball.
15 2) For trunks more than 4 inches,measure caliper 12 inches above top of root
16 ball.
17 3) Caliper measurements
18 a) By diameter tape measure
19 b) Indicated calipers on Drawings are minimum
20 c) Averaging of plant caliber:not permitted
21 6. Trees shall conform to following requirements:
22 1) Healthy
23 2) Vigorous stock
24 3) Grown in recognized nursery
25 4) Free of:
26 a) Disease
27 b) Insects
28 c) Eggs
29 d) Larvae
30 e) Defects such as:
31 (1) Knots
32 (2) Sun-scald
33 (3) Injuries
34 (4) Abrasions
35 (5) Disfigurement
36 (6) Borers and infestations
37 3. Soil Products
38 1. Topsoil:See 32 91 19.
39 2. Peat moss and fertilizer:Use material recommended by City Forester for
40 establishment of healthy stock after replanting.
41 3. All planting beds to be top dressed with a minimum of 3" "Rustic Cut
42 Hardwood Mulch"by Soil Building Solutions(or approved equal)and meet the
43 following conditions
44 1) pH:6.5-8.5
45 2) It shall be free of man-made foreign matter,lumber,treated materials,
46 pallets,grass and leaves.
47 3) No particle size should exceed 3.5" in length.
48 4. All landscape bed areas to be prepared using"Ready to Plant Bedding Mix" by
49 Soil Building Solutions(or approved equal)and meet the following conditions
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-6
TREES AND SHRUBS
Page 6 of 17
1 1) It shall be a mixture of 50%compost with 50%screened and weed-free
2 native soil and screened sharp sand.
3 2) 98.5%of the planting bed soil particles will pass through a 1/2 inch screen
4 and 99%or more shall pass through a 3/4 inch screen.
5 3) Color will be a medium brown with a weight of 1900-2250 lbs.per cubic
6 yard(depending on the moisture content.)
7 4) Install to depths per planting details(8" depth min.)
8 5) Finished grades of planting beds to be 2"below finished grade of adjacent
9 paving or as shown on grading plan.
10 4. Stakes and Guys
11 1. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains.
12 2. Where applicable for anchoring trees,use wood deadmen:
13 1) Minimum:2-inch by 4-inch stock
14 2) Minimum:36 inches long and buried 3 feet.
15 3) Provide white surveyor's plastic tape for flagging tree guys.
16 5. Tree Wrap,Twine and Seal
17 1. Wrap
18 1) First quality
19 2) Bituminous impregnated tape
20 3) Corrugated or crepe paper,specifically manufactured for tree wrapping and
21 having qualities to resist insect infestation
22 2. Twine
23 1) Lightly tarred,medium-coarse sisal(lath)yarn
24 2) Do not use nails or staples to fasten wrapping
25 3. Seal: Commercially available tree wound dressing specifically produced for use
26 in sealing tree cuts and wounds
27 6. Water:clean and free of industrial wastes or other substances harmful to the growth
28 of the tree
29 2.3 ACCESSORIES [NOT USED]
30 2.4 SOURCE QUALITY CONTROL
31 A. Notify City,prior to installation,of location where trees that have been selected for
32 planting may be inspected.
33 B. Plant material will be inspected for compliance with following requirements.
34 1. Genus,species,variety,size and quality
35 2. Size and condition of balls and root systems,insects,injuries and latent defects
36 PART 3- EXECUTION [NOT USED]
37 3.1 INSTALLERS [NOT USED]
38 3.2 EXAMINATION [NOT USED]
39 3.3 PREPARATION
40 A. General
41 Protect structures,utilities,sidewalks,pavements,and other facilities and turf areas
42 and existing plants from damage caused by planting operations.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised December 20,2012
329343-7
TREES AND SHRUBS
Page 7 of 17
1 B. Install erosion-control measures to prevent erosion or displacement of soils and
2 discharge of soil bearing.
3 C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake
4 locations,outline areas,adjust locations when requested,and obtain Architect's
5 acceptance of layout before excavating or planting.Make minor adjustments as required.
6 D.Lay out plants at locations directed by Architect. Stake locations of individual trees and
7 shrubs and outline areas for multiple plantings.
8 E. Apply anti-desiccant to trees and shrubs using power spray to provide an adequate film
9 over trunks(before wrapping),branches,stems,twigs,and foliage to protect during
10 digging,handling,and transportation.
11 F. Water runoff or airborne dust to adjacent properties and walkways Schedule work so
12 that planting can proceed rapidly as portions of site become available.
13 G.Plant trees after final grades are established and prior to seeding or sodding.
14 H. When planting of trees occurs after seeding work,protect seeded areas and promptly
15 repair damage to seeded areas resulting from tree planting operations in compliance with
16 requirements of Section 32 92 13.
17 I. Layout individual trees at locations shown on Drawings.
18 J. In case of conflicts,notify City before proceeding with work.
19 K. Stake trees for City approval.
20 L. Preparation of Planting Soil
21 1. Before mixing,clean topsoil of roots,plants,sod,stones,clay lumps,and other
22 extraneous materials harmful or toxic to plant growth.
23 2. Strip and utilize 4 inch layer of top soil from existing ground.
24 3. Delay mixing of fertilizer when planting will not follow placing of planting soil
25 within 48 hours.
26 4. Incorporate amendments into soil as part of soil preparation process prior to fine
27 grading,fertilizing,and planting.
28 5. Broadcast or spread amendments evenly at specified rate over planting area.
29 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until
30 amendments are pulverized and have become homogeneous layer of topsoil ready
31 for planting.
32 3.4 INSTALLATION
33 A. Planting Area Establishment
34 Loosen subgrade of planting areas to a minimum depth of 6 inches.Remove stones
35 larger than 1 inch in any dimension and sticks,roots,rubbish,and other extraneous
36 matter and legally dispose of them off Owner's property.
37
38 1. Spread topsoil,apply soil amendments and fertilizer on surface,and thoroughly
39 blend planting soil.Delay mixing fertilizer with planting soil if planting will not
40 proceed within a few days.
41
42 2. Spread planting soil to a depth of 6 inches but not less than required to meet finish
43 grades after natural settlement.Do not spread if planting soil or subgrade is frozen,
44 muddy,or excessively wet.Spread approximately one-half the thickness of planting
45 soil over loosened subgrade.Mix thoroughly into top 2 inches of subgrade. Spread
46 remainder of planting soil.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-8
TREES AND SHRUBS
Page 8 of 17
1
2 B.Finish Grading:
3 Grade planting areas to a smooth,uniform surface plane with loose,uniformly fine
4 texture. Roll and rake,remove ridges,and fill depressions to meet finish grades.Finish
5 Grade shall be below finish grade of building for proper drainage away from building.
6
7 1. Before planting,obtain Architect's/Engineer's or City Agent's acceptance of finish
8 grading; once that approval is granted,then the Contractor may install the
9 plantings. Please note any planting installed prior to finish grading approval are
10 subject to rejection. Once plantings are installed restore planting areas if eroded or
11 otherwise disturbed to finished grade.
12 2. Application of Mycorrhizal Fungi:At time directed by Architect/Engineer or City
13 Agent,broadcast dry product uniformly over prepared soil at application rate
14 indicated on Drawings.
15 3. Excavate pits,beds, or trenches with vertical sides and with bottom of excavation
16 raised minimum of 6 inches at center for proper drainage.
17 2. Provide following minimum widths:
18 1. 15 gallon containers or larger,2 feet wider than diameter of root ball
19 2. 1 and 5 gallon containers,6 inches wider than diameter of root ball
20 3. When conditions detrimental to plant growth are encountered,such as
21 unsatisfactory soil,obstructions,or adverse drainage conditions,notify City before
22 planting.
23 4. Deliver trees after preparations for planting have been completed and plant
24 immediately.
25 5. When planting is delayed more than 6 hours after delivery
26 1. Set trees and shrubs in shade.
27 2. Protect from weather and mechanical damage.
28 3. Keep roots moist by covering with mulch,burlap,or other acceptable means of
29 retaining moisture,and water as needed.
30 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of
31 sufficient width not to damage the root balls.Do not lift trees by their trunk as a
32 lever in positioning or moving the tree in the planting area.
33 7. Remove plastic,paper, or fibrous pots from the containerized plant material.Pull
34 roots out of the root mat,and cut circling roots with a sharp knife.Loosen the
35 potting medium and shake away from the root mat.Immediately after removing the
36 container,install the plant such that the roots do not dry out.Pack planting mix
37 around the exposed roots while planting.
38 8. Cut ropes or strings from the top of root balls and trees after plant has been set.
39 Remove burlap or cloth wrapping and any wire baskets from around top half of
40 balls.Do not turn under and bury portions of burlap at top of ball. Set balled and
41 burlapped trees in the hole with the north marker facing north.
42 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant.
43 10. Place plants at level that,after settlement,natural relationship of plant crown with
44 ground surface will be established.
45 11. When set,place additional backfill around base and sides of ball,and work each
46 layer to settle backfill and eliminate voids and air pockets.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-9
TREES AND SHRUBS
Page 9 of 17
1 12. When excavation is approximately 2/3 full,water thoroughly before placing
2 remainder of backfill.
3 13. Repeat watering until no more water is absorbed.
4 14. Dish top of backfill to allow for mulching.
5 15. Mulch pits,trenches and planted areas.
6 All trees,shrubs and other plantings will be mulched with mulch previously
7 approved by the City Forester.The mulch on trees and shrubs shall be to the
8 depths shown on the drawing.Mulch must not be placed within 3 inches of the
9 trunks of trees and shrubs.
10 16. Provide 2 to 4 inch thickness of mulch,work into top of backfill,and finish level
11 with adjacent finish grades.
12 17. Cover entire root ball.
13 18. Prune
14 1. Plants shall not be heavily pruned at the time of planting.Pruning is required at
15 planting to correct defects in the tree structure, including removal of injured
16 branches,double leaders,watersprouts,suckers,and interfering branches.
17 Healthy lower branches and interior small twigs should not be removed except
18 as necessary to clear walks and roads.In no case should more than 1/4 of the
19 branching structure be removed.Retain the normal shape of the plant.
20 2. All pruning shall be completed using clean sharp tools.All cuts shall be clean
21 and smooth,with the bark intact with no rough edges or tears.
22 3. Except in circumstances dictated by the needs of specific pruning practices,tree
23 paint shall not be used.The use of tree paint shall be only upon approval of the
24 City Forester.Tree paint,when required,shall be paint specifically formulated
25 and manufactured for horticultural use.
26 19. Prune trees to retain required height and spread.
27 20. Do not cut tree leaders,and remove only injured and dead branches from flowering
28 trees.
29 21. Remove and replace excessively pruned or misformed stock resulting from
30 improper pruning.
31 22. Inspect tree trunks for injury,improper pruning and insect infestation and take
32 corrective measures.
33 23. Guy and stake trees immediately after planting.
34 B. Moving Existing Trees
35 1. Coordinate tree moving and replanting with City Forester during dormant growth
36 season.
37 2. Provide tree spade of adequate size as directed by City Forester.
38
39 3.5 GROUND COVER AND PLANT PLANTING
40 A. Prior to installation mark all tree location and planting locations with paint and contact
41 the Architect/Engineer or City Agent for approval. Any plantings installed without an
42 approved location will be subject to rejection by Agent and plantings may be required
43 to be replaced and relocated at no cost to the City.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-10
TREES AND SHRUBS
Page 10 of 17
1 B. City to inspect all plantings prior to installation. Contractor must schedule an
2 inspection with City Agent 10 business days prior to delivery.Any canceled
3 inspection will require minimum 3 business day notice for rescheduling.
4 C. Before planting,verify that root flare is visible at top of root ball according to ANSI
5 Z60.1. If root flare is not visible,remove soil in a level manner from the root ball to
6 where the top-most root emerges from the trunk.After soil removal to expose the root
7 flare,verify that root ball still meets size requirements.
8 D. Remove stem girdling roots and kinked roots.Remove injured roots by cutting
9 cleanly;do not break.
10 E. Set container-grown stock plumb and in center of planting pit or trench with root flare
11 2 inches above adjacent finish grades.
12 F. Use planting soil planting plan for backfill.
13 G. Carefully remove root ball from container without damaging root ball or plant.
14 H. Backfill around root ball in layers,tamping to settle soil and eliminate voids and air
15 pockets.
16 I. When planting pit is approximately one-half filled,water thoroughly before placing
17 remainder of backfill.Repeat watering until no more water is absorbed.
18 J. Place planting tablets in each planting pit when pit is approximately one-half filled;in
19 amounts recommended in soil reports from soil-testing laboratory.Place tablets beside
20 the root ball about 1 inch from root tips;do not place tablets in bottom of the hole.
21 K. Continue backfilling process. Water again after placing and tamping final layer of soil.
22 L. When planting on slopes,set the plant so the root flare on the uphill side is flush with
23 the surrounding soil on the slope;the edge of the root ball on the downhill side will be
24 above the surrounding soil. See Figure 3.
Mulch
hoot Ball Backfill
25
26 Figure 3:Planting on a slope
27 M. Apply enough soil to cover the downhill side of the root ball.
28 N. Excavate pits,beds,or trenches with vertical sides and with bottom of excavation
29 raised minimum of 6 inches at center for proper drainage.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-11
TREES AND SHRUBS
Page 11 of 17
1 O. Provide following minimum widths:
2 1. 15 gallon containers or larger,2 feet wider than diameter of root ball
3 2. 1 and 5 gallon containers,6 inches wider than diameter of root ball
4 P. When conditions detrimental to plant growth are encountered,such as unsatisfactory
5 soil,obstructions,or adverse drainage conditions,notify.City before planting.
6 Q. Deliver trees after preparations for planting have been completed and plant
7 immediately.
8 R. When planting is delayed more than 6 hours after delivery
9 1. Set trees and shrubs in shade.
10 2. Protect from weather and mechanical damage.
11 3. Keep roots moist by covering with mulch,burlap,or other acceptable means of
12 retaining moisture,and water as needed.
13 S. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of
14 sufficient width not to damage the root balls.Do not lift trees by their trunk as a lever in
15 positioning or moving the tree in the planting area.
16 T. Remove plastic,paper, or fibrous pots from the containerized plant material.Pull roots
17 out of the root mat,and cut circling roots with a sharp knife.Loosen the potting medium
18 and shake away from the root mat.Immediately after removing the container, install the
19 plant such that the roots do not dry out.Pack planting mix around the exposed roots
20 while planting.
21 U. Cut ropes or strings from the top of root balls and trees after plant has been set.
22 Remove burlap or cloth wrapping and any wire baskets from around top half of balls.
23 Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped
24 trees in the hole with the north marker facing north.
25 V. Set root ball on undisturbed soil in center of pit or trench and plumb plant.
26 W. Place plants at level that,after settlement,natural relationship of plant crown with
27 ground surface will be established.
28 X. When set,place additional backfill around base and sides of ball,and work each layer
29 to settle backfill and eliminate voids and air pockets.
30 Y. When excavation is approximately 2/3 full,water thoroughly before placing remainder
31 of backfill.
32 Z. Repeat watering until no more water is absorbed.
33 Dish top of backfill to allow for mulching.
34 1. Mulch pits,trenches and planted areas.
35 All trees,shrubs and other plantings will be mulched with mulch previously
36 approved by the City Forester. The mulch on trees and shrubs shall be to the
37 depths shown on the drawing.Mulch must not be placed within 3 inches of the
38 trunks of trees and shrubs.
39 2. Provide 2 to 4 inch thickness of mulch,work into top of backfill,and finish level
40 with adjacent finish grades.
41 3. Cover entire root ball.
42 4. Prune
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-12
TREES AND SHRUBS
Page 12 of 17
1 1. Plants shall not be heavily pruned at the time of planting.Pruning is required at
2 planting to correct defects in the tree structure,including removal of injured
3 branches,double leaders,watersprouts,suckers,and interfering branches.
4 Healthy lower branches and interior small twigs should not be removed except
5 as necessary to clear walks and roads.In no case should more than 1/4 of the
6 branching structure be removed.Retain the normal shape of the plant.
7 2. All pruning shall be completed using clean sharp tools.All cuts shall be clean
8 and smooth,with the bark intact with no rough edges or tears.
9 3. Except in circumstances dictated by the needs of specific pruning practices,tree
10 paint shall not be used. The use of tree paint shall be only upon approval of the
11 City Forester.Tree paint,when required,shall be paint specifically formulated
12 and manufactured for horticultural use.
13 5. Prune trees to retain required height and spread.
14 6. Do not cut tree leaders,and remove only injured and dead branches from flowering
15 trees.
16 7. Remove and replace excessively pruned or misformed stock resulting from
17 improper pruning.
18 8. Inspect tree trunks for injury,improper pruning and insect infestation and take
19 corrective measures.
20 9. Guy and stake trees immediately after planting.
21 AA. Moving Existing Trees
22 1. Coordinate tree moving and replanting with City Forester during dormant growth
23 season.
24 BB.Provide tree spade of adequate size as directed by City Forester.
25 3.6 REPAUVRESTORATION [NOT USED]
26 3.7 RE-INSTALLATION [NOT USED]
27 3.7 FIELD QUALITY CONTROL
28 A. City may reject unsatisfactory or defective material at anytime during progress of
29 work.
30 B. Remove rejected trees immediately from site and replace with specified materials.
31 C. Plant material not installed in accordance with these Specifications will be rejected.
32 D. After planting and prior to the Establishment Period,the contractor is responsible for
33 all maintenance and work to be performed. The Contractor is responsible for any
34 landscaping items that die prior to the end of Establishment Period.
35 E. A Final Inspection shall be scheduled between the City and Contractor prior to
36 acceptance and the beginning of the Establishment Period for the landscaping. This can
37 be together or separate from the Final Inspection for the overall project. A punch list
38 will made of landscaping items to replace. Upon completion of the punch list,the
39 contractor shall submit in writing that the punch list has been complete and is ready for
40 the establishment period to begin,email is acceptable. The establishment period shall
41 begin upon written confirmation from the City that the punch list is complete,email is
42 acceptable,or 10 business days after Contractor has submitted completion of punch list
43 in writing.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-13
TREES AND SHRUBS
Page 13 of 17
1 1. During the Establishment Period the contractor is responsible for all maintenance
2 and work to be performed. The Contractor is responsible for any landscaping items
3 that die during the Establishment period.
4 F. An inspection to determine acceptance will be conducted by City at end of the
5 Establishment Period. A punch list will be made of landscaping items to replace. Upon
6 completion of the punch list,the contractor shall submit in writing that the punch list
7 has been complete and is ready for the warranty period to begin,email is acceptable.
8 The warranty period shall begin upon written confirmation from the City that the punch
9 list is complete,email is acceptable,or 10 business days after Contractor has submitted
10 completion of punch list in writing.
11 1. During the Warranty Period the City is responsible for all maintenance and work to
12 be performed. The Contractor is responsible for replacement of any landscaping
13 items that die during the warranty period not caused by the following factors;lack
14 of water,lack of maintenance, impact from vehicle,severe weather.
15 G. Warranty periods provided for in paragraph 1.12A.
16 1. An inspection to determine final project acceptance will be conducted by the City at
17 the end of the Warranty Period. A punch list will be made of landscaping items to
18 replace. Upon completion of the punch list,the contractor shall submit in writing
19 that the punch list has been complete and is ready for the warranty period to end,
20 email is acceptable. The warranty period shall end upon written confirmation from
21 the City that the punch list is complete,email is acceptable,or 10 business days
22 after Contractor has submitted completion of punch list in writing.
23 2. After Warranty Period has ended,the City accepts all maintenance,work and
24 responsibility for all Landscaping Items.
25 3.8 SYSTEM STARTUP[NOT USED]
26 3.9 ADJUSTING [NOT USED]
27 3.10 CLEANING
28 A. During planting work,keep pavements clean and work area in orderly condition.
29 B. Dispose of excess soil and waste in approved location.
30 C. Waste Material Disposal: On-site burning of combustible cleared materials shall not
31 be permitted.
32 3.11 CLOSEOUT ACTIVITIES [NOT USED]
33 3.12 PROTECTION
34 A. Protect planting work and materials from damage due to planting operations.
35 B. Maintain protection during installation and maintenance period.
36 C. Treat,repair,or replace damaged planting work.
37 3.13 ESTABLISHMENT
38 A. Establishment Period shall be 12 months after verification of satisfactory installation
39 of plants.
40 B. During the Establishment Period if a work schedule and frequency are not shown on
41 the Drawings,perform the minimum requirements shown below:
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-14
TREES AND SHRUBS
Page 14 of 17
1
2 1. General:
3 a.) The Contractor shall furnish all labor,materials,supplies and equipment
4 required to establish,maintain and protect the planted and seeded areas,for a
5 one year plant establishment period from date of acceptance of the initial
6 planting operations. However,maintenance activities shall commence
7 immediately after each item is planted or when areas have been seeded.
8
9 b.) The Contractor shall supply a maintenance schedule to the Engineer,thirty(30)
10 days prior to the inspection prior to the Establishment Period. The Contractor
11 shall be responsible for protection of this work during the Establishment period,
12 and shall repair and replace all materials and seeded areas damaged within the
13 scope of the Work.
14
15 c.) Turf shall be maintained with a finished mower and mowed on a minimum 14-
16 21 day mowing cycle unless otherwise specified by the City.
17
18 a.Mow height shall be 3"-4"finish mowers.
19
20 d.) In mulched areas,the contractor shall maintain a minimum of 3"of mulch
21 throughout the Establishment Period and shall refresh mulch during the 12
22 month period as needed.
23
24 2. Watering
25
26 a.) A proposed watering schedule shall be submitted to the Engineer thirty(30)
27 days prior to installation of plant materials. The Contractor shall deep water
28 all trees and shrubs,providing water penetration throughout the root zone to
29 the full depth of the planting pits.
30
31 b.) The Contractor shall deep water all trees and shrubs twice a week during the
32 maintenance period. Watering shall cease at first hard frost in the fall and
33 shall resume upon ground thaw in the spring.
34
35 c.) If at any time during the maintenance period weather conditions(such as
36 extended period with no rain or continuous drying winds)cause the plant
37 root zone to dry out,the Engineer may direct the Contractor to deep water all
38 trees and shrubs. Contractor shall provide supplemental watering
39 immediately at no additional cost to the Municipality.
40
41 d.) Water application shall be applied at a rate that will provide moisture
42 penetration throughout the entire root zone with a minimum of water run-off.
43 Should soil conditions be encountered that are not conducive to water
44 absorption,the Contractor shall take whatever corrective actions that may be
45 required to correct this condition,without additional cost to the Owner.
46
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-15
TREES AND SHRUBS
Page 15 of 17
1 e.) Turf,seeded,bulb areas and annual flower beds shall be watered at such
2 frequency as weather conditions require to maintain soil moisture within the
3 root zone. When establishing turf and seeded areas,the soil shall be watered
4 often enough to maintain a moist seedbed to promote healthy seed
5 germination resulting in an even and uniform coverage.
6
7 3. Pruning
8
9 a.) Pruning shall only be conducted for repair or as specified by the Engineer.
10 Pruning shall conform to ANSI 300 Standards and shall be done by a certified
11 arborist. Dead, broken or damaged branches may be pruned at any time.
12 Pruning for form shall begin the year after installation. No tree shall be topped.
13 Any tree damaged by improper pruning shall be replaced by the Contractor.
14
15 4. Staking and Guying
16
17 a.) Stakes and guys,where used,are to be inspected and adjusted as necessary
18 throughout the Establishment Period to prevent girdling of trunks or branches,
19 and to prevent rubbing that causes bark wounds. Damaged or missing tree
20 stakes shall be immediately replaced by the Contractor at no additional cost to
21 the Owner. Stakes shall be removed prior to the end of the Establishment
22 Period.
23
24 5. Plant Repair and Replacement
25
26 a.) The Contractor shall repair/replace damaged plant materials,regardless of
27 cause,immediately. If City Agent inspects site and notice dead plant material.
28 The contractor shall have 15 business days to replace planting regardless of
29 cause and then notify City of replacement for acceptance and inspection. The
30 Contractor shall catalog all replacement as extended warranties may be required
31 prior to Warranty Period inspection. Repair shall include pruning,guying,
32 staking,etc., as necessary. Should repair of plant materials reduce their
33 acceptance to less than minimum specified conditions,the Contractor shall
34 replace plants with specified plant replacements at no additional cost to the
35 Owner.
36
37 6. Fertilization
38
39 a.) If the constitution or maintenance period extends into a second growing season,
40 up to three representative soil tests from the project site shall be taken by the
41 Contractor and submitted to an approved testing lab for fertility testing and
42 submitted to the City within 7 business days unless otherwise agreed upon by
43 City Agent. The results of these tests and recommendations for fertilization
44 and limestone application shall be provided to the Engineer and will be the
45 basis for establishing required application rates. All necessary applications
46 shall be completed 30 days prior to the Establishment Period beginning.
47
48 b.) Formulations will vary according to size.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-16
TREES AND SHRUBS
Page 16 of 17
1
2
3
4
5
6
7
8 7. Diseases and Pests
9
10 a.) The Contractor shall coordinate with the Engineer in the event that disease
11 invasive plant infestation,or pest problems are observed on plants within a
12 Project area. The Contractor and the Engineer shall formulate an Integrated
13 Pest Management program to control the disease,invasive plants,or pests. The
14 IPM program can use biological physical, cultural,mechanical,behavioral,and
15 chemical methods to resolve the issue. Chemical pesticides are to be used only
16 when other options are not feasible or effective. If pesticides are used,the least
17 toxic pesticide to accomplish the task shall be used.
18
19 b.) The Contractor shall apply all materials in complete compliance with all State,
20 Federal,and Local regulations,and shall supply the Engineer written proof of
21 their safety and acceptability by State,Federal and Local jurisdictions.
22
23 c.) In the event a"restricted use"pesticide is to be applied,the Contractor shall
24 obtain appropriate permits and certifications(according to current Pesticide
25 Control)from the State of Texas,governing entity. Proof of certification shall
26 be transmitted to the Engineer prior to application of the chemicals.
27
28 8. Weeding
29
30 a.) The Contractor shall maintain all areas in a weed-free condition. Weed
31 removal shall be a routine maintenance activity.
32
33 9. Cleanup
34
35 b.) The Contractor shall keep the project site clean and free of all trash and excess
36 equipment,materials,rubbish,including tags,wire, burlap,ribbon,and all
37 debris found within the Project limits,including all roads and trails utilized
38 during Construction. Cleanup will be one of the conditions to be met prior to
39 acceptance of landscape installation and Final Acceptance.
40
41 10. Other Tree and Shrub Maintenance
42
43 a.) To protect coniferous trees during the winter from excessive desiccation,apply
44 an anti-desiccant such as"Wilt-Pruf'(or approved equal)prior to the winter
45 shut-down period. Complete coverage of all foliage is required.
46
47 11. Inspection
48
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-17
TREES AND SHRUBS
Page 17 of 17
1 a.) The Engineer shall make periodic maintenance inspections of the work. All
2 deficiencies noted shall be corrected within fifteen(15)calendar days from
3 written notice,at no additional cost to the Owner. All delays beyond the
4 fifteen-day period shall result in an equal number of days added to the one
5 year plant establishment period.
6
7
8 C. Failure of Contractor to perform during the Establishment Period shall entitle the City
9 to make demand on Contractor and/or its Surety under either the Performance Bond or
10 Maintenance Bond.
11
12 D. The replacement of a Landscaping item shall require a 3 month Replacement
13 Establishment Period,regardless of proximity to the end of the original Establishment
14 Period. The replacement of a Tree item may require an additional year Replacement
15 Establishment Period as determined by the City Forester.If an item in the irrigation
16 controller box is replaced,any landscape items impacted by that irrigation controller
17 will require a 3 month Replacement Establishment period,regardless of proximity to the
18 end of the original Establishment Period.
19 3.14 ATTACHMENTS [NOT USED]
20 END OF SECTION
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
REQUIRED PROJECT MILESTONES
ADDENDUM NO. 1
The contractor shall structure their construction schedule in accordance to the following critical project
deadlines and milestones.No payment shall be made for demobilization or remobilization. See
construction documents for additional details.
1. Mobilization and begin construction Sequence IA, 1B,& 1C—February 26,2018
2. Complete installation of 36"Waterline A& 12' x 10'Box Culvert—April 15,2018
3. Coordination with 2018 Mayfest activities—April 29-May 6,2018
4. Coordination with 2018 Dean&Deluca Invitational—May 21-29,2018
5. Two-way access to east parking lot of Farrington Field from Lancaster Ave.—August 3,2018
6. Complete construction Sequence IA& 1B—December 14,2018
7. Demobilization from site—December 15,2018
8. Remobilization and begin construction Sequence 2—February 25,2019
9. Complete installation of 24"Waterline B—April 15,2019
10. Coordination with 2019 Mayfest Activities—April 29-May 5,2019
11. Coordination with 2019 Dean&Deluca Invitational—May 2019
12. Project Completion—July 27,2019
Total Project Calendar Day Duration=516 days
Completion of the following milestones by the shown dates will include a$20,000.00 incentive due to the
contractor for each milestone activity. A disincentive of$1,300 per day beyond the shown milestone date
that the activity is not completed will be charged to the contractor. The milestones must be completed
and acceptable to the city by 5:00pm on the dates shown below.
INCENTIVE/DISINCENTIVE MILESTONES:
• APRIL 15,2018-Completion of 36"waterline A and 12'x10'box culvert
• AUGUST 3,2018-Two-way access to Farrington Field parking lot from Lancaster Avenue.
• DECEMBER 14,2018- Completion of construction sequence IA& 1B
• APRIL 15,2019-Completion of 24"Waterline B
• JULY 27,2019—Project Completion
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2012
EXHIBIT "A "
PARCEL 6
TEMPORARY CONS TRUC TION EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
wVAN ZANDT'S PARK ADDITION
>3 VAN ZANDT S PARK ADDITION VOWME'2(14, PAGE 281
BLOCK 19 C.C.D. NO. D211285191
o D.R.TC.T.POINT OF ru y3� P.R.TO.T.
161 15 14 13 12 11 10 3 COMMENCING 12 11 Cr T 840 17
v�� 20 19 18 17 18 J15
LOT 1R, BLOCK 18Cr
R
Z$ u�
W.LANCASTER AVENUE o
(9d 1N9n1 RIGHT-of-WAY) S0093'22'W
—I 9000, — —
N89 'W �T
1148'387.00' i I z
W
I j I F 8
y�yyp#jN
=U
I '
FORT WORTH FORT RTH
INDEPENDENT SCHOOL DISTRICT
I INDEPENDENT SCHOOL DISTRICT
VOLUME 1338, PAGE 801 / VOLUME 1348, PAGE 232
D.R.TC.T. W / / D.R.T.C.T.
i Q o
CITY OF FORT
VOLUME 9725,ORT 1833
D.R.TC.T.
jig f , DESCRIPTION UNDER
SAINT TEXAltAS RAILWAY LOUIS, SAN
VOLUME 660, PAGE 505
3 m 1 L D.R.TC.T
i
POINT OF
BEGINNING l,,.�
1.370 SQUARE FEEPARCEL
T ,. _ y,�,.-�'y
I 0.031 ACRES OF 3r
S72'S8'09`W
1 / 141.47 li �1a41+Rte���n
CITY OF FORT WORTH •ej STEPHEN R.GLOSUP �-
VOLUME 1281, PAGE 499
' D.R.TC.T. ..j....................
5570
0 200*
SCALE F00T
17
1
A metes and bounds description of DUNAWAY e1ZS �
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth.Texas 76107 /
Tel:817.335.1121 PAGE 1 OF 12
L.DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "B"
PARCEL 6
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
A = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
Curve Table C.C.D. NO. = COUNTY CLERK'S DOCUMENT
i
Curve Central Radius Arc Chord Bearing NUMBER
Number Angle Length and Distance
D.R.T.C.T. = DEED RECORDS, TARRANT
Ct 8'51'47' 490.00' 58.89' S1426'501* 58.66' COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
FORT WORTH / O
INDEPENDENT 1338SCHOOL D, PAGE ISTRICTVOLU
11
D.R.T.C.T. b1;0:9� / � �F�b
i
PARCEL 6 ,ag" / / S72'55'09'W
1,370 SQUARE FEET t%7 r!55 �� / 141.47' '
0.031 ACRE POINT OF /
+� BEGINNING
A CITY OF FORT WORTH
VOLUME 9725, PAGE 1833
2 i D.R.T.C.T.
J DESCRIPTION UNDER
SAINT LOUIS, SAN FRANCISCO & TEXAS
RAILWAY COMPANY
5�� 6 VOLUME 660, PAGE 505
��' 6� I D.R.T.C.T.
I '
CITY OF FORT WORTH 0 50'
VOLUME 1281, PAGE 499
D.R.T.C.T.
SCALE FEET
1'= 50'
I t �F c
I �.6•r.e• d
GISTEg`• ,
I ° �� � Fd'•�tP
.....••.....•••...o•.•
STEPHEN R.GLQSUP
�1--9 5570
s �:
so
Cl
A metes and bounds description of DUNAWAV
even date accompanies this drawing. 550 Bailey Avenue•suite 400•Fort worth.Texas 76107 1257 PAGE 2 OF 12
Tei:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 6
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY,, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant County,
Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth, recorded in Volume
9725, Page 1833, Deed Records, Tarrant County, Texas, said tract of land being more particularly described by metes and
bounds as follows:
COMMENCING at the southeast comer of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of Fort Worth
according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant County, Texas and in
the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the north
right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line of that certain
tract of land described by deed to Fort Worth Independent School District, recorded In Volume 1348, Page 232, Deed
Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of 117.00
feet to a point for the common north corner of said Fort Worth Independent School District tract and that certain
tract of land described by deed to Fort Worth Independent School District tract, recorded in Volume 1338, Page 601,
Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a distance of
1,059.11 feet to a point for the common south corner of said Fort Worth Independent School District tracts, and In the
north line of that certain tract of land described by deed to the City of Fort Worth, recorded in Volume 9725, Page
1833, Deed Records, Tarrant County, Texas;
South 7255'09" West, with said north line, a distance of 141.47 feet to a set 5/8—inch iron rod with cap stamped
"DUNAWAY ASSOC. LP" for the POINT OF BEGINNING of herein described tract, said point being the beginning of a curve
to the left having a central angle of 06'51'47", a radius of 490.00 feet and a chord bearing and distance of South
14'26'50" West — 58.66 feet;
THENCE departing said north line, with said curve to the left in a southwesterly direction, an arc length of 58.69 feet to a
set 5/8—inch iron rod with cap stamped `RUNAWAY ASSOC. LP" in the south line of said City of Fort Worth tract;
THENCE South 72'55'09" West, with said south line, a distance of 31.66 feet to a point;
THENCE North 20'00'34" East, departing said south line, a distance of 62.68 feet to a point in the north line of said City
of Fort Worth tract;
THENCE North 72'55'09" East, with said north line, a distance of 24.54 feet to the POINT OF BEGINNING and containing a
calculated area of 1,370 square feet or 0.031 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 3 OF 12
EXHIBIT"B"
Ste ph .Glosup
Registered Professional Land SurVeyot OF A
Texas Registration No.5570 }' PARCEL 6
sr@7com ;$ a ° TEMPORARY CONSTRUCTION
August 25 201 .•
EASEMENT
t=a
STEP
HEN R.QUOSUP 3
DUNAWAY5570 1 . CLL APART , THE JM.C. LYNCH
C _C1;�6� ane+; '�
`!� -t��; SURVEY,ABSTRACTACT NUMBER 955
b� SI1i�f i1
550 Bailey Avenue •Suite 40D•Fort Worth,Texas 76107 .'
Tel:817.335.1121
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
EXHIBI T "A "
PARCEL 7
TEMPORARY CONS TRUC TION EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
F VAN ZANDT'S PARK ADDITION
j s VAN ZANDT'S PARK ADDITION VOLUME 204, PAGE 281
BLOCK 19 R C.C.D. NO. D211285191 s
C D.R.T.C.T, ; P.R.7,C.T.
0 POINT OF w BL- 17
16 15 14 13 12 11 10 00 COMMENCING 12 11 20 19 18 J17 J1615
o LOT 1R, BLOCK 18 a
3
Z$ U
W.LANCASTER AVENUE .13. .W
(9a wole walr-CIF=ruv) 90.00'
N89'45'38"W
W
I
j 0
I
I J j o XZ0
I r
o
f� �TbUC
I ? FORT WORTH
3I j j
FORT WORTH
I � I
IINDEPENDENT SCHOOL DISTRICT j j
INDEPENDENT SCHOOL DISTRICT
VOLUME 1338,
PAGE 601 = j j VOLUME 1 R4T8.PAGE 232
D .
o
g
5
°o a /
�,;A• p;Gt / /
� SOS;�p►�'`� // /
PARCEL 7
9.226 SQUARE FEET
m / l 0.211 ACRE
CITY OF FORT WORTH
VOLUME 9725, PAGE 1833 POINT OF
DESCRIPTIONUNDER BEGINNING /
SAINT LOUIS, SAN FRANCISCO de
TEXAS RAILWAY COMPANY / r
VOLUME 660, PAGE 505
D.R.T C.T.
� CITY OF FORT WORTH C7•.rt(,.;F +:�e,tl�s"
r VOLUME 1281, PAGE 499 •• t�u.""•.+..•
D.R.T.C.T. """'•"
j Q STEPHEN"R.GLOSUP
.....n•a
0 200 (\ a•�'1QS ��`..1^��t.^.
.- t'
SCALE FEET .
-= 200' DUNAWAY
A metes and bounds description of
even date accompanies this drawing. 550 Bailey Avenue.suite 400.Fort worth,Texas 76107 SlZ
Tel:617.335.1121 PAGE 4 OF 12
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "A"
PARCEL 7
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
• = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
Curve Table C.C.D. NO. = COUNTY CLERK'S DOCUMENT
Curve Central Radius Arc Chord Bearing NUMBER
aus
Number Angie Length and Distance
D.R.T.C.T. = DEED RECORDS, TARRANT
C1 8.18'06' 430.00' 62.30' NlW28'48"E 82.25' COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
/ I
FORT WORTH INDEPENDENT \ \
SCHOOL DISTRICT \ CO. �y \
VOLUME 1338•.PAGE 601Qr
D.R.T.C•T T
FORT WORTH INDEPENDENTHpE '� T
SCHOOL DISTRICT
VOLUME 1348; PAGE 232 \ r 8
3 O.R.T.C.T.
/
e r /
NAdo
oro G•1' � / R`=2pp ��36"
110"E 66.5f
/ 0 � POINT OF CO
CU 91.15-ct
BEGINNING ,p
oN o.offv "
� v Q�•s.0i• S69'32 21 W
23.65'
f N 55 O9 �" 184.05 /
6 6 ^W 575 3g 2.
S66 6 �6, /
PARCEL 7
9,226 SQUARE FEET
S17'03'04"W 0.211 ACRE
"41 14.73'
14.73'
/ S, 3 ' CITY OF FORT WORTH 0 30•
/ T VOLUME 1281, PAGE 499
D.R.T.C.T.
SCALE FEET
.. 50'
sIiSSTF;i, •�y
.ST f'iA fo,N-GLOSUP.
".^ 5570
A metes and bounds description of DUNAWAY - -
even date accompanies this drawing. 550 Bailey Avenue•Suite 400"Fort worth,Texas 76107 "/-71; 17 PAGE 5 OF 12
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "B"
PARCEL 7
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSI AH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast comer of Lot 1R, Block 18, Van Zondt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, .Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 8946'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north comer of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south comer of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas, said point being the
POINT OF BEGINNING of the herein described tract;
THENCE North 72'55'09" East, with said north line, a distance of 151.33 feet to a point for the beginning of a
non—tangent curve to the left having a central angle of 19'08'36", a radius of 200.00 feet and a chord bearing
and distance of South 72'26'10" East — 66.51 feet;
THENCE departing said north line, with said non—tangent curve to the left in a southeasterly direction, an arc
length of 66.82 feet to a point;
THENCE South 69'32'21" West, a distance of 23.65 feet to a point;
THENCE South 75'39'27" West, a distance of 184.05 feet to a point;
THENCE South 6636'02" West, a distance of 67.16 feet to a point;
continued.....
OF Tire,
ai•.....wraauaa•••s♦
STEPHEN R.GLOSUP
.............._5570
...
a
.. ''
SUFt�
8r 2 7
A drawing of even date accompanies DUNAWAY
this metes and bounds description. 550 Bailey Avenue•Suite 400.Fort worth,Texas 76107 PAGE 6 OF 12
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 7
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY,, ABSTRACT NUMBER 955
continued...,,.
THENCE South 17'03'04" West, a distance of 14.73 feet to a point in the south line of said City of Fort Worth
tract;
THENCE South 72'55'09" West, with said south line, a distance of 26.33 feet to a point for the beginning of a
non—tangent curve to the right having a central angle of 0818'06", a radius of 430.00 feet and a chord bearing
and distance of North 19'28'46" East — 62.25 feet;
THENCE departing said south line, with said non—tangent curve to the right in a northeasterly direction, an arc
length of 62.30 feet to a Mag nail with shiner stamped "DUNAWAY ASSOC. LP" set In the north line of said City of
Fort Worth tract;
THENCE North 72'55'09" East, with said north line, a distance of 65.67 feet to the POINT OF BEGINNING and
containing a calculated area of 9,226 square feet or 0.211 acre of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 7 OF 12
Steppe .Gtosup , �'�,_ EXHIBIT"B"
Registered Professional Land Su or
jf�\:
Texas Registration No.5570 +��.��•-� :�••.. .._: ti PARCEL 7
srgCodunaway-assoc.com � . TEMPORARY CONSTRUCTION
August 25,2017 ..,2„..,..`.i......:...` EASEMENT
STEPHEN R.GLOSUP �=
•..;♦w.........q.._...
D�1"W� 1 •.A 5570 A.,��� A PART OF THE JOSIAH M.C.LYNCH
r� `:"r; .'�'•` U SURVEY,ABSTRACT NUMBER 955
S1J��1�'�ya
550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
EXHIBIT "A"
PARCEL 1
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
LUs VAN ZANDT'S PARK ADDITION VAN ZANDT'S PARK ADDITION
= VOLUME 204, PAGE 281
i C.C.D. NO. 0211285191
R
BL CK 1 0 D.R.T.C.T. POINT OF P.R.T.CT.
If 15 14 13 12 11 10 .0 COMMENCING 12 " 20 19 19 17 1s a 1a 13
LOT 1R, BLOCK 18 LUUJ
W.LANCASTER AVENUE �SWX22
(W am RIWT-of-ICY) 90.00'
Na9.46'39'w �—
117.00' i
z I Ld
FORT WORTH
FORT WORTH INDEPENDENT SCHOOL B �I INDEPENDENT SCHOOL
DISTRICT
VOLUME 1338, PAGE 601 I in
DISTRICT
' m
D.R.T.C.T. J lO VOLUME 1348, PAGE 232
4 o Ittq$'i D.R.T.C.T.
TM / ';cc/ :y
a
1 �
3 m
/ CITY OF FORT YNDR
VOLUME 9725, PAGE 1833
I Q POINT OF i D.R.T.C.T.
s DESCRIPTION UNDER
BEGINNING SAINT LOUIS, SAN FRANCISCO &
r'
51wE TEXAS RAILWAY COMPANY
7.0451
I 1 VOLUME 660, PAGE 505
50.00 D.R.T.C.T.
a CITY OF FORT WORTH
I 5725509 W VOLUME 1281, PAGE 499
11 102.76' D.R.T.C.T.
( I OEM UNE
�-le;PROXIMATE SURVEY ABSTRACT LINE -
?wZ CITY OF FORT WORTH
VOLUME 418, PAGE 42
t ' 01 D.R.T.C.T.
o zoo
G
PARCEL 1 SCALE FEET
69,054 SQUARE FEET 1'= 200'
1.585 ACRES
�E
re•�arrro:.••.•s•:••�
STEPHEN R.GLOSUP
—80', WIDTH RIGHT-OF-WAY °•r• "°•••,•.g.•.
I CITY OF FORT WORTH, < ^?a 5570 ,,,•
.
VOLUME 1278, PAGE 136 A%r S^•,���;-
D.R.T.C.T. YQ tJlt �/
A metes and bounds description of DUNAWAY C,
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 8/357 PAGE 1 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "A"
PARCEL 1
RIGHT—OF—WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
• = MAG NAIL WITH SHINER STAMPED -
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED y v �g3� 5)
! = 5/8 CAPPED IRON ROD STAMPED ' clt� Of f Py�E pG•
"DUNAWAY ASSOC. LP" SET UNLESS FUME UR E�p'Vo)-560' yZ`�5Q9
OTHERWISE NOTED UNpEft D'C f. N 6g,5a POINT OF
C.C.D. NO. = COUNTY CLERK'S DOCUMENT CAEs��p10 v BEGINNING
NUMBER C2
D.R.T.C.T. = DEED RECORDS, TARRANT ''" y r;,$$13
COUNTY, TEXAS 2� CL 0,9
6
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
REMAINDER OF CITY OF FORT WORTH 2n
VOLUME 1281, PAGE 499
D.R.T.C.T. ;?C
O �
DEED LINE
_< _ _
APPRY)MATE SURVEY A8STRACT UNE
Curve Table
Curve Central Radius Are Chord Bearing
aus
Number Angle Length and Distance
C1 422'37' 430.00'1 32.85' S13.07'12"W 32.84'
C2 0'01'37' 490.00' 0.23' N1 1"00'08"E 0.23' PARCEL 1
69,054 SQUARE FEET
1.585 ACRES
CITY OF FORT WORTH
VOLUMED 4418, PAGE 42
C VR
*46 • 0 50'
+4. 4-
SCALE FEET
:
♦ ............ua••.:•..
�+ STEPHEN R.GLOSUP
-R.,
'
A metes and bounds description of* DUNAWAY
even date accompanies this drawing. 55o Bailey Avenue•Suite 400•Fort worth,Texas 76107 PAGE 2 OF 27
Tel:817.335,1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "A"
"
PARCEL 1
RIGHT—OF—WAY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
N89'08'09'E 0 = 5/8" CAPPED IRON ROD STAMPED
4.39' "DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
D.R.T.C.T. =DEED: RECORDS', TARRANT
COUNTY, TEXAS
A-12'5355"
1'r• <� �6• R-200.00' L=45.02' a+
SRFCH=584'48'58"E 44.93' 41a 0 50'
?, N88'44'04"E
$78
01: < 48.97' 2'
01"E Row Cd l 9 o SCALE FEET
0 ; 6.97' 02' 110 ♦®® T._ 50•
I CH=NW
00
6
V) `0
W %
o
PARCEL 1 O1 69,054 SQUARE FEET S41'35'36"W
Z 41.585 ACRES 29.61'
—W IP o N 6 =14'17'23'
m 0 R=180.50' L=45.02' ay V
Z CH-S60'00'58"W 44.90' ft ggo1 dg�t1
O
CITY OF FORT WORTH ? sTe .• gip°
VOLUME 418, PAGE 42 �.'•`�'• �''•
5g19 D.R.T.C.T. •••••••.
a=3 <1 STEPHEN R.GU)&UR
S88'44'04"W 2�5p w . .f.............y...
R� �gg10 r°•A 5570�.Q,
60.85' C}{�57 �v U `! 4
f�
-- DUNAWAIY
A metes and bounds description of 550 Bailey Avenue•Suite 400•Fort Worth,Teams 76107 PAGE 3 OF 27
P Tel:817.335.1121 DATE: AUGUST 25, 2017
even date accompanies this drawing. FIRM REGISTRATION 10098100 DUNAWAY JOB N0. 6000319.005
EXHIBI T "B"
PARCEL 1
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& 77-IE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, and the George Shields
Survey, Abstract No. 1402, City of Fort Worth, Tarrant County, Texas, and being a part of that certain tract of
land described by deed to the City of Fort Worth, recorded in Volume 1281, Page 499, Deed Records, Tarrant
County, Texas, and a part of that certain tract of land described by deed to the City of Fort Worth, recorded
in Volume 418, Page 42, Deed Records, Tarrant County, Texas, said tract of land being more particularly
described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
i Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
s
County, Texas and in the north right—of—way line..of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04'51" East, departing said north line, a distance of 50.00 feet to a point on the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
South 7255'09" West, with said common line, a distance of 102.76 feet to a set 5/8—inch iron rod with
cap stamped "RUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract, said point
being the beginning of a non—tangent curve to the left having a central angle of 04"22'37", a radius of
430.00 feet and a chord bearing and distance of South 13'07'12" West — 32.84 feet;
THENCE departing said south line and with said non—tangent curve to the left in a southwesterly direction, an
arc length of 32.85 feet to a set 5/8—inch iron rod with cap stamped 'RUNAWAY ASSOC. LP
THENCE South 10'55'53" West, a distance of 109.57 feet to the beginning of a curve to the right having a
central angle of 41'55'08". a radius of 391.53 feet and a chord bearing and distance of South 3412'19" West —
280.10 feet;
continued.....,. ,
OF
CFj n' S;Ci1�_N�• 5'
a•.......+... .........
STEPHEN R.GLOSUP 7>1
•�.r."•f.iwk..ur.=.a•
,r;—o 5570
s1,1�U>�al
DIJNAWA ���''
A drawing of even date accompanies Y
this metes and bounds description. 550 Bailey Avenue+Suite 400•Fort Worth,Texas 76107 PAGE 4 OF 27
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXH1B1 T "B"
PARCEL 1
RIGHT—OF—WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
continued....
THENCE with said curve to the right in a southeasterly direction, an arc length of 45.02 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
THENCE South 78'22'01" East, a distance of 16.97 feet to a set 5/8—inch iron rod with cap stomped
'DUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 43'10'42", a radius of
150.00 feet and a chord bearing and distance of North 80'02'37" East - 110.39 feet;
THENCE with said curve to the left in a northeasterly direction, an arc length of 113.04 feet to a set 5/8—inch
iron rod with cap stamped 'DUNAWAY ASSOC. LP" for the beginning of a compound curve to the left having a
central angle of 46'43'57", a radius of 330.00 feet and a chord bearing and distance of North 34'17'52" East
— 261.76 feet;
THENCE with said compound curve to the left in a northeasterly direction, an arc length of 269.16 feet to a
set 5/8—inch iron rod with cap stamped 'UUNAWAY ASSOC. LP';
THENCE North 10'55'53" East, a distance of 94.71 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 00'01'37", a radius
of 490.00 feet and a chord bearing and distance of North 11'00'08" East — 0.23 feet;
THENCE with said curve to the right in a northeasterly direction, an arc length of 0.23 feet to a point on the
south line of said City of Fort Worth tract recorded in Volume 9725, Page 1833;
THENCE North 72'55'09" East, with said south line, a distance of 69.38 feet to the POINT OF BEGINNING and
containing a calculated area of 69,054 square feet or 1.585 acres of land.
i
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
s
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
j A drawing of even date accompanies this metes and bounds description.
I
The metes and bounds description contained herein was compiled from information contained
j in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 6 OF 27
to .Glosup h 4 EXHIBIT"B"
Registered Professional Land Surveyor PARCEL 1
Texas Registration No.5570 OF
srg@dunaway-assoc.com �fi�;:•G;�;U:� ;f�," RIGHT-OF-WAY EASEMENT
j August 25,2017 '�i, ed�
.,.••""""""'°'""" A PART OF THE JOSIAH M.C. LYNCH
,� STEPHEN R.GLUSUP 1>
"•"••••*•••-• • SURVEY,ABSTRACT NUMBER 955&
1' DUNAWAV
<�•e so ss0 THE GEORGE SHIELDS SURVEY,
'l)•" ABSTRACT NO. 1402
550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 su
Tel:617.335,1121
FIRM REGISTRATION 10098100 City of Fort Worth. Tarrant County, Texas.
EXHIBI T "B"
PARCEL 1
RIGHT-OF-WAY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
i
continued....
THENCE with said curve to the right in a southwesterly direction, an arc length of 286.45 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP",
THENCE South 41'35'36" West, a distance of 29.61 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 07'54'06", a radius
of 398.00 feet and a chord bearing and distance of South 63'17'09' West — 54.85 feet;
THENCE with said curve to the right in a southwesterly direction, an arc length of 54.89 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP" for the beginning of a reverse curve to the left
having a central angle of 14'17'23, a radius of 180.50 feet and a chord bearing and distance of South
60'00'58" West — 44.90 feet;
THENCE with said reverse curve to the left in a southwesterly direction, an arc length of 45.02 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP" for the beginning of a reverse curve to the right
having a central angle of 35'51'47", a radius of 219.50 feet and a chord bearing and distance of South
70'48'10" West — 135.16 feet;
THENCE with said reverse curve to the right in a southwesterly direction, an arc length of 137.39 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP";
THENCE South 88'44'04" West, a distance of 60.85 feet to a set 5/8—inch iron rad with cap stamped
"DUNAWAY ASSOC. LP';
THENCE South 48'21'53" West, a distance of 87.13 feet to a 5/8—inch iron rod with cap stamped "DUNAWAY
ASSOC. LP" set in the east right—of—way line of North University Drive (o variable width right—of—way)
THENCE North 00'57'49" West, with the east right of way line of said North University Drive, a distance of
284.64 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP";
THENCE North 89'08'09" East, departing the east right of way line of said North University Drive, a distance of
4.39 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP' for the beginning of a
non—tangent curve to the left having a central angle of 80'20'18, a radius of 98.61 feet and a chord bearing
and distance of South 49'14'14" East — 127.22 feet;
THENCE with said non—tangent curve to the left In a southeasterly direction, an arc length of 138.27 feet to a
set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP",-
THENCE
P';THENCE North 88'44'04" East, a distance of 48.97 feet to a set 5/8—inch iron rod with cap stamped
"DUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 12'53'55", a radius
of 200.00 feet and a chord bearing and distance of South 84'48'58" East — 44.93 feet;
continued...... I
eq es a�a.nT�u4e,.`n o.n
.STEPHEN N.GLOSUP b,
550 .. .�
r� UFi"j
A drawing of even date accompanies
DUNAWAY 67/-z5/
this metes and bounds description. 550 Bailey Avenue•suite 400•Fort worth,Texas 76107 PAGE 5 OF 27
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "A
PARCEL 2
RIGH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
0— 5/8- CAPPED IRON ROD STAMPED
FORT WORTH INDEPENDENT "DUNAWAY ASSOC. LP" SET UNLESS
POINT OF SCHOOL DISTRICT OTHERWISE NOTED
VOLUME 133a,PACE 601
BEGINNING D.R.T.C.T. D.R.T.C.T. - DEED RECORDS, TARRANT
S89'47'25"E COUNTY, TEXAS
79.05' N89*47'25"W 85,00'
S03'1 O'l WE
25.04'
5V
W
!�-8 SCALE FEET
1-,4 11 1..
9) 50
8
Z En
PARCEL 2
7,221 SQUARE FEET
0.165 ACRE
CITY OF FORT WORTH
VOLUME 418,PAGE 42
D.R.T.C.T.
LU
>
cr--
P
G
4
7
0
7
.0
POINT
�2
5
T
BEGINNING NG
E
F
VOLUME
B
N
W
C
T
S
Luwo
CH
ME
"q'
So
9J25
S12�6
WORTH
SCHOOL
1 1 t 3
D.R.T.C.T.
47,2
3.1
04 0
a
T'
0 N
5 I
C
S
PAS
7,2,
0 1
0
ac
LLISlip
G"
STE
> 10.
Z C".10 50y
pi
'0 � 'A......
-71 w SUR\,
<
<
0
z - DUNAWAY
550 Bailey Avenue-Suite 400-Fort Worth,Texas 76107 PAGE 8 OF 27
A metes and bounds description of Tel:817.335.1121 DATE: AUGUST 25, 2017
even date accompanies this drawing. FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 3000319.005
EXHIBIT "A"
PARCEL 2
RIGHT—OF—WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
w< VAN 7ANDT'S PARK ADDITION VAN 2ANDT'S PARK ADDITION
2 s C.C.D. NO. D211285191VOLUME 204, PAGE 281
1, P.R.T.C.T.
W!� D.R.TC.T.
BL K 1 a POINT OF SLO1C 17
1 15 14 13 12 11 10 0 COMMENCING 12 a 20 19 18 17 16 15 14 13
LOT 1R, BLOCK 18
Zt v�
W.LANCASTER AVENUE �S00'13'22'W
(W wont war-aF-MA»
r _+ 90.00'
N8946'38'W
117.00'
I �
St FORT WORTH
I FORT WORTH RISER CNDENT SCHOOL I II I f INDEPENDE T SCHOa_
TRICT
VOLUME 1336, PAGE 601 .- v ' p VOLUME 1348, PAGE 232
`O. D.R.T.C.T. o� / � 3e��� D.D.R.T.C.T.�=
CX
a m « / 0m6t`71 A-•
jig
t�O
�c `05
wo='
arr of FORT WORTH
VOLUME 9725, PAGE 1833
D.R.T.C.T.
C ��' [ CITY OF FORT WORTH DESCRIPTION UNDER
I N89'47�25"W tj r / VOLUME 1281, PAGE 499 SAINT LOUIS, SAN FRANCISCO do
TEXAS RAILWAY
85.00' �� / D.R.T.C.T. V0�E 650. PAG505 COMPANY
�D.R.T.C.T.
_ APPROXIMATE SURVE
POINT OF AB5� _LINE: LINE �a
BEGINNING
PARCEL 2 CITY OF FORT WORTH
7.221 SQUARE FEET VOLUMED.R,T.0 TAS 42
0.165 ACRE
:1 o zoo'
� S S �ti
SCFEETALE
001
WIN
Fay N Hfla`.if
>..:,.,...............
r � STC(�H�:iV ii.GLD UP
o^�
W ..............m...
80' WIDTH RIGHT-OF-WAY �' .ri570
�+ CITY OF FORT WORTH 1'��`0 ;::
VOLUME 1276, PAGE 136 A%
D.R.T.C.T. A"C
A metes and bounds description of DUNAWAY
even date accompanies this drawing. 550 Bailey Avenue`Su'rfe 400`Fort Worth,Texas 76107
Tel:817.335.1121 'ell 7 PAGE 7 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "B"
PARCEL 2
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, and the George Shields
Survey, Abstract No. 1402, and the Thomas White Survey, abstract No. 1636, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 1281, Page 499, Deed Records, Tarrant County, Texas, and a part of that certain tract of
land described by deed to the City of Fort Worth, recorded in Volume 1671, Page 42, Deed Records, Tarrant
County, Texas, said tract of land being more particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right-of-way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right-of-way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
i
South 72'55'09" West, with the north line of said City of Fort Worth tract, recorded in Volume 9725, Page
1833 and the south line of said Fort Worth Independent School District tract, recorded in Volume 1338,
Page 601, a distance of 579.51 feet to a set 5/8-inch iron rod with cap stamped 'DUNAWAY ASSOC. LP",
i
j North 89'47'25" West, with the south line of said Fort Worth Independent School District tract, a distance
of 85.00 feet to a set 5/8-inch iron rod with cap stamped 'DUNAWAY ASSOC. LP" at the southwest corner
of said Fort Worth Independent School District tract, recorded in Volume 1338, Page 601 and the POINT OF
BEGINNING of the herein described tract;
THENCE South 03'10'10" East, departing the south line of said Fort Worth Independent School District tract,
recorded in Volume 1338, Page 601, a distance of 25.04 feet to a point for the northwest comer of that
certain tract of land described by deed to the City of Fort Worth, recorded in Volume 418, Page 42, Deed
Records, Tarrant County Texas;
THENCE South 00'57'49" East, with the west line of said City of Fort Worth, recorded In Volume 418, Page 42,
a distance of 53.04 feet to a set 5/8-inch iron rod with cap stamped 'DUNAWAY ASSOC. LP" for the
northeast corner of that certain tract of land described by deed to the City of Fort Worth, recorded in Volume
1276, page 136, Deed Records, Tarrant County, Texas;
continued...,.
or `
s �
I STEPHEIJ R,GLOSUP
••p•.ara•••s•«*•l i�Me
5570
,� � �5Ui•i�1� .�
A drawing of even date accompanies -0UNAWAY
this metes and bounds description. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 8/Z5/�7 PAGE 9.OF 27
Tel:817.3351121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBI T "B"
PARCEL 2
RIGHT—OF—WAY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
continued.....
THENCE South 72'55'09" West, departing the west line of said City of Fort Worth, recorded in Volume 418, Page
42 with the north line of said City of Fort Worth, recorded in Volume 1276, page 136, a distance of 83.27 feet
to a point;
THENCE North 00'57'49" West, departing the north line of said City of Fort Worth. recorded in Volume 1276,
page 136, a distance of 102.80 feet to a point;
THENCE South 89'47'25" East, a distance of 79.05 feet to the POINT OF BEGINNING and containing a calculated
area of 7,221 square feet or 0.165 acre of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 10 OF 27
-sm e7 teph, Glosup EXHIBIT"B"
Registered Professional Land Sury yor :1 PARCEL 2
Texas Registration No.5570 ,
OF
srg@dunaway-assoc.com ���.�• Tt . til RIGHT-OF-WAY EASEMENT
August 25,2017c�-3
A PART OF THE JOSIAH M.C. LYNCH
STEPHEN R,..... 1 SURVEY,ABSTRACT NUMBER 955&
1' DUNAWA
Y `, 5570 .�u,-� � THE GEORGE SHIELDS SURVEY,
`t �j~=�' '•°jam t`� ABSTRACT NO. 1402
550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 '`C�a!
FIRM REGISTRATION 10098100 Clty of Fort Worth. Tarrant County, Texas.
EXHIBIT "A"
PARCEL 3
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
w P VAN ZNDT'S PARK ADDITION
Z VAN ZANDT'S PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D211285191 P.R.T.G.T
BL qc 1 0
D.R.T.C.T.POINT OF U,
810 17
1 15 14 13 12 11 10 0` COMMENCING 12 11 20 19 18 n 1s 15
ijj
0 LOT 1 R, BLOCK 18
z�
W.LANCASTER AVENUE L
(OW wOni wcHr-aF-wAq SOD93'2YW'
90.00
N89'46'38'W� ��
117.00' I I �
Iz j 1
I j.
( U
�3N
1
lCL N /
I FORT WORTH INDEPENDENT SCHOOL INDEFORT WORTH
DISTRICT / / PENDENT SCHOOL
VOLUME 1338, PAGE 601 / / DISTRICT
VOLUME 1348,
8CPAGE 232
D.R.T.C.T. W
ZI
Z , / CITY OF FORT WORTH
VOLUME S"' / /
VOLUME 9725, PAGE 1833
/ D.R.T.C.T.
DESCRIPTION UNDER
SAINT Al
TEXAS LR RAILWAY COMPANY SAN CSCO dr
VOLUME 660, PAGE 505
D.R.T.C.T,
{ POINT OF; ,
BEGINNING/
'— GTY OF FORT WORTH
PARCEL 3 i VOLUME 1281, PAGE 499
3,617 SCUARE FEET .rte D.R.T.C.T.
0.0630 ACRES J ^
f — S72'55'09'1Y
65.67'
I / j ................ a�i��•
I i7 STEPHEN R.GLOSUP =
0 200' ♦a9n 60�Agi�)§�����,=i1•
5570 ti
1 SCALE FEET r �UR�V
2°°' D U N AWA7
A metes and bounds description of J�
even date accompanies this drawing, 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107
Tel:817.335.1121 /7 PAGE 11 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "A "
PARCEL 3
RIGH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
A = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
Curve Table C.C.D. NO. = COUNTY CLERK'S DOCUMENT
Curve Central Radius Arc Chord Bearing NUMBER
aus
Number Angle Length and Distance
D.R.T.C.T. = DEED RECORDS, TARRANT
C1 8'18'06• 430.00' 62.30' S1728'46'W 62.25' COUNTY, TEXAS
C2 6'51'47' 490.00' 58.69' NI V26'50-E 58.86'
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
FORT WORTH INDEPENDENT
UIME 13348, PACE
OOL DISTRI
VOL232
�
C A �O' ��3r+��h D.R.T.C.T.
FORTWORTH
INDEPENDENTOISTIRI
SCHOOL
� 51 55'6'►'w
VOLUME 1338, PAGE 601 ro
D.R.T.C.T. Og'>~ POINT OF
N �•5. BEGINNING /
U /
FT a 1s33 yDsl PARCEL 3
IPG. 3,617 SQUARE FEET
volo 0R-'p VOL-,6g0,P 55O9�w 0.083 ACRES
�NoER VE c I. S-12! q0
/
REMAINDER OF CITY OF FORT WORTH
VOLUME 1281, PAGE 499 0 50'
D.R.T.C.T.
SCALE FEET
OF
o
, y......•......,...
�i STEPHEN R.GLOSUP
5x70
A metes and bounds description of '`DUNAWA
even date accompanies this drawing, 550 Bailey Avenue•Suite 400•Fort Worth.Texas 76107 PAGE 12 OF 27
Tel:817.335 1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 3
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 40'13'22" West, departing the south line of said Lot 1R, Block 18, Von Zondt's Park Addition and the
north right—of—way line of sold W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line of
that certain tract of land described by deed to Fort Worth Independent School District, recorded in Volume
1348, Page 232, Deed Records, Tarrant County, Texas;
North 8946'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north comer of said Fort Worth Independent School District tract and
that certain tract of land described by deed to Fort Worth Independent School District tract, recorded in
Volume 1338, Page 601, deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a distance
of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School District tracts,
and in the north line of that certain tract of land described by deed to the City of Fort Worth, recorded in
Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 7255'09" West, with said north line, a distance of 65.67 feet to a set mag nail with shiner stamped
"RUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract, said point being the beginning
of a non—tangent curve to the left having a central angle of 08'18'06", a radius of 430.00 feet and a chord
bearing and distance of South 19'28'46" West — 62.25 feet;
CONTINUED
f
OF
1
I
t
4
I
.••i a..e.......ea.i.a.
STEPHEN R.GLOSUP
eaefee.ga..+...�.ega!tt
• ° 55.57,0SU
5 v
If
A drawing of even date accompanies
DUNAWA BIZ /�
this metes and bounds description. 550 Bailey Avenue.Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 13 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBI T "B"
PARCEL 3
RIGH T-OF-WA Y EA SEMEN T
A PAR T OF THE JOSIAH M.C. L YNCH SURVEY, ABSTRACT NUMBER 955
CONTINUED
THENCE departing said north line, with said non—tangent curve to the left in a southwesterly direction, an arc
length of 62.30 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP" in the south line of said
City of Fort Worth tract;
THENCE South 72'55'09" West, with said south line, a distance of 69.40 feet to a set 5/8—inch iron rod with cap
stamped 'UUNAWAY ASSOC. LP" for the beginning of a non—tangent curve to the right having a central angle of
06'51'47", a radius of 490.00 feet and a chord bearing and distance of North 14'26'50" East — 58.66 feet;
THENCE departing said south line, with said non—tangent curve to the right in a northeasterly direction, an arc
length of 58.69 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP" in the north line of said
City of Fort Worth tract;
THENCE North 7255'09" East, with said north line, a distance of 75.80 feet to the POINT OF BEGINNING and
containing a calculated area of 3,617 square feet or 0.083 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 14 OF 27
5tephA_R.Glosup EXHIBIT"B"
Registered Professional Land 5 yotJ OF
Texas Registration No.5570 �F e e•^:�.F{ Fir
srg@dunaway-assoc.com �� e'''}''r'�o•Stt� PARCEL 3
August 25,2017
....
••._•.•.. ......t...;� RIGHT-OF-WAY EASEMENT
�i STEPHEN R.GLOSUP
557OXN".c, - A PART OF THE JOSIAH M.C. LYNCH
DUNA`VVA'�/ t. L
L7•d..':u SURVEY,ABSTRACT NUMBER 955
SIJFi`I" ,
550 Bailey Avenue•Suite A00•Fort Worth,Texas 76107 �/y
Tel:817.335.1121
FIRM REGISTRATION 10098100 City of Fort worth, Tarrant County, Texas.
EXHIBIT "A"
PARCEL 4
RIGH T-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
LU< VAN ZANOTS PARK ADDITION
VAN ZANDTS PARK ADDITION
>: VOLUME 204, PAGE 281
i C.C.O. N0. D211285191 P.R.LC.T.
E D,R.T.C.T. -
ei 1( i o POINT OF � BLOC 17.
15 14 13 12 11 10 0 COMMENCING 12 11 20 19 18 n is 15 t4 13 12 n
3 LOT 1 R, BLOCK 18
CC
Z$ u
W.LANCASTER AVENUE � y�„�,.W
(60'�ron1 AWT-CF—WAY)
N89'48'W.W
117.00' i z
Ld
j 1 �Wo F
� m <
T
1 own ~
of
or
FORT WORTH
I I
I I
FORT WORTH INDEPENDENT SCHOOL I I INDEPENDENT SCHOOL
DISTRICT / DISTRICT
VOLUME 1338,
PAGE 601 W I I VOLUME D1348�T GE 232
z /
W
PARCEL 4 -
/ / 1,226 SQUARE FEET
0.028 ACRE `
CITY OF FORT WORTH /
VOLUME 9725, PAGE 1833
D.R.TC.T. /
DESCRIPTION UNDER
SAINT LOUIS, SAN FRANCISCO do / CITY OF FORT WORTH
TEXAS RAILWAY COMPANY VOLUME 1281, PAGE 499
VOLUME 880, PAGE 505 / i `-__ O.R.T.C.T.
D.R.LC.T / u POINT OF
BEGINNING
---AN72'55'09"E �, 4F T y
S1 "E 239.63*04!51l
A
' 50.00, a!•••°•`•w•••••.nnia•.
`I STEPHEN R.GLOSUP I`
O 200'
..f........�•a«..�,,..
5570
SCALE FEET
1'= 200' �r
A metes and bounds description of �. DUNAWAY (K*j
even date accompanies this drawing. 550 Bailey Avenue•suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 $�25 /7 PAGE 15 OF 27
If DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB N0. 8000319.005
EXHIBI T "A"
PARCEL 4
RI GHT-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
• = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
C.C.D. NO. = COUNTY CLERK'S DOCUMENT
NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
FORT WORTH INDEPENDENT
SCHOOL DISTRICT
VOLUME 1348, PAGE 232
D.R.T.C.T. l fy
C�sq�S
r' '�CAI Q pC,E t8 yp5)
PC
14
toEs'`Pq�UNOO R S'C t
Z. 4 -�
PARCEL 4 Ofg'12.41 Ra25�c�p'0'S
r 1,226 SQUARE 0.028 ACRE N125509 0�'
8O
*w '
51�•az 2�
CITY OF FORT WORTH
VOLUME 1281, PAGE 499
A=16'02'12" D.R.T.C.T.
POINT OF R=200.00' L=55.98'
BEGINNING CH=S79'43'33"W 55.80' a so'
�1�11
OF SCALE FEET
5 •��j�T'kp•`iS� 1•= 50'
,cr
..........�.•�^.O i...
Q STEPHEN R.GLOSUP s
M t�j,va••.yx;.o,�'.a..
Dia SURV�'�
A metes and bounds description of Aw*Z' DUNAWAY
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 16 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXH1Bl T "B"
PARCEL 4
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 1281, Page 499, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 0013'22" West, departing the south line of said Lot 1R, Block 18, Van Zondt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north comer of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04'51" East, departing said north line, a distance of 50.00 feet to a point on the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
I
North 7255'09' East, with said common line, a distance of 239.63 feet to a set 5/8—inch iron rod with
cap stamped 'DUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract;
THENCE North 72'55'09" East, continuing with said common line, a distance of 312.47 feet to the beginning of
a non—tangent curve to the right having a central angle of 01'44'48", a radius of 2,529.50 feet and a chord
bearing and distance of South 70'50'03" West — 77.11 feet;
THENCE with said non—tangent curve to the right in a southwesterly direction, an arc length of 77.12 feet to a
set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
continued......
E 0 F
STEPHEN R.GLOSUP i
s•+rc°5610 a-• .
- t
z�/�
A drawingof even date accompanies DUNAWAY
Pa
this metes and bounds description. 550 Bailey Avenue•Suite 400 •Fort worth,Texas 76107 PAGE 17 OF 27
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBI T "B"
PARCEL 4
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
continued.....
THENCE South 71'42'27" West, a distance of 180.05 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a curve to the right, having a central angle of 16'02'12", a radius
of 200.00 feet and a chord bearing and distance of South 79'43'33" West — 55.80 feet;
THENCE with said curve to the right, in a southwesterly direction, an arc length of 55.98 feet to the POINT OF
BEGINNING and containing a calculated area of 1,266 square feet or 0.028 acre of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 18 OF 27
t�
StephLffn R.Glosup EXHIBIT"B"
Registered Professional Lan rveyor ; ,
Texas Registration No.5570
srg@dunaway-assoc.com ,,v_.t {Y�r` PARCEL 3
August 25,2017 t` t RIGHT-OF-WAY EASEMENT
0-1,001-N R.GLOSUP l
A
:,t`� .,... Ybpq k•-4e Q� A PART OF THE JOSIAH M.C.LYNCH
10
'tlt? SURVEY,ABSTRACT NUMBER 955
D U N AWA
550 Balle Avenue•Suite 400-Fort Worth,Texas 76107
Y
Tel:817.335.1121 •y
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
EXHIBIT "A"
PARCEL 5
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
FVAN ZANDT'S PARK ADDITION
VAN ZANDT'S PARK ADDITION VOLUME 20+4, PAGE 281
C.C.D. NO. D211285191 # P.R.T.C.T.
BLE cK1 0 D.R.T.C.T. OF
15 14 13 12 11 10 3 COMMENCING t2 tt 20 BLOC
18 17 16 15 14Ll.) 12 11
O= LOT IR, BLOCK 18 _is
z�
W.LANCASTER AVENUE � y3, .
(Y7 TRIM RICHT-OF-WAY)
_ _I 90.00' `
N69 46'38'w `�-
117.00' I Z
WW
I N
I W O
I I I �<n
iia W
r0m a:
KON 117
~qr u
O Cl
LL
O
F 40 ID
MI I r
FORT WORTH
/
FORT WORTH INDEPENDENT SCHOOL / INDEPENDENT ENT SCHOOL
DISTRICT
VOLUME 1338, PAGE 601 I / VOLUMED1348, PAGE 232
D.R.T.C.T. i I
7 I
5 �
PARCEL 5
W 1,063 SQUARE FEET
d / / 0.024 ACRE
1Qso 0
POINT OF.
BEGINNING
CITY OF FORT WORTH /I
VOLUME 9725, PAGE 1833
D.R.T.C.T.
DESCRIPTION UNDER
SAINT LOUIS, SAN FRANCISCO do
TEXAS RAILWAY COMPANY / / r"�•/— � � �'45
VOLUME 860, PAGE 505 Ai
D.R.T.C.T.
CITY OF FORT WORTH O� 7
VOLUME 1281, PAGE 499 � ' �` '•F
i D.R.T.C.T.
�� aRM�3P...a ll..wwa l.w•..
S17'04'51 STEPHEN R.GLQSUP 7>
_ �-�-- 50.Qd, RR.�R....,...l�w.A�tj...
0 .200. `ifiOfi �O��P:w�Q^
JCA '+� suer'
SCALE FEET
A•metes and abounds description of 4 DUNAWAY
Bzs/�
even date accompanies this drawing. 550 Bailey Avenue•supe 400•Fort Worth.Texas 76107 /
Tel:817.335.1121 PAGE 19 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "A"
PARCEL 5
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
A = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
C.C.D. NO. = COUNTY CLERK'S DOCUMENT
NUMBER
O.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
i
FORT WORTH INDEPENDENT
SCHOOL DISTRICT
VOLUME 1348, PAGE 232
,�+!� D.R.TC.T. \
Y" ' \
( ►5EL 5
46S 1,063 SQUAREFEET \
y 0. AN 1 0.024 ACRE \
SiP ,G�p.�f PROPOSED
LANE
10
��� g45`•� rn
_
LA
41
g33 F` (a L� 1a2 Sfi95
ov F�IFN
E oat �d,.660 POINT OF
BEGINNING
CITY OF FORT WORTH
VOLUME 1281, PAGE 499
` D.R.TC.T.
0 50'
I
+ SCALE FEET
f i'= 50'
bbR ♦,Ji.
'I LSTEPI-ju,i}j.(al..f)Sl)P
,r 5570
A metes and bounds description of
DUNAWAY/
even date accompanies this drawing. 550 Bailey Avenue i suite 400 b Fort worth,Texas 76107 2517
Tee 817.335.1121 PAGE 20 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 5
RIGH T OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 1281, Page 499, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast comer of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant. County, Texas;
North 89'46'38° West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04'51" East, departing said north line, a distance of 50.00 feet to a point on the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
3
North 72'55'09" East, with said common line, a distance of 586.14 feet to a point for the beginning of a
curve to the left having a central angle of 08'19'25", a radius of 980.37 and a chord bearing and distance
of North 68'45'27" East — 142.30 feet;
s With said curve to the left, in a northeasterly direction, an arc length of 142.42 feet to a
set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein
described tract being the beginning of a curve to the left having a central angle of 05'44'34", a radius of
980.37 and a chord bearing and distance of North 61'43'27" East — 98.22 feet;
continued......
i
P OF
STEPHEN R.GLOSUP '
...............
5570 „
r
51i-7
A drawing of even date accompanies DUNAWAY
this metes and bounds description. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 PAGE 21 OF 27
Tel:817.335.1 121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB N0. 8000319.005
EXHIBI T "B"
PARCEL 5
RIGH T-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
continued......
THENCE with said curve to the left in a northeasterly direction, an arc length of 98.26 feet to a set 5/8—inch
iron rod with cap stamped 'DUNAWAY ASSOC. LP"
THENCE South 16'38'13" East, departing said common line and crossing into said City of Fort Worth, recorded in
Volume 1281, Page 499, a distance of 46.91 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY
ASSOC. LP"-.
THENCE North 60'05'05" West, a distance of 43.42 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP",
THENCE South 69'32'30" West, a distance of 66.49 feet to the POINT OF BEGINNING and containing a calculated
area of 1,063 square feet or 0.024 acre of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 22 OF 27
gis R.Glosup EXHIBIT°Bn
Registered Professional Land Su r
Texas Registration No.5570 -7 !�
srg@dunaway-assoc.com .Ti-;- d
August 25,2017 j .`t.c,frsr;F� PARCELS
-
�,. L RIGHT-OF-WAY EASEMENT
STEPHEN R.GLOSUP 1
•--r.••-•-•••• -.:.••�� A PART OF THE JOSIAH M.C.LYNCH
DUNAWAYI '•:�U '�t7;%"`� C SURVEY,ABSTRACT NUMBER 955
Y
550 Bailey Avenue-Suite 400-Fort Worth,Texas 76107 SUR
Tel:817.335.1121
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
EXHIBIT "A"
PARCEL 6
RICH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
F VAN ZANOT'S PARK ADDITION
>; VAN ZANDTS PARK ADDITION F VOLUME 20i, PAGE 281
I C.C.D. NO. D211285191
z # P.R.T.C.T.
BL CK 1 0� D.R.T.C.T. OF
15 14 13 1 12 11 10 0 COMMENCING a2 11 20 B19C 18 n 1s 15 14 13 12 11
o; LOT 1R, BLOCK 18 a
z�
W,LANCASTER AVENUE � y3,�.
— r —
(OW won+ruoiT aF wA>) _I 90.00'
N89.46'3WW
117.00' j ! z
I �
C4 Uj
In
I �
I I I 2WC �
F^Y�
n
I
�6Z4 ( o
� Ua�0Ui
FORT WORTH
I I
' FORT WORTH INDEPENDENT SCHOOL I INDEPENDENT SCHOOL
j DISTRICT DISTRICT
s VOLUME 1338, PAGE 601 II VOWME 1348,PAGE 232
f
D.R.T.C.T. , z
30.102 SQUARECEL FEET
3 / / 0.691 ACRE
/ POINT OF
VOLUME 97 5.PRii E 1i6R33 / I BEGINNING
D.R.T.C.T.
DESCRIPTION UNDER /
SAINT LOUIS, SAN FRANCISCO dt
TEXAS RAILWAY COMPANY
VOLUME 660, PAGE 505 /
D.R.T.C.T. i I
N72'55'09"E C> IOF Tr"
151.33 -Co.�C1�S�TF�+OCITY OF FORT WORTH
VOLUME 2811. PAGE 99 eae..u...........�.n. `
D.R.T.C.T. STEPHEN R,GLOSUP zJ�
.............=n..V
r��•/' as�A. 55570 yl ry'jR..
0 200'
sU4?`!��3
SCALE; 0202 0T DUNAWAVA metes and bounds description of 8/251/7
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:617.335.1121 PAGE 23 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "A"
PARCEL 6
RIGH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
• = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
C.C.D. NO. = COUNTY CLERK'S DOCUMENT
NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
■
r
FORT WORTH INDEPENDENT ■
SCHOOL DISTRICT r
VOLUME 1348, PAGE 232 ■
D.R.T.C.T. ■
■
G 9Sy ■
X10' PROPO ■
OS ��IG'f 30,102 SQUAREAN
PARCFEETzANo�u ■.
1 0.691 ACRE ■
er18'37'23" �"E ■
B°.Rq�Y •� R=145.00' L=47.13' �'1►'°'2� i
11
��T• illt CH=N81'01'09"E 46.92'
POINT OF 9 10
—�'
.Qg"E BEGINNING ' II
/ N115533• fi211
ZI
23'29
TH
�M7 330, C--102'60' VOLUME 90725,CITY OF FT PAGE 1833
r
33,36-W 10147' D.R.T.C.T. 0 50'
(DESCRIPTION UNDER
./ DEED VOL 660, PG. 505)
r D.R.T.C.T. SCALE FEET
1'= 50'
...................
.....
STEPHEN R.GLOSUP
•py 5570 SUty
A metes and bounds description of ° DUNAWAY
even date 9'accompanies this drawing'
p 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1 121 BrZs l7 PAGE 24 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "A "
PARCEL 6
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
• = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
0 5' "DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
SCALE FEET C.C.D. NO. = COUNTY CLERK'S DOCUMENT
NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
U
f 30:
LLJi o
LLJ C'4
04
N
va9S �--
101V
10
04
FORT WORTH INDEPENDENT !.I_ - W
SCHOOL DISTRICT m LJ
VOLUME 1348, PAGE 232 ..J
0.IR T.C.T.
f y
# A-1 18'32"
f R=930.37' L=21.25'—,,,, f
CH=N58'42'32"E 21.25' /
itN30'00'00"E �' U
r Z17.26 a;
tA
N69'32'21"E
PROPOSED VAN 68.79' Q W
ZANDT LANE
PARCEL 6
30,102 SQUARE FEET -10
r 0.691 ACRE 271 . 2.6 ,
i A=1'46'35"
r =2,479.50' L=76.88'
CH=N70'49'10"E 76.87' Rg1 b�y� ��° 9gi�3
r ,Og"E
All
r 6 ' F
S6 32 1 ..
* S69'45'00'W CITY OF FORT WORTH sSTEPHEN R.GLQSUP 1"
8 18. 61' VOLUME 1281, PAGE 499 ...I .........L••`�
a D.R.T.C.T. A� J570 a5:'
,.�
A metes and bounds description of DUNAWAY
even date accompanies this drawing. S50 Bailey Avenue•Suite 400-Fort Worth,Texas 76107
Tel:817:335.1121 �j✓//T PAGE 25 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBI T "B"
PARCEL 6
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. L YNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded In County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38 West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
North 72'55'09" East, with said north line, a distance of 151.33 feet to a set 5/8—inch iron rod with cap
stamped `DUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract;
THENCE North 72'55'09" East, continuing with said north line, a distance of 96.79 feet to a set 5/8—inch iron
rod with cap stamped 'DUNAWAY ASSOC. LP" for the beginning of a non—tangent curve to the left having a
central angle of 18'37'23", a radius of 145.00 feet and a chord bearing and distance of North 81'01'09" East —
46.92 feet;
THENCE departing said north line and with said non—tangent curve to the left in a northeasterly direction, an
arc length of 47.13 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP";
THENCE North 71'42'27" East, a distance of 179.45 feet to a set 5/8—inch iron rod with cap stamped
"RUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 01'46'35", a radius of
2,479.50 feet and a chord bearing and distance of North 70'49'10" East — 76.87 feet;
THENCE with said curve to the left in a northeasterly direction, an arc length of 76.88 feet to a set 5/8—inch
iron rod with cap stamped 'DUNAWAY ASSOC. LP";
THENCE North 72'55'09" East, a distance of 35.34 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 08'27'10", a radius of
930.37 feet and a chord bearing and distance of North 68'41'34" East — 137.13 feet;
THENCE with said curve to the left, in a northeasterly direction, an arc length of 137.26 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
continued..... ri"t .OF e 4
+ 5f Ei'N.N t{.GLOSUP L
-%i,- D
UNAWA
A drawing of even date accompanies
this metes and bounds description. 550 Bailey Avenue•Suite 400.Fort Worth,Texas 76107
Tel:817.335,1121 l�/2!f�7 PAGE 26 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 6
RIGHT—OF—WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
continued.....
THENCE North 69'32'21" East, a distance of 68.79 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP';
THENCE North 30'00'00" East, a distance of 17.26 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a non—tangent curve to the left, having a central angle of
01'18'32", a radius of 930.37 feet and a chord bearing and distance of North 58'42'32" East — 21.25 feet;
THENCE with said non—tangent curve to the left, in a northeasterly direction, an arc length of 21.25 feet to a
set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
THENCE South 16'38'13" East, departing the north line of said City of Fort Worth tract, recorded in Volume
9275, Page 1833, a distance of 51.70 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY ASS=
LP" in the south line of said City of Fort Worth tract, recorded in Volume 9275, Page 1833, for the beginning
of a non—tangent curve to the right, having a central angle of 05'45'47'; a radius of 977.03 feet and a chord
bearing and distance of South 61'42'04" West — 98.23 feet;
THENCE with the south line of said City of Fort Worth tract, recorded in Volume 9275, Page 1833 and with said
non—tangent curve to the right, in a southwesterly direction, an arc length of 98.27 feet to a set 5/8—inch
iron rod with cap stamped 'DUNAWAY ASSOC. LP';
THENCE South 69'32'21" West, a distance of 157.65 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP';
THENCE South 69'45'00" West, a distance of 18.61 feet to a to a set 5/8—inch iron rod with cap stamped
"DUNAWAY ASSOC. LP";
THENCE South 7255'09" West, a distance of 312.47 feet to a to a set 5/8—inch iron rod with cap stamped
j
'DUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angel of 29'23'29", a radius
of 200.00 feet and a chord bearing and distance of North 77'33'36" West — 101.47 feet;
THENCE with said curve to the right, in a northwesterly direction, an arc length of 102.60 feet to the POINT OF
BEGINNING and containing a calculated area of 30,102 square feet or 0.691 acre of land.
i
3
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 27 OF 27
-Stephaff R.Glosup 4 EXHIBIT"B"
Registered Professional Land Surveyor
Texas Registration No.5570 'r OF
srg@dunaway-assoc.com ��P �.t�, r PARCEL 6
August 25,2017 RIGHT-OF-WAY EASEMENT
................t.�,>?
•S7CPt�EPt!i.GLpS11 A PART OF THE JOSIAH M.C. LYNCH
DUNAWAYd......y..._...g..,
r'�;h, 5570 �~ SURVEY,ABSTRACT NUMBER 955
-j7 .�?FgS,10�y.��Q'
550 Bailey Avenue.Sulte 400•Fort Worth,Texas 76107
Tel:817.335.1121 ` f�
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
EXHIBIT "A"
PARCEL 1
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
w< VAN ZANDT S PARK ADDITION VAN ZANDT'S PARK ADD11ION
>s VOLUME 204, PAGE 281
i C.C.D. NO. D211285191
BLOCK 1 D.R.TC.T. 3 P.R.TC.T.
o POINT OF w BLO 17
'161 15 14 13 12 11 10 3 COMMENCING 12 1120 19 18 17 16 15 14 13
LOT 1R, BLOCK 18 w
z uQ
W.LANCASTER AVENUE
(9W WEM NGHT-OF-WAY) 90.001 2•�
N89'48'WW l�
117.00' /
A.
1 /
1 w /
FORT WORTH INDEPENDENT SCHOOL FORT WORTH
1 If' INDEPENDENT
EN C SCHOOL
{{�� /
DISTRICT
VOLUME 1338, PAGE 601 Ci
D.R.T.C.T. l y yo VOLUME 1348, PAGE 232
O D.R.T.C.T.
CID
cy
m
/ \
C 0 9Sy / CITY OF FORT WORTH
VOLUME 9725, PAGE 1833
POINT OF / D.R.T.C.T.
` / DESCRIPTION UNDER
ti05 pB BEGINNING S17'04'51"E TEAINT XAS RAI WAYACOFR
MPANYSCD
50.00' VOLUME 660. PAGE 505
D.R.T.C.T.
:-
VS72*55'09"W CITY OF FORT WORTH
172.14' DEED LINE O.R.T.C.T.PAGE 499
–�'�—�- D.R.TC.T.
`APPROXIMATE SURVEY ABSTRACT LINE
CITY OF FORT WORTH
VOLUME 418, PAGE 42
/ D.R.T.C.T.
/ 0 200'
PARCEL 1
SCALE FEET
104.358 SQUARE FEET
1•– 200'
2.395 ACRESt� �
°cri �SS+1'X01 .•a....... ..
.. ...:...
STEPHEN R,GL SUP
� G T
I 4 o Go40�St
-s••d,•.�•••b.••••�
0A13 �°.�y 5570 •t...
4 •
A metes and bounds description of DUNAWAY irr7`
even date accompanies this drawing. 550 Bailey Avenue•Sulte 400•Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 1 OF 16�?� /?
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "A"
PARCEL 1
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
• = 5/8" CAPPED IRON ROD STAMPED"DUNAWAY ASSOC.
'
OTHERWISE NOTED LP" SET UNLESS
D.R.T.C.T. = DEED RECORDS, TARRANT �"� � 'p9"EI
COUNTY, TEXAS t S E�e33 5031 N��55 3' POINT OF
ex 91�7�T gg0.p0' 3�:� BEGINNING r
CA
4
00,9 �h r
2 Ila
3 1
S89'47'250E 436.56-
253.23'---/
36.56'253.23' 1
i
r
■ _ SURVEY/DEED UNE
1 r
■
■
i �t tia
w /
PARCEL 1 /
j ■ 104,358 SQUARE FEET cr cv /
i 2.395 ACRES
CITY OF FORT WORTH
44 //
VOLUME GE 42
D.R.T.a.T.
i ■
Z /
/ 0 50'
U / SCALE FEET
I+ ■ / 1"� 50'
■
OF �?
rlf...................
• 043 / STEPHEN R.GI QSUP
■ ML: �2QJ �a.�.anosws.rr•sasr.
■ R=150.. W 'Cw•
6570
=S 01 37" ,� Ess1� °'dJ
SUS ,f
A metes and bounds description of � DUNAWAV
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335,1121 PAGE 2 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "A"
PARCEL 1
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED CITY OF FORT WORTH
VOLUME 9725, PAGE 1833
D.R.T.C.T. = DEED RECORDS, TARRANT D.R.T.C.T.
COUNTY, TEXAS (DESCRIPTION UNDER DEED VOL. 660, PG_ 505)
'
D.R.T.C.T.
1 FORT WORTH INDEPENDENT
SCHOOL DISTRICT
VOLUME 1338, PAGE 601
D.R.T.C.T.
■
r
3 S89-47'25"E. 436.56' ■
`o 85.00' 253.23'
0 ■
N DEED LINE ■
0 ,
Z APPROXIMATE SURVEY I
ABSTRACT LINE r
■
REMAINDER OF CITY OF FORT WORTH ■
VOLUME 1281, PAGE 499 ■
D.R.T.C.T. ■
■
W m i
■
j CITY OF FORT WORTH
Q VOLUME 418, PAGE 42 r
Q 3
D.R.T.C.T. ■
3
PARCEL 1 i
W 2 z 104,358 SQUARE FEET
2.395 ACRES
r
■
Z $ E
S89'08109'W
= a 4.39' ti
��ti95p'1h f
0 50' v �51i ■
Z G 08�y�s4p' ■ Z
SCALE FEET
50 ■
� ' � SN78'22'01"W//60
16.97 irr
...a..................
STEPHEN R,GLOSUP I: CCC S88'49'04"W ■
.e". .... ..a �
48.97' ■
5� Fesseo '-C3tr 0=12'53'55" i
R=200.00' L=45.02' ■
y CH=N84'48'58"W 44.93'
i
DUNAWAYA metes and bounds description of
even date accompanies this drawing. 550 Bailey Avenue •Suite 400.Fort Worth,Texas 76107 PAGE 3 OF 16
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "B"
PARCEL 1
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, and the George Shields
Survey, Abstract No. 1402, City of Fort Worth, Tarrant County, Texas, and being a part of that certain tract of
land described by deed to the City of Fort Worth, recorded in Volume 1281, Page 499, Deed Records, Tarrant
County, Texas, and a part of that certain tract of land described by deed to the City of Fort Worth, recorded
in Volume 418, Page 42, Deed Records, Tarrant County, Texas, said tract of land being more particularly
described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zondt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north comer of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04'51" East, departing said north line, a distance of 50.00 feet to a point on the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
South 7255'09" West, with said common line, a distance of 172.14 feet to a set 5/8—inch iron rod with
f cap stamped "RUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract;
THENCE South 10'55'49" West, a distance of 100.08 feet to a set 5/8—inch iron rod with cap stamped
i ''DUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 45'50'37'; a radius
I of 330.00 feet and a chord bearing and distance of South 3445'13" West — 257.05 feet;
THENCE with said curve to the right in a southwesterly direction, an arc length of 264.04 feet to a set
5/8—Inch Iron rod with cap stamped 'DUNAWAY ASSOC. LP" for the beginning of a compound curve to the
right having a central angle of 43'10'42", a radius of 150.00 feet and a chord bearing and distance of South
80'02'37" West — 110.39 feet;
THENCE with said compound curve to the .right in a southwesterly direction, an arc length of 113.04 feet to a
set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
continued.....
A OF
C etsrEA-
STEPHEN R.GLOSUP .
1wlww♦}w•}}wMw�i ww�iw•
;-*.&5570
SUM
A drawing of even date accompanies r DUNAWAY
this metes and bounds description. 550 Bailey Avenue• Su fe 400•Fort worth,Texas 76107 8�Z ��
Tel;817.335,1121 PAGE 4 OF 16
DATE: AUGUST 25, 2017 FIRMS REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 1
TEMPORARY WORKSPACE AREA
A PAR T OF THE JOSIAH M.C. L YNCH SUR VE Y, ABS TRA C T NUMBER 955
continued.....
THENCE North 78'2201" West, a distance of 16.97 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 12'53'55", a radius of
200.00 feet and a chord bearing and distance of North 84'48'58" West — 44.93 feet;
THENCE with said curve to the left in a northwesterly direction, an arc length of 45.02 feet to a set 5/8—inch
iron rod with cap stamped 'DUNAWAY ASSOC. LP';
THENCE South 8844'04" West, a distance of 48.97 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 80'20'18", a radius
of 98.61 feet and a chord bearing and distance of North 49'14'14" West — 127.22 feet;
THENCE with said curve to the right in a northwesterly direction, an arc length of 138.27 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP ,-
THENCE
P ;THENCE South 89'08'09" West, a distance of 4.39 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" in the east right—of—way line of North University Drive (an 80' width right—of—way at
this point) and the west line of said City of Fort Worth tract, recorded in Volume 41B, Page 42;
THENCE North 00'57'49" West, with the west line of said City of Fort Worth tract, recorded in Volume 418,
Page 42, a distance of 142.62 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
THENCE. North 03'10'10" West, a distance of 25.04 feet to a to a set 5/13—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the southwest comer of said Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601;
THENCE South 89'47'25" East, with the south line of said Fort Worth Independent School District tract, at a
distance of 85.00 feet crossing into said City of Fort Worth tract recorded in Volume 9725, Page 1833, at a
distance 253.23 feet crossing into said City of Fort Worth tract, recorded in Volume 1281, Page 499, in all, a
total distance of 436.56 feet to a set 5/8—inch iron rod with cap stamped 'RUNAWAY ASSOC. LP";
THENCE North 19'14'41" East, a distance of 67.63 feet to a set 5/8—inch iron rod with cap stamped
"RUNAWAY ASSOC. LP" in the south line of said City of Fort Worth tract recorded in Volume 9725, Page 1833;
THENCE North 7255'09" East, with said south line, a distance of 31.63 feet to the POINT OF BEGINNING and
containing a calculated area of 104,358 square feet or 2.395 acres of land.
NOTES- The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 5 OF 16
EXHIBIT"B"
Steph R.Glosup A
Registered Professional Land Sury or
Texas Registration No.5570 ';ti 1' �� PARCEL 1
srg@dunaway-assoc.com y c.;•:.ti:y '±.�;17:�15, r TEMPORARY WORKSPACE AREA
August 25,2017 ...........I
-f STEPHEN R.GLOW 1.- A PART OF THE JOSIAH M.C. LYNCH
..s.. .... SURVEY ABSTRACT NUMBER 955&
DUNAWAO
'' 5570 '
� �'�','� - THE GEORGE SHIELDS SURVEY,
'�y�d s..�� r1y�
ABSTRACT NO. 1402
550 Balley Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121
FIRM REGISTRATION 10098100 City of Fort Worth. Tarrant County, Texas.
EXHIBIT "A"
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
W i T S PARK ADDITION VAN ZANDT S PARK ADDITION
VAN ZAND
: VOLUME 204. PAGE 281
C.C.D. NO. D211285191
BLOCK 1 Cr$ D.R.T.C.T P.R.T0.T.
of POINT OF W '
16' 15 14 13 12 11 10 3 COMMENCING 12 �1 W 20 a s ` 19 17 1s 1s 1a 13
LOT 1R, BLOCK 18
zg U#
W.LANCASTER AVENUE
SOD'13'?2'N
(WxAotri RIGHT-OF-WAY) _I
90.00'
117.00' /
If
� W
:3 Wj
INDEPENDETH
FORT NORTH T SCHOOL z / ' INDEPENDENFORT T SCHOOL
DISTRICT 8 DISTRICT
VOLUME 1338. PAGE 601 o / , o
VOLUME 1348,
T.PAGE 232
2 D.R.TC.T �� / 3�^mow
x / / ry�A CITY OF FORT WORTH
C{ VOLUME 9725. PAGE 1833
SSAINT�LOUIISS,TION UNDER FRANCISCO &
TEXAS RAILWAY COMPANY
VOLUME 660, PAGE 505
� O.R.TC.T,
Gy�t POINT OF
BEGINNING CITY OF FORT WORTH
817'04'51"E VOLUME 1281, PAGE 499
50.00' D.RT.C.T.
r
r S7255'09"W
76.42'
DEED LINE__
APPROXIMATE SURVEY ABSTRACT LINE
9Ooos
k4; /
CITY OF FORT WORTH
I 4rj6`' p VOLUME 418, PAGE 42 D 200'
60 p,$�`S D.R.TC.T.
—-� SCALE FEET
1'- 200'
PARC
ir�
66,030 LSQUARE FEET
1.515 ACRES Ufa'„ �rejs'rf{FQ?y�.
1—aU - ra aia•.e,a rr agar ur.�.
ULOS
fO S7E1'l1cN O
ia.�'{J�VG ja
A metes and bounds description of DUNAWAY
even date accompanies this drawing. 550 Bailey Avenue-Suite 400-Fort worth,Texas 76107
Tel:817.335.1121 jP �7 PAGE 6 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBI T "A"
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY,, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
• = 5/8" CAPPED IRON ROD STAMPED N72•55'09"E
"DUNAWAY ASSOC. LP" SET UNLESS 26.24' POINT OF
OTHERWISE NOTED BEGINNING
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
o�
A=423'02" A REMAINDER OF CITY OF FORT WORTH
21
R=4.30.00' L=3290' y VOLUMED RBT.0 TAGS 499
CH=N13*16'23"E 32.89' S2928'01'E
.L" 8.76'
• S89 22'04"E
o 9 j 33,90'.
7'56"W
OEM LINE ' z 65.53!
-(APPRO)OMATE SURVEY ABSTRACT LINE
/ S89'22'04"E
.98.23'
1
CITY OF FORT WORTH
VOLUME 418, PAGE 42
D.R.T.C.T.
0 50'
SCALE FEET / c PARCEL 2 3
1 50, 66,030 SQUARE FEET
1.515 ACRES M
OD
+ D N
.. of r..�.K
ffffff T a ;♦
57EPHF.lV R.GLOSUPI:; ♦♦
`y
to* rJ'J 77()'e�. 1 f `♦�
N89'57'50"W 306.09'
8�zsr� DUNAWAY
A metes an boun s description of
even date accompanies this drawing. 550 Bailey Avenue•suite 4OO•Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 7 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
s
EXHIBIT A"
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
•= 5/8' CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
a=41'55'08" o so'
R=391.53' L=286.45' / SCALE FEET
CH—N34'12'19'E 280.10' 1'6 50'
�- N4135736'E away
5t14vZ' 29.61' *C)
A�S#61 ;Ap R=398.00' L==•54 89'
W CH—N63'17'09"E 54.85' *+
>r 6--14'17'23' N89'57'50"W
3 R=180.50' L-45:02' 306.09'
7- o CH=N60'00'58"E 44.90' S33'20'55"W
~ 6-35'51'47" 32.63'
PARCEL 2 R=219.50' L=137.39' =418.0' L=60.63'
W66,030 SQUARE CH=N70'48'10"E 135.16'
> 1.515 ACRES CH—S63'03'27"W 60.58'
Z 6=1420'30"
N88'44'04"E R=160.50' L40.17'
= m 4 60:85' CH=S60'02732"W 40.07'
CITY OF FORT WORTH
0VOLUME 418, PAGE 42
z 7� "V1 D.R.T.6T. !\r4*'.•• •\
` a1� S$B'44'04"W i}8'�
53.5 . ,Y. �
0' ...,
STEPHEN R GLOSUP�r
'a,. 1o'p }fyff 5570r.
Q" � DrUNAWAy r_
A metes and bounds description of 550eaBeyAverwe•Suite 400.Fort Worth,Texas 76107 B/�s 17 PAGE 8 OF 16
P Tel:817.335'11121 DA AUGUST 25, 2017
even date accompanies this drawing. FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.05
EXHIBI T "B n
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, and the George Shields
Survey, Abstract No. 1402, City of Fort Worth, Tarrant County, Texas, and being a part of that certain tract of
land described by deed to the City of Fort Worth, recorded in Volume 1281, Page 499, Deed Records, Tarrant
County, Texas, and a part of that certain tract of land described by deed to the City of Fort Worth, recorded
in Volume 418, Page 42, Deed Records, Tarrant County, Texas, said tract of land being more particularly
described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plot recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 8946'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north comer of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04!51" East, departing said north line, a distance of 50.00 feet to a point on the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
South 72'55'09" West, with said common line, a distance of 76.42 feet to a set 5/8—inch iron rod with
cap stamped 'DUNAWAY ASSOC. LP"for the POINT OF BEGINNING of the herein described tract;
THENCE South 17'03'04" West, departing said common line, a distance of 90.69 feet to a set 5/8—inch iron
rod with cap stamped 'DUNAWAY ASSOC. LP";
THENCE South 29'28'01" East, a distance of 8.76 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY
ASSOC. LP';
THENCE South 89'22'04" East, a distance of 33.90 feet to a set 5/8—inch iron rod with cap stamped
"DUNAWAY ASSOC. LP";
THENCE South 00'37'56" West, a distance of 65.53 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP';
THENCE South 89'22'04" East, a distance of 98.23 feet to a set 5/8—inch iron rod with cam;stomped
'DUNAWAY ASSOC. LP'; _;j'.;;;�
continued....,
...:......,o..........
t STEPHEN R.GLOSUP
�-
55
161
U NAWA
A drawing of even date accompanies y '
this metes and bounds description. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 PAGE 9 OF 16
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBI T "B"
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
continued.....
THENCE South 00'40'44" East, a distance of 228.32 feet to a set 5/8—inch iron rod with cap stamped
'RUNAWAY ASSOC. LP';
THENCE North 89'57'50" West, a distance of 306.09 feet to a set 5/8—inch iron rod with cap stamped
'RUNAWAY ASSOC. LP",-
THENCE
P';THENCE South 33'20'55" West, a distance of 32.63 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a non—tangent curve to the right having a central angle of
08'18'40", a radius of 418.00 feet and a chord bearing and distance of South 63"03'27" West — 60.58 feet;
THENCE with said non—tangent curve to the right in a southwesterly direction, an arc length of 60.63 feet to a
set 5/8—inch iron rod with cap stamped 'RUNAWAY ASSOC. LP" for the beginning of a reverse curve to the
left having a central angle of 14'20'30", a radius of 160.50 feet and a chord bearing and distance of South
60'02'32" West — 40.07 feet;
THENCE with said reverse curve to the left in a southwesterly direction, an arc length of 40.17 feet to a set
5/8—inch iron rod with cap stamped 'RUNAWAY ASSOC. LP" for the beginning of a reverse curve to the right
having a central angle of 35'51'47", a radius of 239.50 feet and a chord bearing and distance of South
70'48'10" West — 147.47 feet;
THENCE with sold reverse curve to the right in a southwesterly direction, an arc length of 149.91 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
THENCE South 88'44'04" West, a distance of 53.50 feet to a set 5/8—inch iron rod with cap stamped
'RUNAWAY ASSOC. LP",
THENCE South 48'19'25" West, a distance of 97.03 feet to a set 5/8—inch iron rod with cap stamped
'RUNAWAY ASSOC. LP" in the east right—of—way line of North University Drive (an 80' width right—of—way at
this point);
THENCE North 00'57'49" West, with the east right—of—way line of said North University Drive, a distance of
26.46 feet to a set 5/8—inch iron rod with cap stamped 'RUNAWAY ASSOC. LP';
THENCE North 48'21'53" East, departing the east right—of—way line of said North University Drive, a distance of
87.13 feet to a set 5/8—inch iron rod with cap stamped 'RUNAWAY ASSOC. LP';
THENCE North 88'44'04" East, a distance of 60.85 feet to a set 5/8—inch iron rod with cap stamped
'RUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 35'51'47", a radius of
219.50 feet and a chord bearing and distance of North 70'48'10" East — 135.16 feet;
THENCE with said curve to the left in a northeasterly direction, an arc length of 137.39 feet to a set 5/8—inch
iron rod with cap stamped 'DUNAWAY ASSOC. LP" for the beginning of a reverse curve to the right having a
central angle of 14'17'23", a radius of 180.50 feet and a chord bearing and distance of North 6000'58" East —
1 44.90 feet;
j continued.....
OF
)�: •" �5,
G?a. �rti5i&k'.
.STEPi iEN,IR_6L()5Up
.� ...........�...i
t''•'°9 5570 �,. �'
SURNJ
A drawingof even date accompanies wDUNAWAV
/ B Z�
this metes and bounds description. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 10 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 RUNAWAY JOB N0. 8000319.005
EXHIBI T "B"
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
continued.,...
THENCE with said curve to the right in a northeasterly direction, an arc length of 45.02 feet to a set
5/8—inch iron rod with cap stamped "DUNAWAY ASSOC. LP"for the beginning of a reverse curve to the left
having a central angle of 07'54'06", a radius of 398.00 feet and a chord bearing and distance of North
63'17'09" East — 54.85 feet;
THENCE with said reverse curve to the left in a northeasterly direction, an arc length of 54.89 feet to a set
5/8—inch iron rod with cap stamped ''DUNAWAY ASSOC. LP",-
THENCE
P';THENCE North 41'35'36" East, a distance of 29.61 feet to a set 5/8—inch iron rod with cap stamped
"DUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 41'55'08", a radius of
391.53 feet and a chord bearing and distance of North 3412'19" East — 280.10 feet;
THENCE with said curve to the left in a northeasterly direction, an arc length of 286.45 feet to a set 5/8—inch
iron rod with cap stamped 'DUNAWAY ASSOC. LP';
THENCE North 10'55'53" East, a distance of 109.57 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 04'23'02", a radius
of 430.00 feet and a chord bearing and distance of North 13'16'23" East — 32.89 feet;
THENCE with said curve to the right in a northeasterly direction, an arc length of 32.90 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP" in the south line of said City of Fort Worth tract
recorded In Volume 9725, Page 1833;
THENCE North 72'55'09" East, with said south line, a distance of 26.24 feet to the POINT OF BEGINNING and
containing a calculated area of 66,030 square feet or 1.515 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 11 OF 16
EXHIBIT"B"
ephF
,VR.Glosup
Registered Professional Land Si4or
Texas Registration No.5570 �" � PARCEL 2
srg@dunaway-assoc.com
TEMPORARY WORKSPACE AREA
August 25,2017
..........; A PART OF THE JOSIAH M.C. LYNCH
STEPHEN R.GLi)SUP SURVEY,ABSTRACT NUMBER 955&
DUNA AY ,a�.�o��"+4`�°`�,_'" V THE GEORGE SHIELDS SURVEY,
�� •:vx570`
��,I •. 1-ss�e` a4;} ABSTRACT NO. 1402
550 Bailey Avenue'•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 `��ti
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
EXHIBI T "A"
PARCEL 3
TEMPORARY WORKSPACE AREA
A PAR T OF THE JOSIAH M.C. L YNCH SUR VE Y, ABSTRACT NUMBER 955
P VAN ZANDTS PARK ADDITION
Z s` VAN ZANDTS PARK ADDITION VOLUME 204, PAGE 281
BLO K 19 oc C.C.D. NO. D211285191 3 P.R.T.C.T.
o D.R.T.C.T. t,
o POINT OF W aLo n
15 14 13 12 11 10 01 COMMENCING 12 11 20 is 1e 17 16 15 14 13 12 11
LOT 1R. BLOCK 18
z�
W.LANCASTER AVENUE SOO'13'22'W
(9d VDTe FMT-OF WA>) _I 90.00'
N89 48'38'W
117.00' I
I I
I I I <
I I - ,CITY OF FORT WORTH ,i,
CCD6 �S
I I 6RNO. D2 297960 EASEMENT I N
1 D.R.T.C.T u
/ 0
I I
I
TH
INDEPENDENT SCHOOL DISTRICT I / I INDEPENDENT SCHOOL DISTRICT
VOLUME 1338,
33 , PAGE 601 � I VOLUME 13D.R4CT. .8,
PAT.GE 232
I I
W00
I I
/ PARCEL 3
22,827 SQUARE FEET
0.524 ACRES
POINT OF
CITY OF FORTWORTH / BEGINNING
VOLUME 9725, PACE 1833 \
D.R.T.C.T. S17'O4,51„E / I r \
DESCRIPTION UNDER ~'
SAINT LOUIS, SAN FRANCISCO & \
TEXAS RAILWAY COMPANY ✓ GTY OF FORT WORTH
VOLUME 880, PAGE 505 i '� VOLUME 1281, PAGE 499
D.R.T.C.T. D.R.T.C.T. '
OF
i w
N72'55 0$'E
199.86' .YY i�.YYe.YYss Y9..YY
STEPHEN!3,GLOSUP )_
...r............YY�Y>.
0 200'
557C)
t; ,.
SCALE FEET \ 'S()ri�f
fes.,✓
A%wA+metes and Obounds description of .DlllNAAy
even date accompanies this drawing. 850 Bailey Avenue Y Suite 400 Y Fort worth,Texas 76107 �ZS�7FAGE 12 OF 16
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB N0. B000319.005
EXHIBI T "A "
PARCEL 3
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
• = 5/8" CAPPED 1RON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
C.C.D. NO. = COUNTY CLERK'S DOCUMENT
NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
CITY OF FORT WORTH . N
VOLUME 9725, PAGE 1833 A-1'4448"
9A5
D.R.T.C.T. R=2 529.50' L=77.1x' ■
DESCRIPTION UNDER
SAINT LOUIS, SAN FRANCISCO & CH—N70'50'03"E 77.11'
�r A �• TEXAS RAILWAY COMPANY
{" VOLUME 660, PAGE 505
N0" P A=16'02'12" D.R.T.C.T. ,.� i ■
R=200.00' L=55.98' ■
eO' q S73'10'19"W ■
'w, ck CH-N79'43'33"E 55.80' ,-'� �. 52.33' ■
Zb
y ' -�� N�1 h2 ■
r
POINT OF
BEGINNING PARCEL 3 ■
W7x`55'09'E 22,827 SQUARE FEET
39.77 0.524 ACRES ■
,94.86 y
J
N7517'30"W
17.20 '' '-1 7 416� 0 50•
SCALE FEET
of r,: ' ' 50
CITY OF FORT WORTH ...i9.......y..........
VOLUME 1281. PAGE 499 STEPHEN R.GLOSUP t
D.R.T.C.T. �� .....................q...
-0A 55%0
A metes and bounds description of DUNAWAY o5-11,7
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 13 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "A "
PARCEL 3
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
0 = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS ( ~
OTHERWISE NOTED
r�
C.C.D. NO. = COUNTY CLERK'S DOCUMENT a
NUMBER �— 3
W N
Uj D.R.T.C.T. = DEED RECORDS, TARRANT 4 0I N
COUNTY, TEXAS i w
� �a
P.R.T.C.T. = PLAT RECORDS, TARRANT = D_
COUNTY, TEXAS FORT WORTH V j
INDEPENDENT SCHOOL DISTRICT0
VOLUME 1348, PAGE 232 0 N
D.R.T.C.T. LL
O�
O J
its �
CITY OF FORT W6M
VOLUME 9725, PAGE 1833
D.R.T.C.T.
DESCRIPTION UNDER
SAINT LOUIS, SAN FRANCISCO &
W TEXAS RAILWAY COMPANYr rr
{' VOLUME 660. PAGE 505 S60'05 05 E
1 i J D.R.T.C.T. 10,69' /
i ■ _
N69'32'21"E
I A=1'44'48" 66.52'
R=2,529.50' L=77.12'
CH=N70'50'03"E 77.11'
■ A=819118" t
R=980.37' L=142.39'
CH=N68'45'30'E 142.26' .2g"
i 5b9 O9
■ 'Og~£ PARCEL 3
i N�25 22.827 SQUARE FEET
0.524 ACRES
S6 WORTH OF �r L
VOLUME 12811, PAGE 99 2 0157P7,-* S.
ON D.R.T.C.T.
S�g"10 3, STEPHEN R.GLOSUP
■ ae .aawoe ss...,g•
0 50'
SCALE FEET �l1CU �'>�
1' 50' ,� _I
Aftti-
A metes and bounds description of MUNAWAY �rZs7
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107
Tel:817.335.1121 PAGE 14 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 6000319.005
EXHIBI T "B"
PARCEL 3
TEMP ORA R Y WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 1281, Page 499, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zondt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right—of—way line of sold W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 8946'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north comer of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04'51" East, departing said north line, a distance of 50.00 feet to a point in the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
North 72'55'09" East, with said common line, a distance of 199.86 feet to a set 5/8—inch iron rod with
cap stamped 'UUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract;
THENCE North 72'55'09" East, continuing with said common line, a distance of 39.77 feet to a set 5/8—inch
iron rod with cap stamped 'UUNAWAY ASSOC. LP" for the beginning of a non—tangent curve to the left having
a central angle of 16'02'12"a a radius of 200.00 feet and a chord bearing and distance of North 79'43'33" East
— 55.80 feet;
THENCE departing said common line and with said non—tangent curve to the left in a northeasterly direction,
an arc length of 55.98 feet to a set 5/8—inch Iron rod with cap stamped 'UUNAWAY ASSOC. LP';
THENCE North 71'42'27" East, a distance of 180.05 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP" for the beginningof a curve to the left having a central angle of 01'44'48", a radius of
2,529.50 feet and a chord bearing and distance of North 7050'03" East — 77.11 feet;
THENCE with said curve to the left in a northeasterly direction, an arc length of 77.12 feet to a set 5/8—inch
iron rod with cap stamped 'UUNAWAY ASSOC. LP"in the common line of said City of Fort Worth tract recorded
in Volume 9725, Page 1833, and said City of Fort Worth tract recorded in Volume 1281, Page 499;
r
Continued...
�! ` 1
STEPHEN R.GLOSUP P
55-70
�Y DUNAWAY {�
A
A drawing of even date accompanies
this metes and bounds description. 550 Bailey Avenue•suite 400•Fort worth,Texas 76107
Tel:817.335.1121 /LSPAGE 15 OF 16
,�7
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 3
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
Continued...
THENCE North 72'55'09" East, with said common line, a distance of 34.04 feet to a set 5/8—inch iron rod with
cap stamped "RUNAWAY ASSOC. LP"for the beginning of a curve to the left having a central angle of 08'19'18",
a radius of 980.37 feet and a chord bearing and distance of North 68'45'30" East — 142.26 feet;
THENCE continuing with said common line and with said curve to the left in a northeasterly direction, an arc
length of 142.39 feet to a set 5/8—inch iron rod with cap stamped 'UUNAWAY ASSOC. LP';
THENCE North 69"32'21" East, departing said common line and crossing into said City of Fort Worth tract,
recorded in Volume 1281, Page 499, a distance of 66.52 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP';
THENCE South 60'05'05" East, a distance of 10.69 feet to a set 5/8—inch iron rod with cap stamped
"RUNAWAY ASSOC. LP";
THENCE South 69'09'29" West, a distance of 140.28 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP'
THENCE South 63'21'30" West, a distance of 137.40 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP";
THENCE South 73'10'19" West, a distance of 52.33 feet to a set 5/8—inch iron rod with cap stamped
"RUNAWAY ASSOC. LP",
THENCE South 38'21'42" West, a distance of 105.79 feet to a set 5/8—inch iron rod with cap stamped
`UUNAWAY ASSOC. LP";
THENCE South 72'48'34" West, a distance of 173.45 feet to a set 5/8—inch iron rod with cap stamped
"RUNAWAY ASSOC. LP';
i
THENCE North 16'14'52" West, a distance of 76.66 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP';
THENCE North 75'17'30" West, a distance of 17.20 feet to the POINT OF BEGINNING and containing a calculated
area of 22,827 square feet or 0.524 acres of land.
NOTES. The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUKAWAY JOB NO. B000319.005 PAGE 16 OF 16
-'7Stephdh R.Glosup EXHIBIT"B"
Registered Professional Land Surveyor
Texas Registration No.5570
srg@dunaway-assoc.com kr _' PARCEL 3
TEMPORARY WORKSPACE AREA
August 25,2017 't C,IsrFH
��- .�, c� acS
rvro..............irr.
DUIYAWAV STEPHEN ..GLOSUP 1=� A PART OF THE JOSIAH M.C. LYNCH
►684. .. .. SURVEY
".�y�5570 •� ,ABSTRACT NUMBER 955
y,
AW
550 Bo1ey Avenue•Suite 400 •Fort Worth,Texas 76107
Tel:817.335.1121 :
FIRM REGISTRATION 10098100 M �� �1� City of Fort Worth, Tarrant County, Texas.
THE CITY OF FORT WORTH,TEXAS FORT WORTH
TRANSPORTATION & PUBLIC WORKS Yv
TRAIL DRIVE EXTENSION
PAVING, DRAINAGE & WATER IMPROVEMENTS
TRAIL,DRIVE VANZA.NDT LANE LANCASTER AVENVE
(FROM UNIVERSITY DRIVE TO (FROM PROPOSED TRAIL DRIVE TO (FROM UNIVERSITY DRIVE TO
LANCASI'ERAVENUE) FOCH STREET) FOCH STREET)
DESIGN SPEED=30 MPH DESIGN SPEED=20 MPH DESIGN SPEED=35 MPH
j — uxasrx e�xue' �
I n
BETSY PRICE
MAYOR ` -- DOUGLAS W.WIERSIG,P.E. DA 1'F.
DIRECTOR,TRANSPORTATION AND PUBLIC WORKS2
DAVID COOKE
CITYMANAGER -- -—I caEsn x[aM9/; I _,—__, 1/
CI
RIS HARDER, DATE: gQ
DOUGLAS W.WIERSIG,P.E. � 'W•F' Qr�'` �� ASSISI'AN I'DIRECI OR,WA'ITRDEPARTMENT zg�
DIRECTOR,TRANSPORTATION AND
PUBLIC WORKS DEPARTMENT -'\ ,-PF JECT ; 9
`SITE
KAP SHUROR RIRI�A DA
ACTING DIRECTOR,WATER DEPARTMENT j r _.— DIRECTOR,PARK AND RECREATION
RICHARD ZAVALA
DIRECTOR,PARK&RECREATION DEPARTMENT REVIEWED:�� REVIEWED:LEON WILSON.P.E. DATE:
PROJECT MANAGER
LOCATION MAP
z
0
TRANSPORTATION&PUBLIC WORKS
CAPITAL DELIVERY DIVISION x
FILE NO. K-2538 X-24631 JUL Y 2017 Ca
CITY PROJECT NO. 100742
an aaaca ua maoos FFF===
PROJECT SPEMO NOTES PROJECT SPECIFN NOTES-CONT CONSMUCnON STAKIuI:
l ANO/w IIITMTOp�,A YAIN�S A r OWES MLL ON ME IP WO IX EE ro l THE YONNG ew IlIH£W#WENT w WA I6mu w AM WT 6 AREAS MAY ARE aoN wAv ML PIANSE w A I—nvf BASS ME
Sen WA!£R ME mneme_AdrR£wsAfIGE Oft OIOED.w E ALL—•A I—I 6 TWO MC YEN w A—Mm
Y"111DN9ws—ME SVPP� vR01EORw w Au VT ISLES P&vCES REES vEPTIGt CwWOt AS Ap£(WO
S HWE GB SRF GSA s wTMrNACE wP 1--�AHn Al ISME
9rE MrvRwrat a wM WARS sET w IK.Wwr-O�-wlr uuE
Sa¢v�µ0Y51MRUCNR£S ROM MO-0W E LRWNO c nw.I I E lP. is REsmvswLE ALL )MNw— ME m SHALL smVCT ME mP. sm wrs wSO srAllwMc
Tw'S R£E5Pw9&L rc� NonfY A B u 1 owrtFs PRIw ro All Laysm c w me AREA A raw w£n N. ARm er`YA MwAL SE OSm Rwo�w soy SrArlwwG Mm r arR-r SrAKEs ar ro ME eAo:or
SME COx AND PWTEC!ALL UHMRrfRpwINSAAN6 0YE Dx"OWLInES DREG rMnA er ON D �vTWSNEN PLAN E"ALLm Ar THE H2-cwsMICIRN IFFIM'G AYO 91A4 w•ao srAnwwc wm IS orsei silx£s seT m
W.rSfglT w LdSrRllnNx
A di'RESPPV,SI(hE fA—AMYS aA A TE a v-A T G ou nt 0104 91ALL CQYIAGr ME rRAC 91AL1—Y M 694 RNYArtwS Aro Sn11F 6 rEGS(AMS CaICEAr[NC d r rc ff—T MOPM wYR'nw pryvtrwvT
'4 S9CYIS mENraAMC,SNwws4 AKO are sAAErc F.LYi1LE 51deCRr As xEEdD fra COvSrWCrlw srAMxL(SWWT IFGWtlM f MOSRMO MPT39wN
EFl"Wei WaPTM mw9nerAnw ervuam Mmrs aaiialisrw ' Awa,mlc mrd i wrnr caws AimmvwcmAwrua mmA�iveu,wAN
A"�^r -AAwe wu er ewr w Ax xamrmrs wm
AMWM PAM AMG RfwEAMw 91i-J➢I-5m0 PMTEnr pr®v NIO PMVA]E PRLSERrc nx my 9LI[L FRSNw RWPaMr sAMUNY FMER AVMan1Anw tlnwR er PR6E'ci vAN�T/,vwxwrzxwxT w A swMAW PxwttuL
ftEOIMC IXr/WDe1 Dee-S/S-ATRr TA-1.m AArecrzo PRa:exrc L4NI—Ir xE 1..NOT A rrAxArz'AT InY A
ta�5 ENEIN"Y a�__y5-ex9 Acres 1 cvonwS M A 1 EROS res
iEKAs ExG VAImv iAPEiv S15RY 611 Mvc NA FlF ALLGW6D w PMVATE PRv}�jl W�A�S .
Ire-6 �LGYYc'Y>< w ' WLpw aRres PA9Y!a�PlErS ➢R�G:'Y YS 0!
a EA,SIINGUNDASsa. MAPne nes MLY�.ALMWON IMPS w SIDWN A.—�s--1—°-1 nn Ms m was ne�rxi—1LA 1. MY suR; Www'tla'oe wA uiAmA •r
E A 15 GUnONED i ME tl ANO THE PNWIEER NFIMEF Rs xA A s M£F PIN¢CwMACIW UR>x w w CLw A win IN
ASSUWFs Nw MATESY FMEEFwW"S6Ntt ME ACWRACY w Ms rA mACR1e SHALL S'r' T EIWv6pr .LL O�Aft OiR vsn Rna YL11rU Mw. AxY sEiwvii�¢NeRA rtD Br ME Pwaccr w O<Tn9/m As A RESAT O•£R09Ew Rwr6a.
I£RrrY)NE LOEA w EATS Un�RES m �CIIal SnNC ]M1V —G£ANG E ReUIESI SHALL
CRJS MCS SrIOMxW ME rMYUOm PROiRES cW—cress R RESaPVseM1 TI' I£gnA �mA l OVM 6I WnnxO M;r R1 S TTE 0 MFn M iW01ID Cw SNALL 2 SES E—EN ttw FUx S—S x6/rB-I=rm Aaa 1 WIES AW O—S
MJMN]NrO IEett LTTiG .ARals w MEF I,— w M K COOR
S ME[w M -ESlAECISH ANY PROrFRtt YARKW.SENO—W,,fr6 dENF6ED SEWING 1 WACme`—PUS— /EY'nw NA MYPLWMr cLWs Msv EFn AS.9rOw w ®FORT Wra
smuerrai e"mr0 ITSAwIaNAL LGc11pv. nNElvaxen+erlwr pNr FEAIOVA(5,vEYW nPv. rMlCnw r. - xo REOTArIw RwRm ryAw)
rr Ac"w"YEHai iwtlxc is ro Anuslm A Ewvsmucnw Meaw£sux EENaNe vaRaWlaxc
9Mr m vuxllMwO AI—AW`ERTAAL AND HOMmvru mvrtnx Tr SIMI LII'w e uxK WMs ARK evEa—.0 —.NsPcaxc 'm"1pr. m 'E"A�EAs cv�s w P RMA..o.ne s A ee
MRwaar ria % °?mcc A s rnvErrrvi°rw wm r erv �w"owex Airass Alc ro er wsnuf0'"wmwr resrmiurlw.c
"DEIvtlKc. Au
: mACM Sou W Y E EMWW.Oa OA NM AMG LOCIMw N ESSMS IOW I.fWS r Y /ECYnaI"u,s4LL 6E PAI Toa w I—E W Pw rEWPwAHrAN, ,rS�,1 �.MAcrw.svA•.r«oxoc m me PAm.wm v mr cwsrlH,c,rw
�" Rw—I eE ccw.9xRm 9m Y r c�°aamucnw"P�rNanvc I�A`v—n—j R' A.oEvs�A.w Au Amss MvwS
NO AOS—CwPdsARw MLL BE A.O— S5. W—IS PAr 1—Mu F YAO£RGR IM REWOVIL A.aSRE.II.w Pra r GGYIR6
S MM m mF CwmACmF 4LL F ZE xl SEU"Mm E CwmACT YES r4 PRo'vsra IIRMN Wq@'OMEFWS£wLN^.I TED WMM w Pwi[vnw.0 t ro a N%..1d �oviA iSill[p Am AMmlr pE
ANES M rvµSffaICA RWSWI—Am 6E— I ABAIOwRD WTSPF I A PMOPpQD urNrY �
ME_ wRl MEPPFwER w cKr�.AxOFK�ECe)ED.G i WK w ME SwM1 F PAA Fw Pp A—All-
-=—All �AO�A�AI��S-SAS r v�E I+eti rre C�GvmicwimeSl�
PARMAMIE x�SELf WAW.srnxARDS w.s�EDMCAnS PptIAI�G nwrzcnw M DI¢T
TO NIS�WALL U NO TONLLAY�£�£ [rtes RESPWSflutt fOF P FGONINC M It IS ta MAr MACrOn M K w PPoVATE TI ME—MAC ���Oa vw sWAR£rWr rc A.WA uPAcrtn.vnry fi 9uLLW�wo[
wA DAN A@£SMNOAF05 A 54tl S rRAcmrt Is dS IWr£I£r16eLL W Ad M IED—WTY 0MN£FS M"Wlr£�M N!INS W EAAaul m 'A' Flwn Amr Ow NSmGrlw.
TY ME LOE NAS AND IE
HOIIE"Vu6Ws w avlmALmr CwUCIS�
t> E PREWrSES r sArtrc PMuunuMS Ax0 PISOgxAu WREia/ivc w ANY w v m ME cq.W nws m p AYE!CR Owro NOMe A
Rrs w AS m PR6ecr A.W AddnpvM GnWEH.f, wLL F A AE AT�U m
T Zr RCS K m�ACrtW M[D ALLSALLY WPACr£0 Iv AW PMYArE PRO�Lvrc M w— Au —P up YMmAsnA— SrAum Y ro
Ag MSEGS C_wvle'e vATE xOAMS Ax0 A— 11.ME Lr—1 �A—11 Am'w ME 1 WEA ALL 9A4�IU mFm.IVrEMA1 —S ut eE s� �
PRE-CYWSIMAIgV tNml6 w CMD Prt34Wr16 SNI F WV9LA]IED 5VA9 1 M ME —TAI EIC ALL 9E—XLNd9wsFD w Ar RAPrAErE ME att's M1 T. N6MAw A M AM PMw ro ARedAsr m e<EW.NOrm e1 awmA<RW Em My
!w ME Pw.[cT"w° tt RIE RW T£O U �MICNr SULL MPFMoi of AE�aseruwasn°MiroMIX�'ce S vNO,uA1 I ISNA�I�ao ro mW w aAMI'.uv:S
e Srz TOR 91ALLL MW AT LEAST ISE SEr w APPROIES Mg—C PIANS A.M SWEtlFlGRws w LOW AFUS w NAL NM—vERYrSsaN Ixw AAFEOrED Ay m L—AX 05 SE w v wnvS AA-w rTrtEs aeuGlID MMwi AARGVN fmv Ile PMD Amer
AT A "am Aom PLu MsmArw.PWILL
ME cwmacT6e Puss era s
6 ME PF£SENOE ON A65ENC�A I—ESENTARVE 0'M EOWNR w ME L.UySTRuemw TTEN U NOT wlwc rxw sues rnt ANn ne LL Axwli uA AL AT-.o��wAa[PM Att Dees¢ T A a mA AxAs rm _ w PAwOA,w'ES Mi£A W
T.
"L=AS—PFo9Al IS G11ED m rNE roH"ACmeS AITENTIw w NodT,'SHALL M MO NAv 1fl NO w v TFAIAL 9l N4IA CFPO9IEO w rml Pn WMOVT IIRIIiw PER.W59d! a mimiCrtW STILL WAR S£vAL UaM.WERA my m PROrtcOw AHO PW9F
ME RF9'WSRwItt m CWR£"IE Au WOWK w ALCOMAx¢wm MEF ME etlOAi PUS£Y'¢s' M�REN SA.aoxVoxc
PUHi aTr S.—.SnriMa"coW caxsrMxrlw wrArna uTONAALS A, Am£ P���'�"r° vA�M�2A oi`sli�r°laMAmv"`�raA"`6 WANE rm ALL oWuas owr ro ANr rnm0 rAwMs A5 A e-sxr W
N, MOF n Is UUEs IN ft YI RWU 9E�ASLrIE I AM Pero f-ArMM PMus NL °Y croa Prmv auu¢me E.arwe rx-rAaMc WAu ALrr'c
IMlls Gro. 4 AW LL w Y.Q—I IN rEIZ POP MER SS CWWACU 6S uY_20 w ME pUA IED WATExIAI w ME RMDwAY 9IRfAt£EW MMM ME v. IK a9tl6At O• slMcw—1 REUOWn As
Is. sNALL A iIFKAwMryILL a Au Wrn�[LOMmO M Herz AT ALL/M2£M£EONWIT A b.ME C E-IS RF9Yw9 POP xEEwxG4XA�OE- �sTHEEISIION C M Sh7 U5neAPWLExi m mE rmELr FFEE wpm�yyG src Ai pqr-oiarwlc nSvrNAcrM swu.Narsr an rf
durEA'A IFLv TME C[MVEN¢SIwFAO£RESTw—— S A-S BE
IS ME CwmACWw STALL AnGO XFID¢rl uEErWFC MECLSSAR> M£OR ro RENEW PR0.ECT Sr w��rO OV,WIE,s.—I" IE"('p),,= —A. TION
�Srz Fdgi rWn»�COdtnINARW!
ATS rTIC CwmR.ANo ANTER UNE SNVr roWIS ANO K W—TIN N wGER pa MTA.z AYCPNrk3
aAALWATE LLwSMVLMw MIM"THE POei W NIN ISD PFaLmry MM MlWr WEWAnwS
AW—SNAE w AavAAS¢MM POP!WAxM STM—ALL .tlRT.AS,ME GYMS 91r-e14-Au
�
WAYS w w w ASNOES—SPAN P�1f 1 --wi" �ALp.�A°wALL MAI�Lro vAIflIDII REPAw STALL m ME ON w P[wr WW M�/A9AQOS E GtWmAtn]a 9411 r CR NHg6 W TAE 6pMOs O'
l EASmc LVL wxr w M r xEAOwALL SIALLr REARLEO AT M£E:IPFNF w ME U A M ME GCw.xECM]/s m fAI51/AC FAOUMS tbllG F Ava.LOEp w Gw ADT dMK cwsMMllw Ed.wvp AANS M T rRN APP.Mv £.991A
w -nes-I—NO¢PMA"1E PA.IX T AS 9YaEM.ALLv wll'CI rtn WMw MEse PUNS pP ME A�Y aex�Tgq ALL°.Iw¢ws IZ I AVY E»�SruF FAVI As A 125rai ME
rS lANDscAMmAM°BU Ik.S W u:s E c.w r FRAL0.2o s'mucrgE AREw Milaix.nwALL 9E x c Acrm Yu IT eN—M PaaER wAwAGE Ls vAwTAnEn AT.9a wES dewro cwsmucW.w. £ocN srFEFr raorsoMn noy
mE�Ea wdowru.A rALLstP �rrW.wrx-rAl/w v wEn rteso u.wA�t 6E IN EweMN. rn✓eME�Mw AenYras Gtmxs rzomNe w HA9rAnE srRucnAxEs sHAu 6E
dFl01G[Y NO-w S lARRS AFEY E PROrEnTFD. IR.ACrzW Rf0/ON"AAA TM AHD WLVER r CwSTMMTKw fir wS"EiHE�msAwu9un��ALLK z M— iAA9Mo r—1 z cwMAc��maVME
F£PUClrcSAO Ilev,WIN Iqw A4'MOVAt w ON ANO PIMr AxO Mt ries Axa/LP AfRCRD wA TS APEFLTE9 0S �A nes ro5O�5.4f wTxm sTvrr�WM K kuM'E oALL P.E v25 ws-lls-Om1
vRw NNERS 9/AAIL 6E MQL'DED w OMER I—' w6 P-1 SIF xAWe A—PN92
4 r C O 9 u Fes uP AA RESRw£ME A—w we9Anws ID A cLwd nes As LDGO JA A TO MOMOE IiSO NA v®SAB Oa#C As SROM w MESE A K NO RA C C0.YR O
• I) �BEII£R MAN MA!W6w£AISMD MMM m n2 MM,ECl. S D2 FDfY w P tlPo.SED.40EWAUr M ASFAs WT9tt w PA IYIG AEL OM£R I. cWSIMCJt"wRPV�A M rFq. A[t PHas£s w
�RArpGn MUS brYLL REmW e w IOPSSL AM AE[SiAg91fD WM HNxMBw(Paw LL 6E FESPpxSP(F FOR PRONpN6 mAEFlC Cw
GtM mAcmr 9lAt EssSb.I111 P�N9a/{EQ .9A 1 AIA Mp--0'ALL 1-1 M, C ENGINEER Fa+AO .1 TO ME�-cD�vslRu1�u�nxG
ST W:ARwIAA1rIN _EA
3 °pPAwA PMES Unum nvA ,vm oMm vru%Si�sW S T�Es..AA1m�ANO-O u µr--w AN AxASTrP`AT� wamvGmw MEA Erro w a% vNOY SON
awxc mM D£ i£W os xfru 6E AccEPrN6Ec w
E4AOLwa MAc2w ro v OIE6NDFD SNAIL F PWED w roMAFD wMErH S—P4 RS rz CE A
we U TIES AS A RM'9A_T of ME cavmACIOPS(VERA RLWS EPR"TON w NI.MC AM PEDESETMA"5"WN�1 A55 M M pEt cFyA FR W IOAT—
BfFN FrtowoEn Pw—w TfWPwARy SOVMOI OEN AS T.11 A— TATE E£PMMENrA —WAYS
C A
�y�P o£rwnes�As NEEOEn Also As aFeeTm I,MF war,Ew. ew MGL sNAu ee Puo`--uNow.1 wa ISW�nml IN cwmz
B /\ ®IY�A�4f®�IQ -- CITYOF FORTWORTH,TEXAS
R7111N 0IMNAWAY TRAIL DRIVE EXTENSION
5� mr�iiaf,as's„OP lsi _ PROJECT SPECIFIC NOTES4
A,EWENCINC GENERAL NOTES
r � s E inarrlc CWmq.a." Arts aSASGs P- c U.eE(wAaLt.S.MRYUNE rvmFmraAs v erT-ALA
Asmucan.
p SEQUENCE 7A AQP oAniP°vmw o - si ecru x+iAlxc>;Ac",Aiu cw_9 AL nrLfrs. LANE OF r�au"E cxw
pI ICrs AA SS�`APEWA1AT SAPcm Ds mu�TM�TA� M Goa+smwr anr.Au eAtiw NOU MIND scNs NLrS cE
''II'' PEDESr'"DNA"SRA SFC�M�a.NOFr RAS SAL OF UNrF4ev MAMC CmDa DENCESAAS D N TLYUA AND ETC,
Dw RDATNr a�
ID
LANCASTER gENUE mErr antis sa DUMC Covina RAN Gw,EA,Ls z aoo
ry w roar www l S CC,DT,waNEE,T,LEa!MLSCW(row),CaMELG owe4v(PA).All CANA2os(MOD)..CNI VIA NCI OB RR AND CONT¢TAR
_ i!wo((����r Us wna:ro CwNwaxc vaer.'TI salminc A rmvw AND rrov EESN�
�❑ _ ,NENC�"D DU 011,,IrM PR�NDED AS mmET—O AL Arzz"—A tt'.LL-- Mrvr sivt rz[br�Au�CA�vA av� IS——I'D a__I n I=TELT ME
_ SMEwILElER J Pw rEcncN DI J2 I6 AT
nlE PHE-CpISIaVCnaV MEEnNG FONLE SI"'ALL BE UPDAIEo wID2vµD SUBS rlfD r0
AND p ANE aMFYY'S m IS ttWSDUCnw 5EW£NCNo III aEpN.K A M IC WE(r)wRa'Party CCWS—I.Mm CDNDAO—,wG.wEw. SPECRw.
M CITY A w£W5(P APPU) (EMSO)GARmx,RW FlETD G51 PA.vxNC!➢T TO SIAAWI FAST wM LrN
w RFSTRca Acrzss GRcu Fnsn"c awr AIPTH Im
11'PEo 3 DENPmcsDUN ACM PAnr Awoss cw,0'CR w iE No NaeE DAN I Nw owwxr,¢nr I mE pmr Am alsr�Am.VArF sw� INF�)LLp�eemc
FD AACZ LLSUArznDrxosvxc,ION w CPpSS'N'0"CriNwA Y CC'AWIEs OA,MA.N rt NC A M DrHEG'"nw w rNFAd
f ce EF PRDrC-1 EsmNe ANN ARWND mwr UaEr PSaR Baer molENoxc AS mrow M msE
5 ACC S BALL CN AcmaL vaaeci 5£WwCND
Mwm rmO �" x _ X. CDNSSMUCnm AcnNn�vuu a uwrm ro IS x s a n m ream Pu Uwtn' ND�HwF ae As gaEerm BY TIE waNew A.vD an w.�[nm.
SE UENCE 1 B u' ACMA �TE---I w oSrcRsn DMM AM prlrsx A— suI Ash prL n W.es a�z.M AN A"A«m Pu 1
IIj I Q O Ivo sons nm AcnNm eE Au,xm z6m m 30I°.. u�v Dvw—A
All I— nalv"�T
—lBl IT D III BAE CI£ANv�WPLL"rtn.11 ADDVnW�PA-1 NLL AS ccw.vf FaGrs'xN wrwNLw DM 1S - .ON
\\I I CWMAC� AG.w MAT MANDIB tt'9U�ENM>SOs Mw[gsmoi'nw Pa0.£Cr5 F al A nMYXIwWr ME CONSIM/cnw
l PFMLV. E � I£RRIrPrlm -LAR PWE*'C"NfLLar�C MAYRW raR srEO DU£IFRM I! �TACONMACTOP NESPw�A TOl
LI I41 ( ( C00xD A GyA SOIEOWMc� UCnIXI AOLIRSA NDA AL W P S M aE-ND9(IL1 ON, lHER
�e�pl�NO
ei r ATnIFAsr DIC DIS AND KI PC U:Ae ACCESS Rp W(FAIN GNCAsrLx,wFsrLwE W NWJ CIALL BF Cv TO!MILD GST PAmtAvc LOT AT ALL nwcs MAIAC Nvs WCODk DUs
4 AND--' l
.—I—�ELOc[FAL iLL 7 U—ASLO U'D""FMANOA CsT] —A TO ADAnpv xsPMI!£Sc LITS AND PEDtSrMaALNV ALCCrS Taal mG L[5�m]HE GSI wn+v DP
tw v TONE SNA A A p£NRFlED IN IN6 tEp sEmw.Ny
S 4UENC IA n.a"SNF eaDsxAu a LAND nAvn wl� ATNciw` rc w A%u DPnmasm vAN ruror uxE AVD NIx zwDr uaE m.mr sD6r'rr Is s.asrANnaur
1 1
1 C PA—WAWA PNDVfYENIroS
1COAMA
1 LIAS Drae ,IS 9twwArE WA rEx9 AiES
E rO.T a%wwxAnNDIN
SwNCE mMNC MF"'llalpl-CONII SFAMV.0 £D AS #9T MDaa,pl DO , w EAC,YEARN BIT l5 4raie.EiT To ISS—NOApXndAL nNE
aLL"e CPuvEN5-MLLE IS DUE TO—IT ro MST sr T I.ruR-x
,I I �•I xi/' _gy m wnn r aNDAcrae Au sere nw crowaNAnNmNraFAe x r L w raEMs lweueas FAuvAmvt nAcvw.E�1�aw ro Pmroeu eWNecnwrrl zoic.
rnwmP""`iAx"mAnrDDao CON,:c°mJ6sNi"uxA `3Lv.Ewr A,m Fm�uw;:vu feAa:wa.o"rKro cai O1Pli c '�awo mvNa nov A.v"d AT Go+�rN rPaxr eov
E U 7B x cm A c,waNArE mm PAND AmNrs mm ND NU49 AenNneS SMW APDL Ism zine WY'SeDM SM8M AAM Awn 229M 9 111
1 C TpIJ MA rrESSlT.r�-I—.wAtt avEx AC(SSr IO GAFiMcrcw flpp Gs!PANAN Dr raar---A A !E Evwr PA—O.
W LAMASTEN
smucn
.h ���rTENvmANr caysMMT�=�dro a rout DSL:AT uxcnsTrn M>EasEcnav w
z r R w waNc r CO IC TO I I www MR A AS A P,w s AAD A,D e m Rl ASPM ON e m w AC AL �.
v A zwDDr rnrrACE ro eF s SID.rrAiNO—IS AAM ASY PARD LEV B ACHwrN W.�n.caIA,1D
/ um°Ev"o.uv cav moGaP Ne w�Anoa r�WOTEe'Lnw .SHALL BE eaysnru�.¢mlvoo"eNCDu"n°Ws'
ALL munw inn nov Ew mM MsxcrzD A Ro Av PA rrNr All
��1 1
—MAC—TO ro INTT AMC LYW Dh�iDa wtlIW9rY ROAD, NCA TER AVE:AND iow s�AND GRRfMYVv�cerwa AND INOLALL As APPan LE➢BY ON ar
STATED W aNWALNOhS ABOM D Dta.ro MsrwttED ANO AONS)eD AS Slow M m wCVIEFM.ANO A5 NE¢sSANr BASED
ACNAL CONAMIC,m ovwaNC.wf wCPDCN A—,_r Mm F—TON rrELD EAST PAAMM LOT lESFRSIcrED WE Ar Lmm65TAA2'nw.MIll mR SNA4 L1°Ex Alp
_
-'I
N AC%1 F�C DI—EXISnN6'GNCASTw A K,w ME AMM ONES—I.I.CO oAACTOR SHALL 111—DFmue B—AS 6NOw M wLs1AIS
Tw LIT EAS,PARAINC I,MIDA ftl6wiRrcrEo 9Y CalSDUCn,H.
AEwYRETr ll BFaNNINc 7N W Gew, ro cavr cTTELL eurT ,,P.e.as rD xonGT ff row sheer mvrTm2rrN so,rwLc.
ar ISS C l,AV I RXN. MW TD DEI DA:D
GMINrO[FrEr�SMEEr STwu wAM s15'RH Al MW STA PAOD ro END.
® — _ 1 Tw U4NwETGOar p w 6'TAPRxc srEFM AaI vALM
LICIAL
PFFAG TLY aEPAARR Rei sIRE£i..pE-mw rc DAM4
6 —$ CT ISNID'XED'—As srow M RAns
A[gNN£Cnw ISIN VACUDN EXCAIDDI MErllm Pw SECnw L M 10 m a'IFNNTx£nlf OC11IC A'WAIw NAM.aNr LCGnW,TPE
Q �e�L 5 � PME 6Ar 9 Dw N RANs AND Myr
A
sIA�P _D O "wW GLA s!A Sm m STA,. ]6 DATE YALVF AHJ rAIn I.
w'D w NFW u+c PRensuAs TEs,v aswEcr walla LME M Accw,Axa wren—1.„w AD
w r DNA e w ANa D a M m WE SaAna 1ALM AS w w wAMa r P A., na NALM LAroNr 9
;j ctiw PRalsf,Je'wmt LANE m EnSnNG JB'WA)w GNL As SHO W m RANs AM W ACCaepaxS m NOTFs,.a i5 w cwEnA,SEa2WCNo HOLM AODM
LnI TO ro TETT:aEAN.ANO aANNO D w B AssmU TED mm mF ttwNFDnw W ACCCNOANCE wlm 5£DnW J,w Aa
waNATe win a>r ro Pucr NEw uxF Mro swN mer wESNc aasED Ls,u nw vALrEa
p iz ALL LANCA RAMC CW IRDL GLOOM Nwm a TAN 1—AT CEwrdF STREei M ACCONDAMF m AVPNCMD AAMC CW Ma.F AIA
r6 'NCROixA1E ww am ro a05E 6___
'WAI£MANE ISIXAIrm YAL E3 AS— w wAMT rErM,W tiro ISDY�� LSM Ula/T 9fEEi
vR4Pe5ED e'M UH£C M OMNIA—1 mal sn Wm m w,M[YWxe eA TE wL" N ANT. D smwtt NE-[aWEDRw.PNESStml W r AAI D OASCI
DIS B_I Ail A�"i sA�N WD 4inm„a.mO AlD�STA
ivTO��HeF
e � � T (W AM DDM SrA LANCAs A T DOL A�NRESSAav MNIAhI W N TN .LANSS
[Y CL,Z ,mE 5Wm Ix2 uNEr BONG CLD-LIS LL GRNRICTIN FICD DIA wa LAMA�&MY m OT M TLY REPAIR
M LWCASiw A VENUE Pw mTAK A/55,MUC t AAANDDI OAS nNG smRN AT LAKA R AM AS s4Ow W RAMS
Rs.a:AIE—.1 Iu.uMMAna+vats A�a+1 LUNc'ASTw AS sNpw W PLANS ae�N 1 g-R—
_ NIS PRMn6ED SICK nOY Ea/pMIXf.RFNM0�SB'LAC-P—,A".gsPa�.��—,D,p5A T1OaWE"ID NC.WNC
.�1 uxa57M nI AIwOIENENTS NC VExUr r SWR➢,NTEwA[MM PANAIwT;
iIR t GN�CLASTER Aute MAMC GONDOL MAMTMNND 0.pEVRE ro Mw MAC MW ANO N ND Came Pm:AL£M PUC£ASASp DAM
5£mEMe IA R'e]Ale A4M7pD�A41E NOT w r�E er A"uouMT LAi A a ALL Mu R 6E MbNFtEO ei pEEENuc ILII MIe
cauReD MASDA`A DSM s T6EI Ts PSAIi.wrro ITO
SDam Nv,IDop WP6D wrEwu ccew PAIe 1 ADA RAws"""ARav(—'a}AVD oerMz AS spw
g N RAYS
1 CWaF1E vAN AI®i une¢o1v01£LEI15,As 9pw W PIAxs MaLdNG 9DEwILr,ALN RAu✓S AS9IALT PwM A!S.14!+52,,RT.Ahv gLUNMAINY(CMaYr 9J,
... NSINL 2'Low RPE AC£ AM FlMm GA AS 9pNl W RAM
LFaY ,RAMC EETTIm w TRK PIM AM vAx ZNpr mal GNCASTw AvvpF ro rpal SM¢C
e. —1 AA--rTE1D DENM DNA¢AS grow BA R.aNS
pp w A S N6 CITY OF FORT WORTH,TEXAS
$$y- ®ian X19®ran 'WAY C— I': TRAIL DRIVE EXTENSION
SUGGESTFD SEQUENCING FLAN oaa5ro�
SHEET S OF 2
sEDUENDE 1 rDNsmucnav r•avc
SEQUENCE 1C-UNI4£RSITY DRIVE AND FRAIL DRIVE 50DTN O CRESTIINE ROAD
xvwt CAx_I Wm sada IA—A.1B My-6E[moanN ttwA —Wm—sM'srWc—
LANCASTER ENl1E IAsrau nwaeARr cwslxvena T—S AIS S-IC Irons Ax E.,As mrou0W w pxS A,ro As wBr W waxcm RASEo w TUAL
AC [�slXv[Ilor.
' s9w9xava ALL rzxaxc W a
AREA o•nRAvn AARs ro eF Ws xcrzn Acro AvvRO,tD er vARs AaAr Br-rnaE Axr rnvsrxvcnov¢x,wLxaa
,^-- l --- A ursrxu-ExvsW ALL AMP 'RcpRo�rtrllev^in o°x""c W xlsnAl IX 1 er m o nvpR°o,m er v',I^Ro A¢xr C w°Yc o°yxaio�w°i
p2 LTNSIF1MnW COIIIS-
�— mxsmlpr srurr_AI
s A.
r uxr�srr aS A ,Ir As surm w m.AR AS aREvovs sXa.A
CPYMp.Alp%%ppWO rOWIS INS o rED uws A R 1 D er E ExpNLLR. xcQ35ARr BASED
vte rE afro Axo src cxciRix[r Amxw vARs wA,Xrzruxa rAouncx aLvo�r ALL smvcvaes Axo aesmucncws As aRcerm Br wS
ww+roaR.c°Ne11AIll L aa. ro
; �4rIX9�a�E. AS.p�.W ro;rA,G6. D[.4 SpW pux4 R¢rax[
U rRawlRr �Aorci A ¢awls ro su IO 1aRpAlpxs me AEW savALS 4TArpm,x�Lixu
1 � "''v�,WE9,ExT.roerAiss Ax
11 'l J dt061 Ar,W E AM BENTS AFOB Nv �93G2 As—11 pLu'S W¢oCARe SpEwAtws A-wlw,xAnW(.Atter A}
1 A i�uwr n Axodc ur m
,y ! rm 4, K.srrAsnx6 tm 1 I. ¢rAl pmAR�mv C mxworo 11-1.IXn"�°."`Am^S� q`ups A AS RrucncwL'^'cixlxx"REx W AcrvAL rnvsmucnw
S w a^RIµryvn
1--.,I I 2 ST LL ERovW PRoIEcnW AS4,x pLWIR'.v it�pASR q�EC>EDB i E ExaNEFR BASED W ACnAA[¢W4IRUCPW SEWEAOxC AAO
^CCNDIPWS ALL EA0.4aY COViRIX AXD FREE PRc2CnW iFNOx'G WMM xieECrtn A.AepRC_By pup AGENT enmE A"CErOLInW
Qp+ CWSnRMTO cWrw¢S
l� /y S COxiNACR`R 10 SYJBIY�C CW C L AlO M.w/Dv uvl�vI 0.w1EANO—A.4ALW—AS 4NWE AYC M4 LL 5 AS M IE STA IID Ix-ms L NCrtS 1
�' • AB SEED WAFER .ApEiovR spxxc Ey^FyANS as MPE�Dt£B➢9Y nl ExvvEIIt.A XE43SgRi
�, 1�` I n� F o c T ¢•Irnrrr RRalcr oEw AXD srE¢umxc w¢uowG Ensmc assnpE pAWxEnr As sxGW sv ww;
E'm�0�nE PRYrv.¢D N�wACn]nmr a CWxECnW4 USWC vAWW EICAVAnW YEIIpC pW SEDPW Sr a5 ro ro CErERw/NE m[drsnvc r'!90'WARR YA/x.q'NI
e ,xsrALL C,xE f1KM STA SW ro STA—1.W¢LDNG N'GIE vAL,c A.vA¢rA.—xroR 1
u IEYAxARv rLsi rtuc3 A i EA[r EOF NEW l rE ro vMSSwE'1E51 A.—1W RR LWE d A�'pq]AxCF MM SLfnW]]d An
��� ¢a4f FA411NG 3I.'d M'WAiFn LWE f5(IAnW Y.rLYF9 AS Sxaxx W WA PF 6EWAp AxD ISIXAr,W vAL, uI SIK£T.
`� rzIv E«E ro EWSWc tr d m•W aR uAcs As vroW W puxs w A
AxB ccawA.vcr xons u u
d ff GsxwA<sEWExaxc xorEs W
II \ _ —' -' ''-= i1 CWAC1PR Fpm 1E4N[IFAK Axp Grss6[Cf FIE WpA£ASSq¢A rm Wnr ME GggECnW w A—W1N SECnW ST oa K
'CA. rX arr ro rtA¢ner u+c�m sxw¢Br�Bxem ana.D,saunW A
/i �1 IA N�erE2��scuur�xArmWls Ar welwsrr Em,c Am crresru¢BOUO wnrnEcncw AND mvaETE m,Au AT xxw urxwevrc AID mnn Dm,E
SEQU NCE 2 ;aws,War tieW¢wR Ara sAxwus AT¢Ws,vE As sxoW x wAs
—IA—
Au Amc¢wlRtt IrcA a`"�` sr.rae.n ro srn ro»w.As smwv Ix rx..Ys aa—rocx+us Axo xeuaxAnW 0o 1 A)
L— ( =may! " 6 c�reroi xte mWownrs ro mAmc
I -S iB. macer WOE t.woceAlesD
A.amGnW wpROIeWXIs As.woW nr puxs
® a
..� mHiWm oew 6Etuu
;;=1 'AL,eY'[n rrBWrr_AvertARY 94;For90,6
® MA6.nAlmre
® mf r ACr£SS ro cur elArex:Lor Or FARAwGroV mD ITBW uxlAsnR_A-1;w16
Lw4WOCPW n [ptrl'ElE-AKY 91 all
SEQU NCE IC IL Al
-WArerR
w rorty.rnxsmucl,W G,cxGR Gm ne
Imo,_ °�.�.� cmScna+s n+E TVLaWnc IaLslass BY W—BA1 Wu wtwoE A tzaomm ar¢rnle Wr ro iAt rnvm^cmx Iw
17"nR CAr R}OM 3`sMCW MESRWE WrE MAr nlE AcnWrc,s xor
rcIMrEDn�ICIIIIRACRW. rxE MnE4rW£41114r BE[UWL£rED.W AP2P1AB1£1D TK On by iav✓M
GC PK DA 1Es sroW®.Ow.
En IxCpnv£/b4VAtE1vn1E rKEsmvEs
KZ NRK IS!C6-016i£IIPY t SO'W P]w6LE A ANO 1}1'BG-T
2 r A 9016-T6 WAY ALLiCS ro FAARMORW EC1O-S LOT ERCIII IANGs1ER-
A
AAwL I;YO1B CVUF1'LM.W tx Ta•W IERCAAT B �IA!re
urn 3mB-pRaBDT awn,a
N
k/e� em OF FORT WORTH,TEXAS
��` •°®�� �WAy 'L,;—��,�=� TRAIL DRIVEEKfEN510N BIa*
®Wr.A�....mAm.laW�.,owm uT�ro a
coaaolr+ATe aalHrs cooaolNATe POINTS
° rra
LANCASTER AVENUE ACe/]r U°EM°NT r�.vwa rra
eeaaraaT esseravv �` _ ae
un b
r Ptleaev.Bt t° anHaau __ ____��UITSr�eouNnu—r -- Q.1-Q �lfp/
n LOVSfiVGn(1V ,� ��(.ISEMENT/.1� /
1 rnounei1)
�a =21ro�—,l a w g>alrro.�y I
3l91d 4 PFRY T rss FA IY—T ~ s
evsevn.v° I (p— al l�Fl /
.° ' oey`V raumur—,� �`g� vxrcr l
_ >� 11 v.avcv mvrrmxnnv vs� O
ro o I ravrorr(v m.L v.v.cau
v a°'1"smr"u �' °iiorriv as I as s
BS15iaeise , r
axaaam evnraa.m �.___ rzuaavwr I o.a.rcr.
e
inn." ev°>.atm `e I8 usrwnur[P .vl > nar awsmucn
Iw rur ryum t)
Wiesen
°iu°i'n'e0°i i°>r"u�ae v I �rear�,wr ernsrrsuena. _p� S° v �...
.....
\
anewm':w .vo'ao`a SI// .mmr l..am_e) C A .ss'"'u'sTrmw
VPNr.c. /
A,
I
a /
°v°�°iW»b 1 I9 Pr �°•
d27evs Mxiau wu xoecvs uewm.0 eewrtc i �sr °' �w 3r,s / '�
vercr Qo _ prop
=12
I
�t
'm 6a>b CIN OF FORTWORTH,TE%AS
0.ri011 '9Y1®Ri W��MWAy TRAIL DRIVE EXTENSION
f`F3' meeww....ar�.r,eww,r>um Izs.0 r �"T
R.O.W.&EASEMENT PLAN 7
�I�
X m•a.aw STYPICAL SECTIONS LEGEND
c
�� se'rmiau � ra rmmu � vex g nav aamy+/eecre var
s� �� wI W ® a�scenavBes�s°Ee°
f I i f `i I ® rfp Pea.V��S-a515�
�.:, :,i -a _ c:� 1:-. "�`•a\`
ram, ��� .�, I e'wrc zm I m.rB tas/TAsa nroau
Xu. a vc.c I >w+c r wa+,�. e v I :arsnc"vc»s�ex'ras
wu:��.i I onc�lf `"rsi..0:Drm�n I vr1 nX � rro�.,ri:`co
fwsnnc e•tune,ttv. L c a wxa m, ® a-ccneacrc seew.0
LANCASTER AVENUE LANCASTER AVENUE
C� Anro+L B
"" "a �remix°i r°Ni'�i�-oan.'aosrz w ose
� eaiae III4M kAW. '. 'a0.K J g,E
k Sf 1vrIGLL B 2'N/l' aroT l�o xl io 1'ECPO�MS I9R�� tRbW4!Oros
G�A,tA�n•R�9 .n' ra
nwr mneD ale se�
WI ro sE xcu !� _ IW rr rr e' ��G r B v�z��srow w
ir
I all
I °[I'LL-se4ssun
rw.BrrM saxwz I i / � r•y
LANCASTER AVENUE
VAN ZANDTLANE
Bas• wfs rr ro z• •umwBro�rs °a
X.re �•nxr�u���
rte sfcn
D x�D Q t jw =• — f-=
wa
I I Tp
I - NLL MPM Si M.V1
dLT
Q,s
__________,� NtL afPM.UeE+Jr cnouXD
LANCASTER AVENUE UNIVERSITY DRIVE FWISD PARKING LOT& DRIVEWAY 8
TYPICAL SECTION
/S s.yf CITY OF FOOT WORTH,TEXAS
ORTWORT = DUNAWPV �„ sn TRAIL DRIVE EXTENSION
®fes w...1�4 I .��.ww... .s r� u`
:o,~„ 14
1 I FARRINGTON FIELD mrmctwr s+u�.nAfr nwueAer xwm,�ANn mEE
S RP02cnNE ySVRxs $HORN IN M gNPNNs
N�
A-1
�itn�, av >ra ov cav°sxwuvarw .nvm
cnamNc wmuNllan
�eu�" 'alE. ",c Eon�a+a suu Am eE
i rr, �/� H(� REamam er Acnav ❑iaNa w
f "E%°E'2onixiu�"Eivo'se'«a � '� '� NPsy iaismucnavai+anc�:w
f"� � 7 I aIY MIK � 20Y
I .wars�•rn�"`aurx svm! .1
i0u1�IEC1
i
I �� '^ / � , RBESttlK Nt LEES AMO t£lA nOY
°zx xHE 2rsrc wwroi
I� EHEFf f9 � �. � •••••••••••• o-..e... ... e.... —�e •• �_ • ��CI SEIDIC �fOi
CRESTLINE ROAD __w- -E`a"°__
TREE&TEMP.FENCING LEGEND
z
i•
_ yi mAi OsrK of __
m NJ2 e
°E,manH�_ g. ai ❑" AreEt
I 3 ou
=mAA' r w lar
eoie rres��'t"EEe°s�'� I 9r
GUrrtx Nrd wF,tdc ski nes� I d10 �
�naM � \\ Re WOKKE°NE
e.nrr.
�'.
rtNaxc Tn.J m.�
G �y A El
TV O1.47
F FORT WORTH,TERAS
'Wl3U I+�WAy •fir��• TRAIL DRIVE EXTENSION N
f m�rrww�•aaem•iunwrn>•emm (125133�
ffb{� a axb°�r TREE REF10VA
SHL&PROTECIIdN PLAN I9
EET 1 pF 4
® TRF[S TO BF RPMOVM
- __ _ M � Na TAG ON NAMF GNPfR11N1 IOCATON
Ca15T.
1 1 PFn1ELn PPP wo, O a
11
217
1 ,
I -
,� gg
"�� PArNsnr m.rumve ff
xvre my)
a mwaRAnr rtNarvc ANn Ixcr 'pfA
CnxntAL]tM
Al
IN M�PIM6 HER KSPA�
oviuinna+.oiara'"inar. aR ��C1/IXI AL9Ntt Y 1� �P�
nusA.
vua�&vaxc sxoxx c arNc ares�uxc reoAn
ANc rc rtarNcl Arvo swot r ec vucm x '
n
ccuiacer Acrunl eays-u M'e£vap11evom e°V
�l x�svAa ARCA yr mev.
cansnr erlvaxc Ar Au nxfs
TREE&TEMP.FENCING LEGEND F
W I "
nn
CRESThLINE ROAD
� F.xarc lerP.1
mvmALrae rwrt exmA
FREGVnOV �� R"Lr A�
PREILR1E�Ac nNF3 MDQ lY�
COrTAGE f
Q A�t1.(.'OMMNCRON ]FArAC Mel .n
� N ,�°��N�la°EA,� �•
i AnumN�,u acrAas
Nn�
[� ko - CITY OF FORT WORTH,TEXAS
.�F��$] gyp' EIVDUNAWAY/ U-.
®�ll mm®�ll �" TRAIL DRIVE EXTENSION
Y awn...wu �Nnwn,.erNm TREE REMOVAL&PROTECTION PLANf� SHEET 4 OF 4
acpr PaoTEcnou zwE
1 UNeR root PER N0ro
cw mEE Muxx D
��,T�vD 1. axF s�EeE PcxNr�r ro IYrtcss scanm
EoeE p�,eoor aeolEermv zpvE rn.
• MMxDtACENENT CIP CWPENGT EY IRF£SYR�Y nVE CwIRACTLN.FANNR£
PaDnrnwro 1PER11'
s' �YCDEAA,EY—A�NRLwM1YIRD REP wR—ME—LIPER APPNR Flt'll A''I ES O BIER Cq rPALTA TCR f�iW1R�P M�N.MACT 1
I Tf9[CnTXE
' . _ — — — ENAM vNINSNmem 'A ro���rRA�� BY YEYO TO tOIY fp'i6rIN'wM COY
I'� $ E 7' I f4£.WO ME CWTAACRN
wM MEE nTo1ECDDv waTEx S t
�I _ SMF p^TCv M ro BE�T£SIW
AA N=IA 11 x='It- nD BYTPARD.
I �IZZMG�INw BA95 wM
TFF£DAMAGED
lxW EFN�TIIS -� _ INCx -TI ICD PN<INRC
REsiFEN�NMS M�E55 MAN KIRSMµ_MAST AOOEES''0I M£—LWIFACIp/
PARDASflSNNENPEPHq 541E iEEv PW G[/PFFINw. m
T EEE PROTECTION DETAIL FBXIW DETAIL l.A r ooA�¢wAat A As sG�n x�rnr u7n„¢o
A ME GYau uxx x ro]%v niorli tlRui Ess
ASN lh rmnl ae enr.Amo rr
_ aRcuNrzR���X Gu�,ixepn
—2
,RFE i:xa_ rxvcirar`s
m ExanxD mEE ro xEYAw p'L RT mn maiTN'M9X M"ouT°"RliDlu°Ps
"wz.. —A�'rrm°rmu°�s sxAu. A.—ArA aA,E a
�� ®oEAY r EATSTum nrEe erAAolcs ro �aDEa,An;D,NeA��cox ew Gr m¢rExpnc rs xor Pao, r
BE uNBFO-I.P(lY-o'1sE) rr sYwUEs AxE sraxm
® �PRpiELT ALL gSTIRSED AllEAS xfM BE p:N9DLYm OlY 1 AAS.
TRcTS wT/TI PARK LAxT WTI B'-E'61` 1.1.Y BES roT�AWAY 7�O�M1M Or ME
� `� _ NERw olcraux wM PL nlaro Ixawwc ir�xYTrwm�rNe°iia�� u a EmTm s'`�Gmc`,uw°c
Axe.s xcrr ro Pnwc�D REr�uwxc wuc
m fflll9l wAUE
_ A—au�rcr ca�iPACT r w. uwERA1E oA,wrr.wAu
_ au&�]HE�sar RwITwNc IN ms cr ME crez
__ `r� I`�,\CJS Flex CREI£wMlu
SOI ME ME GYL NrofRCAZ NSW
I rxF X� TMF
L{^� IIID/'!— P[P Gw MSIANCE�ADwACE>E�N ME AESf55m
.YTERE PAYAEF w ,YAL0.WACFDC£ra MU ]C-
a�A'ro PER
—A.OR R£YOp -T 1 n9H �'�• SE,fRE
ftflOMF. TRE.ATm m '%—G wC[LDE xUT IS IroT UWm SGAMS'T TIE
5 ��AA �}A 1 ,'SPACE BTIEFx EAw NAIEAHM!> 2'MOEA SC.IiT
I 4k ` I�T.EE PRD1fLnlW. /1/I) /S GL Nl4'S)A%ID �INp.�LWPAcrHw�SpL CRS�ir�N��DMAY�l��
'I APmD TD EAd11 X A wMAV f' `+RrlAgUS„m E GPZ di
�E.� .�ESQ�C 1/J DE ME WTME55 RLtlrS wn/M]nYE3 T2 msTA.vs tK
�iRVNR PP LVrIM�C 1 ROJrS E'%Z
rER w gMl£TL9
p u IxUNW 0.1YAQ
Y9r I ].R fl4INp2S 5 w M AT TK
{ __ AN9 STANDA90S TNE.S CA(IPFR SNN1P IRACnF AT m
Sy)p[ cavrzD wwsMY STAnD.wnx TRas me.M�.Aw'�s-mM cA[�we sew.
YEA t£O OL¢mAAI£TF AT—17;m�--I-
-V
R -I—
-."='{. CwnNC1w5 E xY fi£CTdI MQ MypYN
J R T�M
a w��AUroYAxNEY A—GYA=
PESLYI®m/LxcZI SNNE EYttC1m fRpA PAYIRNIS DnERMg pR"r0
3 C 7REE PRIINRlG AT NEW CONSIIRICTION l�IXISTNO TREE 7RLNK PROTECTION DETAIL ME cwnucmR
ApT ro a.v MDT RI ACME
������ CITU OF FORT WORTH,TEXAS 1O"n
�® LLG \..1• TRAIL DRIVE EXTENSION
is ®w .W..0 As.NAw.wromm - 1S3 do mg
TREE PROTECTION DETAILS 23
Ffl/0 1 1 el ��
PARE15RlLOV4.d'PFOrEcnn:PEW FOr
lRfN.4:POS) FEM01£44TV µpFTAFS(y1[{IB/e-SJ,r
�S4 AroO�YASr_
I_ WlIDf�GIOO(1 I EL'BEAN' REYcAIkTA°F fOP rRl4.0.R'AE1L
l[°b! A PAS Pr (F6.SREfrS I.11-III) I I P !' Bh I �}
+ ILnn;ro Is:wo wss1YOPr xo�v savn� Trzx
r � " (Ia� I I � °sP) cAum rxn rae RfAro a suu
" FFfYOK ABAlRA"P I I S� O BE ClEMID FQIOLID AS h�B1E0 ANO
G O MFECIED BY FS ENtiNfrR.
UwT N+P( IXUDm PPoLE�Ni 52 tlEARMG YL EHSFNC SnE FplB MAY VARY FPCUI
F vunERsir Om�.B (S>� I ' O TNBSE 9MYM dl)HESE PUNS
® �� ® � CONcroR SHALL
I I SLLVACE __T uAIP
C scE" [MIX' Z R£YOK PA�fr¢Hi
lRFf.0-Tai)
UNIVERSITY DRIVE sy L J—qq�
AdR� i sxB)Ersu Q
(2 / g
II3 SHE£r Sa 0 0 �/ SALVAGE MAfFlC 9CNAL JS�,'
� ---
I14i. Rgro�r ABwBwm I
o" PoxEF valE
Romrs� mnm
fRff.As�ecis siiij� P.zrnr. AP,ws Mllr- !M
O
=W(2M) c.unw waH"owrwc w r�us Aeu
O BEHOVE 9DEWAN'PANG f WM4w`9]v MIYE
N ) e�r EASMK�
AT£WAfFK SKivAE [xsT.Fl+J�ER1r " AA.
w sm cw ruc�"wr eifx,ew wT
]] W EAST,R NL ��Ia
REMOVAL LEGEND
J FCBi 'il UNIVERSITY DRIVE Iro+oo _X00
�4"
x.x.x.x.x,rewvu Imrs
I hl 3 ^h, aAiv.FEVBvw
E RNo� BA' ,wd
O mvcseTr
1 ��I�'.III cnsr Biu rvw wuNeipx r smwa eomcr /Ruc Po.rovu
DCITYOF FORT WORTH,TEXAS «",7
®�g DU
NAWAy TRAIL DRIVE EXTENSION
.. `"... mtrrwa".am.Pnww"enlm `17S]31 ¢
y f->yAia \ REMOVAL PLAN 24i�4� SHEET 1 OF 5
r%.�sn I � v"D�r"" � � �.r"RE� «i C1- 1.�� L� uRuss R•�ED
o m�5a alr M.w
12
'- + wrneva>Kw•o•r s row.
JI �. no it'oR n ! •rco :
aT .
xa CAN�kSTER-JSV.ENI�E. � _ V rl
ME r000smv nn'ANT,u
r. u)rmgc mx
Z \ = L�xrr rosnLr aea.vnnlz
V 1Dnu-Ls�4 mc° vLµOircua r�v
� G vaw�MRr.
C yy - pAOPEtt O�x JaR - ' -- FxiS. _-�BO DOPY�-� O cNr acmrs r.wo• msueaa
P SEd YD' P S/C2M sysRv %P Mrt IID IWF3OIDIHf
me AlW.rl¢rs.e-3D1
R sd€w u �.. .xs� T _
L — ——•— Dir vuz�
(R rr uT- xml cL�o r sccw,ur •
PRu^lAsm s'et R£F.nlNL DML£ I-��-��
555 555
35d
o •' _zp
F1 Lle.%S.e Ya i!]I fb5lpr.
D ebA.t�
545 o I�]I .A WiQt E105lING
O
+ YYY4
540 M _ M 340 b ]�JIR�TIT.s nN QISIINO
Q - Q ve>�Ir
N
W W mI>..e iW ALSDNO
S.M J Z 5J3 YARW lb3nN0
VII
U _ ur U ]D %n�rruo
cQc - lIG 4C Q et 1T�I4]02p FYISIINC
L
w ..... rT w PaK mrbiie minis
6 5P5 m K n - 515
Aft
a m h y
� uD
D 309+00 J09f30 JiM00 J10+50 311+00 JI1+50 JIP+00 311+30 31Tf00
Spc .yf ClN OF FORT WORTH,TEXAS
TRAIL DRIVE EXTENSION _
'PAVING PLAN&PROFILE-LANCASTER AVE.
STA 309+00 TO STA 313+00 81
I I I v x3xon .nun9x i t
I.
w]u[P A1[Cl.[¢n EN.3'V.E 1� ypgZ. arcmc
M
IST PROP tt RWNo"R I Ny y�yy�3 a/E VG9/RID 10 vaJ2m2
Tl _ FA6 OF CVRB LY6E33' Atl1FD mr minxxmr w
w Prmvr
O _. OrMYM.¢ mti um.�a'nro.x w mr
O PawOs"0 uu.
+ I I i/SFR OPaAv.N2
m FOCH STREET CONNECTOR nom ' I� ��'^R a+ "nav ra'r sane
M I I 3�)kMRO�PA�C�m"cfm
Q I� ♦u¢r um u "�
F am 6zmrRic Param� ..a•»m..xa
cams ���"•. �.
Q �'
o.
N°x�'�+o`.� lrl.u�'.,,. .,,,.. :.;. ,.sxe,rr�r..��o[o•,se,. 'm"o
----- ---- PR�6'
=°aa9 aoa'Anaruxc°PAwiic. x.m. I �II
(aFr.saEr zU
1.366619+' fi
585 565
360 SO
555 O C 339
+
+ +
M b
550 Q _— Q 550
H N
W W
Sb Z ? JI.S
J
I
5+0 c '� '� Waxn[A awnz¢oma
C GcscOPlMYI
3
d
sJo ff sJo
JIJ+00 3/J+50 JiH00 31H30 JISt00 J15+30 JI6+00 J16}30
CITY OF FORT WORTH TEXAS
xoom,ms
~WNAWAYTRAIL DRIVE EXTENSION
,oflx,.xxxxl Hla.
PAVING PLAN&PROFILE-LANCASTER AVE. 82
MATCH LINEA
il.1,T'7
INS A
MATCH LINEA
GRADING LEGEND
-----------
Ar
------------
N
% - -------
CITY OF FORTWORTH,TEXAS
't D U F MWAY TRAIL DRIVE EXTENSION
733
GRADING PLAN TRAIL DRIVE 108
SHEET 1 OF 3
QQ I
—
�
o e
GRADING LEGE77,
',c�_ --yC';i�� .< < t_,o+�a i� +\ A" /Xl�f so 3'r�NER AVEf�UE,\ �..•`�T � Z __eao___
Y
c. w
- ,,,ro )�� .,: ;f„ r., ... t.Aeme ro twurutr ewE£rs rm nvrowArwt Nor
Fd—t �'--- eavmms.wE v�oxN fiw R£rencl'¢aSr,.wv
t- sr NOr BE t/.4D fM COv.SIAVCn[W.
Mcr-MATCH LINE STA 120+00
FOCH STREET CONNECTORI ( _J L__ _�
-
/ E GWGS24 AlE
; 1NCASTER
L
( `euNsrraB®,wus ours vAnrwnr Aewe -- .. --' ___
SlFR NOT OIAW IR.Sr r0 M SWOFO N O `__
3 _ 5-61lWOy4wtt)FCYILY
�I 1^
r•_N10'
aat
m� CITY OF FORT W 0R.H,TEXAS
hl �➢�T W®l�T DUNAWAy � TRAIL DRIVE EXTENSION
5 manw...•rwee.Mwnrentm 125713
._GRADING PLAN 111
7 LANCASTER AVE
r
\�� . ♦w alY '
•.,'•_. (1 I uw 4 Nlvw nnw w ,x�xµ. "[lm w XHAI IS R£MMD Rw xaMwc I"mAi
. uiux ux cm" Iz°l°cap Y � �
'�:-_ — i nu�"uean�,sai ro asmr macz�s°mR1ms i m�mc s°rwmm�es mow
. . '"re,irrtr�'rww cav e�vs mrrec xzX
�� y- yr w °+-- lrrj� Ruoa .N-i •'R+ H°c m>wc an,°, v a*TMr miiwv nucr,r%
_ TRAIL DRIVE'—-— •+ ,ow w �� �><.,
y
e4 I qy � x Rxx
tom_ ___ 1x °n�" Rm,�, uiw
t – x w mvx�°er`'°'mow «w
.Z1
I Y a
11 Al
.T'7,
ao�
1 1', �nS �` - " x,rc eax wv�c�en,rm,vamvrn
.-
i m ff��rw•�.
J
IA.
x
1"! ` • f'�..- I (a! rse x TiE _3 M
Y ry \ ', ie°).si ,sure ) ze ,f• _/ r,
1
f.
.•`` � .' F __.. �� _--—'— -- ? r�v,wv mor o mrrtr°x xcas ovrtee�
f
bTRAIL DRIVE
� �1 ,°c ut>Lm� Q ,ssxo�°r���mru°`rn�..sec•��ni
Mf
8
f `ificPa°e xmu x„cx�sa w,x:x. ac arP. .o o A d
3 emuu°.wnzz Nx,r nv (a>)°°ue xsuur ur.xmx ezaeceev sxmzs xo.nz i I-�--�---�-�
_ Y�d�� SEE SHEET 1 B6 FOR PLANTING LEGEND
cmu+ fN w,ux aau urs,e FOR NOTES AND DETAILS 8EE SHEET 188
CM OF FORT WORTH,TEXAS
1'DLINAWAy TRAIL DRIVE EXTENSION
OTm.srw.,..f=H4w wan>Arma
® LANDSCAPE PLAN SHEET 2 OF 4 184
mi
001113-1
INVITATION TO 13IDDERS
Page 1 of 2
1 SECTION 00 11 13
2 INVITATION TO BIDDERS
3 RECEIPT OF BIDS
4 Sealed bids for the construction of TRAIL DRIVE EXTENSION,PAVING,DRAINAGE &
5 WATER IMPROVEMENTS,City Project# 100742 will be received by the City of Fort Worth
6 Purchasing Office:
7
8 City of Fort Worth
9 Purchasing Division
10 200 Texas Street
11 Fort Worth, Texas 76102
12 until 1:30 P.M. CST, Thursday,August 311h,2017, and bids will be opened publicly and read
13 aloud at 2:00 PM CST in the Council Chambers.
14
15 GENERAL DESCRIPTION OF WORK
16 The major work will consist of the(approximate) following:
17 Pavement: 12,005 SY 11-inch Reinforced Concrete Pavement, 9,730 SY 2-inch HMAC Milling
18 and Overlay,4,278 SY 4-inch Sidewalk.
19 Waterline: 74 LF of 8-inch Waterline Lowering by open cut, 142 LF of 36-inch Waterline
20 Lowering by open cut. 1 EA 36-inch Gate Valve, 1 EA 24-inch Gate Valve,449 LF of 24-inch
21 Waterline improvements by open cut.
22 Drainage: 80 LF 12'x10' RCB Culvert, 88 LF 36-inch RCP, Class III. 352 LF 3'x3' RCB
23 Culvert, 250 LF 30-inch RCP, Class 111. 1284 LF 24-inch RCP, Class II1. 240 LF 21-inch RCP,
24 Class III. 20 EA Curb Inlets,2 EA Drop Inlets.
25 Signalization &Illumination: 2 EA Intersection Traffic Signalization Improvements,
26 39 EA 14.5 FT Washington Style Street Lights.
27 Landscape&Irrigation:
28 360 LF Cast in Place Retaining Wall with Pedestrian Rail
29 Parkway Landscaping&Irrigation System
30
31 PREQUALIFICATION
32 The improvements included in this project must be performed by a contractor who is pre-
33 qualified by the City at the time of bid opening. The procedures for qualification and pre-
34 qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS.
35
36 DOCUMENT EXAMINATION AND PROCUREMENTS
37 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City
38 of Fort Worth's Purchasing Division website at bq://www.fortworthtexas.jzov/purchasin and
39 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The
40 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or
41 suppliers. The contractor is required to fill out and notarize the Certificate of Interested
42 Parties Form 1295 and the form must be submitted to the Project Manager before the
43 contract will be presented to the City Council. The form can be obtained at
44 https://www.ethics.state.tx.us/tec/1295-Info.htm .
45
46 Copies of the Bidding and Contract Documents may be purchased from DUNAWAY
47 ASSOCIATES,LP. which is located at 550 Bailey Ave, Suite 400,Fort Worth,Texas 76107,
48 Phone: (817) 335-1121.
49
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 22,2016
001113-2
INVITATION TO BIDDERS
Page 2 of 2
1 The cost of Bidding and Contract Documents is:
2 Set of Bidding and Contract Documents with full size drawings: $100.00
3 Set of Bidding and Contract Documents with half size drawings: $50.00
4
5 PREBID CONFERENCE
6 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO
7 BIDDERS at the following location, date,and time:
8
9 DATE: Wed.August 16, 2017
10 TIME: 2:00 PM
11 PLACE: 200 Texas Street, City Hall
12 Fort Worth, Texas 76102
13 LOCATION: Conference Room TPW 210
14
15
16 CITY'S RIGHT TO ACCEPT OR REJECT BIDS
17 City reserves the right to waive irregularities and to accept or reject bids.
18
19 INQUIRIES
20 All inquiries relative to this procurement will be sent via email and should be addressed to the
21 following:
22 Attn: Leon Wilson,PE,City of Fort Worth
23 Email: Leon.Wilson@fortworthtexas.gov
24 Phone: (817) 392-8883
25 AND/OR
26 Attn: Josh Wright,PE,Dunaway Associates,LP
27 Email: JWright@dunaway-assoc.com
28 Phone: (817) 335-1121
29
30 ADVERTISEMENT DATES
31
32 1St Advertise—August 10th,2017
33 2nd Advertise—August 17th,2017
34
35 END OF SECTION
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 22,2016
0021 13-1
INSTRUCTIONS TO BIDDERS
Page I of 9
1 SECTION 00 2113
2 INSTRUCTIONS TO BIDDERS
3
4 1. Defined Terms
5
6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72
7 00-GENERAL CONDITIONS.
8
9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
10 meanings indicated below which are applicable to both the singular and plural thereof.
11
12 1.2.1. Bidder: Any person, firm,partnership,company, association,or corporation acting
13 directly through a duly authorized representative, submitting a bid for performing
14 the work contemplated under the Contract Documents.
15
16 1.2.2. Nonresident Bidder: Any person, firm,partnership,company,association,or
17 corporation acting directly through a duly authorized representative, submitting a
18 bid for performing the work contemplated under the Contract Documents whose
19 principal place of business is not in the State of Texas.
20
21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
22 (on the basis of City's evaluation as hereinafter provided)makes an award.
23
24 2. Copies of Bidding Documents
25
26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations
27 resulting from the Bidders use of incomplete sets of Bidding Documents.
28
29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the
30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
31 for any other use.
32
33 3. Prequalification of Bidders(Prime Contractors and Subcontractors)
34
35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types
36 requiring prequalification at the time of bidding. Bids received from contractors who are
37 not prequalified(even if inadvertently opened) shall not be considered. Prequalification
38 requirement work types and documentation are as follows:
39
40 3.1.1. Paving—Requirements document located at;
41 https://projecipoint.buzzsaw.com/fortworthgov/Resources/02%20-
42 %20Construcfon%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving
43 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ
44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public
45
46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at;
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 21,2015
0021 13-2
INSTRUCTIONS TO BIDDERS
Page 2 of 9
1 haps://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-
2 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving
3 %20Contractor%2OPregualification%2OProgram/PREQUALIFICATION%20REQ
4 UIREMENTS%20FOR%2OPAVING%2000NTRACTORS.PDF?public
5
6 3.1.3. Water and Sanitary Sewer—Requirements document located at;
7 https://I)rojegVoint.buzzsaw.com/fortworthgov/Resources/02%20-
8 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%20and%2
9 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre
10 qual%20requirements.doc?public
11
12
13 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within
14 seven(7)calendar days prior to Bid opening, the documentation identified in Section 00
15 45 11,BIDDERS PREQUALIFICATIONS.
16
17 3.2.1. Submission of and/or questions related to prequalification should be addressed to
18 the City contact as provided in Paragraph 6.1.
19
20
21 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low
22 bidder(s)for a project to submit such additional information as the City, in its sole
23 discretion may require, including but not limited to manpower and equipment records,
24 information about key personnel to be assigned to the project,and construction schedule,
25 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to
26 deliver a quality product and successfully complete projects for the amount bid within
27 the stipulated time frame. Based upon the City's assessment of the submitted
28 information, a recommendation regarding the award of a contract will be made to the
29 City Council. Failure to submit the additional information, if requested,may be grounds
30 for rejecting the apparent low bidder as non-responsive. Affected contractors will be
31 notified in writing of a recommendation to the City Council.
32
33 3.4.In addition to prequalification,additional requirements for qualification may be required
34 within various sections of the Contract Documents.
35
36 4. Examination of Bidding and Contract Documents,Other Related Data, and Site
37
38 4.1.Before submitting a Bid, each Bidder shall:
39
40 4.1.1. Examine and carefully study the Contract Documents and other related data
41 identified in the Bidding Documents (including"technical data" referred to in
42 Paragraph 4.2. below). No information given by City or any representative of the
43 City other than that contained in the Contract Documents and officially
44 promulgated addenda thereto, shall be binding upon the City.
45
46 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and
47 site conditions that may affect cost,progress,performance or famishing of the
48 Work.
49
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 21,2015
0021 13-3
INSTRUCTIONS TO BIDDERS
Page 3 of 9
1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost,
2 progress,performance or furnishing of the Work.
3
4 4.1.4.Study all: (i)reports of explorations and tests of subsurface conditions at or
5 contiguous to the Site and all drawings of physical conditions relating to existing
6 surface or subsurface structures at the Site(except Underground Facilities)that
7 have been identified in the Contract Documents as containing reliable "technical
8 data"and(ii)reports and drawings of Hazardous Environmental Conditions, if any,
9 at the Site that have been identified in the Contract Documents as containing
10 reliable "technical data."
11
12 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of
13 the information which the City will furnish.All additional information and data
14 which the City will supply after promulgation of the formal Contract Documents
15 shall be issued in the form of written addenda and shall become part of the Contract
16 Documents just as though such addenda were actually written into the original
17 Contract Documents.No information given by the City other than that contained in
18 the Contract Documents and officially promulgated addenda thereto,shall be
19 binding upon the City.
20
21 4.1.6. Perform independent research, investigations,tests,borings,and such other means
22 as may be necessary to gain a complete knowledge of the conditions which will be
23 encountered during the construction of the project. On request,City may provide
24 each Bidder access to the site to conduct such examinations, investigations,
25 explorations,tests and studies as each Bidder deems necessary for submission of a
26 Bid. Bidder must fill all holes and clean up and restore the site to its former
27 conditions upon completion of such explorations,investigations,tests and studies.
28
29 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the
30 cost of doing the Work,time required for its completion,and obtain all information
31 required to make a proposal.Bidders shall rely exclusively and solely upon their
32 own estimates,investigation,research,tests, explorations, and other data which are
33 necessary for full and complete information upon which the proposal is to be based.
34 It is understood that the submission of a proposal is prima-facie evidence that the
35 Bidder has made the investigation, examinations and tests herein required. Claims
36 for additional compensation due to variations between conditions actually
37 encountered in construction and as indicated in the Contract Documents will not be
38 allowed.
39
40 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or
41 between the Contract Documents and such other related documents. The Contractor
42 shall not take advantage of any gross error or omission in the Contract Documents,
43 and the City shall be permitted to make such corrections or interpretations as may
44 be deemed necessary for fulfillment of the intent of the Contract Documents.
45
46 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of:
47
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 21,2015
0021 13-4
INSTRUCTIONS TO BIDDERS
Page 4 of 9
1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
2 the site which have been utilized by City in preparation of the Contract Documents.
3 The logs of Soil Borings, if any, on the plans are for general information only.
4 Neither the City nor the Engineer guarantee that the data shown is representative of
5 conditions which actually exist.
6
7 4.2.2. those drawings of physical conditions in or relating to existing surface and
8 subsurface structures(except Underground Facilities)which are at or contiguous to
9 the site that have been utilized by City in preparation of the Contract Documents.
10
11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder
12 on request. Those reports and drawings may not be part of the Contract
13 Documents,but the"technical data" contained therein upon which Bidder is entitled
14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified
15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
16 responsible for any interpretation or conclusion drawn from any"technical data" or
17 any other data,interpretations, opinions or information.
18
19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i)
20 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without
21 exception the Bid is premised upon performing and furnishing the Work required by the
22 Contract Documents and applying the specific means,methods,techniques, sequences or
23 procedures of construction(if any)that may be shown or indicated or expressly required
24 by the Contract Documents, (iii)that Bidder has given City written notice of all
25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
27 etc.,have not been resolved through the interpretations by City as described in
28 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate
29 and convey understanding of all terms and conditions for performing and furnishing the
30 Work.
31
32 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated
33 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by
34 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract
35 Documents.
36
37 5. Availability of Lands for Work,Etc.
38
39 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for
40 access thereto and other lands designated for use by Contractor in performing the Work
41 are identified in the Contract Documents. All additional lands and access thereto
42 required for temporary construction facilities, construction equipment or storage of
43 materials and equipment to be incorporated in the Work are to be obtained and paid for
44 by Contractor. Easements for permanent structures or permanent changes in existing
45 facilities are to be obtained and paid for by City unless otherwise provided in the
46 Contract Documents.
47
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 21,2015
002113-5
INSTRUCTIONS TO BIDDERS
Page 5 of 9
1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
3 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel
4 the award of contract at any time before the Bidder begins any construction work on the
5 project.
6
7 5.3. The Bidder shall be prepared to commence constriction without all executed right-of-
8 way, easements, and/or permits, and shall submit a schedule to the City of how
9 constriction will proceed in the other areas of the project that do not require permits
10 and/or easements.
11
12 6. Interpretations and Addenda
13
14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to
15 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions
16 received after this day may not be responded to. Interpretations or clarifications
17 considered necessary by City in response to such questions will be issued by Addenda
18 delivered to all parties recorded by City as having received the Bidding Documents.
19 Only questions answered by formal written Addenda will be binding. Oral and other
20 interpretations or clarifications will be without legal effect.
21
22 Address questions to:
23
24 City of Fort Worth
25 200 Texas Street
26 Fort Worth, TX 76102
27 Attn: Leon Wilson, Jr.,P.E.,Transportation and Public Works Department
28 Email: Leon.Wilson@fortworthtexas.gov
29 Phone: 817-392-8883
30
31
32 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by
33 City.
34
35 6.3.Addenda or clarifications may be posted via B»zzzsaw at:
36 https://projectpoint.buzzsaw.com/fortworthgov/Infrastructure Projects/100742- Trail
37 Drive Extension, Lancaster Avenue to University Drive/Proiect Drawings/Addenda
38 Drawings
39 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or
40 INVITATION TO BIDDERS. Representatives of City will be present to discuss the
41 Project. Bidders are encouraged to attend and participate in the conference. City will
42 transmit to all prospective Bidders of record such Addenda as City considers necessary
43 in response to questions arising at the conference. Oral statements may not be relied
44 upon and will not be binding or legally effective.
45
46 7. Bid Security
47
48 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five
49 (5)percent of Bidder's maximum Bid price on form attached issued by a surety meeting
50 the requirements of Paragraphs 5.01 of the General Conditions.
51
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 21,2015
002113-6
INSTRUCTIONS TO BIDDERS
Page 6 of 9
1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award
2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete
3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in
4 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited.
5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all
6 other Bidders whom City believes to have a reasonable chance of receiving the award
7 will be retained by City until final contract execution.
8
9 8. Contract Times
10 The number of days within which,or the dates by which,Milestones are to be achieved in
11 accordance with the General Requirements and the Work is to be completed and ready for
12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
13 attached Bid Form.
14
15 9. Liquidated Damages
16 Provisions for liquidated damages are set forth in the Agreement.
17
18 10. Substitute and "Or-Equal" Items
19 The Contract, if awarded,will be on the basis of materials and equipment described in the
20 Bidding Documents without consideration of possible substitute or"or-equal" items.
21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or-
22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to
23 City,application for such acceptance will not be considered by City until after the Effective
24 Date of the Agreement. The procedure for submission of any such application by Contractor
25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
26 Conditions and is supplemented in Section 0125 00 of the General Requirements.
27
28 11. Subcontractors,Suppliers and Others
29
30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-
31 12-2011 (as amended),the City has goals for the participation of minority business
32 and/or small business enterprises in City contracts.A copy of the Ordinance can be
33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and
34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor
35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint
36 Venture Form as appropriate. The Forms including documentation must be received
37 by the City no later than 2:00 P.M. CST,on the second business days after the bid
38 opening date. The Bidder shall obtain a receipt from the City as evidence the
39 documentation was received. Failure to comply shall render the bid as non-
40 responsive.
41
42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person
43 or organization against whom Contractor has reasonable objection.
44
45 12. Bid Form
46
47 12.1. The Bid Form is included with the Bidding Documents;additional copies may be
48 obtained from the City.
49
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 21,2015
002113-7
INSTRUCTIONS TO BIDDERS
Page 7 of 9
1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form
2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing
3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit
4 price item listed therein. In the case of optional alternatives,the words "No Bid,"
5 "No Change," or"Not Applicable"may be entered.Bidder shall state the prices,
6 written in ink in both words and numerals, for which the Bidder proposes to do the
7 work contemplated or furnish materials required.All prices shall be written legibly.
8 In case of discrepancy between price in written words and the price in written
9 numerals,the price in written words shall govern.
10
11 12.3. Bids by corporations shall be executed in the corporate name by the president or a
12 vice-president or other corporate officer accompanied by evidence of authority to
13 sign. The corporate seal shall be affixed. The corporate address and state of
14 incorporation shall be shown below the signature.
15
16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a
17 partner,whose title must appear under the signature accompanied by evidence of
18 authority to sign. The official address of the partnership shall be shown below the
19 signature.
20
21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a
22 member and accompanied by evidence of authority to sign. The state of formation of
23 the firm and the official address of the firm shall be shown.
24
25 12.6. Bids by individuals shall show the Bidder's name and official address.
26
27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner
28 indicated on the Bid Form. The official address of the joint venture shall be shown.
29
30 12.8. All names shall be typed or printed in ink below the signature.
31
32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of
33 which shall be filled in on the Bid Form.
34
35 12.10. Postal and e-mail addresses and telephone number for communications regarding the
36 Bid shall be shown.
37
38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance
40 to State Law Non Resident Bidder.
41
42 13. Submission of Bids
43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents,
44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS,
45 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed
46 envelope,marked with the City Project Number,Project title,the name and address of
47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent
48 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate
49 envelope with the notation"BID ENCLOSED"on the face of it.
50
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 21,2015
002113-8
INSTRUCTIONS TO BIDDERS
Page 8 of 9
1 14. Modification and Withdrawal of Bids
2
3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office
4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal
5 must be made in writing by an appropriate document duly executed in the manner
6 that a Bid must be executed and delivered to the place where Bids are to be submitted
7 at any time prior to the opening of Bids.After all Bids not requested for withdrawal
8 are opened and publicly read aloud,the Bids for which a withdrawal request has been
9 properly filed may, at the option of the City,be returned unopened.
10
11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the
12 time set for the closing of Bid receipt.
13
14 15. Opening of Bids
15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An
16 abstract of the amounts of the base Bids and major alternates(if any)will be made available
17 to Bidders after the opening of Bids.
18
19 16. Bids to Remain Subject to Acceptance
20 All Bids will remain subject to acceptance for the time period specified for Notice of Award
21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at
22 City's sole discretion,release any Bid and nullify the Bid security prior to that date.
23
24 17. Evaluation of Bids and Award of Contract
25
26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights
27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids
28 and to reject the Bid of any Bidder if City believes that it would not be in the best
29 interest of the Project to make an award to that Bidder,whether because the Bid is
30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
31 meet any other pertinent standard or criteria established by City. City also reserves
32 the right to waive informalities not involving price,contract time or changes in the
33 Work with the Successful Bidder. Discrepancies between the multiplication of units
34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
35 between the indicated sum of any column of figures and the correct sum thereof will
36 be resolved in favor of the correct sum. Discrepancies between words and figures
37 will be resolved in favor of the words.
38
39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
40 among the Bidders,Bidder is an interested party to any litigation against City,
41 City or Bidder may have a claim against the other or be engaged in litigation,
42 Bidder is in arrears on any existing contract or has defaulted on a previous
43 contract,Bidder has performed a prior contract in an unsatisfactory manner, or
44 Bidder has uncompleted work which in the judgment of the City will prevent or
45 hinder the prompt completion of additional work if awarded.
46
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 21,2015
002113-9
INSTRUCTIONS TO BIDDERS
Page 9 of 9
1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and
2 other persons and organizations proposed for those portions of the Work as to which
3 the identity of Subcontractors, Suppliers, and other persons and organizations must
4 be submitted as provided in the Contract Documents or upon the request of the City.
5 City also may consider the operating costs,maintenance requirements,performance
6 data and guarantees of major items of materials and equipment proposed for
7 incorporation in the Work when such data is required to be submitted prior to the
8 Notice of Award.
9
10 17.3. City may conduct such investigations as City deems necessary to assist in the
11 evaluation of any Bid and to establish the responsibility, qualifications,and financial
12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and
13 organizations to perform and furnish the Work in accordance with the Contract
14 Documents to City's satisfaction within the prescribed time.
15
16 17.4. Contractor shall perform with his own organization,work of a value not less than
17 35%of the value embraced on the Contract,unless otherwise approved by the City.
18
19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
20 responsive Bidder whose evaluation by City indicates that the award will be in the
21 best interests of the City.
22
23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award
24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a
26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
27 comparable contract in the state in which the nonresident's principal place of
28 business is located.
29
30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is
31 to be awarded,City will award the Contract within 90 days after the day of the Bid
32 opening unless extended in writing. No other act of City or others will constitute
33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by
34 the City.
35
36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
37
38 18. Signing of Agreement
39 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the
40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter
41 Contractor shall sign and deliver the required number of counterparts of the Agreement to
42 City with the required Bonds,Certificates of Insurance,and all other required documentation.
43 City shall thereafter deliver one fully signed counterpart to Contractor.
44
45
46
47 END OF SECTION
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised August 21,2015
00 35 13
BID FORM
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST AFFIDAVIT
Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also
referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the
attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS
Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City
Secretary the required documentation and is eligible to bid on City Work. The referenced forms may
also be downloaded from the website links provided below.
http://www.eth ics.state.N.us/forms/C IQ.pdf
http://www.ethics.state.tx.us/forms/CIS.pdf
2 CIQ Form is on file with City Secretary
❑ CIQ Form is being provided to the City Secretary
❑ CIS Form is on File with City Secretary
❑ CIS Form is being provided to the City Secretary
BIDDER:
Company: McClendon Const Co inc By: an McClei
rint)
Address: PO Box 999 A l
(Signature)
City/State/Zip Burleson, TX 76097
Title: President
(Please Print)
Date: 8/31/2017
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327 ADDENDUM NO. 1 00 41 00_00 43 13_00 42 43_00 43 37_00 45 1200 35 13—Bid Proposal Workbook-Trail Drive
0041 00
BID FORM
Page 1 of 3
SECTION 00 4100
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: Trail Drive Extension-Paving, Drainage&Water Improvements
(University Drive to Lancaster Avenue)
City Project No.: 100742
Units/Sections:
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and
conditions of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice"means an intentional misrepresentation of facts made (a)to influence the
bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive
levels, or(c)to deprive City of the benefits of free and open competition.
c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-
competitive levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20150821 Trail Drive Extension-Paving,Drainage Water Improvements
0041 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Water Transmission Urban Renewal,42-inches and smaller
b. Water Distribution Urban Renewal, 8-inch diameter and smaller.
c. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
d. Asphalt Paving Construction/Recontruction (LESS THAN 15,000 square yards)
e. Roadway and Pedestrian Lighting (Signalization)
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 516 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work{and/or achievement of Milestones}within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms(optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
'If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h_ Any additional documents that may be required by Section 12 of the Instructions to Bidders
6. Total Bid Amount $5,503,620.84
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20150821 Trail Drive Extension-Paving,Drainage Water Improvements
0041 00
BID FORM
Page 3 of 3
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.
7. Bid Submittal —7
This Bid is submitted on o l ( by the entity named below.
Respectf ly su itted, Receipt is acknowledged of the Initial
following Addenda:
By: — Addendum No. 1: DM
(Signature) Addendum No. 2:
Addendum No. 3:
Dan McClendon Addendum No.4:
(Printed Name)
Title: President
Company: McClendon Construction Company, Inc Corporate Seal:
Address: PO Box 999
Burleson, TX 76097
State of Incorporation: Texas
Email: dan(a�mcciendonconstruction.com
Phone: 817/295-0066
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20150821 Trail Drive Extension-Paving,Drainage Water Improvements
004243
BIO PROPOSAL
Page I of6
SECTION 00 42 43
PROPOSALFORM
ADDENDUM NO.1
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Description Specification Unit or Measure Bid Quantity Unit Price Bid Value
No. Section No.
8"WATER North Side of Lancaster)
1 0241.1510 Uvage Fire Hydrant 0241 14 EA 1 350.00 $350.00
2 3305.0109 Trench Safety 33 05 10 LF 75 1.00 $75.00
3 331 L0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 1 $5,600.00 $5,600.00
4 3311.0151 6"DIP Water 33 1110 LF 5 $100.00 $500.00
5 33 11.0252 8"DIP Water,CSS Backfill 33 11 10 LF 75 $210.00 $15,750.00
6 3312.0001 Fire Hydrant 33 1240 EA 1 $4,700.00 $4,700.00
7 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 2 $4,700.00 $9,400.00
8 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA 1 $1,600.00 $1,600.00
9 3312.3002 6"Gate Valve 331220 EA 1 $1,100.00 $1,100.00
101 3312.3003 8"Gate Valve 331220 EA 2 $1,400.00 $2,800.00
24"WATER(Within Crestline)
11 0241.1001 Water Line Grouting 0241 14 CY 26 $300.00 $7,800.00
12 0241.!018 Remove 20"Water Line 024114 LF 117 $15.00 $1,755.00
13 0241.1510 Salvage Fire Hydrant 0241 14 EA 1 $300.00 $300.00
14 3305.0103 Exploratory Excavation of Existing Utilities 33 0530 EA 2 $2,100.00 $4,200.00
15 3305.0109 Trench Safety 33 05 10 LF 449 $1.00 $449.00
16 3305.0110 Utility Markers 33 05 26 LS 1 $100.00 $100.00
17 3311.0151 6"DEPWater 33 11 10 LF 5 $96.00 $480.00
18 3312.0001 Fire Hydrant 33 1240 EA 1 $4,700.00 $4,700.00
19 3312.0107 Connection to Existing 20"Water Main 33 1225 EA 1 $16,650.00 $16,650.00
20 3312.0108 Connection to Existing 24"Water Main 33 1225 EA 1 $22,850.00 $22,850.00
2l 3312.3002 6"Gate Valve 33 1220 EA 1 $1,100.00 $1,100.00
22 3312.3008 24"Gate Valve w/Vault 33 1220 EA 1 $33,250.00 $33,250.00
Below Choose Either A(C303 Pipe)or B(Ductile Iron Pipe
A-24"Class 250 C303 Concrete Pressure Pipe Water Line-Base Bid(Choose One)
23 3311.0021 C303 Fittings 33 11 13 ILS 1
24 3311.0681 24"Concrete AW WA C303 Water Pipe 33 11 13 LF 240
25 3311.0684 24"Concrete AW WA C303 Water Pi (Restrained Joints) 33 11 13 LF 148
26 3311.0688 24"Concrete AW WA C303 Water Pipe,CLSM Backfill(Restrained Joints) 33 11 13 LF 61
B-24"Class 250 Ductile Iron Pipe Water Line-Alternate Bid(Choose One)
27 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 3.5 $7,250.00 $25,375.00
28 3311.0651 24"DIP Water 33 11 10 LF 240 $195.00 $46,800.00
29 3311.0654 24"DIP Water Restrained Joints) 33 11 10 ILF 148 $245.00 $36,260.00
30 3311.0658 24"DIP Water,CLSM Backfill Restrained Joints) 33 11 10 LF 61 $340.001 $20,740.00
36"WATER(South of Lancaster)
31 0241.1021 Remove 36"Water Line 0241 14 LF 126 $19.00 $2,394.00
32 3305.0103 Exploratory Excavation of Existing Utilities 33 0530 EA 2 $4,000.00 $8,000.00
33 3305.0109 Trench Safety 330510 LF 142 $1.00 $142.00
34 3305.0110 Utility Markers 33 0526 LS 1 $100.00 $100.00
35 3305.1009 54"Casing By Open Cut 33 05 22 ILF 60 $850.00 $51,000.00
36 3312.0110 Connection to Existing 36"Water Main 33 1225 EA 2 $23,950.00 $47,900.00
37 3312.3010 36"Gate Valve w/Vault 33 1220 EA 1 $71,500.00 $71,500.00
41 3305.2009 36"Water Cartier Pie 33 05 24 LF 60 $595.00 $35,700.00
42 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 4.5 $8,000.00 $36,000.00
43 33110858 36"DIP Water,CLSM Backfill(Restrained Joints) 33 11 10 LF 122 $1,020.00 $124,440.00
TOTALI $641,860.00 f
REMOVAL
1 0241.0100 Remove Sidewalk 0241 13 SF 8468 $1.00 $8,468.00
2 0241.0300 Remove ADA Ramp 0241 13 EA 12 $100.00 $1,200.00
3 0241.0500 Remove Fence 0241 13 LF 907 $4.00 $3,628.00
4 0241 0800 Remove Rip 0241 13 SF 485 $1.00 $485.00
5 0241.1000 Remove Conc Pvmt 0241 15 SY 1321 $6.00 $7,926.00
6 0241.1100 Remove Asphalt Pvmt 0241 15 SY 19765 $5.00 $98,625.00
7 0241.1300 Remove Conc Curb&Guner 0241 15 LF 1425 $3.001 $4,275.00
8 0241.5001 Abandon Manhole 024114 EA 2 $1,250.00 $2,500.00
9
31 10.01 01 Site Clearing(for trees and shrubs less than 6"in diameter) 31 1000 LS 1 $119,500.00 $119,500.00
031100102 6"-12"Tree Removal 311000 EA 20 $300.00 $6,000.00
I 1 3110.0103 12"-18"Tree Removal 131 1000 JEA 34 $400.00 $13,600.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revisal 20120120 ADDENDUM NO.100 4100 00 43 13 00 42 43 00 43 37 00 45 12 00 35 13_Bid NV-1 Workbook-Trail Dnw
00 42 43
BID PROPOSAL
Page 2 of 6
SECTION 00 42 43
PROPOSALFORM
ADDENDUM NO.I
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
BidlNItem Description Specification Unit of Measure Bid Quantity Unit Price Bid Value
No. Section No.
12 3110.0104 18"-24"Tree Removal 3t U000 EA IS $600.00 $10,800.00
13 3110.0105 24"and Larger Tree Removal 31 1000 EA 5 $850.00 $4,250.00
14 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 3 $550.00 $1,650.00
15 3305.0108 Miscellaneous Structure Adjustment(Trail Drive Ste 106+68.78,38'LT) 3305 14 EA 1 $4,550.00 $4,550.00
161 9999.0002 Rerrrove Gravel Drive .0241 13 SF 3946 $0.75 $2,959.50
17 9999.0003 Remove Low Pipe Rail Fence 10241 13 LF 832 $2.00 $1,664.00
181 9999.0004 Remove Gate 10241 13 JEA 1 4 $150.00 $600.00
191 9999.0005 Remove Abandoned Power Pole 1024113 JEA 8 $150.00 $1,200.00
AL
TOT $294,080.50
PAVING
1 0241.1506 2"Surface Millin Lancaster Ave) 0241 15 SY 8566 $2.00 $17,132.00
2 3123.0101 Unclassified Excavation by Plan 3123 t6 CY 9422 $18.00 $169,596.00
3 3123.0105 Borrow by Delivery 31 23 23 CY 1000 $13.75 $13,750.00
4 3124.0101 Embankment by Plan 31 2400 CY 4985 $13.00 $64,805.00
5 321 1.0122 6"Flexible Base,Type A,GR-2(Puking Lot Repair and Drives No.1&8) 32 1123 SY 1605 $19.00 $30,495.00
6 3211.0400 Hydrated Lime 321129 TN 301 $160.00 $48,160.00
7 321 L0502 8"Lime Treatment 32 1129 SY 12532 $6.50 $81,458.00
8 3212.0302 2"Asphalt Pvmt Type D(Overlay of Lancaster Ave) 32 12 16 SY 9382 $10.00 $93,820.00
9 3212.0304 4"Asphalt Pvmt Type D(Parking Lot Repair and Drive 8) 32 12 16 SY 832 $26.00 $21,632.00
10 3212.0401 WRAC Transition(Van Zandt Lane to Foch Street) 32 12 16 TN 9.6 $250.00 $2,400.00
11 3212.0501 4"Asphalt Base Type B(For use as directed by engineer) 32 12 16 SY 1000 $21.00 $21,000.00
12 3213.0106 11"Cone Pvmt 32 13 13 SY 12004.13 $63.00 $756,260.19
13 3213.0301 4"Cone Sidewalk 32 1320 SF 2%04 $5.00 $148,020.00
14 3213.03 11 4"Cone Sidewalk,Adjacent to Curb 32 1320 SF 8964 $7.50 $67,230.00
15 3213.0403 8"Concrete Driveway 32 1320 SF 5205 $7.001 $36,435.00
16 3213.0501 Barrer Free Ramp,Type R-1 32 1320 EA 8 $4,100.00 $32,800.00
17 3213.0504 Barrier Free Ramp,Type M-2 32 1320 EA 6 $2,300.00 $13,800.00
18 3213.0505 Barrier Free Ramp,Type M-3 32 1320 EA 2 $2,150.00 $4,300.00
19 3213.0510 Banner Free Ramp,Type C-3 32 1320 EA 2 $2,750.00 $5,500.00
20 3305 0112 Concrete Collar(Foch Street) 3305 17 EA 1 $550.00 $550.00
21 9999.0006 Gravity Block Retaming Wall Spec in Plans 1 $5,000.00 $5,000.00
22 9999.0007 Barner Free Ramp,Type 22 TYDOT) 32 13 20 EA 2 $4,800.00 $9,600.00
23 9999.0008 Detectable Warning Paver 32 1320 SF 328 $21.00 $6,888.00
24 9999.0009 Cast in Place Spread Footing Retaining Wall 3232 13 SF 2965 $51.50 $152,697.50
29 9999.0010 42"Powder Coated Pedestrian Rail 3231 13 ILIF 357 $125.00 $44,625.00
25 9999.001 14"Stamped Integral Color Cone Island 32 13 13 SY 52 $89.00 $4,628.00
26 9999.0012 11"Stamped integral Color Cone Pvmt 03 35 13 SY 806 $118.00 $95,108.00
27 9999.0013 2'Low-Pipe Rail(2 12"Galvanized Steel) 0335 13 LF 1810 $33.00 $59,730.00
28 9999.0014 Bollards 99 99 00 EA 34 $775.00 $26,350.00
30 9999.0015 Retaining Wall Natural Stone Fascia Spec in Plans SF 2965 $17.00 $50,405.00
31 9999.0016 25'Crate,Galvanized Steel 32 31 26 EA 3 $5,300.00 $15,900.00
32 9999.0017 30'Cate,Galvanized Steel 3231 26 EA 3 $5,750.00 $17,250.00
TOTALI $2,117,324.69 "
DRAINAGE
I 0241.2021 Remove 24"Sewer Line 0241 14 LF 22 $17.00 $374.00
2 0241.2022 Remove 27"Sewer Line 0241 14 LF 6 $17.00 $102.00
3 02412111 24"Sewer Abandonment Plug 0241 14 EA 2 $550.00 $1,100.00
4 0241.2112 27"Sewer Abandonment Plug 0241 14 EA 2 $650.00 $1,300.00
5 0241.3014 Remove 21"Storm Line 0241 14 LF 74 $21.00 $1,554.00
6 0241.3103 21"Storm Abandonment Plug 0241 14 EA 2 $650.00 $1,300.00
7 0241.3401 Remove 4'Storm Junction Box 0241 14 EA 2 $1,050.00 $2,100.00
8 0241 A001 Remove[O'Curb Inlet 0241 14 EA 1 $850.00 $850.00
9 0241.4401 Remove Headwall/SET 0241 14 EA 1 $650.00 $650.00
10 3201.0133 6'Wide Asphalt Pvmt Repair,Industrial(Foch Street) 3201 17 LF 338 $75.00 $25,350.00
11 3201.0616 Conc Pvmt Repair,ArterialAndustrial Currie Street) 320129 SY 26 $175.00 $4,550.00
12 3201.0616 Cone Pvmt Repair,ArtenalMdustrial(Lancaster Ave.) Spec m Plans SY 63 $210.00 $13,230.00
13 3305.0109 Trench Safety 3305 10 LF 2566 $2.20 $5,645.20
141 3341.0103 18"RCP,Class III 33 41 10 LF 20 $90.00 $1,800.00
15 3341,0201 21"RCP,Class III 33 41 10 LF 240 $95.00 $22,800.00
CH Y OF FORT WORTH
STANDARD CONSI'RUCTfON SPECIFICATION DOCUMENTS
Form Revise{20120120 ADDENDUM NO.1 00 41 f10_00 43 13 00 42 43 00 43 37_00 4S 12_00 35 13 Bid P,,p al W akbo&-frail Dove
004243
BID PROPOSAL
Page 3 of6
SECTION 00 42 43
PROPOSALFORM
ADDENDUM NO.I
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist item Specification
No. Description Section No Unit of Measure Hid Quantity Unit Price Bid Value
16 3341.0205 24"RCP,Class IB 3341 10 LF 1284 $105.00 $134,820.00
17 334L0302 30"RCP,Class III 3341 10 LF 250 $130.00 $32,500.00
18 3341.0309 36"RCP,Class 11 33 41 10 LF 88 $159.00 $13,992.00
19 3341,1001 3x2 Box Culvert 3341 10 LF 252 $213.00 $53,676.00
201 3341.1002 30 Box Culvert 3341 10 LF 352 $228.00 $80,256.00
21 33412207 12x10 Box Culvert 33 41 10 LF 80 $2,200.00 $176,000.00
22 3349.0001 4'Storm Junction Box 3349 10 EA 10 $4,600.00 $46,000.00
23 3349.0104 4'Stacked Manhole at 12xl0 RCB 33 49 10 EA 1 $4,250.00 $4,250.00
24 3349.6001 10'Recessed Inlet 33 49 20 EA 1 $4,000.00 $4,000.00
25 3349.6002 15'Recessed Wet 334920 EA 2 $5,800.00 $11,600.00
26 3349.7001 4'Drop Net 33 49 20 EA 1 $5,300.00 $5,300.00
27 3349.7003 6'Drop Inlet 33 49 20 EA l $6,400.00 $6,400.00
281 3349.8001 1 O'Type 2 Inlet 1334920 JEA 18 $9,150.00 $164,700.00
TOTALI $816,199.20
SIGNING&PAVEMENT MARKINGS
1 3217.0001 4"SLD Pvmt Markin HAS(W) 32 1723 LF 510 $1.00 $510.00
2 3217.0002 4"SLD Pvmt Markin HAS Y) 32 1723 LF 11692 $1.00 $11,692.00
3 3217.0003 4"BRK Pvmt Marking HAS(W) 32 1723 LF 1968 $0.40 $787.20
4 3217.0004 4"BRK Pvmt Marking HAS(Y) 32 1723 LF 200 $0.40 $80.00
5 3217.0005 4"DOT Pvmt Marking HAS(W) 32 1723 LF 300 $3.00 $900.00
6 3217.0201 8"SLD Pvmt Marking HAS(W) 32 1723 LF 2319 $2.00 $4,638.00
7 3217.0202 8"SLD Pvmt Markin HAS(Y) 32 1723 ILF 22 $2.00 $44.00
8 3217.0301 12"SLD Pvmt Marking HAE(W) 32 1723 LF 650 $4.00 $2,600.00
9 3217.0501 24"SLD Pvmt Markin HAE W) 32 1723 LF 987 $5.00 $4,935.00
10 3217.1002 Lane Legend Arrow 321723 EA 9 $150.00 $1,350.00
11 3217.1003 Lane Legend DBL Arrow 32 1723 EA 1 $200.00 $200.00
12 3217.1004 Lane Legend Only 32 1723 EA 3 $150.00 $450.00
13 3217.1007 Lane Legend$harrow 32 1723 EA 15 $425.00 $6,375.00
14 3217.2102 REFL Raised Marker TY I-C 32 1723 JEA 290 $4.00 $1,160.00
15 3217.2103 REFL Raised Marker TY 11-A-A 32 1723 EA 163 $4.00 $652.00
16 3441.4003 FumishMstall Alum Sign Ground Mount City Std. 34 41 30 EA 15 $465.00 $6,975.00
17 344L4004 Furnish/Install Alum Sign Ex.Pole Mount 144130 EA 26 $135.00 $3,510.00
18 3441.4006 Install Alum Sign Ground Mount 34 41 30 EA 1 $465.00 $465.00
19 3441.4007 Install Alum Sign Ex Pole Mount 34 41 30 EA 2 $135.00 $270.00
20 3441.4108 Remove Sign Panel and Post 3441 30 EA 11 $150.00 $1,650.00
21 3441 4109 Remove Sign Panel 34 41 30 EA 6 $50.00 $300.00
22 9999.0018 18"Yield Triangles 321723 EA 38 $30.00 $1,140.00
23 9999.0019 Remove Pvmt Markings 32 1723 LS 1 $3,375.00 $3,375.00
TOTAL $54,058.20
SIGNAL-LANCASTER AVE.&TRAIL DRIVE
1 2605.0111 Funushfinsiall Elm Sery Pedestal 26 05 00 EA 1 $5,600.00 $5,600.00
2 2605.3014 2"CONDT RM(Riser) 26 05 33 LF 25 $20.00 $500.00
3 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 180 $10.50 $1,890.00
4 2605.3016 2"CONDT PVC SCH 80(B) 26 05 33 LF 150 $15.50 $2,325.00
5 2605.3025 3"CONDT PVC SCH 80 T 2605 33 LF 335 $14.50 $4,857-50
6 2605.3026 3"CONDT PVC SCH 80(B) 26 05 33 LF 240 $18.50 $4,440.00
7 2605.3033 4"CONDT PVC SCH 80(T) 26 05 33 LF 85 $21.00 $1,785.00
8 3441,1001 3-Sect Signal Head Assmbiy 3441 10 EA 10 $850.00 $8,500.00
9 3441.1011 Ped Signal Head Assmbly 3441 10 EA 8 $650.00 $5,200.00
10 3441.1021 2"Ped Push BTN Station W/Sign 3441 10 EA 4 $345.00 $1,380.00
11 3441.1205 Furnish/Install VIVDS 344110 EA 4 $8,250.00 $33,000.00
12 344E 1220 Fumish/hstall Model 711 Preemption Detector 3441 10 EA 4 $1,800.00 $7,200.00
13 3441.1224 Furnish/Install Preemption Cable 3441 10 LF 715 $1.35 $965.25
14 3441.1303 RG-I I COAX Detector Cable 344110 LF 700 $2M $1,400.00
15 3441.13104/C 14 AWG Multi-Conductor Cable 344110 LF 190 $1.00 $190.00
16 3441.1311 5/C 14 AWG Multi-Conductor Cable 3441 10 LF 525 $1.15 $603.75
17 3441.131520/C 14 AWG Multi-Conductor Cable 344110 LF 480 $4.00 $1,920.00
18 3441.13223/C 14 AWG Multi-Conductor Cable 344110 LF 1025 $1.00 $1,025.00
19 3441.1409 NO 8 Insulated Elec Condr 344110 LF 955 $1.251 $1,193.75
CRY OF FORT WORI'll
STANDARD CONSTRUC"DON SPECIFICATION DOCUMENTS
Forts Re isW 20120120 ADDENDUM NO.1 00 41 00 00 43 13 00 42 43 00 43 37 00 45 12_00 35 13 Bid PriA.-I Workt."-Treil Drive
00 42 43
HID PROPOSAL
Pape 4.(6
SECTION 00 42 43
PROPOSAL FORM
ADDENDUM NO.I
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidlist Item Specification
No, Description Section No. Unit of Measure Bid Quantity Unit Price Bid Value
20 3441.1414 NO 8 Bare Elm Comdr 3441 10 LF 1995 $1.25 $2,493.75
21 3441.1501 Ground Box Type B 3441 10 EA 4 $500.00 $2,000.00
22 3441.1503 Ground Box Type D, /Apron 3441 10 EA 1 $750.00 $750.00
23 3441.1603 Furnish/Install 10'-14'Ped Pole Assmbly 3441 10 EA 3 $975.00 $2,925.00
24 3441.1603 Furnish/Install 10'-14'Ped Pole Assmbly 3441 10 IEA 4 $975.00 $3,900.00
25 3441.1604 Install 5'Pedestrian Push Button Pole 3441 10 EA 2 $750.00 $1,500.00
26 34411611 Fumish/[nstall Type 41 Signal Pole 3441 10 EA 2 $3,700.00 $7,400.00
27 3441-1612 Furnish/Install Type 42 Signal Pole 3441 10 EA l $3,600.00 $3,600.00
28 3441.1613 Furnish/Install Type 43 Signal Pole 3441 10 EA 1 $4,200.00 $4,200.00
29 3441.1623 Fumish/Install Mast Ann 16-36' 3441 10 EA 1 $1,600.00 $1,600.00
30 3441.1624 Furnish/Install Mast Arm 40'-48' 3441 10 EA 3 $2,200.00 $6,600.00
31 3441.1701 TY I Signal Foundation 3441 10 EA 5 $1,1300.00 $5,000.00
32 3441.1703 TY 3 Signal Foundation 3441 10 EA 3 $2,700.00 $8,100.00
33 3441.1704 TY 4 Signal Foundation 3441 10 EA 1 $3,950.00 $3,950.00
34 3441.1715 Signal Cabinet Foundation-352i&BBU 3441 10 EA 1 $3,350.00 $3,350.00
35 34411742 Install 3521 Controller Cabinet Assembly 3441 10 EA 1 1 $18,850.00 $18,850.00
36 3441.2002 DisposeTraffic of Full Trac Signal 3441 13 LS 1 $2,750.00 $2,750.00
37 3441.31 i 0 Install Lighting Fixture 13441 20 JEA 3 $800.001 $2,400.00
SIGNAL-UNTVERSrfY DRIVE&TRAIL DRIVE
1 2605.0111 FumishMstall Elm Sew Pedestal 26 05 00 EA 1 $5,600.00 $5,600.00
2 2605.3014 2"CONDT RM(Riser) 26 05 33 LF 25 $21.00 $525.00
3 2605.3015 2"CONDT PVC SCH 80 T) 26 05 33 LF 15 $11.00 $165.00
4 2605.3016 2"CONDT PVC SCH 80(B) 26 05 33 LF 115 $16.00 $1,840.00
5 2605.3025 3"CONDT PVC SCH 80(T) 26 05 33 LF 345 $15.00 $5,175.00
6 2605.3026 3"CONDT PVC SCH 80(B) 26 05 33 LF 95 $20.00 $1,900.00
71 3441.1001 3-Sect Signal Head Assmbly 3441 10 JEA 1 $900.00 $900.00
8 3441.1003 5-Sea Signal Head Assmbly 3441 10 EA 2 $1,300.00 $2,600.00
9 3441,1004 Relocate Signal Head 344110 EA II $500.00 $5,500.00
10 3441.1220 Furnish/Install Model 711 Premaption Detector 3441 10 EA 4 $1,800.00 $7,200.00
11 3441.1224 Furnish/Install Preen tion Cable 344110 LF 1285 $1.35 $1,734.75
12 34411232 Install Radar Presence Detection Device 3441 30 APR 4 $450.00 $1,800.00
13 3441.1234 Furnish/Install Radar Cable 3441 10 LF 1235 $3.00 $3,705.00
14 3441.131041C 14 AWG Multi-Conductor Cable 1344110 LF 690 $1.001 $690.00
15 3441.1311 5/C 14 AWG Multi-Conductor Cable 3441 10 LF 500 $1.15 $575.00
16 3441.1312 7/C 14 AWG Multi-Conductor Cable 3441 10 LF 125 $1.45 $181.25
17 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441 10 LF 1065 $4.00 $4,260.00
18 3441.1322 3/C 14 AWG Multi-Conductor Cable 3441 10 LF 2670 $1.00 $2,670.00
19 3441.1408 NO 6 Insulated Elm Condr 3441 10 LF 230 $1.50 $345.00
20 3441.1409 NO 8 Insulated Elm Condr E41
LF 490 $1.25 $612.50
21 3441.1413 NO 6 Bare Elm Condr SLD LF 115 $1.50 $172.50
22 3441.1414 NO 8 Bare Elm Condr LF 2155 $1.25 $2,693.75
23 3441.1501 Ground Box T B EA 2 $550.00 $1,100.00
24 3441 1502 Ground Box Type B,w/Apron EA 1 $650.00 $650.00
25 3441.1618 Install T 42 Signal Pole EA 1 $850.00 $850.00
26 3441.1619 Install Type 43 Signal Pole 3441 10 EA 1 $850.00 $850.00
27 3441.1620 Install Type 44 Signal Pole 3441 10 JEA 1 $950.00 $950.00
28 3441.1624 Furnish/Install Mast Am 40'-48' 3441 10 EA 2 $2,250.00 $4,500.00
29 344 L 1626 Install Mast Arm 16'-36' 3441 10 EA 1 $750.00 $750.00
30 3441.1627 Install Mast Arm 40'-48' 3441 10 EA 2 $850.00 $1,700.00
31 3441.1701 TY 1 Signal Foundation 344110 EA 5 $1,000.00 $5,000.00
32 3441.1703 TY 3 Signal Foundation 3441 10 EA 1 $2,700.00 $2,700.00
33 3441.1704 TY 4 Signal Foundation 3441 10 EA 2 $3,950.00 $7,900.00
34 3441.1910 Paint Sig Pole and MA t6'-36' 3441 10 EA 1 $1,000.00 $1,000.00
35 3441.1911 Paint Sig Pole and MA 40'-48' 3441 10 EA 2 $1,050.00 $2,100.00
36 3441.1913 Paint Ped Pushbutton Pole 3441 10 EA 4 $325.00 $1,300.00
37 34412003 Dispose of Pole and Mast Arm Assembly 3441 13 EA 5 $800.00 $4,000.00
381 3441.3110 Install Lighting Fixture 344120 EA 2 $800.00 $1,600.00
39 3441.4001 FumishMstall Alum Sign Mast Arm Mount 3441 30 EA 6 $550.00 $3,300.00
40 3441.4004 Furnish/Install Alum Sign Ex.Pole Mount 13441 30 EA 2 $500.00 $1,000.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION I30CUNMWFS
Foram R-d 20110120 ADDENDUM NO.1 00 41(x)_00 43 13_00 42 43_0(143 37_00 45 12_00 35 13 Bid Pmp-,1 Worktwk-Trail Dnw
004243
BID PROPOSAL
Page 5 0r'6
SECTION 00 42 43
PROPOSAL FORM
ADDENDUM NO.I
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Specification
No, Description Section No. Unit of Measure Bid Quantity Unit Price Bid Value
41 3441.4005 Install Alum Sign Mast Arm Mount 3441 30 EA 3 $275.00 $825.00
42 9999.0020 Remove Groundbox 3441 13 EA 1 $225.00 $225.00
43 9999.0021 Remove Mast Arm 40'-48' 3441 13 EA 1 $525.00 $525.00
44 9999.0022 Tie into Existing Conduit 3441 13 EA 1 $350.00 $350.00
451 9999.0023 Relocate Pedestrian Pole Assembly 13441 13 JEA 4 $600.00 $2,400.00
461 9999.0024 FurrtishMstall 10'-14'Ped Pole 1344113 JEA 1 $1,000.00 $1,000.00
47 9999.0025 Remove Pedestrian Head Assembly 13441 13 JEA 1 $100.00 $100.00
48 9999.0026 Relocate Pedestrian Push Button Assembly 3441 13 EA 2 $12500 $375.00
49 9999.0027 Remove Pedestrian Push Button Assembly 13441 13 EA I $75.00 $75.00
TOTAL $263,313.75
LIGHTING
1 2605.01 12 Install Elm Sery Pedestal 26 05 00 EA 1 $5,700.00 $5,700.00
2 2605.3014 2"CONDT RM(Riser) 26 05 33 LF 20 $21.00 $420.00
3 2605.3015 2"CONDT PVC SCH 80 T 26 05 33 LF 5340 $9.00 $48,060.00
4 2605.3033 4"CONDT PVC SCH 80(T) 26 05 33 LF 385 $22.00 $8,470.00
5 3441.1405 NO 2 Insulated Elm Condr 3441 10 LF 270 $2.25 $607.50
6 3441.1409 NO 8 Insulated Elm Condr 3441 10 LF 1220 $1.25 $1,525.00
7 3441.1414 NO 8 Bare Elm Condr 3441 10 IF 610 $1.25 $762.50
8 3441.1501 Ground Box Type B 3441 10 jEA 13 $550.00 $7,150.00
9 3441.1502 Ground Box Type B,w/Apron 3441 10 EA 18 $650.00 $11,700.00
10 3441 3037 Fumishllnstall 19-14'Washington Standard Light Pole&Fixture LED 34 41 20 EA 37 $3,100.00 $114,700.00
11 3441.3301 Rdwy Blum Foundation TY 1,2,and 4 34 41 20 EA 3 $1,100.00 $3,300.00
12 3441.3303 Rdwy Illum Foundation TY 7 344120 EA 37 $1,000.001 $37,000.00
13 3441.3404 2-2-2-4 Quad lex Alum Elm Conductor 34 41 20 LF 5410 $2.50 $13,525.00
14 34413411 Reconnect Conductor 3441 20 EA 3 $150.00 $450.00
15 3441.3501 Salvage Street Light Pole 34 41 20 EA 1 $400.00 $400.00
16 3441.3502 Relocate Street Light Pole 1344120 JEA 3 $600.00 $1,800.00
TOTAL $255,570.00
LANDSCAPE&B2RIGATION
1 3291.0100 Topsoil 329119 CY 5100 $24.00 $122,400.00
2 3292.0100 Block Sod Placement 3292 13 SY 2770 $4.00 $11,080.00
3 3292.0400 Seeding,Hydromulch 3292 13 SY 30600 $1.10 $33,660.00
4 3293.0103 Furnish and Plant 3"Tree 32 93 43 EA 101 $750.00 $75,750.00
5 9999.0028 Famish and Plant 9"Tree 3293 43 EA 6 $6,000.00 $36,000.00
6 9999.0029 Irrigation System 328423 LS 1 $109,750.001 $109,750.00
7 9999.0030 Stabilized Decomposed Granite Surfacing 9199900 SF 2600 $2.75 $7,150.00
8 9999.0031 12"Mow Strip Spec in Plans LF 645 $18.50 $11,932.50
9 9999.0032 Furnish and Plant I Gallon Shrub 32 93 43 EA 5398 $13.50 $72,873.00
10 9999.0033 Furnish and Plant 3 Gallon Shrub 32 93 43 EA 728 $31.00 $22,568-00
11 9999.0034 Fumish and Plant 5 Gallon Shrub 3293 43 EA 372 $30.00 $11,160.00
12 9999.0035 Temporary Construction Fencing(4'Oran a Safety) Sec in Plans LF 6110 $4.60 $28,106.00
13 9999.0036 Tem rary Construction Fencin (6'Chain Link) Spec m Plans LF 2550 $5.00 $12,750.00
I4 9999.0037 TemporaryConstruction Fencing(8'Screened Chain Link) Spec in Plans LF 745 $7.00 $5,215.00
TOTAL $560,394.50
TRAFFIC CONTROL
11 3471.0001 Traffic Control 13471 13 IM0 17.2 $4,350.00 $74,820.00
21 3471.0002 Portable Message Sign 13471 13 JWK 1 7 $500.001 $3,500.00
TOTALI 1 $78,320.00
EROSION CONTROL
11 3125.0101 SWPPP>_1 acre 1312500 ILS I 1 $22,500.001 $22,500.00
TOTALI 1 $22,500.00
PRE BID
11 0170 0100 Mobilization 101 7000 ILS 1 $200,000.00 $200,000.00
2 9999.0001 Construction Allowance 1007200 ILS 1 $100,000.00 $100,000.00
31 9999.0038 Potential Milestone Incentives(as Directed by City Project Manager) I Spec in Plans JEA 5 $20,000.00 $100,000.00
TOTAL $400,000.00
Bid Summary
Base Bid
WATERI I $641,860.00
CITY Or';FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Fami R-,120120120 ADDENDUM NO.1004100_004313_004243_004337_004512_003513 Hid Pmpa,lWohtwk-Trail Uci,,
W42 43
BID PROPOSAL
Page 6 of 6
SECTION 00 42 43
PROPOSALFORM
ADDENDUM NO.I
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidlistltem Specification
No. Description Section No. Unit of Measure Bid Quantity Unit Price Bid Value
REMOVAL $294,080.50
PAVING $2,117,324.69
DRAINAGE $816,199.20
SIGNING AND PAVEMENT MARKINGS $54,056.20
LIGHTING $263,313.75
TRAFFIC SIGNALS $255,570.00
LANDSCAPING AND IRRIGATION $560,394.50
TRAFFIC CONTROL $78,320.00
EROSION CONTROL $22,500,00
PRE BID I $400 000.00
Total Base Bid $5,503,620.84
Alternate Bid
Total Alternate Bid
Deductive Alternate Bid
Total Deductive Alternate Bid
Additive Alternate Bid
Total Additive Alternate Bid
Total Bid 1 $5,503,620.84
END OF SECTION
CFfY OF FORT WORTH
STANDARD CONSIRUCIION SPECIFICA DON DOCUMENTS
F—Revis+d 20120120 ADDENDUM NO.1 00 41 00 00 41 11_00 42 43 00 43 37_00 45 12_00 35 13_Bid Proposal Workbu k-Trail Drive
BID BOND
Conforms with The American Institute of
Architects,A.I.A.Document No.A-310
KNOW ALL BY THESE.PRESENTS,That we, McClendon Construction Company, Inc.
PO Box 996, Burleson,Texas 76097
as Principal,hereinafter called the Principal,
andthe Merchants Bonding Company[Mutual]
of 101 E. Park Blvd., #600, Plano,TX 75074 ,a corporation duly organized under
the laws of the State of Iowa ,as Surety,hereinafter called the Surety,are held and firmly bound unto
City of Fort Worth as Obligee,hereinafter called the Obligee,
in the sum of ***FIVE PERCENT OF TOTAL AMOUNT BID ***
Dollars( 5%TAB ) ,for the payment of which sum well and truly to be made,the said Principal and the said
Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents.
WHEREAS,the Principal has submitted a bid for
Trail Drives Extencinn
NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall.enter into a Contract with the Obligee in
accordance with the terms of such bid, and.give.such bond or bonds as may be specified in the bidding or Contract Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in
the prosecution thereof,or in the event_ of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such Iarger amount
for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall
be null and void,otherwise to remain in full force and effect.
Signed and scaled this 31 st day of August 2017
Mc n Construction Company, Inc. (Seal)
cmc
91
Witnes.s
le
Merchants Bonding Company[Mutual]
ti 7 (2
Witness '-9Z
Be y eh Atto ey-in-Fact
M.ERCHANT�
BONDING COMPANY.
POWER OF ATTORNEY
Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually,
Betty J Reeh;Bryan K Moore;Gary Wayne Wheatley;Michael D Hendrickson
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board
of Directors of Merchants Bonding Company(Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding,Inc.,on October 16,2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company,and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the
Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given
to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation.
In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 5th day of April 2017
'Aq10 NAj .•' lG CQ..
•p���p0,c�A.q•, MERCHANTS BONDING COMPANY(MUTUAL)
.coo 9;. A, MERCHANTS NATIONAL BONDING,INC.
~ 2003 ;?,� :a' 1933 c; By
•y,�• .•may.
:dpi•- .=��,� •. d _ . •.� .
•,.�y''••,• ''•�,.• •.;'�y {s' \1.• President
STATE OF IOWA •��•"""'"``�, ••••'••
COUNTY OF DALLAS ss.
On this this 5th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
[A. �4At s AUCIA K.GRAM
Commission Number 767430
My Commission Expires April 1,2020 ►`
Notary Public
(Expiration of notary's commission +
does not invalidate this instrument)
1,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby
certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on tis C(—\ day ofRo ,)S-t
...........
P OR :Od�OF�PUgq
:tee 9�::Z°c : v
2003 1933 'C• Secretary
:••d3 .� .,,: . 6�wr ,do.
POA 0018 (3/17) •+�'"""'"�� •
ERHATS
BONDING COMPANY
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your insurance agent at the telephone number provided by your insurance
agent.
You may call Merchants Bonding Company's toll-free telephone number for information or to
make a complaint at:
1-800-678-8171
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: Consume rProtection @tdi.state.tx.us
PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or
about a claim you should contact the agent first. If the dispute is not resolved, you may contact
the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not
become a part or condition of the attached document.
SUP 0032 TX (1/09)
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This
law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business o our company or our parent company or majority owner is
in the State of Texas.
BIDDER:
Company: McClendon Construction Company, Inc By: Dan McClendon
e I
Address: PO Box 999
ignature)
City/State/Zip Burleson, TX 76097
Title: President
(Please Print)
Date: 8/31/2017
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20110627 ADDENDUM NO. 1 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook-Trail Drive
004511-1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
3
4 1. Summary.All contractors are required to be prequalified by the City prior to submitting
5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification
6 Statement for the work type(s)listed with their Bid.Any contractor or subcontractor who is
7 not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder
8 Prequalification Application in accordance with the requirements below.
9
10 The prequalification process will establish a bid limit based on a technical evaluation and
11 financial analysis of the contractor. The information must be submitted seven(7)days prior
12 to the date of the opening of bids.For example,a contractor wishing to submit bids on
13 projects to be opened on the 7th of April must file the information by the 31 st day of March
14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's
15 Prequalification Application,the following must accompany the submission.
16 a. A complete set of audited or reviewed financial statements.
17 (1) Classified Balance Sheet
18 (2) Income Statement
19 (3) Statement of Cash Flows
20 (4) Statement of Retained Earnings
21 (5) Notes to the Financial Statements,if any
22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles
23 of Incorporation,Articles of Organization, Certificate of Formation,LLC
24 Regulations,Certificate of Limited Partnership Agreement).
25 c. A completed Bidder Prequalification Application.
26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas
27 Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification
28 number visit the Texas Comptroller of Public Accounts online at the
29 following web address www.window.state.tx.us/taxpermit/and fill out the
30 application to apply for your Texas tax ID.
31 (2) The firm's e-mail address and fax number.
32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number
33 is used by the City for required reporting on Federal Aid projects. The DUNS
34 number may be obtained at www.dnb.com.
35 d. Resumes reflecting the construction experience of the principles of the firm for firms
36 submitting their initial prequalification. These resumes should include the size and
37 scope of the work performed.
38 e. Other information as requested by the City.
39
40 2. Prequalification Requirements
41 a. Financial Statements. Financial statement submission must be provided in
42 accordance with the following:
43 (1) The City requires that the original Financial Statement or a certified copy
44 be submitted for consideration.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
004511-2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
1 (2) To be satisfactory,the financial statements must be audited or reviewed
2 by an independent,certified public accounting firm registered and in
3 good standing in any state. Current Texas statues also require that
4 accounting firms performing audits or reviews on business entities within
5 the State of Texas be properly licensed or registered with the Texas State
6 Board of Public Accountancy.
7 (3) The accounting firm should state in the audit report or review whether
8 the contractor is an individual, corporation, or limited liability company.
9 (4) Financial Statements must be presented in U.S. dollars at the current rate
10 of exchange of the Balance Sheet date.
11 (5) The City will not recognize any certified public accountant as
12 independent who is not,in fact,independent.
13 (6) The accountant's opinion on the financial statements of the contracting
14 company should state that the audit or review has been conducted in
15 accordance with auditing standards generally accepted in the United
16 States of America. This must be stated in the accounting fern's opinion.
17 It should: (1)express an unqualified opinion,or(2) express a qualified
18 opinion on the statements taken as a whole.
19 (7) The City reserves the right to require a new statement at any time.
20 (8) The financial statement must be prepared as of the last day of any month,
21 not more than one year old and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph 1.
23 (9) The City will determine a contractor's bidding capacity for the purposes
24 of awarding contracts. Bidding capacity is determined by multiplying the
25 positive net working capital(working capital=current assets—current
26 liabilities)by a factor of 10. Only those statements reflecting a positive
27 net working capital position will be considered satisfactory for
28 prequalification purposes.
29 (10) In the case that a bidding date falls within the time a new financial
30 statement is being prepared,the previous statement shall be updated with
31 proper verification.
32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be
33 submitted along with audited or reviewed financial statements by firms wishing to be
34 eligible to bid on all classes of construction and maintenance projects. Incomplete
35 Applications will be rejected.
36 (1) In those schedules where there is nothing to report,the notation of
37 "None"or"N/A"should be inserted.
38 (2) A minimum of five(5)references of related work must be provided.
39 (3) Submission of an equipment schedule which indicates equipment under
40 the control of the Contractor and which is related to the type of work for
41 which the Contactor is seeking prequalification. The schedule must
42 include the manufacturer,model and general common description of
43 each piece of equipment. Abbreviations or means of describing
44 equipment other than provided above will not be accepted.
45
46 3. Eligibility to Bid
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may reject,suspend,or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
004511-3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid
2 the prequalified work types until the expiration date stated in the letter.
3
4
5
6
7
8 END OF SECTION
9
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
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
Water Transmission Urban
Renewal,42-inches and Woody Contractors,Inc
smaller
Water Distribution Urban
Renewal,8-inch diameter and Woody Contractors,Inc
smaller.
Concrete Paving
Construction/Reconstruction McClendon Const Co Inc
(LESS THAN 15,000 square
yards)
Asphalt Paving
Construction/Recontruction Peachtree Construction
(LESS THAN 15,000 square
yards)
Colored Stamped Concrete McClendon Const Co Inc N/A
Paving
Roadway&Pedestrian
Bean Electric,Inc
Lighting
Landscaping Greenscaping N/A
Irrigation Greenscaping N/A
Signalization Bean Electric,Inc N/A
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
BIDDER:
Company: McClendon Constru By:OD n McClendon
leasPri
Address: PO Box 999
(Sig ure)
City/State/Zip Burleson,TX 76097
Title: President
(Please Print)
Date: 8/31/2017
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120120 ADDENDUM NO.1 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook-Trail Drive
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
1 SECTION 00 45 26
2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
3
4 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it
5 provides worker's compensation insurance coverage for all of its employees employed on City
6 Project No. 1000742 Contractor further certifies that,pursuant to Texas Labor Code, Section
7 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with
8 worker's compensation coverage.
9
10 CONTRACTOR:
11 j�
12 By: �01V1 A`L C_`0&% n
13 Company McCLENDON C Please Print)
14 P.O. BOX 996
15 BURLESON,TEXAS 76097 Signature:
16 Address
17 ,
18 Title:
19 City/State/Zip (Please Print)
20
21
22 THE STATE OF TEXAS §
23
24 COUNTY OF TARRANT §
25
26 =t e„undersigned authority, on this day personally appeared
27 LX ,known to me to be the person whose name is
28 subscribed to the foregoing instrument, d acknowledged to me that he/she executed the same as
29 the act and deed ofYk&Z&Aj41!&y, .Cv. for the purposes and
30 consideration therein expressed and in the capacity therein stated.
31
32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of
33 ,20
34
35
36
37 Notary P4Wc in and for the State of Texas
38
rrr+
39 END OF SECTION
"""° '' MARY J.PORTER
;�+• �,;
Y. r My Notary ID#185864
40
;oF°;�' Expires September 17,2020
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
004540-1
Minority Business Enterprise Specifications
Page 1 of 2
1 SECTION 00 45 40
2 Minority Business Enterprise Specifications
3 APPLICATION OF POLICY
4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is
5 applicable.
6
7 POLICY STATEMENT
8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority
9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and
10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid.
11
12 MBE PROJECT GOALS
13 The City's MBE goal on this project is 18% of the total bid value of the contract (Base bid applies to
14 Parks and Community Services).
15
16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror
17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive.
18
19 COMPLIANCE TO BID SPECIFICATIONS
20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to
21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following:
22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or
23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or
24 3. Good Faith Effort documentation,or;
25 4. Prime Waiver documentation.
26
27 SUBMITTAL OF REQUIRED DOCUMENTATION
28 The applicable documents must be received by the Purchasing Division, within the following times
29 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall
30 deliver the MBE documentation in person to the appropriate employee of the purchasing division and
31 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the
32 time allocated. A faxed and/or,emailed copy will not be accepted.
33
1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business
goal is met or exceeded: day after the bid opening date, exclusive of the bid opening
date.
2. Good Faith Effort and received no later than 2:00 p.m., on the second City business
Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening
participation is less than statedgoal: date.
3. Good Faith Effort and received no later than 2:00 p.m., on the second City business
Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening
MBE participation: date.
4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business
if you will perform all day after the bid opening date, exclusive of the bid opening
contracting/supplier work: date.
34
CTTY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised June 9,2015
004540-2
Minority Business Enterprise Specifications
Page 2 of 2
1
5. Joint Venture Form,if goal is met received no later than 2:00 p.m., on the second City business
or exceeded. day after the bid opening date, exclusive of the bid opening
date.
2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE
3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS.
4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID
BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR
5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR
PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS.
6
7 Any Questions,Please Contact The MIWBE Office at(817)212-2674.
8 END OF SECTION
9
10
11
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised June 9,2015
00 52 43-1
Agreement
Page 1 of 5
1 SECTION 00 52 43
2 AGREEMENT
3 THIS AGREEMENT, authorized on 10/10/2017 is made by and between the City of Forth
4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
5 ("City"), and McClendon Construction Company, Inc., authorized to do business in Texas, acting
6 by and through its duly authorized representative, ("Contractor").
7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
8 follows:
9 Article 1.WORK
10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the
11 Project identified herein.
12 Article 2.PROJECT
13 The project for which the Work under the Contract Documents may be the whole or only a part is
14 generally described as follows:
15 TRAIL DRIVE EXTENSION-PAVING, DRAINAGE & WATER IMPROVEMENTS
16 City Project No. 100742
17 Article 3. CONTRACT TIME
18 3.1 Time is of the essence.
19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
20 Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within 516 days after the date when the
23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
24 3.3 Liquidated damages
25 Contractor recognizes that time is of the essence of this Agreement and that City will
26 suffer financial loss if the Work is not completed within the times specified in Paragraph
27 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the
28 General Conditions. The Contractor also recognizes the delays, expense and difficulties
29 involved in proving in a legal proceeding the actual loss suffered by the City if the Work
30 is not completed on time. Accordingly, instead of requiring any such proof, Contractor
31 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay
32 City One Thousand Three Hundred Dollars ($1,300.00) for each day that expires after
33 the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final
34 Letter of Acceptance.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised January 6,2017
005243-2
Agreement
Page 2 of 5
35 Article 4. CONTRACT PRICE
36 City agrees to pay Contractor for performance of the Work in accordance with the Contract
37 Documents an amount up to FIVE MILLION, FIVE HUNDERED THREE THOUSAND, SIX
38 HUNDRED TWENTY AND 84/100 Dollars($5,503,620.84).
39 Article 5. CONTRACT DOCUMENTS
40 5.1 CONTENTS:
41 A. The Contract Documents which comprise the entire agreement between City and
42 Contractor concerning the Work consist of the following:
43 1. This Agreement.
44 2. Attachments to this Agreement:
45 a. Bid Form
46 1) Proposal Form
47 2) Vendor Compliance to State Law Non-Resident Bidder
48 3) Prequalification Statement
49 4) State and Federal documents(project specific)
50 b. Current Prevailing Wage Rate Table
51 c. Insurance ACORD Form(s)
52 d. Payment Bond
53 e. Performance Bond
54 f. Maintenance Bond
55 g. Power of Attorney for the Bonds
56 h. Worker's Compensation Affidavit
57 i. MBE and/or SBE Commitment Form
58 j. Form 1295 Certification No. 2017-258350
59 3. General Conditions.
60 4. Supplementary Conditions.
61 5. Specifications specifically made a part of the Contract Documents by attachment
62 or, if not attached, as incorporated by reference and described in the Table of
63 Contents of the Project's Contract Documents.
64 6. Drawings.
65 7. Addenda.
66 8. Documentation submitted by Contractor prior to Notice of Award.
67 9. The following which may be delivered or issued after the Effective Date of the
68 Agreement and, if issued, become an incorporated part of the Contract Documents:
69 a. Notice to Proceed.
70 b. Field Orders.
71 c. Change Orders.
72 d. Letter of Final Acceptance.
73
74
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised January 6,2017
00 52 43-3
Agreement
Page 3 of 5
75 Article 6. INDEMNIFICATION
76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
77 expense, the city, its officers, servants and employees, from and against any and all
78 claims arising out of, or alleged to arise out of, the work and services to be performed
79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
80 under this contract. This indemnification provision is specifically intended to operate
81 and be effective even if it is alleged or proven that all or some of the damages being
82 sought were caused, in whole or in part, by any act, omission or negligence of the city.
83 This indemnity provision is intended to include, without limitation, indemnity for
84 costs,expenses and legal fees incurred by the city in defending against such claims and
85 causes of actions.
86
87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
88 the city,its officers,servants and employees,from and against any and all loss,damage
89 or destruction of property of the city,arising out of,or alleged to arise out of,the work
90 and services to be performed by the contractor, its officers, agents, employees,
91 subcontractors, licensees or invitees under this contract. This indemnification
92 provision is specifically intended to operate and be effective even if it is alleged or
93 proven that all or some of the damages being sought were caused, in whole or in part,
94 by any act,omission or negligence of the city.
95
96 Article 7. MISCELLANEOUS
97 7.1 Terms.
98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will
99 have the meanings indicated in the General Conditions.
100 7.2 Assignment of Contract.
101 This Agreement, including all of the Contract Documents may not be assigned by the
102 Contractor without the advanced express written consent of the City.
103 7.3 Successors and Assigns.
104 City and Contractor each binds itself, its partners, successors, assigns and legal
105 representatives to the other party hereto, in respect to all covenants, agreements and
106 obligations contained in the Contract Documents.
107 7.4 Severability.
108 Any provision or part of the Contract Documents held to be unconstitutional, void or
109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
110 remaining provisions shall continue to be valid and binding upon CITY and
111 CONTRACTOR.
112 7.5 Governing Law and Venue.
113 This Agreement, including all of the Contract Documents is performable in the State of
114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
115 Northern District of Texas,Fort Worth Division.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised January 6,2017
00 52 43-4
Agreement
Page 4 of 5
116 7.6 Other Provisions.
117 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is
118 classified, promulgated and set out by the City, a copy of which is attached hereto and
119 made a part hereof the same as if it were copied verbatim herein.
120 7.7 Authority to Sign.
121 Contractor shall attach evidence of authority to sign Agreement, if other than duly
122 authorized signatory of the Contractor.
123
124
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised January 6,2017
00 52 43-5
Agreement
Page 5 of 5
125 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple
126 counterparts.
127
128 This Agreement is effective as of the last date signed by the Parties("Effective Date").
129
Contractor: City of Fort Worth �---
McCien n Construction Company, Inc.
BY:
By: Assistant City Manager
(Signature)
Date
SORT
Dan McClendon Attest:_
(Printed Name) City Sec et ry f
(Seal) �--
Title: President V
Address: PO Box 999 * ....
M&C C-28249
Date: 10/10/201n
City/State/Zip: Burleson, Texas 76097 Contract Compliance Manager:
By signing, I acknowledge that I am the person
K9 _ �Cf — responsible for the monitoring and
Date administration of this contract, including
ensuring all performance and reporting
regemen_ts.
Leon Wilson,P.E.
Project Manger
Approved as t -,Form and Legality:
Douglas W. Black
Assistant City Attorney
130
131
132 APPROVAL RECOMMENDED:
133
134
135 �"�•
136 OFFICIAL RECORD DouglaUW. Wiersig, P.E.
137 CITY SECRETARY DIRECTOR,
138 Transportation and Public Works Dept.
139 FT.WORTH,TX
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised January 6,2017
PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING
ISRAEL
Contractor acknowledges that in accordance with Chapter 2270 of the Texas
Government Code, the City is prohibited from entering into a contract with a
company for goods or services unless the contract contains a written verification
from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel
during the term of the contract. The terms "boycott Israel" and "company" shall
have the meanings ascribed to those terms in Section 808.001 of the Texas
Government Code. By signing this contract, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor:
(1) does not boycott Israel; and (2) will not boycott Israel during the term of the
cont t.
Signature
Title
162
Date
Bond Number TXC 608902
006113-I
PERFORMANCE BOND
Page I of 2
1 SECTION 00 61 13
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we,McClendon Construction Company,Inc.,known as"Principal"herein and
9 Merchants Bonding Company[Mutual] ,a corporate surety(sureties, if more than
10 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one
11 or more),are held and firmly bound unto the City of Fort Worth,a municipal corporation created
12 pursuant to the laws of Texas,known as"City"herein,in the penal sum of,of Five Million,Five
13 Hundred Three Thousand,Six Hundred Twenty and 84/100 Dollars($5,503,620.84), lawful
14 money of the United States,to be paid in Fort Worth,Tarrant County, Texas for the payment of
IS which sum well and truly to be made,we bind ourselves,our heirs,executors, administrators,
16 successors and assigns,jointly and severally,firmly by these presents.
17 WHEREAS,the Principal has entered into a certain written contract with the City
18 awarded the 10 day of October,2017,which Contract is hereby referred to and made a part hereof
19 for all purposes as if fully set forth herein,to furnish all materials,equipment labor and other
20 accessories defined by law, in the prosecution of the Work, including any Change Orders,as
21 provided for in said Contract designated as Trail Drive Extension—Paving, Drainage& Water
22 Improvements,City Project No. 100742.
23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal
24 shall faithfully perform it obligations under the Contract and shall in all respects duly and
25 faithfully perform the Work, including Change Orders,under the Contract,according to the plans,
26 specifications,and contract documents therein referred to,and as well during any period of
27 extension of the Contract that may be granted on the part of the City,then this obligation shall be
28 and become null and void,otherwise to remain in full force and effect.
29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in
30 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort
31 Worth Division.
CITY OF FORT WORTH Trail Drive Extension—Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 100742
Revised July 1.2011
0061 13-2
PERFORMANCE BOND
Page 2 of 2
I 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 13th day of
6 October 2017
7 PRINCIPAL:
8 McCI on onstruction Company.Inc,---,
9 -
10 j
11 BY
12 Signature
13 ATTEST:
14
15 Dan McClendon,President
16 ( Secretary Name and Title
17
18 Address:PO Box 999
19 ` Burleson,Texas 76097
20
21 SD4 �^ Gj�at"Ir
22 Witness as to Principal
23 SURETYI
24 Merchan s Bonding Company [Mutualf
25
26
27 BY:
28 Signatil-
29
30 Betty J. Reeh, Attorney in Fact
31 Name and Title
32
33 Address: PO Box 14498
34 Des Moines, 1A 50306
35
36
37 Witness as to Surety Telephone Number: 210.697.2230
38
39
40
41 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract
42 from the by-laws showing that this person has authority to sign such obligation. If
43 Surety's physical address is different from its mailing address, both must be provided.
44 The date of the bond shall not be prior to the date the Contract is awarded.
45
CITY OF FORT WORTH Trail Drive Extension—Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS City Project No.100742
Revised July 1.2011
Bond Number TXC 608902 00 61 1a•1
PAYMENT BOND
Page I of 2
I SECTION 00 61 14
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, McClendon Construction Company, Inc., known as "Principal' herein, and
8 Merchants Bonding Company[Mutual] , a corporate surety
9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein
10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
1 I corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the
12 penal sum of of Five Million, Five Hundred Three Thousand, Six Hundred Twenty and 84/100
13 Dollars ($5,503,620.84), lawful money of the United States, to be paid in Fort Worth, Tarrant
14 County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our
15 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 10 day of October, 2017, which Contract is hereby referred to and made a part hereof for all
19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other
20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and
21 designated as Trail Drive Extension—Paving, Drainage& Water Improvements,City Project No.
22 100742.
23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
27 force and effect.
28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
30 accordance with the provisions of said statute.
31
CITY OF FORT WORTH Trail(hive Extension—Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1.2011
0061 14-2
PAYMENT BOND
Page 2 of 2
1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 13th day of
3 October .2017
4
PRINC L:
Mc ndon(Construction Company, Inc.
ATTEST: B ✓�
Signature
Dan McClendon.President
clpal)S retary Name and Title
Address: PO Box 999
r- t Burleson,Texas 76097
51,---E :, 1 g.
Witness as to Principal
SURETY:
Merchant§Bonding comp ny[Mutual]
ATTEST: BY:
ignature
l f
..� Betty J. Reeh, Attorney in Fact
( r�xx Witness Name and Title
Address: PO Box 14498
Des Moines, IA 50306
Witness as to Surety
Telephone Number: 210.697.2230
5
6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
7 bylaws showing that this person has authority to sign such obligation. If Surety's physical
8 address is different from its mailing address, both must be provided.
9
10 The date of the bond shall not be prior to the date the Contract is awarded.
I I END OF SECTION
12
CITY OF FORT WORTH Trail Drive Extension—Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised July 1,2011
0061 19-1
Bond Number TXC 608902 MAINTENANCE BOND
Page I of 3
1 SECTION 00 61 19
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we McClendon Construction Company,Inc.,known as"Principal"herein and
8 Merchants Bondind Company[Mutual] ,a corporate surety(sureties, if more than
9 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one
10 or more),are held and firmly bound unto the City of Fort Worth,a municipal corporation created
I 1 pursuant to the laws of the State of Texas,known as"City"herein,in the sum of Five Million,
12 Five Hundred Three Thousand,Six Hundred Twenty and 84/100 Dollars($5,503,620.84),lawful
13 money of the United States,to be paid in Fort Worth,Tarrant County,Texas, for payment of
14 which sum well and truly be made unto the City and its successors, we bind ourselves,our heirs,
15 executors,administrators,successors and assigns,jointly and severally,firmly by these presents.
16
17 WHEREAS,the Principal has entered into a certain written contract with the City awarded
18 the 10 day of October,2017,which Contract is hereby referred to and a made part hereof for all
19 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories
20 as defined by law, in the prosecution of the Work, including any Work resulting from a duly
21 authorized Change Order(collectively herein,the"Work")as provided for in said contract and
22 designated as Trail Drive Extension—Paving, Drainage& Water Improvements,City Project No.
23 100742;and
24
25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
26 accordance with the plans,specifications and Contract Documents that the Work is and will
27 remain free from defects in materials or workmanship for and during the period of two(2)years
28 after the date of Final Acceptance of the Work by the City("Maintenance Period");and
29
30 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part
31 upon receiving notice from the City of the need therefor at any time within the Maintenance
32 Period.
33
CITY OF FORT WORTH Trail Drive Extension—Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Reviscd July 1,2011
0061 19-2
MAINTENANCE BOND
Page 2 of 3
1 NOW THEREFORE,the condition of this obligation is such that if Principal shall
2 remedy any defective Work,for which timely notice was provided by City,to a completion
3 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in
4 full force and effect.
5
6 ]PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely
7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to
9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and
9 the Surety under this Maintenance bond;and
10
I I PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in
12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort
13 Worth Division;and
14
15 PROVIDED FURTHER,that this obligation shall be continuous in nature and
16 successive recoveries may be had hereon for successive breaches.
17
18
19
CITY OF FORT WORTII Trail Drive Extension—Paving,Drainage&Water Improvements
STANDARD CONSTRUCI'ION SPECIFICATION DOCUMI_•N rS City Project No. 100742
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 13th day of October
3 ,2017
4
5 PRINCIPAL:
6 McClend nstruction Corn an Inc.
7 _
8
9 BY: Ilk
10 V TijEature-
I1 ATTEST:
12
13 Dan McClendon, President
14 Sec Name and Title
15
16 Address:PO Box 999
17 Burleson,Texas 76097
18
19
20 Witness as to Principal
21 SURETY:
22 Mercha is Bonding Com n Mutual'
23 — 9
24
25 BY:
26 Sign
27
28 Betty J. Ree , Attorney in Fact
29 ATTEST: Name and Title
30
31 Address:PO Box 14498
32 Des Moines, IA 50306
33
34
35 Witness as to Surety J Telephone Number: 210.697.2230
36
37 *Note: if signed by an officer of the Surety Company, there must be on file a certified extract
38 from the by-laws showing that this person has authority to sign such obligation. If
39 Surety's physical address is different from its mailing address, both must be provided.
40 The date of the bond shall not be prior to the date the Contract is awarded.
41
CITY OF FORT WORTH Trail Drive Extension—Paving.Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
MERCHANTS
BONDING COMPANY-,.,
POWER OF ATTORNEY
Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,
INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,
individually,
Betty J Reeh; Bryan K Moore; Gary Wayne Wheatley; Michael D Hendrickson
their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings
and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of:
TWELVE MILLION($12,000,000.00)DOLLARS
This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the
Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants
National Bonding, Inc.,on October 24,2011.
"The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company
thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of
Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship
obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given
to the Attorney-in-Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and
construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida
Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company
of any of its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given
to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation.
In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 22nd day of August 2016
*S 10114'�•, ••0\!1G CO,j�A• MERCHANTS BONDING COMPANY(MUTUAL)
t\ MERCHANTS NATIONAL BONDING,INC.
;�s�.• QR�I.Op-. 00;Ovi,P094%9A
_ ,xj 2CV3 '.n. 1933 c:
d.' '.� •yvd• dc'• By
STATE OF IOWA ,•, ur, r.,l,�"``!* .•W• ••••.
COUNTY OF Dallas ss. President
On this 22nd day of August , 2016before me appeared Larry Taylor,to me personally known,who being by me sworn did say that
he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.;and that the seals affixed
to the foregoing instrument are the Corporate seals of the Companies:and that the said instrument was signed and sealed in behalf of the
Companies by authority of their respective Boards of Directors.
�PaA s WENDY WOODY
a > Commission Number 784654
My Commission Expires
low .lune 20, 2017
Notary Pubh , County,Iowa
(Expiration of notary's commission
does not invalidate this instrument)
f,William Warner.Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING.INC..
do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked. 2D['7
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this(b day of
,.rl,r.,lr .•. ...
p� p" :�O?ORP 0 CO
9q•9y. ,,%� ,�/ Z� /�
t: •a: :3. Secretary
1933 :c:
- J�.��' ... :tet`;'' ••.�d.�W••� •\;\dc�.
e J ••
POA 0014 (6/15)
MERCHANTS
BONDING COMPANY
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your insurance agent at the telephone number provided by your insurance
agent.
You may call Merchants Bonding Company's toll-free telephone number for information or to
make a complaint at:
1-800-678-8171
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512)475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtectiona@tdi.state.tx.us
PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or
about a claim you should contact the agent first. If the dispute is not resolved, you may contact
the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not
become a part or condition of the attached document.
SUP 0032 TX(1/09)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED
ENDORSEMENT - FORM A
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Policy Number Agency Number Policy Effective Date
CPP2051702 0755324 01/31/2017
Policy Expiration Date Date Account Number
01/21/2018 101/31/2017
Named Insured Agency Issuing Company
McClendon Construction Company, Inc. I B T X - LAS COLINAS AMERISURE MUTUAL INSURANCE
COMPANY
1. a. SECTION II-WHO IS AN INSURED is amended to add as an additional insured any person or
organization whom you are required to add as an additional insured on this policy under a written contractor written
agreement relating to your business.
b. The written contractor written agreement must
(1) Require additional insured status for a time period during the term of this policy, and
(2) Be executed prior to the"bodily injury", "property damage", or"personal and advertising injury"leading to a
claim under this policy.
c. If, however:
(1) "Your work"began under a letter of intent or work order;and
(2) The letter of intent or work order led to a written contract or written agreement within 30 days of beginning
such work; and
(3) Your customer's customary contracts require persons or organizations to be named as additional insureds;
we will provide additional insured status as specified in this endorsement.
2. The insurance provided under this endorsement is limited as follows:
a. That person or organization is an additional insured only with respect to liability caused, in whole or in part, by:
(1) Premises you:
(a)Own;
(b)Rent;
(c)Lease;or
(d)Occupy;
(2) Ongoing operations performed by you or on your behalf. Ongoing operations does not apply to"bodily
injury"or"property damage"occurring after:
(a) All work to be performed by you or on your behalf for the additional insured(s)at the site of the
covered operations is complete,including related materials, parts or equipment(otherthan service,
maintenance or repairs);or
(b) That portion of"your work"out of which the injury or damage arises is put to its intended use by any
person or organization other than another contractor working for a principal as a part of the same
project.
Includes copyrighted material of Insurance Services Office, Inc.
CG 70 85 10 15 Pages 1 of 3
(3) Completed operations coverage, but only if.
(a) The written contract or written agreement requires completed operations coverage or"your work"
coverage;and
(b) This coverage part provides coverage for"bodily injury"or"property damage" included within the
"products-completed operations hazard
However,the insurance afforded to such additional insured only applies to the extent permitted by law.
b. If the written contract or written agreement:
(1) Requires"arising out of language; or
(2) Requires you to provide additional insured coverage to that person or organization by the use of either or
both of the following:
(a) Additional Insured—Owners, Lessees or Contractors—Scheduled Person Or Organization
endorsement CG 2010 10 01; or
(b) Additional Insured—Owners, Lessees or Contractors—Completed Operations endorsement CG 20
37 10 01;
then the phrase"caused, in whole or in part, by" in paragraph 2.a.above is replaced by"arising out of'.
C. If the written contract or written agreement requires you to provide additional insured coverage to that person
or organization by the use of:
(1) Additional Insured—Owners, Lessees or Contractors—Scheduled Person Or Organization endorsement
CG 20 10 07 04 or CG 20 10 04 13; or
(2) Additional Insured—Owners,Lessees or Contractors—Completed Operations endorsement CG 20 37 07
04 or CG 20 37 0413; or
(3) Both those endorsements with either of those edition dates;or
(4) Either or both of the following:
(a) Additional Insured—Owners, Lessees or Contractors—Scheduled Person Or Organization
endorsement CG 20 10 without an edition date specified;or
(b) Additional Insured—Owners, Lessees or Contractors—Completed Operations endorsement CG 20
37 without an edition date specified;
then paragraph 2.a.above applies.
d. Premises, as respects paragraph 2.a.(1)above,include common or public areas about such premises if so
required in the written contractor written agreement.
e. Additional insured status provided under paragraphs 2.a.(1)(b)or 2.a.(1)(C)above does not extend beyond
the end of a premises lease or rental agreement.
f. The limits of insurance that apply to the additional insured are the least of those specified in the:
(1) Written contract;
(2) Written agreement; or
(3) Declarations of this policy.
The limits of insurance are inclusive of and not in addition to the limits of insurance shown in the Declarations.
g. The insurance provided to the additional insured does not apply to"bodily injury", "properly damage", or
"personal and advertising injury"arising out of an architect's, engineer's, or surveyor's rendering of, or failure
to render,any professional services,including but not limited to:
(1) The preparing,approving, or failing to prepare or approve:
(a)Maps;
(b)Drawings;
(c)Opinions;
Includes copyrighted material of Insurance Services Office, Inc.
Page 2 of 3 CG 70 85 10 15
(d)Reports;
(e)Surveys;
(f)Change orders;
(g)Design specifications;and
(2) Supervisory, inspection, or engineering services.
h. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS,paragraph 4. Other Insurance is
deleted and replaced with the following:
4. Other Insurance.
Coverage provided by this endorsement is excess over any other valid and collectible insurance available
to the additional insured whether:
a. Primary;
b.Excess;
c.Contingent;or
d.On any other basis;
but if the written contract or written agreement requires primary and non-contributory coverage, this
insurance will be primary and non-contributory relative to other insurance available to the additional
insured which covers that person or organization as a Named Insured,and we will not share with that
other insurance.
i. If the written contract or written agreement as outlined above requires additional insured status by use of CG
20 10 1185,then the coverage provided under this CG 70 85 endorsement does not apply except for
paragraph 2.h.Other Insurance. Additional insured status is limited to that provided by CG 20 10 1185
shown below and paragraph 2.h.Other Insurance shown above.
ADDITIONAL INSURED-OWNERS,LESSEES OR
CONTRACTORS(FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization: Blanket where required by written contractor written agreement that
the terms of CG 20 10 1185 apply.
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED(Section ll)is amended to include as an insured the person or organization shown
in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you.
CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984
j. The insurance provided by this endorsement does not apply to any premises or work for which the person or
organization is specifically listed as an additional insured on another endorsement attached to this policy.
Includes copyrighted material of Insurance Services Office, Inc.
CG 70 85 10 15 Pages 3 of 3
NAMED INSURED: McClendon Construction Company, Inc.
POLICY NUMBER: CPP2051702
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
TEXAS
CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT
This endorsement modifies Insurance provided underthe following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
Under SECTION 1-COVERAGE A.BODILY INJURY AND PROPERTY DAMAGE LIABILITY,paragraph 2.
EXCLUSIONS, provisions 1.through 6.of this endorsement amend the policy as follows:
1. LIQUOR LIABILITY
Exclusion c.Liquor Liability Is deleted.
2. NONOWNED WATERCRAFT
Exclusion g.Aircraft,Auto or Watercraft,subparagraph(2)is deleted and replaced with the following:
(2) A watercraft you do not own that Is:
(a) Less than 51 feet long;and
(b) Not being used to carry persons or property for a charge.
3. PREMISES ALIENATED
A. Exclusion).Damage to Property,subparagraph(2)is deleted,
B. The following paragraph Is deleted from Exclusion j.Damage to Property;
Paragraph(2)of this exclusion does not apply if the premises are"your work"and were never occupied,
rented or held for rental by you.
4. PROPERTY DAMAGE LIABILITY-ELEVATORS AND SIDETRACK AGREEMENTS
A. Exclusion].Damage to Property, paragraphs(3),(4),and(6)do not apply to the use of elevators.
B. Exclusion k.Damage to Your Product does not apply to:
1. The use of elevators;or
2. Liability assumed undera sidetrack agreement.
5. PROPERTY DAMAGE LIABILITY-BORROWED EQUIPMENT
A. Exclusion j.Damage to Property,paragraph(4)does not apply to"property damage"to borrowed
equipment while at a Jobslte and not being used to perform operations.
B. With respect to anyone borrowed equipment item,provision 5.A.above does not apply to"property
damage"that exceeds$25,000 per occurrence or$25,000 annual aggregate.
6. PRODUCT RECALL EXPENSE
A. Exclusion n.Recall of Products,Work or Impaired Property does not applyto"product recall expenses"
that you Incur for the"covered recall"of"your product". This exception to the exclusion does not apply to
"product recall expenses"resulting from:
1. Failure of any products to accomplish their Intended purpose;
2. Breach of warranties of fitness,quality,durability or performance;
3. Loss of customer approval or any cost Incurred to regain customer approval;
4. Redistribution or replacement of"your produd",which has been recalled,by like products or
substitutes;
5. Caprice or whim of the insured;
Includes copyrighted material of Insurance Services Office,Inc.
CG 70 63 0712 Page 1 of 9
6. A condition likely to cause loss,about which any insured knew or had reason to know at the inception
of this insurance;
7. Asbestos,including loss,damage or clean up resulting from asbestos or asbestos containing
materials;
8. Recall of"your product(s)"that have no known or suspected defect solely because a known or
suspected defect in another of"your product(s)"has been found.
B. Under SECTION III-LIMITS OF INSURANCE,paragraph 3.is replaced in its entirety as follows and
paragraph 8.Is added:
3. The Products-Compieted Operations Aggregate Umit Is the mostwe will payforthe sum of:
a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY
because of"bodily Injury"and"property damage"Included In the"products-completed operations
hazard"and
b. "Product recall expenses".
8. Subject to paragraph 5.above,$25,000 Is the most we will pay for all"product recall expenses"
arising out of the same defect or deficiency.
The insurance afforded by reason of provisions 1.through 6.of this endorsement is excess over any valid and
collectible insurance(including any deductible)available to the insured whetherprimary,excess or contingent,and
SECTION IV.,paragraph 4.Other Insurance Is changed accordingly.
7. $ AN
J toNTR UA,,,,,,
When a written contractor written agreement requires Contractual Liability-Railroads,the definition of"Insured
contract"In Section V-Definitions Is replaced by the following with respect to operations performed for,or
affecting,a railroad:
9. 'Insured Contract"means:
a. A contract for a lease of premises.However,that portion of the contractfor a lease of premises
that Indemnities 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 municipallty,except In connection with
work for a municipality;
e. An elevator maintenance agreement;
f. That part of any other contractor agreement pertaining to your business(Including an
indemnification of a municipality in connection with work performedfora 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 bylaw 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 surveyorfor 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;
(2) Under which the insured,if an architect,engineer or surveyor,assumes Ilabllityfor 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.
CONTRACTUAL LIABILITY-PERSONAL AND ADVERTISING INJURY
Includes copyrighted material of Insurance Services Office,Inc.
Page 2 of 9 CG 70 63 0712
Under SECTION 1 -COVERAGE B.,paragraph 2.Exclusions,paragraph e.Contractual Liability is deleted.
S. SUPPLEMENTARY PAYMENTS
Under SECTION 1-SUPPLEMENTARY PAYMENTS-COVERAGES A AND B,paragraph 1.b.is deleted and
replaced with the following:
1. b. Up to$2,500 for cost of ball bonds required because of accidents or traffic law violations arising out
of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to
furnish these bonds.
BROADENED WHO[SAN INSURED
SECTION II-WHO IS AN INSURED Is deleted and replaced with the following';
1. If you are designated in the Declarations as:
a. An individual,you and your spouse are insureds,but only with respect to the conduct of a business of
which you are the sole owner,
b. A partnership or joint venture,you are an Insured. Your members,your partners,and their spouses
are also Insureds,but only with respect to the conduct of your business.
C. A limited liability company,you are an Insured. Your members are also Insureds,but only with
respect to the conduct of your business. Your managers are insureds,but only with respect to their
duties as your managers.
d. An organization other than a partnership,Joint venture or limited liability company,you are an insured.
Your"executive officers"and directors are Insureds,but only with respect to their duties as you r
officers or dlrectors. Your stockholders are also Insureds,but only with respect to their Ilablllty as
stockholders,
Paragraphs(1)(a),(1)(b)and(1)(c)above do not apply to your"employees*who are:
(1) Managers;
(ii) Supervisors;
(iii) Directors;or
(iv) Officers;
with respect to"bodily injury"to a co"employee".
2. Each of the following is also an insured:
a. Your 'volunteer workers"only while performing duties related to the conduct of your business,or
your"employees,"other than either your"executive officers,"(if you ars an organization other than a
partnership,joint venture or limited liability company)or your managers(if you are a limited Ilability
company),but only for acts within the scope of their employment by you or while performing duties
related to the conduct of your business. However,none of these"employees"or'volunteer workers"
are insured for:
(1) "Bodlly Injury"or"personal and advertising Injury":
(a) To you,to your partners or members(if you are a partnership or joint venture),to your
members(if you are a limited liability company),to a co-"employee"while in the course of
his or her employment or performing duties related to the conduct of your business,or to
your other"volunteer workers"while performing duties related to the conduct of your
business;
(b) To the spouse,child,parent,brother or sister of that co-"employee'or volunteer worker as
a consequence of paragraph(1)(0)above;
(c) For which there is any obligation to share damages with or repay someone else who must
pay damages because of the Injury described In paragraphs(1)(8)or(b)above;or
(d) Arising out of his or her providing or failing to provide professional health care services
except as provided In Provision 11.of this endorsement.
Includes copyrighted material of Insurance Services Office,Inc.
CG 70 63 0712 Page 3 of 9
(2) "Property damage"to property:
(a) Owned,occupied or used by;
(b) Rented to,in the cane,custody or control of,or over which physical control is being
exercised for any purpose by
you,any of your"employees,""volunteer workers",any partner or member(if you area
partnership or Joint venture),or any member(If you are a limited liability company).
b. Any person(otherthan your"employee"or"volunteer worker~),or any organization while acting as
your real estate manager.
01 *and
(�) ulltt♦tyatr�e _r�l�: ���
d. Your legal representative if you die,but only with respect to duties as such. That representative will
have all your rights and duties underthis Coverage Form.
e. Your subsidiaries If:
(1) They are legally incorporated entities;and
(2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this
policy.
If such subsidiaries are not shown in the Declarations,you must reporlthem to us within 180 days of
the inception of your original policy.
(4 Any person or argarwzation,otherthan an architect,engineer or surveyor,required to be named
as an additionalInsured in a"work contract",letter of intent or work order. However,such
person or organization shall be an additional insured only with respect to covered"bodily tNury,"
"property damage,"and"personal and advertising Injury'arising out of"your wont"under that
"work contract",latter of intent or work order,
(2) We will provide additional Insured coverage to such person or organization only;
(a) for a period of 30 days after the effective date of the applicable"work contract",letter of
intent or work order;or
(b) until the end of the policy term In effect at the inception of the applicable"work contract",
letter of intent or work order,
whichever Is earlier.
(3) Coverage provided under this paragraph f.is excess over any other valid and collectible
insurance available to the additional insured whether primary,excess,contingent,or on any
other basis unless the'work contract",letter of intent or work order requires this insurance be
primary,in which case this Insurance will be primary without contribution from such other
Insurance available to the additional Insured.
(4) This paragraph f.does not apply If form CG 70 85,Texas Contractors Blanket Additional Insured
Endorsement,is attached to the policy.
Any person or organization to whom you are obligated hyviftue of a written contractto provide
insurance such as Is afforded by this policy,but only with respectto liability arising out of the
maintenance or use of that part of any premises leased to you,Including common or public meas
about such premises If so required In the contract,
However,no such person or organization is an insured with respect to:
(1) Any'occurrence'that takes place after you cease to occupy those premises;or
(2) Structural alterations,new construction or demolition operations performed by or on behalf of
such person or organization.
Includes copyrighted material of Insurance Services Office,Inc.
Page 4 of 9 CG 70 63 0712
h. Any state or political subdivision but only as respects legal liability incurred by the state or political
subdivision solely because it has Issued a permit with respect to operations perforated by you or on
your behalf.
However,no slate or political subdivision Is an insured with respect to:
(1) "Bodily injury',"property damage","personal and advertising Injury"arising out of operations
performed for the state or municipality;or
(2) "Bodily injury"or'property damage"Included withln the"products-completed operations hazard."
i. Any person or organization who is the lessor of equipment leased to you,to whom you are obligated
by virtue of a written contactto provide Insurance such as Is afforded by this policy,but only wlth
respect to their liability arising out of the maintenance,operation or use of such equipment by you or
a subcontractoron.your behalf with your permission and under your suponrlsion, However,if you
have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title
2 of the Texas Insurance Code with the additional insured,the insurance afforded to such person(s)
or organization(s)only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C
of Title 2 of the Texas Insurance Code.
No such person or organization,however,Is an Insured with respect to any"occurrence"that takes
place after the equipment lease expires.
***0lt t emir at`� a ►�,c y` t r f fc � `pt�b
yftttsts,+df`yy+i y '� However,if you have entered into a construction contract subject to
Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional
Insured,the insurance afforded to such person only applies to the extent permitted by Subchapter C
of the Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code.
No architect,engineer,or surveyor,however,Is an Insured with respect to"bodily injury,""property
damage,"or"personal and advertising Injury"arising out of the rendering of or the failure to render
any professional services by or for you,including:
(1) The preparing,approving,or failing to prepare or approve maps,drawings,opinions,reports,
surveys,change orders,designs or specifications;or
(2) Supervisory,inspection,or engineering services.
This paragraph j.does not apply If form CG 70 85, Texas Contractors Blanket Additional Insured
Endorsement,is attached to the policy.
k. Any manager,owner, lessor,mortgagee,assignee or receiver of premises,including land leased to
you,but only with respect to liability arising out of the ownership,maintenance or use of that part of
the premises or land leased to you.
However,no such person or organization is an Insured with respecl to:
(1) Any"occurrence"that takes place after you cease to occupy that premises,or cease to tease the
land;or
(2) Structural alteration,new construction or demolition operations performed by or on behalf of that
person or organization.
3 A torg ►n�lit)ta r re fi , t �,; r?t tt r ' f t tteti'tla ity
i 3�sall
Over-' W ' Ir' 041�r i�Q�� r�tnnll qualify as a Named Insured If
there Is no other similar insurance available to that organization. However:
a. Coverage under this provision Is afforded only until the and of the policy period;
b. Coverage A does not apply to"bodily injury"or"property damage"that occurred before you acquired
or formed the organization;
c. Coverage B does not apply to"personal and advertising injury"arising out of an offense committed
before you acquired or formed the organization.
d. Coverage A does not apply to"product recall expense"arising out of any withdrawal or recall that
occurred before you acquired or formed the organization.
Includes copyrighted material of Insurance Services Office,Inc.
CG 70 63 0712 Page 5 of 9
+ Air :t r o r s c a )�,+ 0* s r#tt r :
tat r if 4 #fg t � d )but only with respect to"bodily Injury"or
"property damage"arising out of'your products"that are distributed or sold in the regular course of the
vendor's business,
However,no such person or organization is an insured with respect to:
a. "Bodily injury"or"property damage"forwhich the vendor is obligated to pay damages by reason of
the assumption of liability Ina contractor agreement, This exclusion does not apply to IlabiIlly for
damages that the vendor would have In the absence of the contractor agreement.
b. Any express warranty unauthorized by you;
c. Any physical or chemical change in"your product"made Intentionally bythe vendor;
d. Repackaging,except when unpacked solely forthe purpose of Inspection,demonstration,testing,or
the substitution of parts under Instructions from the manufacturer,and then repackaged in the original
container;
e. Any failure to make such inspections,adjustments,tests or servicing as the vendor has agreed to
make or normally undertakes to make In the usual course of business,in connection with the
distribution or sale of'your products";
f. Demonstration,Installation,servicing or repair operations,except such operations performed at the
vendor's premises in connection with the sale of the"your product";
g. "Your products"which,after distribution or sale by you,have been labeled or relabeled or used as a
container,part or ingredient of any other thing or substance by or for the vendor.
h. `Bodily injury"or"property damage"arising out of the sole negligence of the vendor for Its own acts or
omissions orthose of its employees or anyone else acting on Its behalf. However,this exclusion
does not apply to:
(1) The exceptions contained in subparagraphs d.orf.;or
(2) Such inspections,adjustments,tests or servicing as the vendor has agreed to make or normally
undertakes to make in the usual course of business,in connection with the distribution or sale of
the products,
This Insurance does not apply to any insured person or organization from which you have acquired"your
products",or any Ingredient,part,or container,entering Into,accompanying or containing"your products".
No person or organization is an insured with respect to the conduct of any current or past partnership,joint
venture or limited liability company that is not,shown as a Named Insured in the Declarations.
11. INCIDENTAL MALPRACTICE LIABILITY
As respects provision 10.,SECTION II—WHO IS AN INSURED,paragraph 2.a.(1)(d)does not apply to any
nurse,emergency medical technician or paramedic employed by you to provide medical or paramedical
services,provided that you are not engaged In the business or occupation of providing such services,and your
"employee"does not have any other insurance thatwould also cover claims arising underthis provision,
whetherthe other insurance is primary,excess,contingent or on any other basis.
UnderSECTiON III-LIMITS OF INSURANCE,provisions 12.through 14.of this endorsement amend the policy as
follows:
12 AGGREGATE ICIMlTS PER PROJECT
The General Aggregate Limit applies separately to each of your construction projects away from premises
owned by or rented to you.
13. INCREASED MEDICAL PAYMENTS LIMITS AND REPORTING PERIOD
A. The requirement under SECTION I—COVERAGE C MEDICAL PAYMENTS that expenses be incurred
and reported to us within one year of the date of the accident is changed to three years.
B. SECTION III-LIMITS OF INSURANCE,paragraph 7.,the Medical Expense Limit,is subject to all the
terms of SECTION III—LIMITS OF INSURANCE and Is the greater of:
Includes copyrighted material of Insurance Services Office,Inc.
Page 6 of 9 CG 70 63 0712
1. $10,000;or
2. The amount shown in the Declarations for Medical Expense Limit.
C. This provision 13.does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the
provisions of the Coverage Form or by endorsement.
14. DAMAGE TO PREMISES RENTED TO YOU—SPECIFIC PERILS
A. The word fire is changed to"specific perils"where it appears in:
1. The last paragraph of SECTION 1—COVERAGE A,paragraph 2.Exclusions;
2. SECTION IV,paragraph 4.b. Excess Insurance.
B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the
same event,whether such damage results from a"specific peri("or any combination of"specific perils."
C. The Damage To Premises Rented To You Limit described in SECTION III-LIMITS OF INSURANCE,
paragraph 6.,is replaced by new limit,which Is the greater of:
1. $1,000,000;or
2. The amount shown in the Declarations for Damage To Premises Rented To You Limit.
D. This provision 14.does not apply if the Damage To Premises Rented To You Limit of SECTION 1-
COVERAGE A is excluded either by the provisions of the Coverage Form or byendorsement.
Under SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS,provisions 15.through 17.of this
endorsement amend the policy as follows:
15. KNOWLEDGE OF OCCURRENCE
Under 2.Duties In The Event Of Occurrence,Offense,Claim,Or Suit, paragraph a.is deleted and replaced
and paragraphs e.and f,are added as follows:
a. You must see to It that we are notified as soon as practicable of an'occurrence"or an offense,regardless
of the amount,which may result in a claim. Knowledge of an"occurrence"or an offense by your
"employee(s)"shall not,In Itself,constitute knowledge to you unless one of your partners,members,
"executive officers,"directors,or managers has knowledge of the"occurrence"or offense. To the extent
possible,notice should Include:
(1) How,when and where the'occurrence"or offense took place;
(2) The names and addresses of any injured persons and witnesses;and
(3) The nature and location of any Injury or damage arising out of the'occurrence"or offense.
e. If you report an"occurrence"to your workers compensation carrier that develops into a liability claim for
which coverage is provided by the Coverage Form,failure to report such an"occurrence"to us at the time
of the"occurrence"shall not be deemed a violatlon of paragraphs a.,b.,and c.above. However,you shall
give written notice of this"occurrence"to us as soon you become aware that this"occurrence"may be a
liability claim rather than a workers compensation claim.
f. You mustsee to itthat the following are done In the event of an actual or anticipated"covered recall"that
may result in"product recall expense":
(1) Give us prompt notice of any discoveryor notification that"your product"must be withdrawn or
recalled. Include a description of"your product"and the reason for the withdrawal or recall;
(2) Cease any further release,shipment,consignment or any other method of distributlon of like or
similar products until it has been determined that all such products are free from defects that could be
a cause of loss under the insurance.
16. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
Paragraph 6.Representations Is deleted and replaced with the following:
6. Representations
By accepting this policy,you agree:
Includes copyrighted material of Insurance Services Office,Inc.
CG 70 63 0712 Page 7 of 9
a. The statements in the Declarations are accurate and complete;
b. Those statements are based upon representations you made to us;and
C. We have Issued this policy in reliance upon your representations.
We will not deny coverage underthis coverage part If you unintentionally fall to disclose all hazards
existing as of the inception date of this policy.You must report to us any knowledge of an error or
omission In the description of any premises or operations intended to be covered by the Coverage
Form as soon as practicable after Its discovery. However,this provision does not affect our right to
collect additional premium or exercise our right of cancellation or nonrenewal.
17 TRANSFER OF R(GATS,(BLANKET.WAF� aFSIJgRQGA�1+1),.
Paragraph 8.Transfer of Rights Of Recovery Against Others To Us Is deleted and replaced with the
following:
8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form,
those rights are transferred to us. The Insured must do nothing after loss to impalr them. At our request,
the Insured will bring"suit"or transfer those rights to us and help us enforce them. However,If the insured
has waived rights to recover through a written contract,or if"yourwork"was commenced under a letter of
Intent or work order,subject to a subsequent reduction to writing with customers whose customary
contracts require a waiver,we waive any right of recovery we may have under this Coverage Form.
18. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL
Paragraph 2.b.of A.Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the
following:
b. 60 days before the effective date of the cancellation If we cancel for any other reason.
Under SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9.When We Do Not
Renew is deleted and replaced with the following:
9. When We Do Not Renew
a. We may elect not to renew this policy except,that underthe provisions of the Texas Insurance Code,
we may not refuse to renew this policy solely because the policyholder Is an elected official.
b. If we elect not to renew this policy,we may do so by mailing or delivering to the first Named Insured,
at the last mailing address known to us,written notice of nonrenewal,stating the reason for
nonrenewal,at least 60 days before the expiration date. If notice is mailed or delivered less than 60
days before the expiration date,this policywill remain in effect until the 61 st day after the date on
which the notice is mailed or delivered.Earned premium for any period of coverage that extends
beyond the expiration date will be computed pro rata based on the previous year's premium.
C. if notice Is mailed,proof of mailing will be sufficient proof of notice.
d. The transfer of a policyholder between admitted companies within the same insurance group is not
considered a refusal to renew.
19. MOBILE EQUIPMENT REDEFINED
Under SECTION V-DEFINITIONS,paragraph 12."Mobile equipment',paragraph f.(1)does not apply to self-
propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use,
20. DEFINITIONS
1. SECTION V—DEFINITIONS,paragraph 4."Coverage territory"is replaced by the following definition:
'Coverage territory"means anywhere in the world with respect to liability arising out of"bodily Injury,"
"property damage,"or"personal and advertising Injury,"including"personal and advertising injury"
offenses that take place through the Internet or similar electronic means of communication provided the
insured's responsibility to pay damages is determined in a settlement to which we agree or In a"suit"on
the merits,In the United States of America(including lis territories and possessions),Puerto Rico and
Canada.
includes copyrighted material of Insurance Services Office, Inc.
Page 8 of 9 CG 70 63 0712
2. SECTION V--DEFINITIONS is amended by the addition of the following definitions:
"Covered recall"means a recall made necessary because you or a government body has determined that
a known or suspected defect,deficiency,Inadequacy,or dangerous condition in"your product"has
resulted or will result In"bodily injury"or'property damage".
"Product Recall expenses"mean only reasonable and necessaryextra costs,which resuff from or are
related to the recall or withdrawal of"your product"for;
a. Telephone and telegraphic communication,radio or television announcements,computertime and
newspaper advertising;
b. Stationery,envelopes,production of announcements and postage or facsimiles;
c. Remuneration paid to regular employees for necessary overtime or authorized travel expense;
d. Temporary hiring by you or by agents designated by you of persons,other than your regular
employees,to perform necessary tasks;
e. Rental of necessary additional warehouse or storage space;
f. Packaging of or transportation or shipping of defective products to the location you designate;and
g. Disposal of'your products"that cannot be reused. Disposal expenses do not Include:
(1) Expenses that exceed the original cost of the materials Incurred to manufacture or process such
product;and
(2) Expenses that exceed the cost of normal trash discarding or disposal,except as are necessary
to avoid"bodily Injury"or'property damage".
"Specific Perils"means fire;lightning;explosion;windstorm or hail;smoke;aircraft or vehicles;riot or civil
commotion;vandalism;leakage from fire extinguishing equipment;weight of snow,ice or sleet;or"water
damage."
"Water damage"means accldental discharge or leakage of water or steam as the direct result of the
breaking or cracking of any part of a system or appliance containing water or steam.
Includes copyrighted material of Insurance Services Offlce, Inc.
CG 70 63 0712 Page 9 of 9
POLICYNUMBER: CA2051701 COMMERCIAL AUTO
CA 716510 07
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
This endorsement modifies Insurance provided under the
BUSINESS AUTO COVERAGE FORM
The provisions of the Coverage Form apply unless changed by this endorsement.
This endorsement Identities person(s)or organization(s)who are"Insured"under the Who Is An Insured
Provision of the Coverage Form.
This endorsement changes the policy on the Inception date of the policy,unless another date is shown below,
Endorsement Effective: 01/31/2017 Countersigned By:
Named Insured:
McClendon Construction Company,Inc.
(Authorized Representative)
(No entry may appear above. If so, Information to complete this endorsement is in the Declarations.)
Section II—Liability Coverage,A. Coverage, 1. Who Is An Insured Is amended to add:
i. that Person or Organization to be added as an`Insured"under this policy; and
Ii.this policy to be � 1 a� f0 the Person or
Organization.
Each such person or organization is an"insured"for Liability Coverage. They are an"insured'only if that person
or organization Is an"Insured"under In SECTION II of the Coverage Form.
The contract between the Named Insured and the person or organization is an"Insured contract".
Includes copyrighted material of the Insurance Services Office, Inc.,with Its permission.
CA 71 65 10 07 Insurance Services Office., 1998, Page 1 of 1
NAMED INSURED: McClendon Construction Company, Inc.
POLICY NUMBER: CA2051701
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY,
TEXAS ADVANTAGE
COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT
This endorsement modifies Insurance provided under the
SUSINESSAUTO COVERAGE FORM
With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified
by the endorsement.
The premium for this endorsement is$ S250.00
1 BROAD FORM INSURED
... �rad� id�c�#ftsft�lrwlpg:
d. Any organization you newly acquire or form,other than a partnership,Joint venture or limited liability
company,and over which you maintain ownership or a majority interest,will qualify as a Named Insured.
However,
(1) Coverage under this provision Is afforded only until the end of the policy period:
(2) Coverage does not apply to"accidents'or"loss"that occurred before you acquired or formed the
organization;and
(3) Coverage does not apply to an organization that Is an'Insured"under any other policy or would bean
"Insured"but for its terrninatlon or the exhausting of its iimlt of Insurance.
e. Any'employee of yours using:
(1) A covered"auto"you do not own,hire or borrow,or a covered"auto"hot owned by the"employee"or
a member of his or her household,while performing duties related to the conduct of your business or
your personal affairs;or
(2) An"auto"hired or rented under a contract or agreement in that"employee's"name,with your
permisslon,while performing duties related to the conduct of your business, However,your
"employee"does not qualify as an insured under this paragraph (2)while using a covered"auto"
rented from you orfrom any member ofthe"employee's'household.
L Your members,if you are a limited liability company,while using a covered"auto°you do not own,hires or
borrow and white performing duties related to the conduct of your business or your personal affairs.
g" Any person or orpin t wlthwhom you vWee in a written contrac(,written agreemerd or permit,to
Provide Irsurance such las ii aftdedl Ondorlhis potty;but tom/�V&respell 116 ywrt red"autos"..
This provision does not apply:
(1) Unless the written contractor agreement is executed or the permit Is Issued prior to lhe'bodiiy injury"
or"property damage";
(2) To any person or organizalon Included as an Insured by an endorsement or In the Declarations;or
(3) To any lessor 6f"fautos"unless:
(a) The lease agreement raqulres you to provide direct primary insurance for the lessor;
(b) The"auto"is leased without a driver,and
Includes copyrighted material of Insurance Services Offlce,Inc.
CA 7118 1109 Page 1 of 5
(c) The lease had not expired.
Leased"autos"covered under this provision will be considered covered"autos"you own and not covered
"autos"you hire.
h. Any legally incorporated organization or subsidiary in which you own more than 50%of the voting stock on
the effective date of this endorsement.
This provision does not apply to"bodily injury"or"properly damage"for which an"Insured"Is also an
insured under any other automobile pollcy or would be an Insured under such a policy,but for Its
termination or the exhaustion of its limits of Insurance,unless such policy was written to apply specifically
In excess of this policy.
2. COVERAGE EXTENSIONS-SUPPLEMENTARY PAYMENTS
Under Section 11-LIABILITY COVERAGE,A2.a.Supplementary Payments,paragraphs(2)and(4)are
deleted and replaced as follows;
(2) Up to$2,500 for the cost of bail bonds(Including bonds for related traffic law violations)required because
of an"accident"we cover. We do riot have to furnish these bonds.
(4) All reasonable expanses Incurred by the"Insured"at our request,including actual loss of earnings up to
$500 a day because of time off from work.
3. AMENDED FELLOW EMPLOYEE EXCLUSION
Under SECTION 11-LIABILITY COVERAGE,B.EXCLUSIONS,paragraph 5.Fellow Employee Is deleted
and replaced bylhe following:
5. Fellow Employee
"Bodily injury"to:
a. Any Fellow"employee"of the"Insured"arising out of and In the course of the fellow"employee's"
employment or while performing duties related to the conduct of your business. However,this
excluslon does not apply to your'employees"that are offlcers,managers,supervisors or above.
Coverage is excess over any other collectible Insurance.
b. The spouse,child,parent,brother orslslerof that follow'employes,as a consequence of paragraph
a.above.
4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE
A. Under SECTION III-PHYSICAL DAMAGE COVERAGE,A.COVERAGE,the following Is added:
Ifanyof your owned covered"autos"are covered for Physical Damage,we will provide Physical Damage
coverage to"autos"that you or your"employees"hire or borrow,under your name or the"employee's"
name,for the purpose of doing your work.
We will provide coverage equal to the broadest physical damage coverage applicable to any covered
'auto"shown In the Declarations,Item Three,Schedule of Covered Autos You Own,or on any
endorsements amending this schedule.
B. under SECTION III-PHYSICAL DAMAGE COVERAGE,A.4.Coverage Extensions.paragraph b.Loss
Of Use Expenses is deleted and replaced with the following:
b. Loss Of Use Expenses
For Hired Auto Physical Damage,we will pay expenses forwhich an"insured"becomes legally
responsible to payfor loss of use of a vehicle rented or hired without a driver,under a written rental
contractor agreement. We will pay for loss of use expenses If caused by:
(1) Other than collision,only If the Declarations indicate that Comprehensive Coverage Is provided
far any covered"auto",
Includes copyrighted material of Insurance Services Office, Inc.
Page 2 of 5 GA 71101109
(2) Specified Causes of Loss,only If the Declarations indicate that Specified Causes Of Loss
Coverage is provided for any covered"auto";or
(3) Collision,only tfthe Declarations indicate that Collision Coverage is provided for any covered
'auto".
However,the most we will pay for any expenses for loss of use Is$30 per day,to a maximum of
$2,000.
C. Under SECTION IV—BUSINESS AUTO CONDITIONS,B.General Conditions,S.Other Insurance,
paragraph b.Is replaced by the followlhg:
b. For Hired Auto Physical Damage,the following are deemed to be covered"autos"you own:
1. Any covered"auto"you lease,hire,rent or borrow;and
2. Any covered"auto"hired or rented by your*employees"under contract in that Individual
"employee's"name,with your permission,while performing duties related to the conduct of your
business.
However,any"auto"that Is leased,hired,rented or borrowed with a driver Is not a covered"auto',nor
Is any"auto"you hire from any of your"employees",partners(if you are a partnership),members Of
you are a limited Ilabllftycompany),or members of their households.
5. LOAN OR LEASE GAP COVERAGE
Under SECTION III—PHYSICAL DAMAGE COVERAGE,A.COVERAGE,the following Is added:
If a covered"auto"is owned or leased and If we provld a Physical Damage Coverage on it,we will pay,In the
event of a covered total"loss any unpaid amount due on the lease or loan for a covered"auto",less:
(a) The amount paid under the Physical Damage Section of the policy;and:
(b) Any:
(1) Overdue lease or loan payments Including penalties,Interest or other charges resulting from overdue
payments at the time of the"loss!';
(2) f=inancial penalties Imposed under a lease for excessive use,abnormal wear and tear or high
mileage;
(3) Costs for extended warranties,Credit Life Insurance,Health,Accident or Disability insurance
purchased with the loan or lease;
(4) Security deposits not refunded by a lessor,and
(5) Carry-over balances from previous loans or leases.
6. RENTAL.REIMBURSEMENT
Under SECTION III-PHYSICAL DAMAGE COVERAGE,A.4.Coverage Extensions,paragraph a.
Transportation Expenses Is deleted and replaced by the following:
a. Transportation Expenses
(1) We will pay up to$75 per day to a maximum of$2,000 for transportation expense Incurred by you
because of covered"loss".We will pay only for those covered"autos"for which you carry Colllsion
Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay
for transportation expenses Incurred during the period beginning 24 hours after the covered'loss"
and ending,regardless of the policy's expiration,when the covered"auto"Is returned to use or we
payfor its"lass". This coverage 13 In addition to the otherwise applicable coverage you have on a
covered"auto". No deductibles apply to this coverage.
Includes copyrighted material of Insurance Services Office, Inc.
CA 71181109 Page 3 of 5
(2) This coverage does not apply while there Is a spare or reserve"auto"available to you for your
operation.
7. AIRBAGCOVERAGE
Under SECTION III-PHYSICAL DAMAGE,B.EXCLUSIONS,paragraph 3.is deleted and replaced by the
following:
3. We will not payfor"loss"caused byor resulting from any of the following unless caused byother"loss°
that is covered bythis insurance:
(1) Wear and tear,freezing,mechanical or electrical breakdown.However,this exclusion does not
Include the discharge of an alrbag.
(2) Blowouts,punctures or other road damage to tires.
t3. GLASS REPAIR—WAIVER OF DEDUCTIBLE
Section III—PHYSICAL DAMAGE COVERAGE,D.Deductible Is amended to add the following:
No deductible applies to glass damage If the glass Is repaired retherthan replaced.
8. COLLISION COVERAGE—WAIVER OF DEDUCTIBLE
Under Seclion 111-PHYSICAL DAMAGE COVERAGE,D.Deductible Is amended to add the following:
When there Is a loss to your covered"auto"Insured for Collision Coverage,no deductible will apply if the loss
was caused by a collision with another"auto"Insured by us.
10. KNOWLEDGE OF ACCIDENT
Under SECTION IV-BUSINESS AUTO CONDITIONS,A.Loss Conditions,2.Duties In The Event Of
Accident,Claim,Suit Or Loss,paragraph a.is de!eted and replaced by the following:
a. You must see to dtthatwe are notified as soon as practicabla of an"accident",claim,"suit'or'loss".
Knowledge of an"accident",cialm,"suit"or"loss'byyour"employees'shall not,In itself,constitute
knowledge to you unless one of your partners,executive officers,directors,managers,or members(if you
area limited I lability company)has knowledge of the"accldent',claim,'suit"or,oss", Notice should
include:
(1) How,when and where the'accident"or"loss"occurred,
(2) The"Insured's"name and address;and
(3) To the extent possible,the names and addresses of any injured persons and witnesses.
11. TRANS,OFRIGHTS(S KK17WAIVEI'i;OFSUBRQGATION)
Under SECTION IV-BUSINESS AUTO CONDITIONS,A.Loss Conditions paragraph 5.Transfer Of Rights
Of Recovery Against Others To Us Is deleted and replaced by the hallowing:
5, Transfer Of Rights Of Recovery Against Others To Us
ifany person or organization to or for whom we make payment under this Coverage Form has rights to
recover damages from another,those rights are transferred to us. That person or organization must do
everything necessary to secure our rights and must do nothing after"aculdent"or"loss"to Impair them.
However,if the"insured"has waived rights to recover through a written contract,or it your work was
commenced under a letter of Intent or worts order,subject to a subsequent reduction in writing with
customers whose customary contracts require a waiver,we welve any right of recovery we may have
underthis Coverage Form.
Includes copyrighted material of Insurance Services Office,Inc.
Page 4of5 CA 71189109
12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
Under SECTION IV-BUSINESS AUTO CONDITIONS,B. General Conditions,paragraph 2.
Concealment,Misrepresentation Or Fraud is amended by the addition of the following:
We will not deny coverage under this Coverage Form ff you unintenllonally fall to disclose all hazards
existing as of the inception date of this policy. You must report to us any knowledge of an error or omisstoh
in your representations as soon as practicable after Its discovery. This provision does not affect our right to
collect additional premium or exercise our right of cancellation or nonrenewal.
13. BLANKET COVERAGE FOR CERTAIN OPERATIONS IN CONNE0110N NTH RAILROADS
When required by written contract or written agreement,the definition of"insured contract`is amended
as follows:
The exception contained in paragraph H.3. reialing to construction or demolition operations on or within
50 feet of a railroad;and
Paragraph H.a.
are deleted with respect to the use of a covered"auto"in operations for,or affecting,a railroad.
Includes copyrighted material of Insurance Services Office,Inc.
CA 7118 1109 Page 5 of 5
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B
(Ed. 6-14)
TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the
Information Page.
We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce
our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily
injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this
waiver from us.
This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
The premium for this endorsement is shown in the Schedule.
Schedule
1. () Specific Waiver
Name of person or organization
(X) Blanket Waiver
Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver.
2. Operations:
3. Premium:
The premium charge for this endorsement shall be percent of the premium developed on payroll in connection
with work performed for the above person(s) or organization(s) arising out of the operations described.
4. Advance Premium:
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective 01/31/2017 WC2051704 Policy No. Endorsement No. WC 42 03 04 B
Named Insured:' McClendon Construction Company, Inc. Premium
Insurance Company Countersigned by
WC 42 03 04 B
(Ed. 06-14)
Copyright 2014 National Council on Compensation Insurance,Inc.All Rights Reserved.
NAMED INSURED: McClendon Construction Company, Inc.
POLICY NUMBER: :-.'PP205 ._,0A,, CA2051701, WQC-0O.5:704
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
EARLIER NOVICE OF CANCELLATION
PROVIDED BY US
Number of Days Notice
For any statutorily permitted reason other than nonpayment of premium,the number of days required for notice of cancellation is
increased to the number of days shown In the Schedule above.
If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation
based on the number of days notice shown above.
SCHEDULE
Name of Person or Organization
The Name of Person or Organization Is any person or organization holding a certificate of Insurance
issued for you, provided the certificate.
1. Refers to this policy;
2. States that notice of
a.Cancellation;
b.Nonrenewal;or
c.Material change reducing or restricting coverage;
will be provided to that person or organization;
3. Is in effect at the time of the:
a.Cancellation;
b.Nonrenewal;or
c.Material change reducing or restricting coverage;and
4. Is on file at your agent or brokers office for this policy.
Mailing Address
The Mailing Address is the address shown for that person or organization in that certificate of
Insurance.
IL 70 45 05 07
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febmary2,2016
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1 —Definitions and Terminology..........................................................................................................1
1.01 Defined Terms...............................................................................................................................l
1.02 Terminology..................................................................................................................................6
Article 2—Preliminary Matters.........................................................................................................................7
2.01 Copies of Documents....................................................................................................................7
2.02 Commencement of Contract Time;Notice to Proceed................................................................7
2.03 Starting the Work..........................................................................................................................8
2.04 Before Starting Construction........................................................................................................8
2.05 Preconstruction Conference..........................................................................................................8
2.06 Public Meeting..............................................................................................................................8
2.07 Initial Acceptance of Schedules....................................................................................................8
Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8
3.01 Intent..............................................................................................................................................8
3.02 Reference Standards......................................................................................................................9
3.03 Reporting and Resolving Discrepancies.......................................................................................9
3.04 Amending and Supplementing Contract Documents.................................................................10
3.05 Reuse of Documents...................................................................................................................10
3.06 Electronic Data........................................................................................... ................................l l
Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental
Conditions;Reference Points........................................................................................................... 11
4.01 Availability of Lands..................................................................................................................11
4.02 Subsurface and Physical Conditions..........................................................................................12
4.03 Differing Subsurface or Physical Conditions.............................................................................12
4.04 Underground Facilities ...............................................................................................................13
4.05 Reference Points .........................................................................................................................14
4.06 Hazardous Environmental Condition at Site..............................................................................14
Article 5—Bonds and Insurance.....................................................................................................................16
5.01 Licensed Sureties and Insurers...................................................................................................16
5.02 Performance,Payment,and Maintenance Bonds.......................................................................16
5.03 Certificates of Insurance.............................................................................................................16
5.04 Contractor's Insurance................................................................................................................18
5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19
Article 6—Contractor's Responsibilities........................................................................................................19
6.01 Supervision and Superintendence...............................................................................................19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febwary2,2016
6.02 Labor; Working Hours................................................................................................................20
6.03 Services,Materials, and Equipment...........................................................................................20
6.04 Project Schedule..........................................................................................................................21
6.05 Substitutes and"Or-Equals".......................................................................................................21
6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24
6.07 Wage Rates..................................................................................................................................25
6.08 Patent Fees and Royalties...........................................................................................................26
6.09 Permits and Utilities....................................................................................................................27
6.10 Laws and Regulations.................................................................................................................27
6.11 Taxes ...........................................................................................................................................28
6.12 Use of Site and Other Areas .......................................................................................................28
6.13 Record Documents......................................................................................................................29
6.14 Safety and Protection..................................................................................................................29
6.15 Safety Representative..................................................................................................................30
6.16 Hazard Communication Programs .............................................................................................30
6.17 Emergencies and/or Rectification...............................................................................................30
6.18 Submittals....................................................................................................................................31
6.19 Continuing the Work...................................................................................................................32
6.20 Contractor's General Warranty and Guarantee..........................................................................32
6.21 Indemnification.........................................................................................................................33
6.22 Delegation of Professional Design Services ..............................................................................34
6.23 Right to Audit..............................................................................................................................34
6.24 Nondiscrimination.......................................................................................................................35
Article 7-Other Work at the Site...................................................................................................................35
7.01 Related Work at Site...................................................................................................................35
7.02 Coordination................................................................................................................................36
Article 8-City's Responsibilities...................................................................................................................36
8.01 Communications to Contractor...................................................................................................36
8.02 Furnish Data................................................................................................................................36
8.03 Pay When Due ............................................................................................................................36
8.04 Lands and Easements; Reports and Tests...................................................................................36
8.05 Change Orders.............................................................................................................................36
8.06 Inspections, Tests, and Approvals..............................................................................................36
8.07 Limitations on City's Responsibilities .......................................................................................37
8.08 Undisclosed Hazardous Environmental Condition....................................................................37
8.09 Compliance with Safety Program...............................................................................................37
Article 9-City's Observation Status During Construction...........................................................................37
9.01 City's Project Manager ............................................................................................................37
9.02 Visits to Site................................................................................................................................37
9.03 Authorized Variations in Work..................................................................................................38
9.04 Rejecting Defective Work..........................................................................................................38
9.05 Determinations for Work Performed..........................................................................................38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Fdxuary Z 2016
Article 10-Changes in the Work; Claims; Extra Work................................................................................38
10.01 Authorized Changes in the Work...............................................................................................38
10.02 Unauthorized Changes in the Work...........................................................................................39
10.03 Execution of Change Orders.......................................................................................................39
10.04 Extra Work..................................................................................................................................39
10.05 Notification to Surety..................................................................................................................39
10.06 Contract Claims Process.............................................................................................................40
Article I I -Cost of the Work;Allowances; Unit Price Work; Plans Quantity Measurement......................41
11.01 Cost of the Work.........................................................................................................................41
11.02 Allowances..................................................................................................................................43
11.03 Unit Price Work..........................................................................................................................44
11.04 Plans Quantity Measurement......................................................................................................45
Article 12-Change of Contract Price; Change of Contract Time.................................................................46
12.01 Change of Contract Price............................................................................................................46
12.02 Change of Contract Time............................................................................................................47
12.03 Delays..........................................................................................................................................47
Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48
13.01 Notice of Defects ........................................................................................................................48
13.02 Access to Work...........................................................................................................................48
13.03 Tests and Inspections..................................................................................................................48
13.04 Uncovering Work........................................................................................................................49
13.05 City May Stop the Work.............................................................................................................49
13.06 Correction or Removal of Defective Work................................................................................50
13.07 Correction Period........................................................................................................................50
13.08 Acceptance of Defective Work...................................................................................................51
13.09 City May Correct Defective Work.............................................................................................51
Article 14-Payments to Contractor and Completion....................................................................................52
14.01 Schedule of Values......................................................................................................................52
14.02 Progress Payments......................................................................................................................52
14.03 Contractor's Warranty of Title...................................................................................................54
14.04 Partial Utilization........................................................................................................................55
14.05 Final Inspection...........................................................................................................................55
14.06 Final Acceptance.........................................................................................................................55
14.07 Final Payment..............................................................................................................................56
14.08 Final Completion Delayed and Partial Retainage Release........................................................56
14.09 Waiver of Claims........................................................................................................................57
Article 15-Suspension of Work and Termination........................................................................................57
15.01 City May Suspend Work.............................................................................................................57
15.02 City May Terminate for Cause...................................................................................................58
15.03 City May Terminate For Convenience.......................................................................................60
Article16-Dispute Resolution......................................................................................................................61
16.01 Methods and Procedures.............................................................................................................61
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Feb uary 2,2016
Article17—Miscellaneous..............................................................................................................................62
17.01 Giving Notice..............................................................................................................................62
17.02 Computation of Times................................................................................................................62
17.03 Cumulative Remedies.................................................................................................................62
17.04 Survival of Obligations...............................................................................................................63
17.05 Headings......................................................................................................................................63
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnmy2,2016
007200-1
GENERAL CONDITIONS
Page 1 of 63
ARTICLE 1–DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agreement—The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Payment—The form acceptable to City which is to be used by Contractor
during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents.
4. Asbestos Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
5. Award–Authorization by the City Council for the City to enter into an Agreement.
6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
7. Bidder—The individual or entity who submits a Bid directly to City.
8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
11. Buzzsaw–City's on-line, electronic document management and collaboration system.
12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Fekxuary2,2016
007200-1
GENERAL CONDITIONS
Page 2 of 63
13. Change Order—A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and
chartered under the Texas State Statutes, acting by its governing body through its City
Manager, his designee, or agents authorized under his behalf, each of which is required by
Charter to perform specific duties with responsibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whom Contractor has entered into the Agreement and for whom the Work is to be
performed.
15. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
16. City Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
17. City Manager – The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with respect to the terms of the
Contract.A demand for money or services by a third party is not a Contract Claim.
19. Contract—The entire and integrated written document between the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations,representations, or agreements, whether written or oral.
20. Contract Documents—Those items so designated in the Agreement. All items listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
21. Contract Price—The moneys payable by City to Contractor for completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the
provisions of Paragraph 11.03 in the case of Unit Price Work).
22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance.
23. Contractor—The individual or entity with whom City has entered into the Agreement.
24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febmazy Z 2016
00 72 00-1
GENERAL CONDITIONS
Page 3 of 63
25. Damage Claims — A demand for money or services arising from the Project or Site from a
third party,City or Contractor exclusive of a Contract Claim.
26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day.
27.Director of Aviation — The officially appointed Director of the Aviation Department of the
City of Fort Worth,Texas, or his duly appointed representative, assistant,or agents.
28.Director of Parks and Community Services — The officially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative,assistant,or agents.
29. Director of Planning and Development — The officially appointed Director of the Planning
and Development Department of the City of Fort Worth, Texas, or his duly appointed
representative,assistant,or agents.
30.Director of Transportation Public Works — The officially appointed Director of the
Transportation Public Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant,or agents.
31. Director of Water Department— The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
32. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes
effective,but if no such date is indicated, it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
34. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
35. Extra Work — Additional work made necessary by changes or alterations of the Contract
Documents or of quantities or for other reasons for which no prices are provided in the
Contract Documents.Extra work shall be part of the Work.
36.Field Order—A written order issued by City which requires changes in the Work but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time of award.
37. Final Acceptance — The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnauy2,2016
007200-1
GENERAL CONDITIONS
Page 4 of 63
38. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
39. General Requirements—Sections of Division 1 of the Contract Documents.
40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended from time to time.
42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
43. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
44.Major Item–An Item of work included in the Contract Documents that has a total cost equal
to or greater than 5%of the original Contract Price or$25,000 whichever is less.
45.Milestone—A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
46. Notice of Award—The written notice by City to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deliver the Agreement.
47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the
Contract Time will commence to run and on which Contractor shall start to perform the
Work specified in Contract Documents.
48. PCBs—Polychlorinated biphenyls.
49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils.
50. Plans–See definition of Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnrmyy 2,2016
007200-1
GENERAL CONDITIONS
Page 5 of 63
51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
52. Project—The Work to be performed under the Contract Documents.
53. Project Manager—The authorized representative of the City who will be assigned to the
Site.
54. Public Meeting – An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.)as amended from time to time.
56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday(excluding legal holidays).
57. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Work is to be performed, including rights-of-way, permits, and easements for
access thereto, and such other lands furnished by City which are designated for the use of
Contractor.
61. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto. Specifications
may be specifically made a part of the Contract Documents by attachment or, if not attached,
may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00)
of each Project.
62. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnzry2,2016
00 72 00-1
GENERAL CONDITIONS
Page 6 of 63
63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superintendent— The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. Supplementary Conditions—That part of the Contract Documents which amends or
supplements these General Conditions.
67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television,
water,wastewater, storm water,other liquids or chemicals, or traffic or other control systems.
69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition.
70. Weekend Working Hours —Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
71. Work—The entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result of performing or
providing all labor, services, and documentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract Documents.
72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirements or Contract Documents,have the indicated meaning.
B. Intent of Certain Terms or Adjectives:
CrrY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Fcbnmy2,2016
00 72 00-1
GENERAL CONDITIONS
Page 7 of 63
1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
D. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2—PRELIMINARY MATTERS
2.01 Copies of Documents
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
2.02 Commencement of Contract Time;Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given at any time within 14 days after the Effective Date of the Agreement.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febrmy2,2016
0072 00-1
GENERAL CONDITIONS
Page 8 of 63
2.03 Starting the Work
Contractor shall start to perform the Work on the date when the Contract Time commences to run.
No Work shall be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Starting Construction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.06 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
2.07 Initial Acceptance of Schedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE
3.01 Intent
A. The Contract Documents are complementary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereof) to be constructed in accordance with the Contract Documents. Any labor,
documentation, services, materials, or equipment that reasonably may be inferred from the
Contract Documents or from prevailing custom or trade usage as being required to produce the
indicated result will be provided whether or not specifically called for, at no additional cost to
City.
C. Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Specification sections may be
written in varying degrees of streamlined or declarative style and some sections may be
relatively narrative by comparison. Omission of such words and phrases as "the Contractor
shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined
sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions
may appear in various parts of a section or articles within a part depending on the format of the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febmary2,2016
00 72 00-1
GENERAL CONDITIONS
Page 9 of 63
section. The Contractor shall not take advantage of any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading "Related
Sections include but are not necessarily limited to:" and elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 Reference Standards
A. Standards, Specifications,Codes,Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids),except as may be otherwise specifically stated in the Contract Documents.
2. No provision of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or employees, from those set forth in the Contract
Documents. No such provision or instruction shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct the performance of the Work or any duty or authority
to undertake responsibility inconsistent with the provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor's Review of Contract Documents Before Starting Work. Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor's Review of Contract Documents During Performance of Work. If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not
proceed with the Work affected thereby (except in an emergency as required by Paragraph
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnuy2,2016
007200-1
GENERAL CONDITIONS
Page 10 of 63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Discrepancies:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual,or the instruction of any Supplier(whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized,by one or more of the following ways:
1. A Field Order;
2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or
3. City's written interpretation or clarification.
3.05 Reuse of Documents
A. Contractor and any Subcontractor or Supplier shall not:
I. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereof) prepared by or bearing the seal of Engineer,
including electronic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other project without written consent of City and specific written
verification or adaptation by Engineer.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnwy 2,2016
007200-1
GENERAL CONDITIONS
Page 1 I of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
3.06 Electronic Data
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the
printed copies included in the Contract Documents (also known as hard copies) and other
Specifications referenced and located on the City's Buzzsaw site. Files in electronic media
format of text, data, graphics, or other types are furnished only for the convenience of the
receiving party. Any conclusion or information obtained or derived from such electronic files
will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard
copies,the hard copies govern.
B. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents resulting
from the use of software application packages, operating systems, or computer hardware
differing from those used by the data's creator.
ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS;REFERENCE POINTS
4.01 Availability of Lands
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor must comply
in performing the Work. City will obtain in a timely manner and pay for easements for
permanent structures or permanent changes in existing facilities.
1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or
easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Project
Schedule submitted by the Contractor in accordance with the Contract Documents must
consider any outstanding right-of-way, and/or easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted
by the Contractor in accordance with the Contract Documents must consider any outstanding
utilities or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable written request, City shall furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be performed.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febniary2,2016
007200-1
GENERAL CONDITIONS
Page 12 of 63
C. Contractor shall provide for all additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary Conditions identify:
1. those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site(except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors,members,partners, employees, agents,consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be employed by Contractor, and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions, and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data,interpretations,opinions,or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differs materially from that shown or indicated in the Contract Documents;or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febrwy2,2016
007200-1
GENERAL CONDITIONS
Page 13 of 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A),notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if.
1. Contractor knew of the existence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract;or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on
information and data famished 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.
ndicated.1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming
aware thereof and before further disturbing conditions affected thereby or performing any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febn=y2,2016
007200-1
GENERAL CONDITIONS
Page 14 of 63
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice to that owner and to City.
City will review the discovered Underground Facility and determine the extent, if any, to
which a change may be required in the Contract Documents to reflect and document the
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. If City concludes that a change in the Contract Documents is required, a Change Order may
be issued to reflect and document such consequences.
3. Verification of existing utilities, structures, and service lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Reference Points
A. City shall provide engineering surveys to establish reference points for construction, which in
City's judgment are necessary to enable Contractor to proceed with the Work. City will provide
construction stakes or other customary method of marking to establish line and grades for
roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall
protect and preserve the established reference points and property monuments, and shall make no
changes or relocations. Contractor shall report to City whenever any reference point or property
monument is lost or destroyed or requires relocation because of necessary changes in grades or
locations. The City shall be responsible for the replacement or relocation of reference points or
property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall
notify City in advance and with sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full
cost for replacing such points plus 25% will be charged against the Contractor, and the full
amount will be deducted from payment due the Contractor.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings
known to City relating to Hazardous Environmental Conditions that have been identified at the
Site.
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors,members,partners, employees, agents,consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febmary 2,2016
007200-1
GENERAL CONDITIONS
Page 15 of 63
construction to be employed by Contractor and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data,interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible
for a Hazardous Environmental Condition created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affected thereby (except in an emergency as required by
Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing).
City may consider the necessity to retain a qualified expert to evaluate such condition or take
corrective action,if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related thereto and delivered
written notice to Contractor: (i) specifying that such condition and any affected area is or has
been rendered suitable for the resumption of Work; or (ii) specifying any special conditions
under which such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special
conditions, then City may order the portion of the Work that is in the area affected by such
condition to be deleted from the Work. City may have such deleted portion of the Work
performed by City's own forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City,from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for whom Contractor is
responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any
individual or entityfrom 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:Febnrmy2,2016
007200-1
GENERAL CONDITIONS
Page 16 of 63
ARTICLE 5—BONDS AND INSURANCE
5.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security for the faithful performance and payment of all of Contractor's obligations under the
Contract Documents.
B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security
to protect the City against any defects in any portion of the Work described in the Contract
Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final
Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certificates of Insurance
Contractor shall deliver to City, with copies to each additional insured and loss payee identified in
the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested
by City or any other additional insured)which Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as"Additional Insured"on all liability policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnmy 2,2016
00 72 00-1
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 them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents (or in the
provisions of any other direct contract with City)resulting from the acceptance of each proposed
substitute.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or-equal"at Contractor's expense.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnruy2,2016
007200-1
GENERAL CONDITIONS
Page 24 of 63
G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a
substitute shall be incorporated to the Contract by Change Order.
H. Time Extensions: No additional time will be granted for substitutions.
6.06 Concerning Subcontractors, Suppliers, and Others
A. Contractor shall perform with his own organization, work of a value not less than 35% of the
value embraced on the Contract,unless otherwise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Contractor shall
not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable
participation by Minority Business Enterprises (MBE) in the procurement of goods and services
on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required
to comply with the intent of the City's MBE Ordinance (as amended)by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MBE. Material misrepresentation of any nature will be grounds for
termination of the Contract in accordance with Paragraph 15.02.A. Any such
misrepresentation may be grounds for disqualification of Contractor to bid on future
contracts with the City for a period of not less than three years.
E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Felauary2,2016
007200-1
GENERAL CONDITIONS
Page 25 of 63
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
F. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractor.
H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract
Documents for the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs,pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts
being subtracted from successive progress payments pending a final determination of the
violation.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnjmy Z 2016
007200-1
GENERAL CONDITIONS
Page 26 of 63
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and(ii)the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of any invention, design, process,
product, or device which is the subject of patent rights or copyrights held by others. If a
particular invention, design, process, product, or device is specified in the Contract Documents
for use in the performance of the Work and if, to the actual knowledge of City, its use is subject
to patent rights or copyrights calling for the payment of any license fee or royalty to others, the
existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City
to disclose such information does not relieve the Contractor from its obligations to pay for the
use of said fees or royalties to others.
B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City,from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnwy2,2016
007200-1
GENERAL CONDITIONS
Page 27 of 63
the incorporation in the Work of any invention, design,process,product, or device not specified
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution
of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13.
City shall pay all charges of utility owners for connections for providing permanent service to the
Work.
B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as
provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's
responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the
Contract and the City approves the changes, the Contractor is responsible for obtaining
clearances and coordinating with the appropriate regulatory agency. The City will not reimburse
the Contractor for any cost associated with these requirements of any City acquired permit. The
following are permits the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Commission on Environmental Quality Permits
4. Railroad Company Permits
C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding
permits and licenses.
6.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnruy2,2016
007200-1
GENERAL CONDITIONS
Page 28 of 63
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract
Price or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may
purchase, rent or lease all materials, supplies and equipment used or consumed in the
performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax,
said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption
certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the
provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the
Texas Tax Code, Subchapter H.
B. Texas Tax permits and information may be obtained from:
1. Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX 78711; or
2. hft://www.window.state.tx.us/taxinfo/taxfonns/93-forms.html
6.12 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment,the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnmy2,2016
00 72 00-1
GENERAL CONDITIONS
Page 29 of 63
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor
fails to correct the unsatisfactory procedure, the City may take such direct action as the City
deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written
notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of
such costs, shall be deducted from the monies due or to become due to the Contractor.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
6.14 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs m connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febrmy2,2016
007200-1
GENERAL CONDITIONS
Page 30 of 63
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage,injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal,relocation,or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal,relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
6.15 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
6.16 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or among
employers in accordance with Laws or Regulations.
6.17 Emergencies andlor Rectification
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written notice if Contractor believes that any significant
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febmazy2,2016
00 72 00-1
GENERAL CONDITIONS
Page 31 of 63
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in the Contract Documents is
required because of the action taken by Contractor in response to such an emergency, a Change
Order may be issued.
B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identified as City may require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 6.18.C.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:FebnrBy 2,2016
00 72 00-1
GENERAL CONDITIONS
Page 32 of 63
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and acceptance
of a separate item as such will not indicate approval of the assembly in which the item
functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
6.19 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreements with City. No Work shall be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febmaty Z 2016
007200-1
GENERAL CONDITIONS
Page 33 of 63
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to perform
the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6, any inspection,test, or approval by others; or
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
5.02.B. The City will give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against any and all claims
arising out of, or alleged to arise out of, the work and services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO
OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL
OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN
PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity
provision is intended to include, without limitation, indemnity for costs, expenses and legal
fees incurred by the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the
City, its officers, servants and employees, from and against any and all loss, damage or
destruction of property of the City, arising out of, or alleged to arise out of, the work and
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:Febrmy2,2016
00 72 00-1
GENERAL CONDITIONS
Page 34 of 63
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT
WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR
NEGLIGENCE OF THE CITY.
6.22 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified by
such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents. City's review
and acceptance of Submittals (except design calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnwy 2,2016
007200-1
GENERAL CONDITIONS
Page 35 of 63
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
6.24 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7—OTHER WORK AT THE SITE
7.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so
report will constitute an acceptance of such other work as fit and proper for integration with
Contractor's Work except for latent defects in the work provided by others.
CTTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:February 2,2016
007200-1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If City intends to contract with others for the performance of other work on the Project at the
Site,the following will be set forth in 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 fiunish the data required under the Contract Documents.
8.03 Pay When Due
City shall make payments to Contractor in accordance with Article 14.
8.04 Lands and Easements;Reports and Tests
City's duties with respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's
identifying and making available to Contractor copies of reports of explorations and tests of
subsurface conditions and drawings of physical conditions relating to existing surface or subsurface
structures at or contiguous to the Site that have been utilized by City in preparing the Contract
Documents.
8.05 Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnjmy 2,2016
007200-1
GENERAL CONDITIONS
Page 37 of 63
8.07 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 6.14.
ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City's Project Manager
City will provide one or more Project Manager(s) during the construction period. The duties and
responsibilities and the limitations of authority of City's Project Manager during construction are set
forth in the Contract Documents. The City's Project Manager for this Contract is Leon Wilson, PE,
or his/her successor pursuant to written notification from the Director of Transportation & Public
Works.
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:Febn=y 2,2016
00 72 00-1
GENERAL CONDITIONS
Page 38 of 63
9.03 Authorized Variations in Work
City's Project Manager may authorize minor variations in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time
and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City and also on Contractor,who shall perform the Work involved promptly.
9.04 Rejecting Defective Work
City will have authority to reject Work which City's Project Manager believes to be defective, or
will not produce a completed Project that conforms to the Contract Documents or that will prejudice
the integrity of the design concept of the completed Project as a functioning whole as indicated by
the Contract Documents. City will have authority to conduct special inspection or testing of the
Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed.
9.05 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Manager will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Work thereunder.
B. City will render a written decision on any issue referred.
C. City's written decision on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK
10.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety,City may, at any time or from
time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly
proceed with the Work involved which will be performed under the applicable conditions of the
Contract Documents (except as otherwise specifically provided). Extra Work shall be
memorialized by a Change Order which may or may not precede an order of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febmmy2,2016
00 72 00-1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work performed that is not required by the Contract Documents as
amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an
emergency as provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0l.A, (ii)
required because of acceptance of defective Work under Paragraph 13.08 or City's correction
of defective Work under Paragraph 13.09,or(iii)agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time for Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment
thereof, and the City insists upon its performance, the Contractor shall proceed with the work
after making written request for written orders and shall keep accurate account of the actual
reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to
Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febmazy2,2016
007200-1
GENERAL CONDITIONS
Page 40 of 63
10.06 Contract Claims Process
A. City's Decision Required. All Contract Claims, except those waived pursuant to Paragraph
14.09, shall be referred to the City for decision. A decision by City shall be required as a
condition precedent to any exercise by Contractor of any rights or remedies he may otherwise
have under the Contract Documents or by Laws and Regulations in respect of such Contract
Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim).
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of the
claimant's last submittal(unless Contract allows additional time).
C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any,take one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's
sole discretion, it would be inappropriate for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:February 2,2016
007200-1
GENERAL CONDITIONS
Page 41 of 63
D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or
Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Costs Included. The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additional or incremental costs required because of the change in
the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall
include but not be limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the performance of the
Work under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
a. salaries with a 55%markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, workers' compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers' field services required in connection
therewith.
3. Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:February 2,2016
0072 00-1
GENERAL CONDITIONS
Page 42 of 63
4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If
required by City, Contractor shall obtain competitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then determine, which bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall
be determined in the same manner as Contractor's Cost of the Work and fee as provided in
this Paragraph 11.01.
5. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed for services specifically related
to the Work.
6. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, which are consumed in the performance of the Work, and cost,
less market value, of such items used but not consumed which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable, and royalty payments and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or
indirectly employed by any of them or for whose acts any of them may be liable. Such
losses shall include settlements made with the written consent and approval of City. No
such losses, damages, and expenses shall be included in the Cost of the Work for the
purpose of determining Contractor's fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:February Z 2016
00 72 00-1
GENERAL CONDITIONS
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded. The term Cost of the Work shall not include any of the following items:
1. Payroll costs and other compensation of Contractor's officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor's principal or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be
considered administrative costs covered by the Contractor's fee.
2. Expenses of Contractor's principal and branch offices other than Contractor's office at the
Site.
3. Any part of Contractor's capital expenses, including interest on Contractor's capital
employed for the Work and charges against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective Work, disposal of materials or equipment wrongly
supplied,and making good any damage to property.
5. Other overhead or general expense costs of any kind.
C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee
shall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work,Contractor's fee shall be determined as set forth in Paragraph 12.01.C.
D. Documentation. Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.01.A and 11.01.13, 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:Fe6njmyZ 2016
007200-1
GENERAL CONDITIONS
Page 44 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taxes; and
b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the pre-bid allowances have been included in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole
use of City.
D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work performed by Contractor will be made by
City subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required for a functionally complete installation,
but not identified in the listing of unit price items shall be considered incidental to unit price
work listed and the cost of incidental work included as part of the unit price.
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in
accordance with Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Fehuacy 2,2016
007200-1
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25%from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may not represent the exact quantity of work performed or material
moved, handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities,unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantity of authorized work done for payment purposes. The
party to the Contract requesting the adjustment will provide field measurements and calculations
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:Feixuazy 2,2016
007200-1
GENERAL CONDITIONS
Page 46 of 63
E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are
not applicable.
ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
1. where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to the
provisions of Paragraph 11.03);or
2. where the Work involved is not covered by unit prices contained in the Contract Documents,
by a mutually agreed lump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.013.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a
Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C).
C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various
portions of the Cost of the Work:
a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the
Contractor's additional fee shall be 15 percent except for:
1) rental fees for Contractor's own equipment using standard rental rates;
2) bonds and insurance;
b. for costs incurred under Paragraph 11.0l.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:Febmazy 2,2016
007200-1
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent(5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and
11.01.13;
d. the amount of credit to be allowed by Contractor to City for any change which results in
a net decrease in cost will be the amount of the actual net decrease in cost plus a
deduction in Contractor's fee by an amount equal to five percent (5%) of such net
decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless
the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or
claimed delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is
made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts
or neglect by City, acts or neglect of utility owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any,which is to be furnished by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Ferry 2,2016
00 7200-1
GENERAL CONDITIONS
Page 48 of 63
ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected,corrected,or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections,which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible,with Contractor;
2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febngffy2,2016
007200-1
GENERAL CONDITIONS
Page 49 of 63
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing
Lab is paid.
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
13.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Work in question,
famishing 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:FebmazyZ 2016
0072 00-1
GENERAL CONDITIONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee,if any,on said Work.
13.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective,and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others)will be paid by Contractor.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnoy2,2016
007200-1
GENERAL CONDITIONS
Page 51 of 63
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Work, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents.
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
Contract Claim,pursuant to Paragraph 10.06.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a
waiver of,the provisions of any applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, City prefers to
accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but
not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or other dispute resolution costs) attributable to City's evaluation of and determination to
accept such defective Work and for the diminished value of the Work to the extent not otherwise
paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be
issued incorporating the necessary revisions in the Contract Documents with respect to the Work,
and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished
value of Work so accepted.
13.09 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven(7)days written notice to Contractor, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febn=yZ 2016
007200-1
GENERAL CONDITIONS
Page 52 of 63
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 13.09.
ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule of Values
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and will be incorporated into a form of Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applications for Payments:
1. Contractor is responsible for providing all information as required to become a vendor of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payment filled out
and signed by Contractor covering the Work completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents.
3. If payment is requested on the basis of materials and equipment not incorporated in the Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or other
documentation warranting that City has received the materials and equipment free and clear
of all Liens and evidence that the materials and equipment are covered by appropriate
insurance or other arrangements to protect City's interest therein, all of which must be
satisfactory to City.
4. Beginning with the second Application for Payment, each Application shall include an
affidavit of Contractor stating that previous progress payments received on account of the
Work have been applied on account to discharge Contractor's legitimate obligations
associated with prior Applications for Payment.
5. The amount of retainage with respect to progress payments will be as stipulated in the
Contract Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnwy 2,2016
007200-1
GENERAL CONDITIONS
Page 53 of 63
B. Review of Applications:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City's processing of any payment requested in an Application for Payment will be based on
City's observations of the executed Work, and on City's review of the Application for
Payment and the accompanying data and schedules,that to the best of City's knowledge:
a. the Work has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance,
the results of any subsequent tests called for in the Contract Documents, a final
determination of quantities and classifications for Work performed under Paragraph 9.05,
and any other qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been
performed have been exhaustive, extended to every aspect of the Work in progress, or
involved detailed inspections of the Work beyond the responsibilities specifically
assigned to City in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor, or
c. Contractor has complied with Laws and Regulations applicable to Contractor's
performance of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective, or the completed Work has been damaged by the Contractor or his
subcontractors,requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnxuy 2,2016
007200-1
GENERAL CONDITIONS
Page 54 of 63
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent
(5%).
D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement, will be
deducted from the monies due the Contractor, not as a penalty, but as liquidated damages
suffered by the City.
E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Documents.
F. Reduction in Payment:
1. City may refuse to make payment of the amount requested because:
a. Liens have been filed in connection with the Work, except where Contractor has
delivered a specific bond satisfactory to City to secure the satisfaction and discharge of
such Liens;
b. there are other items entitling City to a set-off against the amount recommended; or
c. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contractor written
notice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or
any adjustment thereto agreed to by City and Contractor, when Contractor remedies the
reasons for such action.
14.03 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project or not, will pass to City no later than
the time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febmazy2,2016
007200-1
GENERAL CONDITIONS
Page 55 of 63
14.04 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
14.05 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
B. No time charge will be made against the Contractor between said date of notification of the City
and the date of Final Inspection. Should the City determine that the Work is not ready for Final
Inspection, City will notify the Contractor in writing of the reasons and Contract Time will
resume.
14.06 Final Acceptance
Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final
Inspection,City will issue to Contractor a letter of Final Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febn=y 2,2016
007200-1
GENERAL CONDITIONS
Page 56 of 63
14.07 Final Payment
A. Application for Payment:
1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure for progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied(except as previously delivered)by:
a. all documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety,if any,to final payment;
c. a list of all pending or released Damage 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:Febmary2,2016
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 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will make no extra payment for stand-by
time of construction equipment and/or construction crews.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febrwy2,2016
00 7200-1
GENERAL CONDITIONS
Page 58 of 63
15.02 City May Terminate for Cause
A. The occurrence of any one or more of the following events by way of example, but not of
limitation,may justify termination for cause:
1. Contractor's persistent failure to perform the Work in accordance with the Contract
Documents (including, but not limited to, failure to supply sufficient skilled workers or
suitable materials or equipment, failure to adhere to the Project Schedule established under
Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere
to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under
Paragraph 6.06.D);
2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor's repeated disregard of the authority of City; or
4. Contractor's violation in any substantial way of any provisions of the Contract Documents;
or
5. Contractor's failure to promptly make good any defect in materials or workmanship, or
defects of any nature,the correction of which has been directed in writing by the City; or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written
notice to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the construction Contract, the City may, to the extent permitted by Laws and
Regulations, declare a Contractor default and formally terminate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Contractor's failure to
perform the Work.
2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the
Work. If Surety does not commence performance thereof within 15 consecutive calendar
days after date of an additional written notice demanding Surety's performance of its
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnmy 2,2016
007200-1
GENERAL CONDITIONS
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Work and complete it as described below.
a. If City completes the Work, City may exclude Contractor and Surety from the site and
take possession of the Work, and all materials and equipment incorporated into the Work
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere,and finish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price
exceeds all claims, costs, losses and damages sustained by City arising out of or resulting
from completing the Work, such excess will be paid to Contractor. If such claims, costs,
losses and damages exceed such unpaid balance, Contractor shall pay the difference to City.
Such claims, costs, losses and damages incurred by City will be incorporated in a Change
Order, provided that when exercising any rights or remedies under this Paragraph, City shall
not be required to obtain the lowest price for the Work performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accomplished or for the price
paid therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the Contract Documents or any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to terminate to correct its failure to
perform and proceeds diligently to cure such failure within no more than 30 days of receipt of
said notice.
D. Where Contractor's services have been so terminated by City, the termination will not affect any
rights or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnjmy2,2016
007200-1
GENERAL CONDITIONS
Page 60 of 63
15.03 City May Terminate For Convenience
A. City may, without cause and without prejudice to any other right or remedy of City,terminate the
Contract. Any termination shall be effected by mailing a notice of the termination to the
Contractor specifying the extent to which performance of Work under the contract is terminated,
and the date upon which such termination becomes effective. Receipt of the notice shall be
deemed conclusively presumed and established when the letter is placed in the United States
Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and
established that such termination is made with just cause as therein stated; and no proof in any
claim,demand or suit shall be required of the City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in the notice of
termination;
2. place no further orders or subcontracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would have been required to be furnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all
items of termination inventory not previously disposed of, exclusive of items the disposition of
which has been directed or authorized by City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:FebumyZ 2016
007200-1
GENERAL CONDITIONS
Page 61 of 63
D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list
submitted shall be subject to verification by the City upon removal of the items or, if the items
are stored, within 45 days from the date of submission of the list, and any necessary adjustments
to correct the list as submitted, shall be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an
extension is made in writing within such 60 day period by the Contractor, and granted by the
City, any and all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid for(without duplication of any items):
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of information available to it, the amount, if any, due to the Contractor by reason of the
termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid
on account of loss of anticipated profits or revenue or other economic loss arising out of or
resulting from such termination.
ARTICLE 16—DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for
mediation shall be submitted to the other party to the Contract. Timely submission of the request
shall stay the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after
termination of the mediation unless,within that time period,City or Contractor:
CrrY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febmazy Z 2016
007200-1
GENERAL CONDITIONS
Page 62 of 63
1. elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions;or
2. agrees with the other party to submit the Contract Claim to another dispute resolution
process; or
3. gives written notice to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17—MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
17.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnjary 2,2016
007200-1
GENERAL CONDITIONS
Page 63 of 63
17.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision:Febnimy2,2016
007300-1
SUPPLEMENTARY CONDITIONS
Page 1 of 5
1 SECTION 00 73 00
2 SUPPLEMENTARY CONDITIONS
3 TO
4 GENERAL CONDITIONS
5
6 Supplementary Conditions
7
8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other
9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions
11 of the General Conditions which are not so modified or supplemented remain in full force and effect.
12
13 Defined Terms
14
15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the
16 meaning assigned to them in the General Conditions,unless specifically noted herein.
17
18 Modifications and Supplements
19
20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and
21 other Contract Documents.
22
23 SC-3.03B.2,"Resolving Discrepancies"
24
25 Plans govern over Specifications.
26
27 SC-4.01A
28
29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the
31 Contract Drawings.
32
33 SC-4.01A.1.,"Availability of Lands"
34
35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of
36 August 3,2017:
37
38 Outstanding Right-Of-Way,and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
Perm. Drain. Easement No. 1-4 Fort Worth Independent School District November 2017
Perm. Ped.Access Easement. No. 1 &2 Fort Worth Independent School District November 2017
Per. Water Easement No. 1&2 Fort Worth Independent School District November 2017
Temp Const. Easement No. 1-5 Fort Worth Independent School District November 2017
Right of Way Easement No. 1-2 City of Fort Worth September 2017
Right of Way Easement No. 1-2 City of Fort Worth—Park&Recreation September 2017
Temp Const. Easement No. 6-8 City of Fort Worth September 2017
Temp Const. Easement No. 1-3 City of Fort Worth—Park&Recreation September 2017
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised January 22,2016
007300-2
SUPPLEMENTARY CONDITIONS
Page 2 of 5
1 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
2 and do not bind the City.
3
4 If Contractor considers the final easements provided to differ materially from the representations on the
5 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
6 notify City in writing associated with the differing easement line locations.
7
8 SC-4.01A.2,"Availability of Lands"
9
10 Utilities or obstructions to be removed,adjusted,and/or relocated
11
12 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated
13 as of August 3,2017.
14
EXPECTED UTILITY AND LOCATION TARGET DATE OF
OWNER ADJUSTMENT
ONCOR Electric Delivery Overhead Electric Crestline Road,University Drive October 2017
ATT Buried Fiber Optic November 2017
15 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed,
16 and do not bind the City.
17
18 SC-4.02A.,"Subsurface and Physical Conditions"
19
20 The following are reports of explorations and tests of subsurface conditions at the site of the Work:
21
22 A Preliminary Geotechnical Exploration Report No. 128-17-79,dated March 2,2017,prepared by CMJ
23 Engineering,Inc.a sub-consultant of Dunaway Associates L.P., a consultant of the City,providing
24 additional information on Trail Drive Extension.
25
26 The following are drawings of physical conditions in or relating to existing surface and subsurface
27 structures(except Underground Facilities)which are at or contiguous to the site of the Work:
28 None
29
30 SC-4.06A.,"Hazardous Environmental Conditions at Site"
31
32 The following are reports and drawings of existing hazardous environmental conditions known to the City:
33 None
34
35 SC-5.03A.,"Certificates of Insurance"
36
37 The entities listed below are"additional insureds as their interest may appear"including their respective
38 officers,directors,agents and employees.
39
40 (1) City
41 (2) Consultant:Dunaway Associates,LP
42 (3) Other: None
43
44 SC-5.04A.,"Contractor's Insurance"
45
46 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
47 coverages for not less than the following amounts or greater where required by laws and regulations:
48
49 5.04A.Workers'Compensation,under Paragraph GC-5.04A.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised January 22,2016
007300-3
SUPPLEMENTARY CONDITIONS
Page 3 of 5
1
2 Statutory limits
3 Employer's liability
4 $100,000 each accident/occurrence
5 $100,000 Disease-each employee
6 $500,000 Disease-policy limit
7
8 SC-5.04B.,"Contractor's Insurance"
9
10 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance
11 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with
12 minimum limits of-
13
£13
14 $1,000,000 each occurrence
15 $2,000,000 aggregate limit
16
17 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the
18 General Aggregate Limits apply separately to each job site.
19
20 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's.
21 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
22
23 SC 5.04C.,"Contractor's Insurance"
24 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under
25 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts:
26
27 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto",
28 defined as autos owned,hired and non-owned.
29
30 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
31 least:
32
33 $250,000 Bodily Injury per person/
34 $500,000 Bodily Injury per accident/
35 $100,000 Property Damage
36
37 SC-6.04.,"Project Schedule"
38
39 Project schedule shall be tier 3 for the project.
40
41 SC-6.07.,"Wage Rates"
42
43 The following is the prevailing wage rate table(s)applicable to this project and is provided in the
44 Appendixes:
45 <List the prevailing wage rate table(s)applicable to the type of construction being provided in this
46 contract>
47 <Buzzsaw location,Resources/02-Construction Documents/Specifications/Div 00-General
48 Conditions/CFW Wage Rate Table 20080708.pdf>
49
50 SC-6.09.,"Permits and Utilities"
51
52 SC-6.09A.,"Contractor obtained permits and licenses"
53
54 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
55
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised January 22,2016
007300-4
SUPPLEMENTARY CONDITIONS
Page 4 of 5
1 City oJFort Worth Street Use Permit
2 TCEQ Notice o Intent
3
4
5 SC-6.09B."City obtained permits and licenses"
6 The following are known permits and/or licenses required by the Contract to be acquired by the City:
7 None
8
9 SC-6.09C."Outstanding permits and licenses"
10
11 The following is a list of known outstanding permits and/or licenses to be acquired,if any:None
12
13 Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
None
14
15 SC-7.02.,"Coordination"
16
17 The individuals or entities listed below have contracts with the City for the performance of other work at
18 the Site:None
19
Vendor Scope of Work Coordination Authority
None
20
21
22 SC-8.01,"Communications to Contractor"
23
24 None
25
26 SC-9.01.,"City's Project Manager"
27
28 The City's Project Manager for this Contract is Leon Wilson,PE,or his/her successor pursuant to written
29 notification from the Director of Transportation/Public Works.
30
31 SC-13.03C.,"Tests and Inspections"
32
33 None
34
35 SC-16.01C.1,"Methods and Procedures"
36
37 None
38
39
40
END OF SECTION
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised January 22,2016
007300-5
SUPPLEMENTARY CONDITIONS
Page 5 of 5
Revision Log
DATE NAME SUMMARY OF CHANGE
1/22/2016 F.Griffin SC-9.01.,"City's Project Representative"wording changed to City's Project
Manager.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised January 22,2016
01 1100-1
SUMMARY OF WORK
Page 1 of 3
1 SECTION 01 11 00
2 SUMMARY OF WORK
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include,but are not necessarily limited to:
10 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract
11 2. Division 1 -General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Work Covered by Contract Documents
19 1. Work is to include furnishing all labor,materials, and equipment,and performing
20 all Work necessary for this construction project as detailed in the Drawings and
21 Specifications.
22 B. Subsidiary Work
23 1. Any and all Work specifically governed by documentary requirements for the
24 project, such as conditions imposed by the Drawings or Contract Documents in
25 which no specific item for bid has been provided for in the Proposal and the item is
26 not a typical unit bid item included on the standard bid item list,then the item shall
27 be considered as a subsidiary item of Work,the cost of which shall be included in
28 the price bid in the Proposal for various bid items.
29 C. Use of Premises
30 1. Coordinate uses of premises under direction of the City.
31 2. Assume full responsibility for protection and safekeeping of materials and
32 equipment stored on the Site.
33 3. Use and occupy only portions of the public streets and alleys, or other public places
34 or other rights-of-way as provided for in the ordinances of the City, as shown in the
35 Contract Documents,or as may be specifically authorized in writing by the City.
36 a. A reasonable amount of tools,materials, and equipment for construction
37 purposes may be stored in such space,but no more than is necessary to avoid
38 delay in the construction operations.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
011100-2
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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
011100-3
SUMMARY OF WORK
Page 3 of 3
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,20I2
012500-1
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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
012500-2
SUBSTITUTION PROCEDURES
Page 2 of 4
1 b. Contractor proposes a cost and/or time reduction incentive to the City.
2 1.5 SUBMITTALS
3 A. See Request for Substitution Form(attached)
4 B. Procedure for Requesting Substitution
5 1. Substitution shall be considered only:
6 a. After award of Contract
7 b. Under the conditions stated herein
8 2. Submit 3 copies of each written request for substitution,including:
9 a. Documentation
10 1) Complete data substantiating compliance of proposed substitution with
11 Contract Documents
12 2) Data relating to changes in construction schedule,when a reduction is
13 proposed
14 3) Data relating to changes in cost
15 b. For products
16 1) Product identification
17 a) Manufacturer's name
18 b) Telephone number and representative contact name
19 c) Specification Section or Drawing reference of originally specified
20 product,including discrete name or tag number assigned to original
21 product in the Contract Documents
22 2) Manufacturer's literature clearly marked to show compliance of proposed
23 product with Contract Documents
24 3) Itemized comparison of original and proposed product addressing product
25 characteristics including,but not necessarily limited to:
26 a) Size
27 b) Composition or materials of construction
28 c) Weight
29 d) Electrical or mechanical requirements
30 4) Product experience
31 a) Location of past projects utilizing product
32 b) Name and telephone number of persons associated with referenced
33 projects knowledgeable concerning proposed product
34 c) Available field data and reports associated with proposed product
35 5) Samples
36 a) Provide at request of City.
37 b) Samples become the property of the City.
38 c. For construction methods:
39 1) Detailed description of proposed method
40 2) Illustration drawings
41 C. Approval or Rejection
42 1. Written approval or rejection of substitution given by the City
43 2. City reserves the right to require proposed product to comply with color and pattern
44 of specified product if necessary to secure design intent.
45 3. In the event the substitution is approved,the resulting cost and/or time reduction
46 will be documented by Change Order in accordance with the General Conditions.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
012500-3
SUBSTITUTION PROCEDURES
Page 3 of 4
1 4. No additional contract time will be given for substitution.
2 5. Substitution will be rejected if-
3 a. Submittal is not through the Contractor with his stamp of approval
4 b. Request is not made in accordance with this Specification Section
5 c. In the City's opinion,acceptance will require substantial revision of the original
6 design
7 d. In the City's opinion, substitution will not perform adequately the function
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
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
012500-4
SUBSTITUTION PROCEDURES
Page 4 of 4
1 EXHIBIT A
2 REQUEST FOR SUBSTITUTION FORM:
3
4 TO:
5 PROJECT: DATE:
6 We hereby submit for your consideration the following product instead of the specified item for
7 the above project:
8 SECTION PARAGRAPH SPECIFIED
9 ITEM
10
11
12 Proposed Substitution:
13 Reason for Substitution:
14 Include complete information on changes to Drawings and/or Specifications which proposed
15 substitution will require for its proper installation.
16
17 Fill in Blanks Below:
18 A. Will the undersigned contractor pay for changes to the building design,including engineering
19 and detailing costs caused by the requested substitution?
20
21
22 B. What effect does substitution have on other trades?
23
24
25 C. Differences between proposed substitution and specified item?
26
27
28 D. Differences in product cost or product delivery time?
29
30
31 E. Manufacturer's guarantees of the proposed and specified items are:
32
33 Equal Better(explain on attachment)
34 The undersigned states that the function, appearance and quality are equivalent or superior to the
35 specified item.
36 Submitted By: For Use by City
37
38 Signature _Recommended _Recommended
39 as noted
40
41 Firm _Not recommended _Received late
42 Address By
43 Date
44 Date Remarks
45 Telephone
46
47 For Use by City:
48
49 Approved Rejected
50 City Date
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
013119-1
PRECONSTRUCTION MEETING
Page 1 of 3
1 SECTION 01 31 19
2 PRECONSTRUCTION MEETING
3 PARTI - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to
7 clarify construction contract administration procedures
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include,but are not necessarily limited to:
11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract
12 2. Division 1 —General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Coordination
20 1. Attend preconstruction meeting.
21 2. Representatives of Contractor, subcontractors and suppliers attending meetings
22 shall be qualified and authorized to act on behalf of the entity each represents.
23 3. Meeting administered by City may be tape recorded.
24 a. If recorded,tapes will be used to prepare minutes and retained by City for
25 future reference.
26 B. Preconstruction Meeting
27 1. A preconstruction meeting will be held within 14 days after the execution of the
28 Agreement and before Work is started.
29 a. The meeting will be scheduled and administered by the City.
30 2. The Project Representative will preside at the meeting,prepare the notes of the
31 meeting and distribute copies of same to all participants who so request by fully
32 completing the attendance form to be circulated at the beginning of the meeting.
33 3. Attendance shall include:
34 a. Project Representative
35 b. Contractor's project manager
36 c. Contractor's superintendent
37 d. Any subcontractor or supplier representatives whom the Contractor may desire
38 to invite or the City may request
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 17,2012
013119-2
PRECONSTRUCTION MEETING
Page 2 of 3
1 e. Other City representatives
2 f. Others as appropriate
3 4. Construction Schedule
4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and
5 provide at Preconstruction Meeting.
6 b. City will notify Contractor of any schedule changes upon Notice of
7 Preconstruction Meeting.
8 5. Preliminary Agenda may include:
9 a. Introduction of Project Personnel
10 b. General Description of Project
11 c. Status of right-of-way,utility clearances, easements or other pertinent permits
12 d. Contractor's work plan and schedule
13 e. Contract Time
14 f. Notice to Proceed
15 g. Construction Staking
16 h. Progress Payments
17 i. Extra Work and Change Order Procedures
18 j. Field Orders
19 k. Disposal Site Letter for Waste Material
20 1. Insurance Renewals
21 in. Payroll Certification
22 n. Material Certifications and Quality Control Testing
23 o. Public Safety and Convenience
24 p. Documentation of Pre-Construction Conditions
25 q. Weekend Work Notification
26 r. Legal Holidays
27 s. Trench Safety Plans
28 t. Confined Space Entry Standards
29 u. Coordination with the City's representative for operations of existing water
30 systems
31 v. Storm Water Pollution Prevention Plan
32 w. Coordination with other Contractors
33 x. Early Warning System
34 y. Contractor Evaluation
35 z. Special Conditions applicable to the project
36 aa. Damages Claims
37 bb. Submittal Procedures
38 cc. Substitution Procedures
39 dd. Correspondence Routing
40 ee. Record Drawings
41 ff. Temporary construction facilities
42 gg. M/WBE or MBE/SBE procedures
43 hh. Final Acceptance
44 ii. Final Payment
45 J. Questions or Comments
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 17,2012
013119-3
PRECONSTRUCTION MEETING
Page 3 of 3
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,100742
Revised August 17,2012
013120-1
PROJECT MEETINGS
Page 1 of 3
1 SECTION 013120
2 PROJECT MEETINGS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provisions for project meetings throughout the construction period to enable orderly
7 review of the progress of the Work and to provide for systematic discussion of
8 potential problems
9 B. Deviations this City of Fort Worth Standard Specification
10 1. None.
11 C. Related Specification Sections include,but are not necessarily limited to:
12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract
13 2. Division 1 —General Requirements
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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
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 periodically. Meetings will be
9 scheduled and administered by Project Representative.
10 2. Additional progress meetings to discuss specific topics will be conducted on an as-
11 needed basis. Such additional meetings shall include,but not be limited to:
12 a. Coordinating shutdowns
13 b. Installation of piping and equipment
14 c. Coordination between other construction projects
15 d. Resolution of construction issues
16 e. Equipment approval
17 3. The Project Representative will preside at progress meetings,prepare the notes of
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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
13 1.7 CLOSEOUT SUBMITTALS [NOT USED]
14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
15 1.9 QUALITY ASSURANCE [NOT USED]
16 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
17 1.11 FIELD [SITE] CONDITIONS [NOT USED]
18 1.12 WARRANTY [NOT USED]
19 PART 2- PRODUCTS [NOT USED]
20 PART 3- EXECUTION [NOT USED]
21 END OF SECTION
22
Revision Log
DATE NAME SUMMARY OF CHANGE
23
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
013216-1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 5
1 SECTION 0132 16
2 CONSTRUCTION PROGRESS SCHEDULE
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. General requirements for the preparation, submittal,updating, status reporting and
7 management of the Construction Progress Schedule
8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9 Document
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include,but are not necessarily limited to:
13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1 —General Requirements
15 1.2 PRICE AND PAYMENT PROCEDURES
16 A. Measurement and Payment
17 1. Work associated with this Item is considered subsidiary to the various items bid.
18 No separate payment will be allowed for this Item.
19 1.3 REFERENCES
20 A. Definitions
21 1. Schedule Tiers
22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration
23 projects
24 b. Tier 2 -No schedule submittal required by contract,but will require some
25 milestone dates. Small,brief duration projects
26 c. Tier 3 - Schedule submittal required by contract as described in the
27 Specification and herein.Majority of City projects, including all bond program
28 projects
29 d. Tier 4-Schedule submittal required by contract as described in the
30 Specification and herein.Large and/or complex projects with long durations
31 1) Examples: large water pump station project and associated pipeline with
32 interconnection to another governmental entity
33 e. Tier 5-Schedule submittal required by contract as described in the
34 Specification and herein. Large and/or very complex projects with long
35 durations,high public visibility
36 1) Examples might include a water or wastewater treatment plant
37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve
38 as the baseline for measuring progress and departures from the schedule.
39 3. Progress Schedule -Monthly submittal of a progress schedule documenting
40 progress on the project and any changes anticipated.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
013216-2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 5
1 4. Schedule Narrative -Concise narrative of the schedule including schedule
2 changes, expected delays,key schedule issues, critical path items, etc
3 B. Reference Standards
4 1. City of Fort Worth Schedule Guidance Document
5 1.4 ADMINISTRATIVE REQUIREMENTS
6 A. Baseline Schedule
7 1. General
8 a. Prepare a cost-loaded baseline Schedule using approved software and the
9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule
10 Guidance Document.
11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate
12 understanding of the work to be performed and known issues and constraints
13 related to the schedule.
14 c. Designate an authorized representative(Project Scheduler)responsible for
15 developing and updating the schedule and preparing reports.
16 B. Progress Schedule
17 1. Update the progress Schedule monthly as required in the City of Fort Worth
18 Schedule Guidance Document.
19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule.
20 3. Change Orders
21 a. Incorporate approved change orders,resulting in a change of contract time,in
22 the baseline Schedule in accordance with City of Fort Worth Schedule
23 Guidance Document.
24 C. Responsibility for Schedule Compliance
25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status
26 Report that delays to the critical path have resulted and the Contract completion
27 date will not be met, or when so directed by the City,make some or all of the
28 following actions at no additional cost to the City
29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule
30 outlining:
31 1) A written statement of the steps intended to take to remove or arrest the
32 delay to the critical path in the approved schedule
33 2) Increase construction manpower in such quantities and crafts as will
34 substantially eliminate the backlog of work and return current Schedule to
35 meet projected baseline completion dates
36 3) Increase the number of working hours per shift,shifts per day,working
37 days per week,the amount of construction equipment,or any combination
38 of the foregoing, sufficiently to substantially eliminate the backlog of work
39 4) Reschedule activities to achieve maximum practical concurrency of
40 accomplishment of activities, and comply with the revised schedule
41 2. If no written statement of the steps intended to take is submitted when so requested
42 by the City,the City may direct the Contractor to increase the level of effort in
43 manpower(trades),equipment and work schedule (overtime, weekend and holiday
44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay
45 to the critical path in the approved schedule.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
013216-3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 5
1 a. No additional cost for such work will be considered.
2 D. The Contract completion time will be adjusted only for causes specified in this
3 Contract.
4 a. Requests for an extension of any Contract completion date must be
5 supplemented with the following:
6 1) Furnish justification and supporting evidence as the City may deem
7 necessary to determine whether the requested extension of time is entitled
8 under the provisions of this Contract.
9 a) The City will,after receipt of such justification and supporting
10 evidence,make findings of fact and will advise the Contractor,in
11 writing thereof.
12 2) If the City finds that the requested extension of time is entitled,the City's
13 determination as to the total number of days allowed for the extensions
14 shall be based upon the approved total baseline schedule and on all data
15 relevant to the extension.
16 a) Such data shall be included in the next updating of the Progress
17 schedule.
18 b) Actual delays in activities which,according to the Baseline schedule,
19 do not affect any Contract completion date shown by the critical path in
20 the network will not be the basis for a change therein.
21 2. Submit each request for change in Contract completion date to the City within 30
22 days after the beginning of the delay for which a time extension is requested but
23 before the date of final payment under this Contract.
24 a. No time extension will be granted for requests which are not submitted within
25 the foregoing time limit.
26 b. From time to time,it may be necessary for the Contract schedule or completion
27 time to be adjusted by the City to reflect the effects of job conditions,weather,
28 technical difficulties, strikes,unavoidable delays on the part of the City or its
29 representatives, and other unforeseeable conditions which may indicate
30 schedule adjustments or completion time extensions.
31 1) Under such conditions,the City will direct the Contractor to reschedule the
32 work or Contract completion time to reflect the changed conditions and the
33 Contractor shall revise his schedule accordingly.
34 a) No additional compensation will be made to the Contractor for such
35 schedule changes except for unavoidable overall contract time
36 extensions beyond the actual completion of unaffected work, in which
37 case the Contractor shall take all possible action to minimize any time
38 extension and any additional cost to the City.
39 b) Available float time in the Baseline schedule may be used by the City
40 as well as by the Contractor.
41 3. Float or slack time is defined as the amount of time between the earliest start date
42 and the latest start date or between the earliest finish date and the latest finish date
43 of a chain of activities on the Baseline Schedule.
44 a. Float or slack time is not for the exclusive use or benefit of either the
45 Contractor or the City.
46 b. Proceed with work according to early start dates, and the City shall have the
47 right to reserve and apportion float time according to the needs of the project.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
013216-4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 5
1 c. Acknowledge and agree that actual delays,affecting paths of activities
2 containing float time,will not have any effect upon contract completion times,
3 providing that the actual delay does not exceed the float time associated with
4 those activities.
5 E. Coordinating Schedule with Other Contract Schedules
6 1. Where work is to be performed under this Contract concurrently with or contingent
7 upon work performed on the same facilities or area under other contracts,the
8 Baseline Schedule shall be coordinated with the schedules of the other contracts.
9 a. Obtain the schedules of the other appropriate contracts from the City for the
10 preparation and updating of Baseline schedule and make the required changes
11 in his schedule when indicated by changes in corresponding schedules.
12 2. In case of interference between the operations of different contractors,the City will
13 determine the work priority of each contractor and the sequence of work necessary
14 to expedite the completion of the entire Project.
15 a. In such cases,the decision of the City shall be accepted as final.
16 b. The temporary delay of any work due to such circumstances shall not be
17 considered as justification for claims for additional compensation.
18 1.5 SUBMITTALS
19 A. Baseline Schedule
20 1. Submit Schedule in native file format and pdf format as required in the City of Fort
21 Worth Schedule Guidance Document.
22 a. Native file format includes:
23 1) Primavera(P6 or Primavera Contractor)
24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and
25 bring in hard copy to the meeting for review and discussion.
26 B. Progress Schedule
27 1. Submit progress Schedule in native file format and pdf format as required in the
28 City of Fort Worth Schedule Guidance Document.
29 2. Submit progress Schedule monthly no later than the last day of the month.
30 C. Schedule Narrative
31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
32 Schedule Guidance Document.
33 2. Submit schedule narrative monthly no later than the last day of the month.
34 D. Submittal Process
35 1. The City administers and manages schedules through Buzzsaw.
36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule
37 Guidance Document.
38 3. Once the project has been completed and Final Acceptance has been issued by the
39 City,no further progress schedules are required.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
013216-5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 5
1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4 1.9 QUALITY ASSURANCE
5 A. The person preparing and revising the construction Progress Schedule shall be
6 experienced in the preparation of schedules of similar complexity.
7 B. Schedule and supporting documents addressed in this Specification shall be prepared,
8 updated and revised to accurately reflect the performance of the construction.
9 C. Contractor is responsible for the quality of all submittals in this section meeting the
10 standard of care for the construction industry for similar projects.
11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
12 1.11 FIELD [SITE] CONDITIONS [NOT USED]
13 1.12 WARRANTY [NOT USED]
14 PART 2- PRODUCTS [NOT USED]
15 PART 3 - EXECUTION [NOT USED]
16 END OF SECTION
17
Revision Log
DATE NAME SUMMARY OF CHANGE
18
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
013233-1
PRECONSTRUCTION VIDEO
Page 1 of 2
1 SECTION 0132 33
2 PRECONSTRUCTION VIDEO
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative and procedural requirements for:
7 a. Preconstruction Videos
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include,but are not necessarily limited to:
11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 —General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Preconstruction Video
20 1. Produce a preconstruction video of the site/alignment, including all areas in the
21 vicinity of and to be affected by construction.
22 a. Provide digital copy of video upon request by the City.
23 2. Retain a copy of the preconstruction video until the end of the maintenance surety
24 period.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE [NOT USED]
30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
31 1.11 FIELD [SITE] CONDITIONS [NOT USED]
32 1.12 WARRANTY [NOT USED]
33 PART 2- PRODUCTS [NOT USED]
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
013233-2
PRECONSTRUCTION VIDEO
Page 2 of 2
1 PART 3 - EXECUTION [NOT USED]
2 END OF SECTION
3
Revision Log
DATE NAME SUMMARY OF CHANGE
4
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
013300-1
SUBMITTALS
Page 1 of 8
1 SECTION 0133 00
2 SUBMITTALS
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. General methods and requirements of submissions applicable to the following
7 Work-related submittals:
8 a. Shop Drawings
9 b. Product Data(including Standard Product List submittals)
10 c. Samples
11 d. Mock Ups
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include,but are not necessarily limited to:
15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 —General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Coordination
24 1. Notify the City in writing, at the time of submittal,of any deviations in the
25 submittals from the requirements of the Contract Documents.
26 2. Coordination of Submittal Times
27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of
28 performing the related Work or other applicable activities,or within the time
29 specified in the individual Work Sections, of the Specifications.
30 b. Contractor is responsible such that the installation will not be delayed by
31 processing times including,but not limited to:
32 a) Disapproval and resubmittal(if required)
33 b) Coordination with other submittals
34 c) Testing
35 d) Purchasing
36 e) Fabrication
37 f) Delivery
38 g) Similar sequenced activities
39 c. No extension of time will be authorized because of the Contractor's failure to
40 transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013300-2
SUBMITTALS
Page 2 of 8
1 d. Make submittals promptly in accordance with approved schedule,and in such
2 sequence as to cause no delay in the Work or in the work of any other
3 contractor.
4 B. Submittal Numbering
5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross-
6 reference identification numbering system in the following manner:
7 a. Use the first 6 digits of the applicable Specification Section Number.
8 b. For the next 2 digits number use numbers 01-99 to sequentially number each
9 initial separate item or drawing submitted under each specific Section number.
10 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e.
11 A=2nd submission,B=3rd submission,C=4th submission, etc.). A typical
12 submittal number would be as follows:
13
14 03 30 00-08-B
15
16 1) 03 30 00 is the Specification Section for Concrete
17 2) 08 is the eighth initial submittal under this Specification Section
18 3) B is the third submission (second resubmission)of that particular shop
19 drawing
20 C. Contractor Certification
21 1. Review shop drawings,product data and samples,including those by
22 subcontractors,prior to submission to determine and verify the following:
23 a. Field measurements
24 b. Field construction criteria
25 c. Catalog numbers and similar data
26 d. Conformance with the Contract Documents
27 2. Provide each shop drawing, sample and product data submitted by the Contractor
28 with a Certification Statement affixed including:
29 a. The Contractor's Company name
30 b. Signature of submittal reviewer
31 c. Certification Statement
32 1) `By this submittal,I hereby represent that I have determined and verified
33 field measurements, field construction criteria,materials, dimensions,
34 catalog numbers and similar data and I have checked and coordinated each
35 item with other applicable approved shop drawings."
36 D. Submittal Format
37 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 1/2 inches x 11 inches.
38 2. Bind shop drawings and product data sheets together.
39 3. Order
40 a. Cover Sheet
41 1) Description of Packet
42 2) Contractor Certification
43 b. List of items/Table of Contents
44 c. Product Data/Shop Drawings/Samples/Calculations
45 E. Submittal Content
46 1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013300-3
SUBMITTALS
Page 3 of S
1 2. The Project title and number
2 3. Contractor identification
3 4. The names of-
4 a. Contractor
5 b. Supplier
6 c. Manufacturer
7 5. Identification of the product,with the Specification Section number,page and
8 paragraph(s)
9 6. Field dimensions, clearly identified as such
10 7. Relation to adjacent or critical features of the Work or materials
11 8. Applicable standards, such as ASTM or Federal Specification numbers
12 9. Identification by highlighting of deviations from Contract Documents
13 10. Identification by highlighting of revisions on resubmittals
14 11. An 8-inch x 3-inch blank space for Contractor and City stamps
15 F. Shop Drawings
16 1. As specified in individual Work Sections includes,but is not necessarily limited to:
17 a. Custom-prepared data such as fabrication and erection/installation(working)
18 drawings
19 b. Scheduled information
20 c. Setting diagrams
21 d. Actual shopwork manufacturing instructions
22 e. Custom templates
23 f. Special wiring diagrams
24 g. Coordination drawings
25 h. Individual system or equipment inspection and test reports including:
26 1) Performance curves and certifications
27 i. As applicable to the Work
28 2. Details
29 a. Relation of the various parts to the main members and lines of the structure
30 b. Where correct fabrication of the Work depends upon field measurements
31 1) Provide such measurements and note on the drawings prior to submitting
32 for approval.
33 G. Product Data
34 1. For submittals of product data for products included on the City's Standard Product
35 List,clearly identify each item selected for use on the Project.
36 2. For submittals of product data for products not included on the City's Standard
37 Product List, submittal data may include,but is not necessarily limited to:
38 a. Standard prepared data for manufactured products(sometimes referred to as
39 catalog data)
40 1) Such as the manufacturer's product specification and installation
41 instructions
42 2) Availability of colors and patterns
43 3) Manufacturer's printed statements of compliances and applicability
44 4) Roughing-in diagrams and templates
45 5) Catalog cuts
46 6) Product photographs
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013300-4
SUBMITTALS
Page 4 of 8
1 7) Standard wiring diagrams
2 8) Printed performance curves and operational-range diagrams
3 9) Production or quality control inspection and test reports and certifications
4 10) Mill reports
5 11) Product operating and maintenance instructions and recommended
6 spare-parts listing and printed product warranties
7 12) As applicable to the Work
8 H. Samples
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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013300-5
SUBMITTALS
Page 5 of 8
1 a. Shop Drawings
2 1) Distributed to the City
3 2) Copies
4 a) 8 copies for mechanical submittals
5 b) 7 copies for all other submittals
6 c) If Contractor requires more than 3 copies of Shop Drawings returned,
7 Contractor shall submit more than the number of copies listed above.
8 b. Product Data
9 1) Distributed to the City
10 2) Copies
11 a) 4 copies
12 c. Samples
13 1) Distributed to the Project Representative
14 2) Copies
15 a) Submit the number stated in the respective Specification Sections.
16 3. Distribute reproductions of approved shop drawings and copies of approved
17 product data and samples,where required,to the job site file and elsewhere as
18 directed by the City.
19 a. Provide number of copies as directed by the City but not exceeding the number
20 previously specified.
21 K. Submittal Review
22 1. The review of shop drawings,data and samples will be for general conformance
23 with the design concept and Contract Documents. This is not to be construed as:
24 a. Permitting any departure from the Contract requirements
25 b. Relieving the Contractor of responsibility for any errors, including details,
26 dimensions,and materials
27 c. Approving departures from details furnished by the City,except as otherwise
28 provided herein
29 2. The review and approval of shop drawings, samples or product data by the City
30 does not relieve the Contractor from his/her responsibility with regard to the
31 fulfillment of the terms of the Contract.
32 a. All risks of error and omission are assumed by the Contractor, and the City will
33 have no responsibility therefore.
34 3. The Contractor remains responsible for details and accuracy, for coordinating the
35 Work with all other associated work and trades,for selecting fabrication processes,
36 for techniques of assembly and for performing Work in a safe manner.
37 4. If the shop drawings, data or samples as submitted describe variations and show a
38 departure from the Contract requirements which City finds to be in the interest of
39 the City and to be so minor as not to involve a change in Contract Price or time for
40 performance,the City may return the reviewed drawings without noting an
41 exception.
42 5. Submittals will be returned to the Contractor under 1 of the following codes:
43 a. Code 1
44 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or
45 comments on the submittal.
46 a) When returned under this code the Contractor may release the
47 equipment and/or material for manufacture.
48 b. Code 2
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013300-6
SUBMITTALS
Page 6 of 8
1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
2 the notations and comments IS NOT required by the Contractor.
3 a) The Contractor may release the equipment or material for manufacture;
4 however, all notations and comments must be incorporated into the
5 final product.
6 c. Code 3
7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
8 assigned when notations and comments are extensive enough to require a
9 resubmittal of the package.
10 a) The Contractor may release the equipment or material for manufacture;
11 however, all notations and comments must be incorporated into the
12 final product.
13 b) This resubmittal is to address all comments,omissions and
14 non-conforming items that were noted.
15 c) Resubmittal is to be received by the City within 15 Calendar Days of
16 the date of the City's transmittal requiring the resubmittal.
17 d. Code 4
18 1) "NOT APPROVED" is assigned when the submittal does not meet the
19 intent of the Contract Documents.
20 a) The Contractor must resubmit the entire package revised to bring the
21 submittal into conformance.
22 b) It may be necessary to resubmit using a different manufacturer/vendor
23 to meet the Contract Documents.
24 6. Resubmittals
25 a. Handled in the same manner as first submittals
26 1) Corrections other than requested by the City
27 2) Marked with revision triangle or other similar method
28 a) At Contractor's risk if not marked
29 b. Submittals for each item will be reviewed no more than twice at the City's
30 expense.
31 1) All subsequent reviews will be performed at times convenient to the City
32 and at the Contractor's expense,based on the City's or City
33 Representative's then prevailing rates.
34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for
35 all such fees invoiced by the City.
36 c. The need for more than 1 resubmission or any other delay in obtaining City's
37 review of submittals,will not entitle the Contractor to an extension of Contract
38 Time.
39 7. Partial Submittals
40 a. City reserves the right to not review submittals deemed partial, at the City's
41 discretion.
42 b. Submittals deemed by the City to be not complete will be returned to the
43 Contractor,and will be considered"Not Approved" until resubmitted.
44 c. The City may at its option provide a list or mark the submittal directing the
45 Contractor to the areas that are incomplete.
46 8. If the Contractor considers any correction indicated on the shop drawings to
47 constitute a change to the Contract Documents,then written notice must be
48 provided thereof to the City at least 7 Calendar Days prior to release for
49 manufacture.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013300-7
SUBMITTALS
Page 7 of 8
1 9. When the shop drawings have been completed to the satisfaction of the City,the
2 Contractor may carry out the construction in accordance therewith and no further
3 changes therein except upon written instructions from the City.
4 10. Each submittal,appropriately coded,will be returned within 30 Calendar Days
5 following receipt of submittal by the City.
6 L. Mock ups
7 1. Mock Up units as specified in individual Sections,include,but are not necessarily
8 limited to,complete units of the standard of acceptance for that type of Work to be
9 used on the Project. Remove at the completion of the Work or when directed.
10 M. Qualifications
11 1. If specifically required in other Sections of these Specifications,submit a P.E.
12 Certification for each item required.
13 N. Request for Information(RFI)
14 1. Contractor Request for additional information
15 a. Clarification or interpretation of the contract documents
16 b. When the Contractor believes there is a conflict between Contract Documents
17 c. When the Contractor believes there is a conflict between the Drawings and
18 Specifications
19 1) Identify the conflict and request clarification
20 2. Use the Request for Information(RFI)form provided by the City.
21 3. Numbering of RFI
22 a. Prefix with"RFI"followed by series number, "-xxx",beginning with"01"and
23 increasing sequentially with each additional transmittal.
24 4. Sufficient information shall be attached to permit a written response without further
25 information.
26 5. The City will log each request and will review the request.
27 a. If review of the project information request indicates that a change to the
28 Contract Documents is required,the City will issue a Field Order or Change
29 Order, as appropriate.
30 1.5 SUBMITTALS [NOT USED]
31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
32 1.7 CLOSEOUT SUBMITTALS [NOT USED]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
36 1.11 FIELD [SITE] CONDITIONS [NOT USED]
37 1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013300-8
SUBMITTALS
Page 8 of 8
1 PART 2- PRODUCTS [NOT USED]
2 PART 3 - EXECUTION [NOT USED]
3 END OF SECTION
4
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days
5
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
0135 13-1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
1 SECTION 0135 13
2 SPECIAL PROJECT PROCEDURES
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes,but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives,Drop Weight,Etc.
12 f. Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18 B. Deviations from this City of Fort Worth Standard Specification
19 1. None.
20 C. Related Specification Sections include,but are not necessarily limited to:
21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division 1 —General Requirements
23 3. Section 33 12 25—Connection to Existing Water Mains
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment
26 1. Coordination within Railroad permit areas
27 a. Measurement
28 1) Measurement for this Item will be by lump sum.
29 b. Payment
30 1) The work performed and materials furnished in accordance with this Item
31 will be paid for at the lump sum price bid for Railroad Coordination.
32 c. The price bid shall include:
33 1) Mobilization
34 2) Inspection
35 3) Safety training
36 4) Additional Insurance
37 5) Insurance Certificates
38 6) Other requirements associated with general coordination with Railroad,
39 including additional employees required to protect the right-of-way and
40 property of the Railroad from damage arising out of and/or from the
41 construction of the Project.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013513-2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
1 2. Railroad Flagmen
2 a. Measurement
3 1) Measurement for this Item will be per working day.
4 b. Payment
5 1) The work performed and materials furnished in accordance with this Item
6 will be paid for each working day that Railroad Flagmen are present at the
7 Site.
8 c. The price bid shall include:
9 1) Coordination for scheduling flagmen
10 2) Flagmen
11 3) Other requirements associated with Railroad
12 3. All other items
13 a. Work associated with these Items is considered subsidiary to the various Items
14 bid. No separate payment will be allowed for this Item.
15 1.3 REFERENCES
16 A. Reference Standards
17 1. Reference standards cited in this Specification refer to the current reference
18 standard published at the time of the latest revision date logged at the end of this
19 Specification,unless a date is specifically cited.
20 2. Health and Safety Code,Title 9. Safety,Subtitle A.Public Safety,Chapter 752.
21 High Voltage Overhead Lines.
22 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction
23 Specification
24 1.4 ADMINISTRATIVE REQUIREMENTS
25 A. Coordination with the Texas Department of Transportation
26 1. When work in the right-of-way which is under the jurisdiction of the Texas
27 Department of Transportation(TxDOT):
28 a. Notify the Texas Department of Transportation prior to commencing any work
29 therein in accordance with the provisions of the permit
30 b. All work performed in the TxDOT right-of-way shall be performed in
31 compliance with and subject to approval from the Texas Department of
32 Transportation
33 B. Work near High Voltage Lines
34 1. Regulatory Requirements
35 a. All Work near High Voltage Lines(more than 600 volts measured between
36 conductors or between a conductor and the ground) shall be in accordance with
37 Health and Safety Code,Title 9, Subtitle A,Chapter 752.
38 2. Warning sign
39 a. Provide sign of sufficient size meeting all OSHA requirements.
40 3. Equipment operating within 10 feet of high voltage lines will require the following
41 safety features
42 a. Insulating cage-type of guard about the boom or arm
43 b. Insulator links on the lift hook connections for back hoes or dippers
44 c. Equipment must meet the safety requirements as set forth by OSHA and the
45 safety requirements of the owner of the high voltage lines
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013513-3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
1 4. Work within 6 feet of high voltage electric lines
2 a. Notification shall be given to:
3 1) The power company(example: ONCOR)
4 a) Maintain an accurate log of all such calls to power company and record
5 action taken in each case.
6 b. Coordination with power company
7 1) After notification coordinate with the power company to:
8 a) Erect temporary mechanical barriers,de-energize the lines,or raise or
9 lower the lines
10 c. No personnel may work within 6 feet of a high voltage line before the above
11 requirements have been met.
12 C. Confined Space Entry Program
13 1. Provide and follow approved Confined Space Entry Program in accordance with
14 OSHA requirements.
15 2. Confined Spaces include:
16 a. Manholes
17 b. All other confined spaces in accordance with OSHA's Permit Required for
18 Confined Spaces
19 D. Air Pollution Watch Days
20 1. General
21 a. Observe the following guidelines relating to working on City construction sites
22 on days designated as"AIR POLLUTION WATCH DAYS".
23 b. Typical Ozone Season
24 1) May 1 through October 31.
25 c. Critical Emission Time
26 1) 6:00 a.m. to 10:00 a.m.
27 2. Watch Days
28 a. The Texas Commission on Environmental Quality(TCEQ), in coordination
29 with the National Weather Service,will issue the Air Pollution Watch by 3:00
30 p.m. on the afternoon prior to the WATCH day.
31 b. Requirements
32 1) Begin work after 10:00 a.m. whenever construction phasing requires the
33 use of motorized equipment for periods in excess of 1 hour.
34 2) However,the Contractor may begin work prior to 10:00 a.m. if:
35 a) Use of motorized equipment is less than 1 hour,or
36 b) If equipment is new and certified by EPA as "Low Emitting",or
37 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions, or
38 alternative fuels such as CNG.
39 E. TCEQ Air Permit
40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
41 F. Use of Explosives,Drop Weight,Etc.
42 1. When Contract Documents permit on the project the following will apply:
43 a. Public Notification
44 1) Submit notice to City and proof of adequate insurance coverage,24 hours
45 prior to commencing.
46 2) Minimum 24 hour public notification in accordance with Section 0131 13
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
0135 13-4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
1 G. Water Department Coordination
2 1. During the construction of this project, it will be necessary to deactivate, for a
3 period of time,existing lines. The Contractor shall be required to coordinate with
4 the Water Department to determine the best times for deactivating and activating
5 those lines.
6 2. Coordinate any event that will require connecting to or the operation of an existing
7 City water line system with the City's representative.
8 a. Coordination shall be in accordance with Section 33 12 25.
9 b. If needed,obtain a hydrant water meter from the Water Department for use
10 during the life of named project.
11 c. In the event that a water valve on an existing live system be turned off and on
12 to accommodate the construction of the project is required,coordinate this
13 activity through the appropriate City representative.
14 1) Do not operate water line valves of existing water system.
15 a) Failure to comply will render the Contractor in violation of Texas Penal
16 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor
17 will be prosecuted to the full extent of the law.
18 b) In addition,the Contractor will assume all liabilities and
19 responsibilities as a result of these actions.
20 H. Public Notification Prior to Beginning Construction
21 1. Prior to beginning construction on any block in the project, on a block by block
22 basis,prepare and deliver a notice or flyer of the pending construction to the front
23 door of each residence or business that will be impacted by construction. The notice
24 shall be prepared as follows:
25 a. Post notice or flyer 7 days prior to beginning any construction activity on each
26 block in the project area.
27 1) Prepare flyer on the Contractor's letterhead and include the following
28 information:
29 a) Name of Project
30 b) City Project No(CPN)
31 c) Scope of Project(i.e. type of construction activity)
32 d) Actual construction duration within the block
33 e) Name of the contractor's foreman and phone number
34 f) Name of the City's inspector and phone number
35 g) City's after-hours phone number
36 2) A sample of the `pre-construction notification' flyer is attached as Exhibit
37 A.
38 3) Submit schedule showing the construction start and finish time for each
39 block of the project to the inspector.
40 4) Deliver flyer to the City Inspector for review prior to distribution.
41 b. No construction will be allowed to begin on any block until the flyer is
42 delivered to all residents of the block.
43 I. Public Notification of Temporary Water Service Interruption during Construction
44 1. In the event it becomes necessary to temporarily shut down water service to
45 residents or businesses during construction,prepare and deliver a notice or flyer of
46 the pending interruption to the front door of each affected resident.
47 2. Prepared notice as follows:
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013513-5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
1 a. The notification or flyer shall be posted 24 hours prior to the temporary
2 interruption.
3 b. Prepare flyer on the contractor's letterhead and include the following
4 information:
5 1) Name of the project
6 2) City Project Number
7 3) Date of the interruption of service
8 4) Period the interruption will take place
9 5) Name of the contractor's foreman and phone number
10 6) Name of the City's inspector and phone number
11 c. A sample of the temporary water service interruption notification is attached as
12 Exhibit B.
13 d. Deliver a copy of the temporary interruption notification to the City inspector
14 for review prior to being distributed.
15 e. No interruption of water service can occur until the flyer has been delivered to
16 all affected residents and businesses.
17 f. Electronic versions of the sample flyers can be obtained from the Project
18 Construction Inspector.
19 J. Coordination with United States Army Corps of Engineers(USACE)
20 1. At locations in the Project where construction activities occur in areas where
21 USACE permits are required,meet all requirements set forth in each designated
22 permit.
23 K. Coordination within Railroad Permit Areas
24 1. At locations in the project where construction activities occur in areas where
25 railroad permits are required,meet all requirements set forth in each designated
26 railroad permit. This includes,but is not limited to,provisions for:
27 a. Flagmen
28 b. Inspectors
29 c. Safety training
30 d. Additional insurance
31 e. Insurance certificates
32 f. Other employees required to protect the right-of-way and property of the
33 Railroad Company from damage arising out of and/or from the construction of
34 the project. Proper utility clearance procedures shall be used in accordance
35 with the permit guidelines.
36 2. Obtain any supplemental information needed to comply with the railroad's
37 requirements.
38 3. Railroad Flagmen
39 a. Submit receipts to City for verification of working days that railroad flagmen
40 were present on Site.
41 L. Dust Control
42 1. Use acceptable measures to control dust at the Site.
43 a. If water is used to control dust, capture and properly dispose of waste water.
44 b. If wet saw cutting is performed,capture and properly dispose of slurry.
45 M. Employee Parking
46 1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised December 20,2012
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
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
1.43—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
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013513-7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
1 EXHIBIT A
2 (To be printed on Contractor's Letterhead)
3
4
5
6 Date:
7
8 CPN No.:
9 Project Name:
10 Mapsco Location:
11 Limits of Construction:
12
13
14
15
16
17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
19 PROPERTY.
20
21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
22 OF THIS NOTICE.
23
24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
25 ISSUE, PLEASE CALL:
26
27
28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
29
30 OR
31
32 Mr. <CITY INSPECTOR> AT< TELEPHONE NO.>
33
34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
35
36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
013513-5
SPECIAL PROJECT PROCEDURES
Page S of S
1 EXHIBIT B
2
FORT WORTH
D�
Doe NO.XXXX
p,neJew Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
.CONTRACTOR
3
4
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised December 20,2012
014523-1
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 1) If the first Quality Assurance test performed by the City fails,the
21 Contractor is responsible for payment of subsequent Quality Assurance
22 testing until a passing test occurs.
23 a) Final acceptance will not be issued by City until all required payments
24 for testing by Contractor have been paid in full.
25 1.3 REFERENCES [NOT USED]
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Testing
28 1. Complete testing in accordance with the Contract Documents.
29 2. Coordination
30 a. When testing is required to be performed by the City,notify City, sufficiently
31 in advance,when testing is needed.
32 b. When testing is required to be completed by the Contractor,notify City,
33 sufficiently in advance,that testing will be performed.
34 3. Distribution of Testing Reports
35 a. Electronic Distribution
36 1) Confirm development of Project directory for electronic submittals to be
37 uploaded to City's Buzzsaw site, or another external FTP site approved by
38 the City.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
014523-2
TESTING AND INSPECTION SERVICES
Page 2 of 2
1 2) Upload test reports to designated project directory and notify appropriate
2 City representatives via email of submittal posting.
3 3) Hard Copies
4 a) 1 copy for all submittals submitted to the Project Representative
5 b. Hard Copy Distribution(if required in lieu of electronic distribution)
6 1) Tests performed by City
7 a) Distribute 1 hard copy to the Contractor
8 2) Tests performed by the Contractor
9 a) Distribute 3 hard copies to City's Project Representative
10 4. Provide City's Project Representative with trip tickets for each delivered load of
11 Concrete or Lime material including the following information:
12 a. Name of pit
13 b. Date of delivery
14 c. Material delivered
15 B. Inspection
16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to
17 perform work in accordance with the Contract Documents.
18 1.5 SUBMITTALS [NOT USED]
19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
20 1.7 CLOSEOUT SUBMITTALS [NOT USED]
21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
22 1.9 QUALITY ASSURANCE [NOT USED]
23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
24 1.11 FIELD [SITE] CONDITIONS [NOT USED]
25 1.12 WARRANTY [NOT USED]
26 PART 2- PRODUCTS [NOT USED]
27 PART 3- EXECUTION [NOT USED]
28 END OF SECTION
29
Revision Log
DATE NAME SUMMARY OF CHANGE
30
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
015000-1
TEMPORARY FACILITIES AND CONTROLS
Pagel of 4
1 SECTION 0150 00
2 TEMPORARY FACILITIES AND CONTROLS
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provide temporary facilities and controls needed for the Work including,but not
7 necessarily limited to:
8 a. Temporary utilities
9 b. Sanitary facilities
10 c. Storage Sheds and Buildings
11 d. Dust control
12 e. Temporary fencing of the construction site
13 B. Deviations from this City of Fort Worth Standard Specification
14 1. None.
15 C. Related Specification Sections include,but are not necessarily limited to:
16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract
17 2. Division 1 —General Requirements
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various Items bid.
21 No separate payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Temporary Utilities
25 1. Obtaining Temporary Service
26 a. Make arrangements with utility service companies for temporary services.
27 b. Abide by rules and regulations of utility service companies or authorities
28 having jurisdiction.
29 c. Be responsible for utility service costs until Work is approved for Final
30 Acceptance.
31 1) Included are fuel,power,light,heat and other utility services necessary for
32 execution,completion,testing and initial operation of Work.
33 2. Water
34 a. Contractor to provide water required for and in connection with Work to be
35 performed and for specified tests of piping,equipment, devices or other use as
36 required for the completion of the Work.
37 b. Provide and maintain adequate supply of potable water for domestic
38 consumption by Contractor personnel and City's Project Representatives.
39 c. Coordination
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
015000-2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
1 1) Contact City 1 week before water for construction is desired
2 d. Contractor Payment for Construction Water
3 1) Obtain construction water meter from City for payment as billed by City's
4 established rates.
5 3. Electricity and Lighting
6 a. Provide and pay for electric powered service as required for Work,including
7 testing of Work.
8 1) Provide power for lighting,operation of equipment,or other use.
9 b. Electric power service includes temporary power service or generator to
10 maintain operations during scheduled shutdown.
11 4. Telephone
12 a. Provide emergency telephone service at Site for use by Contractor personnel
13 and others performing work or furnishing services at Site.
14 5. Temporary Heat and Ventilation
15 a. Provide temporary heat as necessary for protection or completion of Work.
16 b. Provide temporary heat and ventilation to assure safe working conditions.
17 B. Sanitary Facilities
18 1. Provide and maintain sanitary facilities for persons on Site.
19 a. Comply with regulations of State and local departments of health.
20 2. Enforce use of sanitary facilities by construction personnel at job site.
21 a. Enclose and anchor sanitary facilities.
22 b. No discharge will be allowed from these facilities.
23 c. Collect and store sewage and waste so as not to cause nuisance or health
24 problem.
25 d. Haul sewage and waste off-site at no less than weekly intervals and properly
26 dispose in accordance with applicable regulation.
27 3. Locate facilities near Work Site and keep clean and maintained throughout Project.
28 4. Remove facilities at completion of Project
29 C. Storage Sheds and Buildings
30 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor
31 above ground level for materials and equipment susceptible to weather damage.
32 2. Storage of materials not susceptible to weather damage may be on blocks off
33 ground.
34 3. Store materials in a neat and orderly manner.
35 a. Place materials and equipment to permit easy access for identification,
36 inspection and inventory.
37 4. Equip building with lockable doors and lighting, and provide electrical service for
38 equipment space heaters and heating or ventilation as necessary to provide storage
39 environments acceptable to specified manufacturers.
40 5. Fill and grade site for temporary structures to provide drainage away from
41 temporary and existing buildings.
42 6. Remove building from site prior to Final Acceptance.
43 D. Temporary Fencing
44 1. Provide and maintain for the duration or construction when required in contract
45 documents
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
015000-3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1 E. Dust Control
2 1. Contractor is responsible for maintaining dust control through the duration of the
3 project.
4 a. Contractor remains on-call at all times
5 b. Must respond in a timely manner
6 F. Temporary Protection of Construction
7 1. Contractor or subcontractors are responsible for protecting Work from damage due
8 to weather.
9 1.5 SUBMITTALS [NOT USED]
10 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
11 1.7 CLOSEOUT SUBMITTALS [NOT USED]
12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
13 1.9 QUALITY ASSURANCE [NOT USED]
14 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
15 1.11 FIELD [SITE] CONDITIONS [NOT USED]
16 1.12 WARRANTY [NOT USED]
17 PART 2- PRODUCTS [NOT USED]
18 PART 3 - EXECUTION [NOT USED]
19 3.1 INSTALLERS [NOT USED]
20 3.2 EXAMINATION [NOT USED]
21 3.3 PREPARATION [NOT USED]
22 3.4 INSTALLATION
23 A. Temporary Facilities
24 1. Maintain all temporary facilities for duration of construction activities as needed.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
015000-4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1 3.5 [REPAIR] / [RESTORATION]
2 3.6 RE-INSTALLATION
3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
4 3.8 SYSTEM STARTUP [NOT USED]
5 3.9 ADJUSTING [NOT USED]
6 3.10 CLEANING [NOT USED]
7 3.11 CLOSEOUT ACTIVITIES
8 A. Temporary Facilities
9 1. Remove all temporary facilities and restore area after completion of the Work, to a
10 condition equal to or better than prior to start of Work.
11 3.12 PROTECTION [NOT USED]
12 3.13 MAINTENANCE [NOT USED]
13 3.14 ATTACHMENTS [NOT USED]
14 END OF SECTION
15
Revision Log
DATE NAME SUMMARY OF CHANGE
16
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
015526-1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1 SECTION 0155 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include,but are not necessarily limited to:
13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract
14 2. Division 1 —General Requirements
15 3. Section 34 71 13—Traffic Control
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES
21 A. Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of this
24 specification,unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Traffic Control
28 1. General
29 a. When traffic control plans are included in the Drawings,provide Traffic
30 Control in accordance with Drawings and Section 34 71 13.
31 b. When traffic control plans are not included in the Drawings,prepare traffic
32 control plans in accordance with Section 34 71 13 and submit to City for
33 review.
34 1) Allow minimum 10 working days for review of proposed Traffic Control.
35 B. Street Use Permit
36 1. Prior to installation of Traffic Control,a City Street Use Permit is required.
37 a. To obtain Street Use Permit, submit Traffic Control Plans to City
38 Transportation and Public Works Department.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised July 1,2011
015526-2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1 1) Allow a minimum of 5 working days for permit review.
2 2) Contractor's responsibility to coordinate review of Traffic Control plans for
3 Street Use Permit, such that construction is not delayed.
4 C. Modification to Approved Traffic Control
5 1. Prior to installation traffic control:
6 a. Submit revised traffic control plans to City Department Transportation and
7 Public Works Department.
8 1) Revise Traffic Control plans in accordance with Section 34 71 13.
9 2) Allow minimum 5 working days for review of revised Traffic Control.
10 3) It is the Contractor's responsibility to coordinate review of Traffic Control
11 plans for Street Use Permit, such that construction is not delayed.
12 D. Removal of Street Sign
13 1. If it is determined that a street sign must be removed for construction, then contact
14 City Transportation and Public Works Department, Signs and Markings Division to
15 remove the sign.
16 E. Temporary Signage
17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting
18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
19 Devices(MUTCD).
20 2. Install temporary sign before the removal of permanent sign.
21 3. When construction is complete, to the extent that the permanent sign can be
22 reinstalled,contact the City Transportation and Public Works Department, Signs
23 and Markings Division,to reinstall the permanent sign.
24 F. Traffic Control Standards
25 1. Traffic Control Standards can be found on the City's Buzzsaw website.
26 1.5 SUBMITTALS [NOT USED]
27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
28 1.7 CLOSEOUT SUBMITTALS [NOT USED]
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE [NOT USED]
31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
32 1.11 FIELD [SITE] CONDITIONS [NOT USED]
33 1.12 WARRANTY [NOT USED]
34 PART 2- PRODUCTS [NOT USED]
35 PART 3- EXECUTION [NOT USED]
36 END OF SECTION
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
015526-3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1
Revision Log
DATE NAME SUMMARY OF CHANGE
2
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
015713-1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
1 SECTION 0157 13
2 STORM WATER POLLUTION PREVENTION
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Procedures for Storm Water Pollution Prevention Plans
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include,but are not necessarily limited to:
10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the
I I Contract
12 2. Division 1 —General Requirements
13 3. Section 3125 00—Erosion and Sediment Control
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Construction Activities resulting in less than 1 acre of disturbance
17 a. Work associated with this Item is considered subsidiary to the various Items
18 bid. No separate payment will be allowed for this Item.
19 2. Construction Activities resulting in greater than 1 acre of disturbance
20 a. Measurement and Payment shall be in accordance with Section 3125 00.
21 1.3 REFERENCES
22 A. Abbreviations and Acronyms
23 1. Notice of Intent:NOI
24 2. Notice of Termination:NOT
25 3. Storm Water Pollution Prevention Plan: SWPPP
26 4. Texas Commission on Environmental Quality: TCEQ
27 5. Notice of Change:NOC
28 A. Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revision date logged at the end of this
31 Specification,unless a date is specifically cited.
32 2. Integrated Storm Management(iSWM)Technical Manual for Construction
33 Controls
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. General
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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
015713-2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
1 B. Construction Activities resulting in:
2 1. Less than 1 acre of disturbance
3 a. Provide erosion and sediment control in accordance with Section 3125 00 and
4 Drawings.
5 2. 1 to less than 5 acres of disturbance
6 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction
7 Permit is required
8 b. Complete SWPPP in accordance with TCEQ requirements
9 1) TCEQ Small Construction Site Notice Required under general permit
10 TXR150000
11 a) Sign and post at job site
12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of
13 Transportation and Public Works,Environmental Division, (817)392-
14 6088.
15 2) Provide erosion and sediment control in accordance with:
16 a) Section 3125 00
17 b) The Drawings
18 c) TXR150000 General Permit
19 d) SWPPP
20 e) TCEQ requirements
21 3. 5 acres or more of Disturbance
22 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction
23 Permit is required
24 b. Complete SWPPP in accordance with TCEQ requirements
25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
26 a) Sign and post at job site
27 b) Send copy to City Department of Transportation and Public Works,
28 Environmental Division, (817)392-6088.
29 2) TCEQ Notice of Change required if making changes or updates to NOI
30 3) Provide erosion and sediment control in accordance with:
31 a) Section 3125 00
32 b) The Drawings
33 c) TXR150000 General Permit
34 d) SWPPP
35 e) TCEQ requirements
36 4) Once the project has been completed and all the closeout requirements of
37 TCEQ have been met a TCEQ Notice of Termination can be submitted.
38 a) Send copy to City Department of Transportation and Public Works,
39 Environmental Division, (817)392-6088.
40 1.5 SUBNHTTALS
41 A. SWPPP
42 1. Submit in accordance with Section 0133 00, except as stated herein.
43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
44 as follows:
45 1) 1 copy to the City Project Manager
46 a) City Project Manager will forward to the City Department of
47 Transportation and Public Works,Environmental Division for review
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
015713-3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
1 B. Modified SWPPP
2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City
3 in accordance with Section 013 3 00.
4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
5 1.7 CLOSEOUT SUBMITTALS [NOT USED]
6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSURANCE [NOT USED]
8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
9 1.11 FIELD [SITE] CONDITIONS [NOT USED]
10 1.12 WARRANTY [NOT USED]
11 PART 2 - PRODUCTS [NOT USED]
12 PART 3- EXECUTION [NOT USED]
13 END OF SECTION
14
Revision Log
DATE NAME SUMMARY OF CHANGE
15
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
0158 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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
0158 13-2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
1 B. Materials
2 1. Sign
3 a. Constructed of%-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 EXAIVIINATION [NOT USED]
9 3.3 PREPARATION [NOT USED]
10 3.4 INSTALLATION
11 A. General
12 1. Provide vertical installation at extents of project.
13 2. Relocate sign as needed,upon request of the City.
14 B. Mounting options
15 a. Skids
16 b. Posts
17 c. Barricade
18 3.5 REPAIR/RESTORATION [NOT USED]
19 3.6 RE-INSTALLATION [NOT USED]
20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING [NOT USED]
24 3.11 CLOSEOUT ACTIVITIES [NOT USED]
25 3.12 PROTECTION [NOT USED]
26 3.13 MAINTENANCE
27 A. General
28 1. Maintenance will include painting and repairs as needed or directed by the City.
29 3.14 ATTACHMENTS [NOT USED]
30 END OF SECTION
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
015813-3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
1
Revision Log
DATE NAME SUMMARY OF CHANGE
2
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
016000-1
PRODUCT REQUIREMENTS
Page 1 of 2
1 SECTION 0160 00
2 PRODUCT REQUIREMENTS
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. References for Product Requirements and City Standard Products List
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include,but are not necessarily limited to:
10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract
11 2. Division 1 —General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
13 1.3 REFERENCES [NOT USED]
14 1.4 ADMINISTRATIVE REQUIREMENTS
15 A. A list of City approved products for use is located on Buzzsaw as follows:
16 1. Resources\02-Construction Documents\Standard Products List
17 B. Only products specifically included on City's Standard Product List in these Contract
18 Documents shall be allowed for use on the Project.
19 1. Any subsequently approved products will only be allowed for use upon specific
20 approval by the City.
21 C. Any specific product requirements in the Contract Documents supersede similar
22 products included on the City's Standard Product List.
23 1. The City reserves the right to not allow products to be used for certain projects even
24 though the product is listed on the City's Standard Product List.
25 D. Although a specific product is included on City's Standard Product List,not all
26 products from that manufacturer are approved for use,including but not limited to,that
27 manufacturer's standard product.
28 E. See Section 0133 00 for submittal requirements of Product Data included on City's
29 Standard Product List.
30 1.5 SUBMITTALS [NOT USED]
31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
32 1.7 CLOSEOUT SUBMITTALS [NOT USED]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
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 PART 2- PRODUCTS [NOT USED]
5 PART 3 - EXECUTION [NOT USED]
6 END OF SECTION
7
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D.Johnson Modified Location of City's Standard Product List
8
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
016600-1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
1 SECTION 0166 00
2 PRODUCT STORAGE AND HANDLING REQUIREMENTS
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Scheduling of product delivery
7 2. Packaging of products for delivery
8 3. Protection of products against damage from:
9 a. Handling
10 b. Exposure to elements or harsh environments
11 B. Deviations from this City of Fort Worth Standard Specification
12 1. None.
13 C. Related Specification Sections include,but are not necessarily limited to:
14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
15 2. Division 1 —General Requirements
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES [NOT USED]
21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
22 1.5 SUBMITTALS [NOT USED]
23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
24 1.7 CLOSEOUT SUBMITTALS [NOT USED]
25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
26 1.9 QUALITY ASSURANCE [NOT USED]
27 1.10 DELIVERY AND HANDLING
28 A. Delivery Requirements
29 1. Schedule delivery of products or equipment as required to allow timely installation
30 and to avoid prolonged storage.
31 2. Provide appropriate personnel and equipment to receive deliveries.
32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site
33 for personnel or equipment to receive the delivery.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
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 EXANIINATION [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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
016600-4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
1
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
017000-1
MOBILIZATION AND REMOBILIZATION
Page 1 of
1 SECTION 0170 00
2 MOBILIZATION AND REMOBILIZATION
3
4 PART 1 - GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. Mobilization and Demobilization
8 a. Mobilization
9 1)Transportation of Contractor's personnel, equipment,and operating supplies
10 to the Site
11 2) Establishment of necessary general facilities for the Contractor's operation
12 at the Site
13 3) Premiums paid for performance and paymentbonds
14 4)Transportation of Contractor's personnel, equipment, and operating supplies
15 to another location within the designated Site
16 5) Relocation of necessary general facilities for the Contractor's operation
17 from 1 location to another location on the Site.
18 b. Demobilization
19 1)Transportation of Contractor's personnel, equipment, and operating supplies
20 away from the Site including disassembly
21 2) Site Clean-up
22 3)Removal of all buildings and/or other facilities assembled at the Site for this
23 Contract
24 c. Mobilization and Demobilization do not include activities for specific items of
25 work that are for which payment is provided elsewhere in the contract.
26 B. Deviations from this City of Fort Worth Standard Specification
27 1. None.
28 C. Related Specification Sections include,but are not necessarily limited to:
29 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract
30 2. Division 1 —General Requirements
31 1.2 PRICE AND PAYMENT PROCEDURES
32 A. Measurement and Payment[Consult City Department/Division for direction on if
33 Mobilization pay item to be included or the item should be subsidiary. Include the
34 appropriate Section 1.2 A. 1.]
35 1. Mobilization and Demobilization
36 a. Measure
37 1) This Item will be measured by the lump sum or each as the work
38 progresses. Mobilization is calculated on the base bid only and will not be
39 paid for separately on any additive alternate items added to the Contract.
40 2) Demobilization shall be considered subsidiary to the various bid items.
41 b. Payment
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised November 22,2016
017000-2
MOBILIZATION AND REMOBILIZATION
Page 2 of
1 1) For this Item,the adjusted Contract amount will be calculated as the total
2 Contract amount less the lump sum for mobilization. Mobilization shall be
3 made in partial payments as follows:
4 a) When I%of the adjusted Contract amount for construction Items is
5 earned, 50%of the mobilization lump sum bid or 2.5%of the total Contract
6 amount,whichever is less,will be paid.
7 b) When 5%of the adjusted Contract amount for construction Items is
8 earned, 75%of the mobilization lump sum bid or 5%of the total Contract
9 amount,whichever is less,will be paid. Previous payments under the Item
10 will be deducted from this amount.
11 c) When 10%of the adjusted Contract amount for construction Items is
12 earned, 100%of the mobilization lump sum bid or 5%of the total Contract
13 amount,whichever is less,will be paid. Previous payments under the Item
14 will be deducted from this amount.
15 2) The work performed and materials furnished for demobilization in
16 accordance with this Item are subsidiary to the various Items bid and no other
17 compensation will be allowed.
18
19 1.3 REFERENCES [NOT USED]
20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
21 1.5 SUBMITTALS [NOT USED]
22 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
23 1.7 CLOSEOUT SUBMITTALS [NOT USED]
24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
25 1.9 QUALITY ASSURANCE [NOT USED]
26 1.10 DELIVERY, STORAGE,AND HANDLING[NOT USED]
27 1.11 FIELD [SITE] CONDITIONS [NOT USED]
28 1.12 WARRANTY [NOT USED]
29 PART 2- PRODUCTS [NOT USED]
30 PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
11122116 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.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
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. One Time Construction staking will be performed by the Engineer.
9 2. Contractor is responsible for construction survey
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. Construction Staking
16 a. Measurement
17 1) This Item is considered subsidiary to the various Items bid.
18 b. Payment
19 1) The work performed and the materials furnished in accordance with this
20 Item are subsidiary to the various Items bid and no other compensation will be
21 allowed.
22 2. Construction Survey
23 a. Measurement
24 1) This Item is considered subsidiary to the various Items bid.
25 b. Payment
26 1) The work performed and the materials furnished in accordance with this
27 Item are subsidiary to the various Items bid and no other compensation will be
28 allowed.
29 3. As-Built Survey
30 a. Measurement
31 1) This Item is considered subsidiary to the various Items bid.
32 b. Payment
33 1) The work performed and the materials furnished in accordance with this
34 Item are subsidiary to the various Items bid and no other compensation will be
35 allowed.
36 1.3 REFERENCES
37 A. Definitions
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 31,2017
017123-2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
1 1. Construction Survey-The survey measurements made prior to or while
2 construction is in progress to control elevation,horizontal position,dimensions and
3 configuration of structures/improvements included in the Project Drawings.
4 2. As-built Survey—The measurements made after the construction of the
5 improvement features are complete to provide position coordinates for the features
6 of a project.
7 3. Construction Staking--The placement of stakes and markings to provide offsets
8 and elevations to cut and fill in order to locate on the ground the designed
9 structures/improvements included in the Project Drawings. Construction staking
10 shall include staking easements and/or right of way if indicated on the plans.
11 4. Survey"Field Checks"—Measurements made after construction staking is
12 completed and before construction work begins to ensure that structures marked on
13 the ground are accurately located per Project Drawings.
14 B. Technical References
15 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw
16 website)—017123.16.01—
17123.16.01—Attachment A Survey Staking Standards
17 2. City of Fort Worth-Standard Survey Data Collector Library(fill)files(available
18 on City's Buzzsaw website).
19 3. Texas Department of Transportation(TxDOT) Survey Manual,latest revision
20 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land
21 Surveying in the State of Texas,Category 5
22
23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
24 1.5 SUBMITTALS
25 A. Submittals,if required,shall be in accordance with Section 0133 00.
26 B. All submittals shall be received and reviewed by the City prior to delivery of work.
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
28 A. Field Quality Control Submittals
29 1. Documentation verifying accuracy of field engineering work,including coordinate
30 conversions if plans do not indicate grid or ground coordinates.
31 2. Submit"Cut-Sheets"conforming to the standard template provided by the City
32 (refer to 017123.16.01 —Attachment A—Survey Staking Standards. Contractor
33 shall submit an updated Construction As-built Spreadsheet with the second partial
34 payment request each month.
35 3. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
36 constructed improvements during the progress of the construction signed and
37 sealed by RPLS responsible for the work.
38 1.7 CLOSEOUT SUBMITTALS
39 B.As-built Redline Drawing Submittal
40 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
41 constructed improvements after the construction is completed signed and sealed
42 by RPLS responsible for the work.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 31,2017
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1 2. Contractor shall submit the proposed as-built and completed redline drawing
2 submittal 1 week prior to scheduling the project final for City review and comment.
3 Revisions, if necessary, shall be made to the as-built redline drawings and
4 resubmitted to the City prior to scheduling the construction final.
5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
6 1.9 QUALITY ASSURANCE
7 A. Construction Staking
8 1. Construction staking will be performed by the Engineer.
9 2. Coordination
10 a. Contact City's Project Representative at least one week in advance for
11 scheduling of Construction Staking.
12 b. It is the Contractor's responsibility to coordinate staking such that
13 construction activities are not delayed or negatively impacted.
14 3. General
15 a. Contractor is responsible for preserving and maintaining stakes furnished by
16 City.
17 b. If in the opinion of the City, a sufficient number of stakes or markings have
18 been lost, destroyed or disturbed, by Contractor's neglect, such that the
19 contracted Work cannot take place, then the Contractor will be required to pay
20 the Cityfor new staking with a 25 percent markup. The cost for staking will be
21 deducted from the payment due to the Contractor for the Project.
22 B. Construction Survey
23 1. Construction Survey will be performed by the Contractor.
24 2. Coordination
25 a. Contractor to verify that horizontal and vertical control data established in the
26 design survey and required for construction survey is available and in place.
27 3. General
28 a. Construction survey will be performed in order to construct the work shown
29 on the Construction Drawings and specified in the Contract Documents.
30 b. For construction methods other than open cut,the Contractor shall perform
31 construction survey and verify control data including,but not limited to,the
32 following:
33 1) Verification that established benchmarks and control are accurate.
34 2) Use of Benchmarks to furnish and maintain all reference lines and grades
35 for tunneling.
36 3) Use of line and grades to establish the location of the pipe.
37 4) Submit to the City copies of field notes used to establish all lines and
38 grades, if requested,and allow the City to check guidance system setup prior
39 to beginning each tunneling drive.
40 5) Provide access for the City,if requested,to verify the guidance system and
41 the line and grade of the carrier pipe.
42 6) The Contractor remains fully responsible for the accuracy of the work and
43 correction of it,as required.
44 7) Monitor line and grade continuously during construction.
45 8) Record deviation with respect to design line and grade once at each pipe
46 joint and submit daily records to the City.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 31,2017
017123-4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
1 9) If the installation does not meet the specified tolerances(as outlined in
2 Sections 33 05 23 and/or 33 05 24),immediately notify the City and correct
3 the installation in accordance with the Contract Documents.
4 C.
5 C. As-Built Survey
6 1. Required As-Built Survey will be performed by the Contractor.
7 2. Coordination
8 a. Contractor is to coordinate with City to confirm which features require as-
9 built surveying.
10 b. It is the Contractor's responsibility to coordinate the as-built survey and
11 required measurements for items that are to be buried such that construction
12 activities are not delayed or negatively impacted.
13 3. General
14 a. The Contractor shall provide as-built survey including the elevation and
15 location(and provide written documentation to the City) of construction
16 features during the progress of the construction including the following:
17
18 1) Water Lines
19 a) Top of pipe elevations and coordinates for waterlines at the following
20 locations:
21 (1) Minimum every 250 linear feet,including
22 (2) Horizontal and vertical points of inflection,curvature,
23 etc.(All Fittings)
24 (3) Cathodic protection test stations
25 (4) Sampling stations
26 (5) Meter boxes/vaults(All sizes)
27 (6) Fire lines
28 (7) Fire hydrants
29 (8) Gate valves
30 (9) Plugs,stub-outs,dead-end lines
31 (10) Air Release valves(Manhole rim and vent pipe)
32 (11) Blow off valves(Manhole rim and valve lid)
33 (12) Pressure plane valves
34 (13) Cleaning wyes
35 (14) Casing pipe(each end)
36 (15) Cathodic test stations
37 b) Manholes and Junction Structures
38 (1) Rim and flowline elevations and coordinates for each
39 manhole and junction structure.
40 2) Stormwater—Not Applicable
41
42 b. The Contractor shall provide as-built survey including the elevation and
43 location(and provide written documentation to the City) of construction
44 features after the construction is completed including the following:
45
46 1) Water Lines
47 a) Top of pipe elevations and coordinates for waterlines at the following
48 locations:
49 (1) Minimum every 250 linear feet,including
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 31,2017
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
1 (2) Horizontal and vertical points of inflection,curvature,
2 etc.(All Fittings)
3 (3) Cathodic protection test stations
4 (4) Sampling stations
5 (5) Meter boxes/vaults (All sizes)
6 (6) Fire lines
7 (7) Fire hydrants
8 (8) Gate valves
9 (9) Plugs, stub-outs,dead-end lines
10 (10) Air Release valves(Manhole rim and vent pipe)
11 (11) Blow off valves(Manhole rim and valve lid)
12 (12) Pressure plane valves
13 (13) Cleaning wyes
14 (14) Casing pipe(each end)
15 (15) Cathodic test stations
16 b) Manholes and Junction Structures
17 (1) Rim and flowline elevations and coordinates for each
18 manhole and junction structure.
19 2) Stormwater—Not Applicable
20 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
21 1.11 FIELD [SITE] CONDITIONS [NOT USED]
22 1.12 WARRANTY
23 PART 2 - PRODUCTS
24 A. A construction survey will produce,but will not be limited to:
25 1. Recovery of relevant control points,points of curvature and points of intersection.
26 2. Establish temporary horizontal and vertical control elevations(benchmarks)
27 sufficiently permanent and located in a manner to be used throughout construction.
28 3. The location of planned facilities,easements and improvements.
29 a. Establishing final line and grade stakes for piers,floors,grade beams,parking
30 areas,utilities, streets,highways,tunnels, and other construction.
31 b. A record of revisions or corrections noted in an orderly manner for reference.
32 c. A drawing,when required by the client,indicating the horizontal and vertical
33 location of facilities, easements and improvements, as built.
34 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
35 construction staking projects.These cut sheets shall be on the standard city template
36 which can be obtained from the Survey Superintendent(817-392-7925).
37 5. Digital survey files in the following formats shall be acceptable:
38 a. AutoCAD(.dwg)
39 b. Text File(.txt)
40 c. ESRI Shapefile(.shp)
41 d. CSV file(.csv)
42 6. Survey files shall include vertical and horizontal data tied to original project
43 control and benchmarks, and shall include feature descriptions
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 31,2017
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
1 PART 3- EXECUTION
2 3.1 INSTALLERS
3 A. Tolerances:
4 1. The staked location of any improvement or facility should be as accurate as
5 practical and necessary. The degree of precision required is dependent on many
6 factors all of which must remain judgmental. The tolerances listed hereafter are
7 based on generalities and,under certain circumstances, shall yield to specific
8 requirements. The surveyor shall assess any situation by review of the overall plans
9 and through consultation with responsible parties as to the need for specific
10 tolerances.
11 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft.vertical
12 tolerance. Horizontal alignment for earthwork and rough cut should not exceed
13 1.0 ft.tolerance.
14 b. Horizontal alignment on a structure shall be within.0.1 ft tolerance.
15 c. Paving or concrete for streets, curbs,gutters,parking areas, drives,alleys and
16 walkways shall be located within the confines of the site boundaries and,
17 occasionally,along a boundary or any other restrictive line.Away from any
18 restrictive line,these facilities should be staked with an accuracy producing no
19 more than 0.05ft.tolerance from their specified locations.
20 d. Underground and overhead utilities, such as sewers,gas,water,telephone and
21 electric lines,shall be located horizontally within their prescribed areas or
22 easements.Within assigned areas,these utilities should be staked with an
23 accuracy producing no more than 0.1 ft tolerance from a specified location.
24 e. The accuracy required for the vertical location of utilities varies widely. Many
25 underground utilities require only a minimum cover and a tolerance of 0.1 ft.
26 should be maintained. Underground and overhead utilities on planned profile,
27 but not depending on gravity flow for performance, should not exceed 0.1 ft.
28 tolerance.
29 B. Surveying instruments shall be kept in close adjustment according to manufacturer's
30 specifications or in compliance to standards. The City reserves the right to request a
31 calibration report at any time and recommends regular maintenance schedule be
32 performed by a certified technician every 6 months.
33 1. Field measurements of angles and distances shall be done in such fashion as to
34 satisfy the closures and tolerances expressed in Part 3.1.A.
35 2. Vertical locations shall be established from a pre-established benchmark and
36 checked by closing to a different bench mark on the same datum.
37 3. Construction survey field work shall correspond to the client's plans. Irregularities
38 or conflicts found shall be reported promptly to the City.
39 4. Revisions,corrections and other pertinent data shall be logged for future reference.
40
41 3.2 EXAMINATION [NOT USED]
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 31,2017
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
1 3.3 PREPARATION [NOT USED]
2 3.4 APPLICATION
3 3.5 REPAIR/RESTORATION
4 A. If the Contractor's work damages or destroys one or more of the control
5 monuments/points set by the City,the monuments shall be adequately referenced for
6 expedient restoration.
7 1. Notify City if any control data needs to be restored or replaced due to damage
8 caused during construction operations.
9 a. Contractor shall perform replacements and/or restorations.
10 b. The City may require at any time a survey"Field Check"of any monument
11 or benchmarks that are set be verified by the City surveyors before further
12 associated work can move forward.
13 3.6 RE-INSTALLATION [NOT USED]
14 3.7 FIELD [OR] SITE QUALITY CONTROL
15 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
16 City in accordance with this Specification. This includes easements and right of way, if
17 noted on the plans.
18 B. Do not change or relocate stakes or control data without approval from the City.
19 3.8 SYSTEM STARTUP
20 A. Survey Checks
21 1. The City reserves the right to perform a Survey Check at any time deemed
22 necessary.
23 2. Checks by City personnel or 3rd party contracted surveyor are not intended to
24 relieve the contractor of his/her responsibility for accuracy.
25
26 3.9 ADJUSTING [NOT USED]
27 3.10 CLEANING [NOT USED]
28 3.11 CLOSEOUT ACTIVITIES [NOT USED]
29 3.12 PROTECTION [NOT USED]
30 3.13 MAINTENANCE [NOT USED]
31 3.14 ATTACHMENTS [NOT USED]
32 END OF SECTION
33
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 31,2017
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
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.
1
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised August 31,2017
017423-1
CLEANING
Page 1 of 4
1 SECTION 0174 23
2 CLEANING
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Intermediate and final cleaning for Work not including special cleaning of closed
7 systems specified elsewhere
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include,but are not necessarily limited to:
11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract
12 2. Division 1 —General Requirements
13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various Items bid.
17 No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20 A. Scheduling
21 1. Schedule cleaning operations so that dust and other contaminants disturbed by
22 cleaning process will not fall on newly painted surfaces.
23 2. Schedule final cleaning upon completion of Work and immediately prior to final
24 inspection.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE [NOT USED]
30 1.10 STORAGE,AND HANDLING
31 A. Storage and Handling Requirements
32 1. Store cleaning products and cleaning wastes in containers specifically designed for
33 those materials.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
017423-2
CLEANING
Page 2 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2- PRODUCTS
4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncontaminated
9 3. For manufactured surfaces
10 a. Material recommended by manufacturer
11 2.3 ACCESSORIES [NOT USED]
12 2.4 SOURCE QUALITY CONTROL [NOT USED]
13 PART 3- EXECUTION
14 3.1 INSTALLERS [NOT USED]
15 3.2 EXAMINATION [NOT USED]
16 3.3 PREPARATION [NOT USED]
17 3.4 APPLICATION [NOT USED]
18 3.5 REPAIR/RESTORATION [NOT USED]
19 3.6 RE-INSTALLATION [NOT USED]
20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING
24 A. General
25 1. Prevent accumulation of wastes that create hazardous conditions.
26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of
27 governing authorities.
28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in
29 storm or sanitary drains or sewers.
30 4. Dispose of degradable debris at an approved solid waste disposal site.
31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
32 alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
017423-3
CLEANING
Page 3 of 4
1 6. Handle materials in a controlled manner with as few handlings as possible.
2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with
3 this project.
4 8. Remove all signs of temporary construction and activities incidental to construction
5 of required permanent Work.
6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to
7 have the cleaning completed at the expense of the Contractor.
8 10. Do not bum 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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised July 1,2011
017423-4
CLEANING
Page 4 of 4
1 4. If no longer required for maintenance of erosion facilities,and upon approval by
2 City,remove erosion control from site.
3 5. Clean signs, lights, signals, etc.
4 3.11 CLOSEOUT ACTIVITIES [NOT USED]
5 3.12 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USED]
7 3.14 ATTACHMENTS [NOT USED]
8 END OF SECTION
9
Revision Log
DATE NAME SUMMARY OF CHANGE
10
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
017719-1
CLOSEOUT REQUIREMENTS
Page 1 of 3
1 SECTION 0177 19
2 CLOSEOUT REQUIREMENTS
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
017719-2
CLOSEOUT REQUIREMENTS
Page 2 of 3
1 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 PART 2 - PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXANIINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 CLOSEOUT PROCEDURE
9 A. Prior to requesting Final Inspection, submit:
10 1. Project Record Documents in accordance with Section 0178 39
11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section
13 01 74 23.
14 C. Final Inspection
15 1. After final cleaning,provide notice to the City Project Representative that the Work
16 is completed.
17 a. The City will make an initial Final Inspection with the Contractor present.
18 b. Upon completion of this inspection,the City will notify the Contractor,in
19 writing within 10 business days,of any particulars in which this inspection
20 reveals that the Work is defective or incomplete.
21 2. Upon receiving written notice from the City, immediately undertake the Work
22 required to remedy deficiencies and complete the Work to the satisfaction of the
23 City.
24 3. Upon completion of Work associated with the items listed in the City's written
25 notice, inform the City,that the required Work has been completed. Upon receipt
26 of this notice,the City, in the presence of the Contractor,will make a subsequent
27 Final Inspection of the project.
28 4. Provide all special accessories required to place each item of equipment in full
29 operation. These special accessory items include,but are not limited to:
30 a. Specified spare parts
31 b. Adequate oil and grease as required for the first lubrication of the equipment
32 c. Initial fill up of all chemical tanks and fuel tanks
33 d. Light bulbs
34 e. Fuses
35 f. Vault keys
36 g. Handwheels
37 h. Other expendable items as required for initial start-up and operation of all
38 equipment
39 D. Notice of Project Completion
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
017719-3
CLOSEOUT REQUIREMENTS
Page 3 of 3
1 1. Once the City Project Representative finds the Work subsequent to Final Inspection
2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet).
3 E. Supporting Documentation
4 1. Coordinate with the City Project Representative to complete the following
5 additional forms:
6 a. Final Payment Request
7 b. Statement of Contract Time
8 c. Affidavit of Payment and Release of Liens
9 d. Consent of Surety to Final Payment
10 e. Pipe Report(if required)
11 f. Contractor's Evaluation of City
12 g. Performance Evaluation of Contractor
13 F. Letter of Final Acceptance
14 1. Upon review and acceptance of Notice of Project Completion and Supporting
15 Documentation,in accordance with General Conditions, City will issue Letter of
16 Final Acceptance and release the Final Payment Request for payment.
17 3.5 REPAIR/RESTORATION [NOT USED]
18 3.6 RE-INSTALLATION [NOT USED]
19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
20 3.8 SYSTEM STARTUP [NOT USED]
21 3.9 ADJUSTING [NOT USED]
22 3.10 CLEANING [NOT USED]
23 3.11 CLOSEOUT ACTIVITIES [NOT USED]
24 3.12 PROTECTION [NOT USED]
25 3.13 MAINTENANCE [NOT USED]
26 3.14 ATTACHMENTS [NOT USED]
27 END OF SECTION
28
Revision Log
DATE NAME SUMMARY OF CHANGE
29
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
017823-1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
1 SECTION 0178 23
2 OPERATION AND MAINTENANCE DATA
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Product data and related information appropriate for City's maintenance and
7 operation of products furnished under Contract
8 2. Such products may include,but are not limited to:
9 a. Traffic Controllers
10 b. Irrigation Controllers(to be operated by the City)
11 c. Butterfly Valves
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include,but are not necessarily limited to:
15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract
16 2. Division 1 —General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
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 %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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
017823-2
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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
017823-3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
1 5. Copy of each warranty,bond and service contract issued
2 a. Provide information sheet for City personnel giving:
3 1) Proper procedures in event of failure
4 2) Instances which might affect validity of warranties or bonds
5 C. Manual for Materials and Finishes
6 1. Submit 5 copies of complete manual in final form.
7 2. Content,for architectural products, applied materials and finishes:
8 a. Manufacturer's data, giving full information on products
9 1) Catalog number, size,composition
10 2) Color and texture designations
11 3) Information required for reordering special manufactured products
12 b. Instructions for care and maintenance
13 1) Manufacturer's recommendation for types of cleaning agents and methods
14 2) Cautions against cleaning agents and methods which are detrimental to
15 product
16 3) Recommended schedule for cleaning and maintenance
17 3. Content,for moisture protection and weather exposure products:
18 a. Manufacturer's data, giving full information on products
19 1) Applicable standards
20 2) Chemical composition
21 3) Details of installation
22 b. Instructions for inspection,maintenance and repair
23 D. Manual for Equipment and Systems
24 1. Submit 5 copies of complete manual in final form.
25 2. Content, for each unit of equipment and system, as appropriate:
26 a. Description of unit and component parts
27 1) Function,normal operating characteristics and limiting conditions
28 2) Performance curves, engineering data and tests
29 3) Complete nomenclature and commercial number of replaceable parts
30 b. Operating procedures
31 1) Start-up,break-in,routine and normal operating instructions
32 2) Regulation, control, stopping, shut-down and emergency instructions
33 3) Summer and winter operating instructions
34 4) Special operating instructions
35 c. Maintenance procedures
36 1) Routine operations
37 2) Guide to"trouble shooting"
38 3) Disassembly,repair and reassembly
39 4) Alignment,adjusting and checking
40 d. Servicing and lubrication schedule
41 1) List of lubricants required
42 e. Manufacturer's printed operating and maintenance instructions
43 f. Description of sequence of operation by control manufacturer
44 1) Predicted life of parts subject to wear
45 2) Items recommended to be stocked as spare parts
46 g. As installed control diagrams by controls manufacturer
47 h. Each contractor's coordination drawings
48 1) As installed color coded piping diagrams
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
017823-4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
1 i. Charts of valve tag numbers,with location and function of each valve
2 j. List of original manufacturer's spare parts,manufacturer's current prices,and
3 recommended quantities to be maintained in storage
4 k. Other data as required under pertinent Sections of Specifications
5 3. Content,for each electric and electronic system,as appropriate:
6 a. Description of system and component parts
7 1) Function,normal operating characteristics,and limiting conditions
8 2) Performance curves,engineering data and tests
9 3) Complete nomenclature and commercial number of replaceable parts
10 b. Circuit directories of panelboards
11 1) Electrical service
12 2) Controls
13 3) Communications
14 c. As installed color coded wiring diagrams
15 d. Operating procedures
16 1) Routine and normal operating instructions
17 2) Sequences required
18 3) Special operating instructions
19 e. Maintenance procedures
20 1) Routine operations
21 2) Guide to"trouble shooting"
22 3) Disassembly,repair and reassembly
23 4) Adjustment and checking
24 f. Manufacturer's printed operating and maintenance instructions
25 g. List of original manufacturer's spare parts,manufacturer's current prices,and
26 recommended quantities to be maintained in storage
27 h. Other data as required under pertinent Sections of Specifications
28 4. Prepare and include additional data when the need for such data becomes apparent
29 during instruction of City's personnel.
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by personnel with the following criteria:
34 1. Trained and experienced in maintenance and operation of described products
35 2. Skilled as technical writer to the extent required to communicate essential data
36 3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
017823-5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2- PRODUCTS [NOT USED]
5 PART 3- EXECUTION [NOT USED]
6 END OF SECTION
7
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D.Johnson 1.5.A.1—title of section removed
8
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
017839-1
PROJECT RECORD DOCUMENTS
Page 1 of 4
1 SECTION 0178 39
2 PROJECT RECORD DOCUMENTS
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Work associated with the documenting the project and recording changes to project
7 documents, including:
8 a. Record Drawings
9 b. Water Meter Service Reports
10 c. Sanitary Sewer Service Reports
11 d. Large Water Meter Reports
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include,but are not necessarily limited to:
15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 —General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
23 1.5 SUBMITTALS
24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to
25 City's Project Representative.
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
017839-2
PROJECT RECORD DOCUMENTS
Page 2 of 4
1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of
2 information that the change has occurred.
3 4. Provide factual information regarding all aspects of the Work,both concealed and
4 visible,to enable future modification of the Work to proceed without lengthy and
5 expensive site measurement, investigation and examination.
6 1.10 STORAGE AND HANDLING
7 A. Storage and Handling Requirements
8 1. Maintain the job set of Record Documents completely protected from deterioration
9 and from loss and damage until completion of the Work and transfer of all recorded
10 data to the final Project Record Documents.
11 2. In the event of loss of recorded data,use means necessary to again secure the data
12 to the City's approval.
13 a. In such case,provide replacements to the standards originally required by the
14 Contract Documents.
15 1.11 FIELD [SITE] CONDITIONS [NOT USED]
16 1.12 WARRANTY [NOT USED]
17 PART 2- PRODUCTS
18 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
19 2.2 RECORD DOCUMENTS
20 A. Job set
21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
22 charge to the Contractor, 1 complete set of all Documents comprising the Contract.
23 B. Final Record Documents
24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide
25 the City 1 complete set of all Final Record Drawings in the Contract.
26 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION [NOT USED]
31 3.3 PREPARATION [NOT USED]
32 3.4 MAINTENANCE DOCUMENTS
33 A. Maintenance of Job Set
34 1. Immediately upon receipt of the job set, identify each of the Documents with the
35 title, "RECORD DOCUMENTS -JOB SET".
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
017839-4
PROJECT RECORD DOCUMENTS
Page 4 of 4
1 c. Call attention to each entry by drawing a "cloud" around the area or areas
2 affected.
3 d. Make changes neatly,consistently and with the proper media to assure
4 longevity and clear reproduction.
5 2. Transfer of data to other Documents
6 a. If the Documents,other than Drawings,have been kept clean during progress of
7 the Work,and if entries thereon have been orderly to the approval of the City,
8 the job set of those Documents,other than Drawings,will be accepted as fmal
9 Record Documents.
10 b. If any such Document is not so approved by the City, secure a new copy of that
11 Document from the City at the City's usual charge for reproduction and
12 handling, and carefully transfer the change data to the new copy to the approval
13 of the City.
14 3.5 REPAIR I 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 Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2011
99 99 00- SPECIAL PROVISIONS
9999.0014-Bollards
DECORATIVE METAL BOLLARDS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Decorative metal bollards
B. Related Requirements:
1. None
1.2 REFERENCE STANDARDS
A. ASTM A36—Standard Specification for Carbon Structural Steel.
B. ASTM A312—Standard Specification for Seamless,Welded, and Heavily Cold Worked
Austenitic Stainless Steel Pipes.
C. ASTM A500—Standard Specification for Cold-Formed Welded and Seamless Carbon Steel
Structural Tubing in Rounds and Shapes.
D. ASTM A536—Standard Specification for Ductile Iron Castings.
E. ASTM B26—Standard Specification for Aluminum-Alloy Sand Castings.
1.3 SUBMITTALS
A. Comply with Section 0133 00 Submittals
B. Product Data: Provide for each type of bollard,component,finish,and accessory specified.
C. Setting Drawings: Show embedded items and cutouts required for work specified in other
Sections.
D. Maintenance Data: Submit manufacturer's field touch-up, cleaning, and maintenance
instructions.
E. Warranty Documentation: Submit sample of manufacturer's warranty.
1.4 DELIVERY, STORAGE AND HANDLING
A. Protect bollards and accessories during delivery, storage, and handling.
1.5 WARRANTY
A. Provide manufacturer's standard warranty against defects in materials and workmanship.
1. Warranty Period: Five years from date of invoice,except as otherwise indicated.
a. Coatings: Two years,against peeling,cracking,or significant color change.
Trail Drive Extension-Paving,Drainage&Water Improvements
City Project No.100742
2
99 99 00- SPECIAL PROVISIONS
PART 2 -PRODUCTS
2.1 MANUFACTURERS
A. Manufacturer: Reliance Foundry Co. Ltd.
1. Phone: 604-592-4333 or 888-735-5680
2. Fax: 604-590-8875
3. Website: http://www.reliance-founda.com/bollard
4. Email: infoAreliance-foundry.com
2.2 DECORATIVE METAL BOLLARDS
A. Bollard[Designer's Designation]:
1. Model: Reliance Foundry;R-7530.
2. Height: 39 inches(99 cm)
3. Diameter: 5.25 inches(13.3 cm)body; 10 inches(25.4 cm)base
4. Design: Cylindrical and fluted,with tapered bottom and ball top.
5. Material:
a. Ductile Cast Iron: ASTM A536, Grade 65-45-12; 30 percent
recycled-material content.
1) Weight: 62 lbs. (28.1 kg)
6. Country of Origin: China.
7. Color Coating:
a. Type: Polyester powder coat over epoxy primer.
b. Color: Black textured semi gloss.
8. Installation:
a. Removable, existing concrete, insert.
2.3 ACCESSORIES
B. Padlock:
1. Brass, supplied by Reliance Foundry. Key alike.
PART 3 -EXECUTION
3.1 EXAMINATION
A. Examine paving or other substrates for compliance with manufacturer's requirements for
placement and location of embedded items,condition of substrate, and other conditions
affecting installation of bollards.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 INSTALLATION
A. General: Comply with manufacturer's installation instructions and setting drawings.
B. Do not install damaged, cracked,chipped,deformed or marred bollards. Field touch-up
minor imperfections in accordance with manufacturer's instructions.Replace bollards that
cannot be field repaired.
Trail Drive Extension-Paving,Drainage&Water Improvements
City Project No. 100742
3
99 99 00- SPECIAL PROVISIONS
3.3 CLEANING& PROTECTION
A. Protect bollards against damage.
B. Immediately prior to Substantial Completion,clean bollards in accordance with
manufacturer's instructions to remove dust,dirt,adhesives,and other foreign materials.
C. Touch up damaged finishes according to manufacturer's instructions.
3.4 CLOSEOUT ACTIVITIES
A. Provide executed warranty.
END OF SECTION
9999.0015-42" Powder Coated Pedestrian Rail,see Spec 32 3113
9999.0016—25' Steel Gate,see Spec in Plan&Spec 32 3126
9999.0017—30' Steel Gate, see Spec in Plan& Spec 32 3126
9999.0018- 18" Yield Triangles,see Spec 32 17 23
9999.0019-Remove Pvmt Marldnim see Revised Spec 32 17 23
9999.0020-Remove Groundbox, see Spec 34 4113
9999.0021 -Remove Mast Arm 40'-48',see Spec 34 4113
9999.0022-Tie into Existing Conduit,see Spec 34 4113
9999.0023 -Relocate Pedestrian Pole Assembly,see Spec 34 4113
9999.0024-Furnish/Install 10'-14' Ped Pole,see Spec 34 4113
9999.0025-Remove Pedestrian Head Assembly,see Spec 34 4113
9999.0026-Relocate Pedestrian Push Button Assembly,see Spec 34 4113
9999.0027-Remove Pedestrian Push Button Assembly,see Spec 34 4113
9999.0028-Plant 9" Tree,see Spec 32 93 43
9999.0029-Irrigation System,see Spec 32 84 23
9999.0030-Stabilized Decomposed Granite Surfacing
Trail Drive Extension-Paving,Drainage&Water Improvements
City Project No.100742
4
99 99 00 - SPECIAL PROVISIONS
PART 4 - GENERAL
4.1 SUMMARY
A. This Section includes material and labor requirements for construction with
Decomposed granite or crushed 3/8" or 1/4" minus aggregate paving with Stabilizer
binder additive for the following items:
1. Stabilized aggregate landscape features
B. Related Sections:
1. Section 3124 00 Embankments
4.2 PERFORMANCE REQUIREMENTS
A. Perform gradation of decomposed granite material or 3/8" or 1/4" minus crushed
aggregate in accordance with ASTM C 136—Method for Sieve Analysis for Fine and
Course.
4.3 SUBMITTALS
A. Products Data: For each product specified. Submit a 5 lb. sample and sieve analysis
for grading of decomposed granite or crushed 3/8"or 1/4"minus aggregate to be sent
to Stabilizer Solutions, Inc. prior to any construction — (allow 2 week turn around).
Must be approved by Landscape Architect and owner.
B. Shop Drawings: Show details of installation, including plans and sections.
4.4 PROJECT/SITE CONDITIONS
A. Field Measurements: Each bidder is required to visit the site of the Work to verify the
existing conditions. No adjustments will be made to the Contract Sum for variations
in the existing conditions.
1. Where surfacing is indicated to fit with other construction,verify dimensions of
other construction by field measurements before proceeding with the work.
B. Environmental Limitations: Do not install decomposed granite or crushed 3/8"or 1/4"
minus aggregate paving during rainy conditions or below 40 degrees Fahrenheit and
falling.
Trail Drive Extension-Paving,Drainage&Water Improvements
City Project No.100742
5
99 99 00 - SPECIAL PROVISIONS
4.5 QUALITY ASSURANCE
A. Installer Qualifications: Installer to provide evidence to indicate successful experience
in providing decomposed granite or crushed 3/8" or 1/4" minus aggregate paving
containing Stabilizer binder additive.
B. Mock-ups: As directed by the engineer, install 2 ft. wide x 10 ft. long mock-up of
decomposed granite or 3/8" or 1/4" minus crushed aggregate paving with Stabilizer
additive at location as directed by city's representative.
4.6 WARRANTY
A. General Warranty: The special warranty specified in this Article shall not deprive the
Owner of other rights the Owner may have under other provisions of the Contract
Documents and shall be in addition to,and run concurrent with,other warranties made
by the Contractor under requirements of the Contract Documents.
B. Special Warranty: Submit a written warranty executed by the installer agreeing to
repair or replace components of stabilized surfacing that fail in materials or
workmanship within the specified warranty period. Failures include, but are not
limited to, the following:
1. Premature wear and tear, provide the material is maintained in accordance with
manufacturer's written maintenance instructions.
2. Failure of system to meet performance requirements.
C. Warranty Period: Contractor shall provide warranty for performance of product.
Contractor shall warranty installation of product for the time of one year from
substantial completion.
D. Contractor shall provide, for a period of sixty days, unconditional maintenance and
repairs as required.
PART 5 - PRODUCTS
5.1 MANUFACTURERS
A. Stabilizer for crushed stone surfaces provided by the following manufacturer:
1. KRC ROCK INC. 700 N. Twin Oaks Valley Road, San Marcos, CA 92069;
phone (760) 744-1036, (800) KRC-ROCK (572-7625; fax (760) 744-4814;
website www.krcrock.com; email info@krcrock.com
Trail Drive Extension-Paving,Drainage&Water Improvements
City Project No.100742
6
99 99 00- SPECIAL PROVISIONS
2. Gail Materials, Corona, CA; phone 951-279-1095; fax 951-279-0956;
www.gailmaterials.net
3. Stabilizer Solutions, Inc. 33 South 28th St., Phoenix, AZ 85034; phone (602)
225-5900, (800) 336-2468; fax (602) 225-5902; website:
www.stabilizersolutions.com
4. Substitutions: Products by other manufacturers that comply with specifications
will be considered in accordance with Division 1 General Requirements.
2.2 MATERIALS
B. Decomposed Granite or 3/8"or 1/4" crushed aggregate screenings
1. Sand and crushed stone shall consist of inert materials that are hard and durable,
with stone free from surface coatings and deleterious materials.
2. Crushed Stone Sieve Analysis Percentage of Weight Passing a Square Mesh
Sieve AASHTO T 11-82 and T27-82
1/4" MINUS AGGREGATE GRADATION
U.S. Sieve No. Percent Passing by
Weight
# 3/8" 100
#4 90- 100
# 8 75 - 80
# 16 55 -65
# 30 40-50
# 50 25 -35
# 100 15 -20
#200 to 10- 15
3. Acceptable local supplier list to be provided by Landscape Architect.
C. Stabilized Binder
1. Patented,non-toxic, organic binder that is a colorless and odorless concentrated
powder that binds decomposed granite or crushed 3/8"or 1/4" minus aggregate.
2. Natraci by Gail Materials
5.3 EXCESS MATERIALS
Trail Drive Extension-Paving,Drainage&Water Improvements
City Project No.100742
7
99 99 00- SPECIAL PROVISIONS
A. Provide owner's authorized representative with the following excess materials for use
in future decomposed granite or 3/8" or 1/4" minus crushed aggregate paving repair:
40 to 50 lb. Bags of the aggregate paving blended with proper amount of Stabilizer.
PART 6- EXECUTION
6.1 BLENDING STABILIZER
A. Blend 12 to 16 lbs (call manufacturer for exact blend) of Stabilizer per 1-ton of
decomposed granite or crushed 3/8" or t/4" minus aggregate screenings. It is critical
that Stabilizer be thoroughly and uniformly mixed throughout decomposed granite or
crushed r/4" or 3/8" minus aggregate screenings. Bucket blending is not acceptable.
Blending with a rake and or shovel is not acceptable.
B. Mix decomposed granite with stabilizer in factory with a pug mill that includes a
weight-belt feeder.
6.2 PLACEMENT
A. After pre-blending,place the Stabilized decomposed aggregate or 3/8" or %4"crushed
aggregate screenings on prepared sub-grade. Level to desired grade and cross section.
B. Depth of pathways—per detail,to be compacted in two (2) inch lifts.
6.3 WATERING
A. Water heavily to achieve full depth moisture penetration of the Stabilized pathway
Profile. Water activates Stabilizer. To achieve saturation of Stabilized pathway
Profile, 25 to 45 gallons of water per I-ton must be applied. During water application
randomly test for depth using a probing device to the final depth.
B. Water: Free from contaminants that would discolor or be deleterious to stabilized
decomposed granite surfacing.
6.4 COMPACTION
A. Upon thorough moisture penetration, compact aggregate screenings to 85% relative
compaction by compaction equipment such as; a 2 to 4-ton double drum roller or a
1,000 lb. Single drum roller with vibratory plate tamp. Do not begin compaction for
6 hours after placement and up to 48 hours.
Trail Drive Extension-Paving,Drainage&Water Improvements
City Project No.100742
8
99 99 00- SPECIAL PROVISIONS
B. Take care in compacting decomposed granite or crushed 3/8" or 1/4" minus aggregate
screenings when adjacent to planting and irrigation systems. Hand tamping with 8"
or 10"hand tamp recommended
6.5 INSPECTION
A. Finished surface of pathway shall be smooth, uniform and solid. There shall be no
evidence of chipping or cracking. Cured and compacted pathway shall be firm
throughout profile with no spongy areas. Loose material shall not be present on the
surface. Any significant irregularities in path surface shall be repaired to the
uniformity of entire installation.
6.6 MAINTENANCE
A. Remove debris, such as paper, grass clippings, leaves or other organic material by
mechanically blowing or hand raking the surface as needed. Any plowing program
required during winter months shall involve the use of a rubber baffle on the plow
blade or wheels on the plow that lifts the blade 1/4" off the paving surface.
B. During the first year, a minor amount of loose aggregate will appear on the paving
surface (1/16" to 1/4"). If this material exceeds a 1/4", redistribute the material over
the entire surface. Water thoroughly to the depth of I". Compact with power roller
of no less than 1000 lbs. This process should be repeated as needed.
C. If cracking occurs,simply sweep fines into the cracks,water thoroughly and hand tamp
with an 8"— 10"hand tamp plate.
6.7 REPAIRS
A. Excavate damaged area to the depth of the Stabilized aggregate and square off
sidewalls.
B. If area is dry, moisten damaged portion lightly.
C. Pre-bend the dry required amount of Stabilizer powder with the proper amount of
aggregate in a concrete mixer.
D. Add water to the pre-blended aggregate and Stabilizer. Thoroughly moisten mix with
25 to 45 gallons per 1-ton of pre-blended material or to approximately 10% moisture
content.
E. Apply moistened pre-blended aggregate to excavated area to finish grade.
F. Compact with an 8" to 10" hand tamp or 250 to 300 pound roller. Keep traffic off
areas for 12 to 48 hours after repair has been completed.
Trail Drive Extension-Paving,Drainage&Water Improvements
City Project No. 100742
9
99 99 00- SPECIAL PROVISIONS
END OF SECTION
9999.0031- 12" Mow Strip,see Spec 03 30 00
9999.0032-Plant 1 Gallon Shrub,see Spec 32 93 43
9999.0033-Plant 3 Gallon Shrub,see Spec 32 93 43
9999.0034-Plant 5 Gallon Shrub,see Spec 32 93 43
9999.0035—Temporary Construction Fencing(4'Orange Safety),see Spec in plans
9999.0036—Temporary Construction Fencing(6' Chain Link),see Spec in plans
9999.0037—Temporary Construction Fencing(8' Screened Chain Link),see Spec in plans
Trail Drive Extension-Paving,Drainage&Water Improvements
City Project No.100742
10
0335 13-1
INTEGRAL CONCRETE COLOR
Page 1 of 3
SECTION 03 35 13
INTEGRAL CONCRETE COLOR
PART 1 -GENERAL
1.1 SUMMARY
A. This section describes coloring and stamping concrete used to construct work under other
contract bid items as well as any special materials and special construction techniques
associated with using colored concrete.
B. 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 32 13 13 Concrete Paving
4. Section 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps
5. Section 32 13 73 Concrete Paving Joint Sealants
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid and
where indicated on the Drawings. No separate payment will be allowed for this item.
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 Society of Testing and Materials (ASTM)
a. ASTM C 979 Standard Specification for Pigments for Integrally Colored Concrete
3. Portland Cement Association(PCA)
a. PA124"Finishing Concrete with Color and Texture."
PART 2-PRODUCTS
2.1 MATERIALS
A. CONCRETE
1. Integrally color concrete using non-fading pigments conforming to ASTM C979 as
follows:
a. Integral Stain: Solomon Colors,Inc, SGS Integral Color,Dark Redwood#489.
b. Liquid Release: Solomon Colors,Inc,Butterfield Color Clear Liquid Release.
C. Sealer: Solomon Colors, Inc,Butterflied Clear Guard Cure and Seal.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
033513-2
INTEGRAL CONCRETE COLOR
Page 2 of 3
2. Add integral concrete colorant according to manufacturer's instructions. Provide a copy
of those manufacturer instructions to the City before producing material for incorporation
into the work.
3. Maintain mix characteristics for colored concrete requiring a matching finish. Use the
same source, brand, type, and color of portland cement, supplementary cementitious
materials, aggregates, and admixtures for colored concrete throughout the project. Use
constant cement content, supplementary cementitious material content, and
water/cementitious materials ratio to maintain consistent color.
B. IMPRINTING TOOLS
1. Imprinting Tools: System of matched tools for imparting textures and patterns into
freshly placed concrete surfaces.
a. Product: Scofield's"LITHOTEX Pavecrafters."
b. Patterns: Used Brick Harringbone Pattern-2570
C. CURING COMPOUND
1. Furnish a liquid membrane-forming clear curing compound conforming to ASTM C1315,
Type 1.
D. COLORED CONCRETE MIX APPROVAL
1. GENERAL
a. Obtain City approval for colored concrete mixes before placing colored concrete.
The City will base approval either on a successful performance history or on trial
batches. Upon City approval, the submitted sample panel (Minimum 3'x3'x3") or
the test slab will be the visual quality standard for finished work under the
contract.
2. PERFORMANCE HISTORY
a. If possible, use the same materials mixed in the same proportions as used on
another department project where the City approved the color. Ensure that all
materials, including admixtures, are of the same type and brand and from the same
sources.Provide the following to the City for review and approval:
1) Project Info: Project ID,and location.
2) Mix proportions: quantities per cubic yard expressed as SSD weights and
net water, water to cementitious material ratio, air content, and 28-day or
earlier compressive strength.
3) Materials: type,brand,and source.
4) Sample panel: Provide a finished colored concrete sample having minimum
dimensions of 3- foot by 3-foot by 3-inch, from the previous project (if
available),or a photo image of the previous sample panel.
3. TRIAL BATCHES
a. The contractor may use preliminary laboratory or field trial batching to establish
the mix proportions necessary to conform to the contract-required color.
b. Produce test slabs to demonstrate the color and color intensity. At least 2 business
days in advance,provide the City with the date and time for test slab construction.
C. At a City-allowed location on the project,place, finish, and cure a 4-foot by 4-foot
by 3-inch colored concrete test slab using the same methods proposed for contract
work for review and approval. Upto three (3) color only mock ups should be
anticipated to be created for review, if needed.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
033513-3
INTEGRAL CONCRETE COLOR
Page 3 of 3
d. After approval of the integral color, place, finish, and cure a 10-foot by 10-foot by
6-inch fully colored, stamped,and sealed test slab.
e. Produce test slabs using the same workers designated to perform the contract work.
Retain samples of cements, sands, aggregates, and color additives used in test slabs
for comparison with materials used in contract work.
f. For the final mock up, use at least a 2-cubic yard batch or a batch of the size
proposed for production whichever is larger.
g. Submit final mix design information to the City. Including specific sources and, if
applicable,trade names for materials.
PART 3- EXECUTION
3.1 CONSTRUCTION
A. Construct work incorporating colored concrete conforming to contract specifications under the
associate bid items except cure with clear curing compound and use only non-chloride
admixtures as specified in Section 2.1.
B. Produce consistently colored concrete in full cubic yard increments. The City will not allow
variations in the amounts, types, or source of materials with the exception of minor adjustments
of water and air-entraining agent. Other changes require mix re-approval.
C. Schedule placement to minimize exposure to rapid drying conditions, wind and full sun, before
applying curing compound. Do not place colored concrete if rain, snow, or freezing
temperatures are forecast within 24-hours.
D. Cover or otherwise protect adjacent concrete work from discoloration and spillage while placing
and curing colored concrete. Remove and replace discolored concrete as directed by the City.
E. Perform finishing operations consistently to avoid color variation. Do not begin finishing while
bleed water is present. The City will order removal and replacement of colored concrete if the
contractor adds water to the surface to aid in finishing. Apply strokes in the same direction
during final finishing and texturing.
F. Protect colored concrete from premature drying and excessive cold or hot temperatures by
promptly applying curing compound. Do not allow plastic sheeting to come in contact with
colored concrete.
G. Protect the colored concrete from damage. Do not permit construction traffic or material storage
on colored concrete. Exclude foot traffic from colored concrete for at least 24 hours after
placement.
H. Remove test slabs not permanently incorporated into the work and restore the site after the City
determines the test slab is no longer needed.
END OF SECTION
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
312323-1
BORROW
Page 1 of 4
1 SECTION 3123 23
2 BORROW
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Furnish,place and compact Borrow material for grading.
7 2. Borrow included in plan quantity to be used as needed if suitable material is not
8 excavated on site.
9 B. Deviations from this City of Fort Worth Standard Specification
10 1. None.
11 C. Related Specification Sections include,but are not necessarily limited to:
12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
13 2. Division 1 —General Requirements
14 3. Section 3123 16—Unclassified Excavation
15 4. Section 3124 00—Embankments
16 1.2 PRICE AND PAYMENT PROCEDURES
17 1. Borrow by Delivered Quantity
18 a. Measurement
19 1) Measurement for this Item shall be by the cubic yard of loose Borrow
20 material as delivered to the Site and recorded by truck ticket provided to the
21 City.
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 cubic yard of"Borrow by Delivery"delivered to the Site and
26 recorded by truck ticket for:
27 a) Various Borrow materials
28 c. The price bid shall include:
29 1) Transporting or hauling material
30 2) Furnishing,placing,compacting and finishing Borrow
31 3) Construction Water
32 4) Clean-up
33 5) Dust Control
34 6) Proof Rolling
35 7) Disposal of excess or waste material
36 8) Reworking or replacement of undercut material
37 1.3 REFERENCES
38 A. Reference Standards
39 1. Reference standards cited in this Specification refer to the current reference
40 standard published at the time of the latest revision date logged at the end of this
41 Specification,unless a date is specifically cited.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised January 28,2013
312323-2
BORROW
Page 2 of 4
1 2. ASTM Standards
2 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering
3 Purposes (Unified Soil Classification System)
4 b. ASTM D4318-10, Standard Test Methods for Liquid Limit,Plastic Limit,and
5 Plasticity Index of Soils
6 c. ASTM D6913, Standard Test Methods for Particle-Size Distribution
7 (Gradation)of Soils Using Sieve Analysis
8 d. ASTM D698, Standard Test Methods for Laboratory Compaction
9 Characteristics of Soil Using Standard Effort(12,400 ft-lbflft3)
10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
11 1.5 SUBMITTALS
12 A. Submittals shall be in accordance with Section 0133 00.
13 B. All submittals shall be approved by the City prior to construction.
14 C. Submit laboratory tests reports for each soil borrow source used to supply general
15 borrow and select fill materials.
16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
17 A. Shop Drawings
18 1. Stockpiled Borrow material
19 a. Provide a description of the storage of the delivered Borrow material only if the
20 Contract Documents do not allow storage of materials in the right-of-way of the
21 easement.
22 1.7 CLOSEOUT SUBMITTALS [NOT USED]
23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
24 1.9 QUALITY ASSURANCE
25 A. Borrow material shall be tested prior to delivery to the Site.
26 1. Provide Proctor Test results,Gradation and Atterberg Limits for Borrow material
27 from each source.
28 a. All testing listed above shall be performed in terms of ASTM D698,ASTM
29 D6913 and ASTM D4318-10 respectively.
30 1.10 DELIVERY,STORAGE,AND HANDLING
31 A. Delivery
32 1. Coordinate all deliveries and haul-off.
33 B. Storage
34 1. Within Existing Rights-of-Way(ROW)
35 a. Borrow materials may be stored within existing ROW, easements or temporary
36 construction easements,unless specifically disallowed in the Contract
37 Documents.
38 b. Do not block drainage ways,inlets or driveways.
39 c. Provide erosion control in accordance with Section 3125 00.
40 d. Store materials only in areas barricaded as provided in the traffic control plans.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised January 28,2013
312323-3
BORROW
Page 3 of 4
1 e. In non-paved areas,do not store material on the root zone of any trees or in
2 landscaped areas.
3 2. Designated Storage Areas
4 a. If the Contract Documents do not allow the storage of Borrow materials within
5 the ROW, easement or temporary construction easement,then secure and
6 maintain an adequate storage location.
7 b. Provide an affidavit that rights have been secured to store the materials on
8 private property.
9 c. Provide erosion control in accordance with Section 3125 00.
10 d. Do not block drainage ways.
11 e. Only materials used for 1 working day will be allowed to be stored in the work
12 zone.
13 1.11 FIELD CONDITIONS [NOT USED]
14 1.12 WARRANTY [NOT USED]
15 PART 2- PRODUCTS
16 2.1 OWNER-FURNISHED [NOT USED]
17 2.2 PRODUCT TYPES AND MATERIALS
18 A. Borrow
19 1. Additional soil beneath pavements,roadways, foundations and other structures
20 required to achieve the elevations shown on the Drawings.
21 2. Acceptable Fill Material
22 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with
23 ASTM D2487
24 b. Free from deleterious materials,boulders over 6 inches in size and organics
25 c. Can be placed free from voids
26 d. Must have 20 percent passing the number 200 sieve
27 3. Blended Fill Material
28 a. In-situ soils classified as SP, SM,GP or GM in accordance with ASTM D2487
29 b. Blended with in-situ or imported Acceptable Fill material to meet the
30 requirements of an Acceptable Fill Material
31 c. Free from deleterious materials,boulders over 6 inches in size and organics
32 d. Must have 20 percent passing the number 200 sieve
33 4. Select Fill
34 a. Classified as SC or CL in accordance with ASTM D2487
35 b. Liquid limit less than 35
36 c. Plasticity index between 8 and 20
37 5. Cement Stabilized Sand(CSS)
38 a. Sand or silty sand
39 b. Free of clay or plastic material
40 c. Minimum of 4 percent cement content of Type I/II portland cement
41 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM
42 D1633,Method A
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised January 28,2013
312323-4
BORROW
Page 4 of 4
1 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM
2 D1633,Method A
3 f. Mix in a stationary pug mill,weigh-batch or continuous mixing plant
4 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED]
5 2.4 ACCESSORIES [NOT USED]
6 2.5 SOURCE QUALITY CONTROL [NOT USED]
7 PART 3 - EXECUTION
8 3.1 INSTALLERS [NOT USED]
9 3.2 EXAMINATION [NOT USED]
10 3.3 PREPARATION [NOT USED]
11 3.4 INSTALLATION
12 A. All Borrow placement shall be performed in accordance to Section 3124 00.
13 3.5 REPAIR[NOT USED]
14 3.6 RE-INSTALLATION [NOT USED]
15 3.7 FIELD QUALITY CONTROL
16 A. Field quality control will be performed in accordance to Section 3124 00.
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
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue Text added for clarification
1/28/13 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment
Methods on bid list.
25
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised January 28,2013
321723-1
PAVEMENT MARKINGS
Page 1 of 11
1 SECTION 32 17 23
2 PAVEMENT MARKINGS
3 PARTI - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Pavement Markings
7 a. Thermoplastic,hot-applied, spray(HAS)pavement markings
8 b. Thermoplastic,hot-applied, extruded(HAE)pavement markings
9 c. Preformed polymer tape
10 d. Preformed heat-activated thermoplastic tape
11 2. Raised markers
12 3. Work zone markings
13 4. Removal of pavement markings and markers
14 B. Deviations from this City of Fort Worth Standard Specification
15 1. Removal of Pavement Marking is Lump Sum as shown in plans and directed by the
16 Engineer.
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 1.2 PRICE AND PAYMENT PROCEDURES
21 A. Measurement and Payment
22 1. Pavement Markings
23 a. Measurement
24 1) Measurement for this Item shall be per linear foot of material placed.
25 b. Payment
26 1) The work performed and materials furnished in accordance with this Item
27 and measured as provided under"Measurement"shall be paid for at the
28 unit price bid per linear foot of"Pvmt Marking"installed for:
29 a) Various Widths
30 b) Various Types
31 c) Various Materials
32 d) Various Colors
33 c. The price bid shall include:
34 1) Installation of Pavement Marking
35 2) Glass beads,when required
36 3) Surface preparation
37 4) Clean-up
38 5) Testing(when required)
39 2. Legends
40 a. Measurement
41 1) Measurement for this Item shall be per each Legend installed.
42 b. Payment
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised November 22,2013
32 1723-2
PAVEMENT MARKINGS
Page 2 of 11
1 1) The work performed and materials furnished in accordance with this Item
2 shall be paid for at the unit price bid per each"Legend"installed for:
3 a) Various types
4 b) Various applications
5 c. The price bid shall include:
6 1) Installation of Pavement Marking
7 2) Glass beads,when required
8 3) Surface preparation
9 4) Clean-up
10 5) Testing
11 3. Raised Markers
12 a. Measurement
13 1) Measurement for this Item shall be per each Raised Marker installed.
14 b. Payment
15 1) The work performed and materials furnished in accordance with this Item
16 shall be paid for at the unit price bid per each"Raised Marker"installed
17 for:
18 a) Various types
19 c. The price bid shall include:
20 1) Installation of Raised Markers
21 2) Surface preparation
22 3) Clean-up
23 4) Testing
24 4. Work Zone Tab Markers
25 a. Measurement
26 1) Measurement for this Item shall be per each Tab Marker installed.
27 b. Payment
28 1) The work performed and materials furnished in accordance with this Item
29 shall be paid for at the unit price bid per each"Tab Marker"installed for:
30 a) Various types
31 c. The price bid shall include:
32 1) Installation of Tab Work Zone Markers
33 5. Fire Lane Markings
34 a. Measurement
35 1) Measurement for this Item shall be per the linear foot.
36 b. Payment
37 1) The work performed and materials furnished in accordance with this Item
38 and measured as provided under"Measurement"shall be paid for at the
39 unit price bid per linear foot of"Fire Lane Marking"installed.
40 c. The price bid shall include:
41 1) Surface preparation
42 2) Clean-up
43 3) Testing
44 6. Pavement Marking Removal
45 a. Measurement
46 1) Measure for this Item shall be per lump sum.
47 b. Payment
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised November 22,2013
321723-3
PAVEMENT MARKINGS
Page 3 of 11
1 1) The work performed and materials furnished in accordance with this Item
2 and measured as provided under"Measurement" shall be paid for at the
3 unit price bid per lump sum of"Remove Pvmt Marking"performed for:
4 a) Various widths
5 b) Removal of all markings in conflict with proposed marking as shown in
6 construction plans
7 c. The price bid shall include:
8 1) Removal of Pavement Markings
9 2) Clean-up
10 7. Raised Marker Removal
11 a. Measurement
12 1) Measurement for this Item shall be per each Pavement Marker removed.
13 b. Payment
14 1) The work performed and materials furnished in accordance with this Item
15 shall be paid for at the unit price bid per each"Remove Raised Marker"
16 performed.
17 c. The price bid shall include:
18 1) Removal of each Marker
19 2) Disposal of removed materials
20 3) Clean-up
21 8. Legend Removal
22 a. Measurement
23 1) Measure for this Item shall be per each Legend removed.
24 b. Payment
25 1) The work performed and materials furnished in accordance with this Item
26 and measured as provided under"Measurement"shall be paid for at the
27 unit price bid per linear foot of"Remove Legend"performed for:
28 a) Various types
29 b) Various applications
30 c. The price bid shall include:
31 1) Removal of Pavement Markings
32 2) Clean-up
33 1.3 REFERENCES
34 A. Reference Standards
35 1. Reference standards cited in this Specification refer to the current reference
36 standard published at the time of the latest revision date logged at the end of this
37 Specification,unless a date is specifically cited.
38 2. Texas Manual on Uniform Traffic Control Devices(MUTCD),2011 Edition
39 a. Part 3,Markings
40 3. American Association of State Highway and Transportation Officials(AASHTO)
41 a. Standard Specification for Glass Beads Used in Pavement Markings,M 247-09
42 4. Federal Highway Administration(FHWA)
43 a. 23 CFR Part 655,FHWA Docket No. FIWA-2009-0139
44 5. Texas Department of Transportation ,TxDOT)
45 a. DMS-4200,Pavement Markers(Reflectorized)
46 b. DMS-4300,Traffic Buttons
47 c. DMS-8220,Hot Applied Thermoplastic
48 d. DMS-8240,Permanent Prefabricated Pavement Markings
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised November 22,2013
321723-4
PAVEMENT MARKINGS
Page 4 of 11
1 e. DMS-8241,Removable Prefabricated Pavement Markings
2 f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs
3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
4 1.5 SUBMITTALS
5 A. Submittals shall be in accordance with Section 0133 00.
6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for
7 specials.
8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
9 1.7 CLOSEOUT SUBMITTALS [NOT USED]
10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
11 1.9 QUALITY ASSURANCE [NOT USED]
12 1.10 DELIVERY,STORAGE,AND HANDLING
13 A. Storage and Handling Requirements
14 1. The Contractor shall secure and maintain a location to store the material in
15 accordance with Section 01 50 00.
16 1.11 FIELD [SITE] CONDITIONS [NOT USED]
17 1.12 WARRANTY [NOT USED]
18 PART 2- PRODUCTS
19 2.1 OWNER-SUPPLIED PRODUCTS
20 A. New Products
21 1. Refer to Drawings to determine if there are owner-supplied products for the Project.
22 2.2 MATERIALS
23 A. Manufacturers
24 1. Only the manufacturers as listed in the City's Standard Products List will be
25 considered as shown in Section 0160 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 B. Materials
30 1. Pavement Markings
31 a. Thermoplastic,hot applied, spray
32 1) Refer to Drawings and City Standard Detail Drawings for width of
33 longitudinal lines.
34 2) Product shall be especially compounded for traffic markings.
35 3) When placed on the roadway,the markings shall not be slippery when wet,
36 lift from pavement under normal weather conditions nor exhibit a tacky
37 exposed surface.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised November 22,2013
321723-5
PAVEMENT MARKINGS
Page 5 of 1 I
1 4) Cold ductility of the material shall permit normal road surface expansion
2 and contraction without chipping or cracking.
3 5) The markings shall retain their original color,dimensions and placement
4 under normal traffic conditions at road surface temperatures of 158 degrees
5 Fahrenheit and below.
6 6) Markings shall have uniform cross-section, clean edges, square ends and no
7 evidence of tracking.
8 7) The density and quality of the material shall be uniform throughout the
9 markings.
10 8) The thickness shall be uniform throughout the length and width of the
11 markings.
12 9) The markings shall be 95 percent free of holes and voids, and free of
13 blisters for a minimum of 60 days after application.
14 10) The material shall not deteriorate by contact with sodium chloride, calcium
15 chloride or other chemicals used to prevent roadway ice or because of the
16 oil content of pavement markings or from oil droppings or other effects of
17 traffic.
18 11) The material shall not prohibit adhesion of other thermoplastic markings if,
19 at some future time,new markings are placed over existing material.
20 a) New material shall bond itself to the old line in such a manner that no
21 splitting or separation takes place.
22 12) The markings placed on the roadway shall be completely retroreflective
23 both internally and externally with traffic beads and shall exhibit uniform
24 retro-directive reflectance.
25 13) Traffic beads
26 a) Manufactured from glass
27 b) Spherical in shape
28 c) Essentially free of sharp angular particles
29 d) Essentially free of particles showing cloudiness, surface scoring or
30 surface scratching
31 e) Water white in color
32 f) Applied at a uniform rate
33 g) Meet or exceed Specifications shown in AASHTO Standard
34 Specification for Glass Beads Used in Pavement Markings,AASHTO
35 Designation: M 247-09.
36 b. Thermoplastic,hot applied, extruded
37 1) Product shall be especially compounded for traffic markings
38 2) When placed on the roadway,the markings shall not be slippery when wet,
39 lift from pavement under normal weather conditions nor exhibit a tacky
40 exposed surface.
41 3) Cold ductility of the material shall permit normal road surface expansion
42 and contraction without chipping or cracking.
43 4) The markings shall retain their original color,dimensions and placement
44 under normal traffic conditions at road surface temperatures of 158 degrees
45 Fahrenheit and below.
46 5) Markings shall have uniform cross-section,clean edges, square ends and no
47 evidence of tracking.
48 6) The density and quality of the material shall be uniform throughout the
49 markings.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised November 22,2013
321723-6
PAVEMENT MARKINGS
Page 6 of 11
1 7) The thickness shall be uniform throughout the length and width of the
2 markings.
3 8) The markings shall be 95 percent free of holes and voids,and free of
4 blisters for a minimum of 60 days after application.
5 9) The minimum thickness of the marking,as measured above the plane
6 formed by the pavement surface, shall not be less than 1/8 inch in the center
7 of the marking and 3/32 inch at a distance of'h inch from the edge.
8 10) Maximum thickness shall be 3/16 inch.
9 11) The material shall not deteriorate by contact with sodium chloride, calcium
10 chloride or other chemicals used to prevent roadway ice or because of the
11 oil content of pavement markings or from oil droppings or other effects of
12 traffic.
13 12) The material shall not prohibit adhesion of other thermoplastic markings if,
14 at some future time,new markings are placed over existing material. New
15 material shall bond itself to the old line in such a manner that no splitting or
16 separation takes place.
17 13) The markings placed on the roadway shall be completely retroreflective
18 both internally and externally with traffic beads and shall exhibit uniform
19 retro-directive reflectance.
20 14) Traffic beads
21 a) Manufactured from glass
22 b) Spherical in shape
23 c) Essentially free of sharp angular particles
24 d) Essentially free of particles showing cloudiness, surface scoring or
25 surface scratching
26 e) Water white in color
27 f) Applied at a uniform rate
28 g) Meet or exceed Specifications shown in AASHTO Standard
29 Specification for Glass Beads Used in Pavement Markings,AASHTO
30 Designation: M 247-09.
31 c. Preformed Polymer Tape
32 1) Material shall meet or exceed the Specifications for SWARCO Director 35,
33 3M High Performance Tape Series 3801 ES,or approved equal.
34 d. Preformed Heat-Activated Thermoplastic Tape
35 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125
36 mil preformed thermoplastic or approved equal.
37 2. Raised Markers
38 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic
39 Control Devices.
40 b. Non-reflective markers shall be Type Y(yellow body)and Type W(white
41 body)round ceramic markers and shall meet or exceed the TxDOT
42 Specification DMS-4300.
43 c. The reflective markers shall be plastic,meet or exceed the TxDOT
44 Specification DMS-4200 for high-volume retroreflective raised markers and be
45 available in the following types:
46 1) Type I-C,white body, 1 face reflects white
47 2) Type II-A-A,yellow body,2 faces reflect amber
48 3) Type II-C-R,white body, 1 face reflects white,the other red
49
50 3. Work Zone Markings
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised November 22,2013
32 1723-7
PAVEMENT MARKINGS
Page 7 of I I
1 a. Tabs
2 1) Temporary flexible-reflective roadway marker tabs shall meet requirements
3 of TxDOT DMS-8242,"Temporary Flexible-Reflective Road Marker
4 Tabs."
5 2) Removable markings shall not be used to simulate edge lines.
6 3) No segment of roadway open to traffic shall remain without permanent
7 pavement markings for a period greater than 14 calendar days.
8 b. Raised Markers
9 1) All raised pavement markers shall meet the requirements of DMS-4200.
10 c. Striping
11 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS-
12 8200.
13 2.3 ACCESSORIES [NOT USED]
14 2.4 SOURCE QUALITY CONTROL
15 A. Performance
16 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet
17 the requirements detailed in the table below for a minimum of 30 calendar days.
Posted Speed m h
530 35-50 >_55
2-lane roads with centerline n/a 100 250
markings only 1
All other roads 2 n/a 50 100
18 (1)Measured at standard 30-m geometry in units of mcd/m2/lux.
19 (2)Exceptions:
20 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a
21 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as
22 long as the RRPMs are maintained so that at least 3 are visible from any position along that
23 line during nighttime conditions.
24 B.When continuous roadway lighting assures that the markings are visible,minimum
25 pavement marking retroreflectivity levels are not applicable.
26 PART 3 - EXECUTION
27 3.1 EXAMINATION [NOT USED]
28 3.2 PREPARATION
29 A. Pavement Conditions
30 1. Roadway surfaces shall be free of dirt, grease,loose and/or flaking existing
31 markings and other forms of contamination.
32 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the
33 curing membrane.
34 3. Pavement to which material is to be applied shall be completely dry.
35 4. Pavement shall be considered dry,if, on a sunny day after observation for 15
36 minutes,no condensation develops on the underside of a 1 square foot piece of
37 clear plastic that has been placed on the pavement and weighted on the edges.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised November 22,2013
321723-8
PAVEMENT MARKINGS
Page 8 of 11
1 5. Equipment and methods used for surface preparation shall not damage the
2 pavement or present a hazard to motorists or pedestrians.
3 3.3 INSTALLATION
4 A. General
5 1. The materials shall be applied according to the manufacturer's recommendations.
6 2. Markings and markers shall be applied within temperature limits recommended by
7 the material manufacturer, and shall be applied on clean,dry pavement having a
8 surface temperature above 50 degrees Fahrenheit.
9 3. Markings that are not properly applied due to faulty application methods or being
10 placed in the wrong position or alignment shall be removed and replaced by the
11 Contractor at the Contractor's expense. If the mistake is such that it would be
12 confusing or hazardous to motorists,it shall be remedied the same day of
13 notification. Notification will be made by phone and confirmed by fax. Other
14 mistakes shall be remedied within 5 days of written notification.
15 4. When markings are applied on roadways open to traffic, care will be taken to
16 ensure that proper safety precautions are followed,including the use of signs,
17 cones,barricades, flaggers,etc.
18 5. Freshly applied markings shall be protected from traffic damage and disfigurement.
19 6. Temperature of the material must be equal to the temperature of the road surface
20 before allowing traffic to travel on it.
21 B. Pavement Markings
22 1. Thermoplastic,hot applied, spray
23 a. This method shall be used to install and replace long lines—centerlines,lane
24 lines, edge lines, turn lanes, and dots.
25 b. Markings shall be applied at a 110 mil thickness.
26 c. Markings shall be applied at a 90 mil thickness when placed over existing
27 markings.
28 d. A sealer shall be used if concrete or asphalt is older than three(3)years.
29 e. Typical setting time shall be between 4 minutes and 10 minutes depending
30 upon the roadway surface temperature and the humidity factor.
31 f. Retroreflective raised markers shall be used to supplement the centerlines,lane
32 lines,and turn lanes. Refer to City Standard Detail Drawings for placement.
33 g. Minimum retroreflectivity of markings shall meet or exceed values shown in
34 subparagraph 2A.A.1 of this Specification.
35 2. Thermoplastic,hot applied,extruded
36 a. This method shall be used to install and replace crosswalks and stop-lines.
37 b. Markings shall be applied at a 125 mil thickness.
38 c. Minimum retroreflectivity of markings shall meet or exceed values shown in
39 this Specification.
40 3. Preformed Polymer Tape
41 a. This method shall be used to install and replace crosswalks,stop-lines, and
42 legends.
43 b. The applied marking shall adhere to the pavement surface with no slippage or
44 lifting and have square ends, straight lines and clean edges.
45 c. Minimum retroreflectivity of markings shall meet or exceed values shown in
46 this Specification.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised November 22,2013
321723-9
PAVEMENT MARKINGS
Page 9 of 11
1 4. Preformed Heat-Activated Thermoplastic Tape
2 a. This method shall be used to install and replace crosswalks, stop-lines,and
3 legends.
4 b. The applied marking shall adhere to the pavement surface with no slippage or
5 lifting and have square ends, straight lines and clean edges.
6 c. Minimum retroreflectivity of markings shall meet or exceed values shown in
7 this Specification.
8 C. Raised Markers
9 1. All permanent raised pavement markers on Portland Cement roadways shall be
10 installed with epoxy adhesive. Bituminous adhesive is not acceptable.
11 2. All permanent raised pavement markers on new asphalt roadways may be installed
12 with epoxy or bituminous adhesive.
13 3. A chalk line,chain or equivalent shall be used during layout to ensure that
14 individual markers are properly aligned. All markers shall be placed uniformly
15 along the line to achieve a smooth continuous appearance.
16 D. Work Zone Markings
17 1. Work shall be performed with as little disruption to traffic as possible.
18 2. Install longitudinal markings on pavement surfaces before opening to traffic.
19 3. Maintain lane alignment traffic control devices and operations until markings are
20 installed.
21 4. Install markings in proper alignment in accordance with the Texas MUTCD and as
22 shown on the Drawings.
23 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement
24 of a surface treatment,unless otherwise shown on the Drawings.
25 6. Place markings in proper alignment with the location of the final pavement
26 markings.
27 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or
28 transverse lines.
29 8. All markings shall be visible from a distance of 300 feet in daylight conditions and
30 from a distance of at least 160 feet in nighttime conditions,illuminated by low-
31 beam automobile headlight.
32 9. The daytime and nighttime reflected color of the markings must be distinctly white
33 or yellow.
34 10. The markings must exhibit uniform retroreflective characteristics.
35 11. Epoxy adhesives shall not be used to work zone markings.
36 3.4 REMOVALS
37 1. Pavement Marking and Marker Removal
38 a. The industry's best practice shall be used to remove existing pavement
39 markings and markers.
40 b. If the roadway is being damaged during the marker removal, Work shall be
41 halted until consultation with the City.
42 c. Removals shall be done in such a matter that color and texture contrast of the
43 pavement surface will be held to a minimum.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised November 22,2013
32 17 23-10
PAVEMENT MARKINGS
Page 10 of 11
1 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc.,greater than
2 %4 inch in depth resulting from the removal of pavement markings and markers.
3 Driveway patch asphalt emulsion may be broom applied to reseal damage to
4 asphaltic surfaces.
5 e. Dispose of markers in accordance with federal, state, and local regulations.
6 f. Use any of the following methods unless otherwise shown on the Drawings.
7 1) Surface Treatment Method
8 a) Apply surface treatment at rates shown on the Drawings or as directed.
9 Place a surface treatment a minimum of 2 feet wide to cover the
10 existing marking.
11 b) Place a surface treatment,thin overlay,or microsurfacing a minimum
12 of 1 lane in width in areas where directional changes of traffic are
13 involved or in other areas as directed by the City.
14 2) Burn Method
15 a) Use an approved burning method.
16 b) For thermoplastic pavement markings or prefabricated pavement
17 markings,heat may be applied to remove the bulk of the marking
18 material prior to blast cleaning.
19 c) When using heat,avoid spalling pavement surfaces.
20 d) Sweeping or light blast cleaning may be used to remove minor residue.
21 3) Blasting Method
22 a) Use a blasting method such as water blasting,abrasive blasting,water
23 abrasive blasting, shot blasting, slurry blasting,water-injected abrasive
24 blasting, or brush blasting as approved.
25 b) Remove pavement markings on concrete surfaces by a blasting method
26 only.
27 4) Mechanical Method
28 a) Use any mechanical method except grinding.
29 b) Flail milling is acceptable in the removal of markings on asphalt and
30 concrete surfaces.
31 2. If a location is to be paved over,no additional compensation will be allowed for
32 marking or marker removal.
33 3.5 REPAIR/RESTORATION [NOT USED]
34 3.6 RE-INSTALLATION [NOT USED]
35 3.7 FIELD QUALITY CONTROL
36 A. All lines must have clean edges,square ends, and be uniform cross-section.
37 B. The density and quality of markings shall be uniform throughout their thickness.
38 C. The applied markings shall have no more than 5 percent,by area,of holes or voids and
39 shall be free of blisters.
40 3.8 SYSTEM STARTUP [NOT USED]
41 3.9 ADJUSTING [NOT USED]
42 3.10 CLEANING
43 A. Contractor shall clean up and remove all loose material resulting from construction
44 operations.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised November 22,2013
32 17 23-11
PAVEMENT MARKINGS
Page 11 of 11
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
11/22/13 S.Arnold Removed paint type marling,updated references,added sealer language
7
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised November 22,2013
3232 13-1
CAST-IN-PLACE CONCRETE RETAINING WALLS
Page 1 of 6
1 SECTION 32 32 13
2 CAST-IN-PLACE CONCRETE RETAINING WALLS
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes
6 1. Construction of cast-in-place concrete retaining wall(4 foot maximum height) of
7 the size and shape detailed on the Drawings and at the location shown on the
8 Drawings.
9 2. Construction of cast-in-place, spread foot concrete retaining wall
10 of the size and shape detailed on the Drawings and at the location shown on the
11 Drawings.
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. Retaining wall detailed in plans is not substantially different than TxDOT standard
14 and these same specifications shall apply.
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 03 30 00-Cast-in-Place Concrete
19 4. Section 3123 16—Unclassified Excavation
20 5. Section 3123 23 -Borrow
21 6. Section 3124 00-Embankments
22 7. Section 32 13 20-Concrete Sidewalks,Driveways and Barrier Free Ramps
23 8. Section 33 46 00-Subdrainage
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment
26 1. Concrete Retaining Wall with Sidewalk,Face
27 a. Measurement
28 1) Measurement for this Item shall be by the square foot of the front surface of
29 the wall.
30 b. Payment
31 1) The work performed and materials furnished in accordance with this Item
32 and measured as provided under"Measurement"will be paid for at the unit
33 price bid per square foot of Retaining Wall Face constructed.
34 c. The price bid shall include:
35 1) Excavation in back of Retaining Walls
36 2) Furnishing and placing footings
37 3) Leveling pads and copings
38 4) Furnishing,placing,and compacting backfill(except in embankment areas)
39 5) Furnishing and placing concrete,reinforcing steel,waterproofing material,
40 filter material and drain pipe,joint material,water stop,and filter fabric
41 when required
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
323213-2
CAST-IN-PLACE CONCRETE RETAINING WALLS
Page 2 of 6
1 6) Fabricating, curing,and finishing wall including special coatings when
2 specified
3 7) Sidewalk adjacent to Retaining Wall per Section 32 13 20
4 2. Concrete Retaining Wall with Sidewalk, Sidewalk
5 a. Measurement
6 1) Measurement for this Item shall be by the square foot of completed and
7 accepted Concrete Sidewalk in its final position. Measurement shall be
8 taken from face of wall to edge of concrete sidewalk.
9 b. Payment
10 1) The work performed and materials furnished in accordance with this Item
11 and measured as provided under"Measurement"will be paid for at the unit
12 price bid per square foot of Concrete Retaining Wall with Sidewalk,
13 Sidewalk installed.
14 c. The price bid shall include:
15 1) Excavating and preparing the subgrade
16 2) Furnishing and placing all materials
17 3. Spread Footing Walls
18 a. Measurement
19 1) Measurement for this Item shall be by the square foot of the front surface of
20 the wall.Unless otherwise shown on the Drawings,measure area from
21 finished ground line on the face of the exterior wall to the top of the wall
22 including any coping required(not including railing).
23 b. Payment
24 1) The work performed and materials furnished in accordance with this Item
25 and measured as provided under"Measurement"will be paid for at the unit
26 price bid per square foot of Spread Footing Wall constructed.
27 c. The price bid shall include:
28 1) Excavation in back of Retaining Walls
29 2) Furnishing and placing footings
30 3) Leveling pads and copings
31 4) Furnishing,placing,and compacting backfill(except in embankment areas)
32 5) Furnishing and placing concrete,reinforcing steel,waterproofing material,
33 filter material and drain pipe,joint material,water stop,and filter fabric
34 when required
35 6) Fabricating,curing,and finishing wall including special coatings when
36 specified
37 1.3 REFERENCES
38 A. Definitions
39 1. Permanent Wall-Retaining wall with a design service life of 75 years. All walls
40 are presumed to be permanent walls unless otherwise specified in the Drawings.
41 B. Reference standards cited in this specification refer to the current reference standard
42 published at the time of the latest revision date logged at the end of this specification,
43 unless a date is specifically cited.
44 1. ASTM International(ASTM):
45 a. D4491, Standard Test Methods for Water Permeability of Geotextiles by
46 Permittivity
47 b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
323213-3
CAST-IN-PLACE CONCRETE RETAINING WALLS
Page 3 of 6
1 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of
2 Geotextiles
3 d. D4751, Standard Test Method for Determining Apparent Opening Size of a
4 Geotextile
5 2. Texas Department of Transportation (TXDOT), Standard Specifications for
6 Construction and Maintenance of Highways and Bridges:
7 a. 110,Excavation
8 b. 132,Embankment
9 c. 400,Excavation and Backfill for Structures
10 d. 420, Concrete Structures
11 e. 421,Hydraulic Cement Concrete
12 f. 423,Retaining Walls
13 g. 440,Reinforcing Steel
14 h. 445,Galvanizing
15 i. 458, Waterproofing Membranes for Structures
16 j. 556,Pipe Underdrains
17 3. TxDOT Standard—Spread Footing Walls
18 a. RW 1 (L)A—Low Footing Pressure,Design A Retaining Walls
19 b. RW 1 (L)B—Low Footing Pressure,Design B Retaining Walls
20 c. RW 1 (L) C—Low Footing Pressure,Design C Retaining Walls
21 d. RW 1 (H)A—High Footing Pressure,Design A Retaining Walls
22 e. RW 1 (H)B—High Footing Pressure,Design B Retaining Walls
23 f. RW 1 (H)C—High Footing Pressure,Design C Retaining Walls
24 g. RW 2—Retaining Wall Miscellaneous Details
25 4. Texas Department of Transportation(TXDOT),Manual of Testing Procedures:
26 a. Tex-616-J,Construction Fabrics
27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
28 1.5 SUBMITTALS
29 A. See Section 03 30 00.
30 1.6 ACTION SUBMITTALS [NOT USED]
31 1.7 CLOSEOUT SUBMITTALS [NOT USED]
32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
33 1.9 QUALITY ASSURANCE
34 A. See Section 03 30 00.
35 1.10 DELIVERY,STORAGE,AND HANDLING
36 A. See Section 03 30 00.
37 1.11 SITE CONDITIONS
38 A. Ambient Conditions: See Section 03 30 00.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
323213-4
CAST-IN-PLACE CONCRETE RETAINING WALLS
Page 4 of 6
1 1.12 WARRANTY [NOT USED]
2 PART 2- PRODUCTS
3 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
4 2.2 MATERIALS
5 A. Concrete and Reinforcing Steel
6 1. Concrete Retaining Wall with Sidewalk
7 a. Section 03 30 00.
8 2. TxDOT Standard—Spread Footing Walls
9 a. 420, Concrete Structures
10 b. 421,Hydraulic Cement Concrete
11 c. 440,Reinforcing Steel
12 d. 445,Galvanizing
13 e. 458,Waterproofing Membranes for Structures
14 B. Backfill
15 1. Concrete Retaining Wall with Sidewalk
16 a. Section 3123 23
17 2. TxDOT Standard—Spread Footing Walls
18 a. 132, Embankments
19 C. Underdrains
20 1. Concrete Retaining Wall with Sidewalk
21 a. Section 33 46 00
22 2. TxDOT Standard—Spread Footing Walls
23 a. 556,Pipe Underdrains
24 D. Filter Fabric
25 1. General
26 a. Provide standard weight fabric for retaining walls and soil separation.
27 b. Provide filter fabric rated as UV-resistant when used as part of the exposed
28 facing for a temporary wall.
29 c. The fabric consists exclusively of manmade thermoplastic fibers, is a non-
30 woven geotextile fabric,and forms a mat of uniform quality.
31 d. Fabric fibers are continuous and random throughout the fabric.
32 e. The fabric is mildew resistant and rot-proof,and it is satisfactory for use in a
33 wet soil and aggregate environment.
34 2. Physical Requirements: The fabric must conform to the requirements listed in Table
35 1 when tested in accordance with the test methods specified.
36
37 Table 1
38 Filter Fabric Requirements
39
Physical Properties Test Method Value
Fabric Weight, on an ambient Tex-6164 4 oz/yard
temperature air-dried,tension
free sample
Permittivity, 1/sec ASTM D4491 1.0,min
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
323213-5
CAST-IN-PLACE CONCRETE RETAINING WALLS
Page 5 of 6
Tensile Strength, lbs ASTM D4632 100 lbs
Apparent Opening Size ASTM D4751 70-100
Elongation at yield,percent ASTM D4632 20-100
Trapezoidal Tear, lbs ASTM D4533 35 lbs
1 2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4 3.1 INSTALLERS [NOT USED]
5 3.2 EXAMINATION [NOT USED]
6 3.3 PREPARATION [NOT USED]
7 3.4 INSTALLATION
8 A. Construct retaining walls in accordance with the Drawings and to the pertinent
9 requirements of the following Sections:
10 1. Concrete Retaining Wall with Sidewalk
11 a. Section 03 30 00
12 b. Section 3123 16
13 c. Section 3123 23
14 d. Section 3124 00
15 e. Section 33 46 00
16 2. TxDOT Standard—Spread Footing Walls
17 a. 110,Excavation
18 b. 132,Embankment
19 c. 400,Excavation and Backfill for Structures
20 d. 423,Retaining Walls
21 e. 420,Concrete Structures
22 f. 458,Water proofing Membranes for Structures
23 g. 556,Pipe Underdrains
24 3.5 REPAIR
25 A. See Section 03 30 00.
26 3.6 RE-INSTALLATION [NOT USED]
27 3.7 FIELD QUALITY CONTROL
28 A. See Section 03 30 00.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
323213-6
CAST-IN-PLACE CONCRETE RETAINING WALLS
Page 6 of 6
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
12/20/2012 D.Johnson 1.2.A—Payment Item for concrete retaining wall with sidewalk was broken into two
Items:one for the face of wall and one for the sidewalk.
9
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-1
Landscape Irrigation
Page 1 of 16
1 SECTION 32 84 23
2
3 LANDSCAPE IRRIGATION
4 PART1 - GENERAL
5
6 1.1 SUMMARY
7 A. Section Includes:
8 1. Landscaping within street right-of-way and easements and establishment
9 requirements.
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 31 10 00—Site Clearing
16 4. Section 32 92 13 -Hydromulching, Seeding and Sodding
17 5. Section 32 91 19-Topsoil Placement and Finishing of Parkways
18
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
21 1. Landscape Irrigation
22 a. Measurement
23 1) Measurement for this Item shall be per lump sum.
24 b. Payment
25 1) The work performed and materials furnished in accordance with this Item
26 and measured as provided under"Measurement"will be paid for at the unit
27 price bid per lump sum or as a percentage of the lump sum agreed upon
28 between the inspector and contractor.
29 c. The price bid shall include:
30 1) Furnishing, installing and design of landscape irrigation. The drawings
31 provided are a performance based design and require the contractor to design
32 the system.
33 2) Two root water zone watering systems per tree
34 3) Drip Irrigation systems for turf
35 4) Irrigation Controllers
36 5) Connection to City Water Mains and backflow preventers as required by
37 city standards
38 6) Coordinate Taps and water meter requirements. All fees associated to be
39 included.
40 7) Hauling
41 8) Grading and Backfilling
42 9) Excavation
43 10) Water
44 11) Removing and disposing of surplus material
45
46 1.3 REFERENCES
47 1. Regulatory Requirements
48 1. Comply with the regulations,codes and ordinances of the Authority Having
49 Jurisdiction.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-2
Landscape Irrigation
Page 2 of 16
1 2. All fees,permits and inspections shall be secured by and paid by the contractor
2 and copies supplied to the inspector.
3 3. Comply with the requirements of the Texas Administrative Code,Title 30.Part 1,
4 Chapter 344, Subchapter D.
5 B. References
6 Materials and methods of the following referenced standards and specifications of the
7 latest edition form a part of this specification section as applicable.
8 1. Manufacturers Standardization Society of the Valves and Fittings Industry(MSS)
9 Standard:
10 2. American National Standards Institute(ANSI)
11 3. American Society for Testing and Materials(ASTM)
12 4. American Water Works Association(AWWA) Standards
13
14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
15
16 1.5 ACTION SUBMITTALS [NOT USED]
17
18 1.6 INFORMATIONAL SUBMITTALS
19 A. Recognized manufactures include the following:
20 1. Hunter Industries
21 2. Rainbird Corporation
22 3. Dig Leit
23 B. Manufactures not listed may be approved if submitted to,and approved,by the
24 Owners Authorized Representative prior to bidding.
25 C. Submittals shall be in accordance with Section 0133 00, SUBMITTALS and shall
26 include:
27 1. Manufacturer's product data for the following:
28 a. Controller(s)
29 b. ET Weather Stations,including mounting details.
30 c. Sprinkler heads,nozzles,RZWS
31 d. Drip irrigation products, all products in the system.
32 e. Electric,manual and drain valves
33 f. Rain, freeze,or wind stats and moisture sensors,and weather stations
34 g. Pipe and fittings
35 h. Wiring,watertight connectors,conduit,ground-fault circuit breakers,pull
36 boxes.
37 i. Turf and valve vaults or boxes
38 j. Backflow preventors
39 k. Operation and Maintenance Manuals for all products.
40 1. Controller scheduling
41 D. Shop drawings include the following:
42 1. A scale drawing(minimum 1"=20'-0")indicating:
43 a. Sprinkler heads with nozzle styles,arcs and radius
44 b. Controller location,type and weather station input data
45 c. Valve locations,with zone identification for electric globe valves
46 d. Pipe(and sleeve)locations with sizes,provide flow capacities in gallons per
47 minute(GPM)and velocities in feet per second(FPS)for all sprinkler pipe
48 e. Rainstats, freezestat and windstat locations with mounting details
49 f. Wiring routing,details of wet connections in valve boxes
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-3
Landscape Irrigation
Page 3 of 16
1 g. Landscape features; e.g.trees, shrub and turfed areas,perennials and annual
2 beds
3 h. All site features affecting the irrigation system; e.g. transformers,walks,
4 drives, structures,curbs, easements,utilities
5 i. The direction of true north, and the prevailing wind in miles per hour
6 E. As-built drawings shall be true, scaled drawings with every deviation from the shop
7 drawings legibly indicated,including all amendments,addendums and change orders.
8 All pipe and main components shall be exactly to scale or dimensioned from a fixed
9 measuring point.
10 F. Provide a copy of the current TCEQ Irrigators License card for every person that will
11 be on site or designing, installing or supervising the installation with the shop
12 drawings. The contractor may obtain CADD files of the A/E drawings for a nominal
13 fee, however only base files will be provided. The layout of the actual systems is the
14 responsibility of the contractor.
15
16 1.7 CLOSEOUT SUBMITTALS [NOT USED]
17
18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19
20 1.9 QUALITY ASSURANCE
21 A. INSTALLER'S REQUIREMENTS
22 1. Contractor,irrigators,technicians and installers shall be licensed by the Texas
23 Commission on Environmental Quality(TCEQ)in good standing. At least one
24 licensed landscape irrigator shall be on the jobsite during construction at all times
25 providing on-site supervision of the installation of an irrigation system and shall
26 provide their TCEQ irrigators card when requested by the OWNER, or
27 Architect/Engineers(A/E)representative.
28 2. Contractor shall hold a current business registration in the City of Fort Worth,
29 Texas.
30 3. Install products in compliance with the recommendations of the manufacturer.
31 DO NOT install products which are out of compliance with the manufacturers
32 recommendations without obtaining written consent from the A/E's licensed
33 Irrigator.
34 4. Design of the irrigation shall be performed by a licensed landscape irrigator,
35 holding a current license in good standing by the TCEQ.
36 5. Design of the pipe system shall be based on a 5 feet per second(FPS)maximum
37 velocity. The contractor shall replace piping which exceeds this velocity at his
38 own expense.
39 6. The requirements of the Texas Administrative Code, Title 30,
40 ENVIRONMENTAL QUALITY; Chapter 344,LANDSCAPE IRRIGATION;
41 shall be strictly complied with, including but not limited to Rule 344.61:
42 a. An irrigator shall prepare an irrigation plan for each site where a new irrigation
43 system will be installed.A paper or electronic copy of the irrigation plan must
44 be on the job site at all times during the installation of the irrigation system.A
45 drawing showing the actual installation of the system is due to each irrigation
46 system owner after all new irrigation system installations.During the installation
47 of the irrigation system,variances from the original plan may be authorized by
48 the licensed irrigator if the variance from the plan does not:
49 1) diminish the operational integrity of the irrigation system;
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-4
Landscape Irrigation
Page 4 of 16
1 2) violate any requirements of this chapter; and
2 3) go unnoted in red on the irrigation plan.
3 a) The irrigation plan must include complete coverage of the area to be
4 irrigated. If a system does not provide complete coverage of the area to be
5 irrigated, it must be noted on the irrigation plan.
6 b) All irrigation plans used for construction must be drawn to scale. The
7 plan must include,at a minimum,the following information:
8 (1) the irrigator's seal, signature,and date of signing;
9 (2) all major physical features and the boundaries of the areas to be
10 watered;
11 (3) a North arrow;
12 (4) a legend;
13 (5) the zone flow measurement for each zone;
14 (6) location and type of each:
15 (a) controller;
16 (b) sensor(for example,but not limited to,rain,moisture, wind,
17 flow,or freeze);
18 (7) location,type, and size of each:
19 (a) water source, such as,but not limited to a water meter and
20 point(s)of connection;
21 (b) backflow prevention device;
22 (c) water emission device, including, but not limited to, spray
23 heads,rotary sprinkler heads,quick-couplers,bubblers,drip, or
24 micro-sprays;
25 (d) valve, including,but not limited to,zone valves,master valves,
26 and isolation valves;
27 (e) pressure regulation component; and
28 (f) main line and lateral piping.
29 (8) the scale used
30 (9) the design pressure
31 7. Pop-up spray sprinklers in turf shall be a minimum 4"body,unless otherwise
32 indicated.
33 8. The system shall be multi-zoned and fully automatic.
34 9. Provide manual drain valve at low points in mainline. Provide a turf box and a
35 minimum of 20 lbs. of pea gravel at the base of the drain box.
36 10. Provide automatic drain valves for each zone. Provide a turf box and a minimum
37 of 20 lbs. of pea gravel at the base of the drain box.
38 11. Provide freeze and rainstats for entire system. Rainstats shall be non-clog type,
39 with override by-pass switch or restraints. Provide wind stat where the prevailing
40 wind exceeds 15 mph. ET based Weather stations are acceptable as an integrated
41 system in lieu of individual rain, freeze and wind stats.
42 12. The sprinklers shall be spaced no further than manufacturer's current
43 specification.
44 13. Irrigation system shall be compatible to and coordinated with new or existing
45 turf,landscape and irrigation system,where applicable.
46 14. Layout and spacing of spray heads shall take into consideration the prevailing
47 wind conditions. Low angle trajectory sprays shall be used for prevailing winds
48 exceeding 10 mph where recommended by the manufacturer.
49 15. Part-circle or adjustable arc heads shall be used on borders at streets,walks,
50 fences and buildings(unless otherwise indicated). Overspray shall be minimized.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised December 20,2012
329343-5
Landscape Irrigation
Page 5 of 16
1 Spray onto entrances and windows is prohibited and spray onto buildings should
2 be avoided.
3 16. Nozzles shall be selected from manufacturer's specifications that provide
4 matched precipitation rates.
5 17. Precipitation rates for heads covering common turf or landscaping shall be
6 similar. Zone rotary,turfgrass and shrub areas separately. Rotary and spray
7 heads shall not be on the same zone.
8 18. Controller watering schedule shall first be set to establish newly planted
9 landscape materials. As soon thereafter as the landscape contractor indicates that
10 the landscape materials are established, set the station watering schedule to
11 provide water to landscaping in accordance with the landscape products. Turf
12 shall be set to provide one inch of water per week during the driest growing
13 season. Train the owner to operate the water saving features of controllers to
14 wholesale reduction or increase the watering schedule as needed for unusual
15 circumstances.
16 19. Application rate shall be the optimum condition for the soil type,accomplished
17 by the nozzle style and/or the controller timing and sequencing.
18 20. The installation of drip Irrigation systems shall comply with the manufacturer's
19 requirements.
20 21. Where required,power wiring to the controller shall be installed by a licensed
21 master electrical contractor, and is the responsibility of this contractor.
22 22. Each controller shall be connected to a separate,unswitched circuit with its own
23 ground fault circuit breaker where power is provided to controllers.
24 23. Wire size for power supply shall be in accordance with the National Electrical
25 Code.
26 24. Wiring of controllers,weather stations and valves shall comply with the
27 manufacturer's instructions and NEC. Bury conductors to the weather station
28 from the controller in sealed water tight conduit. Thermostat wire shall not be
29 used for valves.
30 25. Provide thrust blocks or restraints on all pressure mains exceeding 85psig at 90
31 degree elbows and bullhead tees.
32 26. Provide metal location tape on all sleeves beneath concrete drives and walks.
33 Provide threaded caps on both ends of sleeves installed for future use. Extend
34 sleeves a minimum of 12"beyond concrete on both sides.
35 27. System shall be zoned and timed at non-peak water periods(e.g. early morning
36 before 6:00 a.m. and after 7:00 pm depending on the operations of the facility),
37 except for drip irrigation systems and root zone watering systems(RZWS).
38 28. Polyethylene tubing used for RZWS shall not exceed 12 inches in length from
39 rigid pipe.Provide no more than one poly flex tube per sprinkler.
40 29. Pipe and Poly tubing shall be buried beneath the compacted soil. Mulch layers
41 are not acceptable bury material. Pipe and tubing shall be buried below the frost
42 line and no shallower than 12 inches beneath compacted soil.Poly tube shall be
43 continuous without splices
44 30. Products of like nature shall be of the same manufacturer in the following
45 categories:
46 a. Controllers
47 b. Weather stations
48 c. Valves
49 d. Sprinklers
50 e. Drain valves
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-6
Landscape Irrigation
Page 6 of 16
1 f. Freeze wind and rainstats
2 g. Turf boxes,valve or meter boxes
3
4 1.10 DELIVERY,STORAGE,AND HANDLING
5 A. Deliver manufactured products to the site in the original cartons or other protective
6 coverings. Products shall remain packaged until ready for installation. Store piping on
7 wood runners raised above grade. Security and protection from the elements are the
8 contractor's responsibility.
9
10 1.11 FIELD CONDITIONS [NOT USED]
11
12 1.12 WARRANTY
13 A. Warranty Period: at all times after installation and for the duration of the
14 Establishment Period and for one year beyond the Establishment Period.
15 1. Warranty Period for Landscape Maintenance ends same time as warranty period for
16 overall project.
17
18 PART 2- PRODUCTS
19
20 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
21
22 2.2 MATERIALS
23 A. Basis of Design
24 1. Provide products of the quality and operational characteristics of the described and
25 identified manufacturers below. Bolded manufacturers are the basis of design. All
26 substitutions shall be equal to or better than the basis of design.
27 B. Pipes and Fittings
28 1. General
29 a. Pipe shall be permanently marked with the ASTM classification No.,pipe size
30 and manufacturer's name.
31 C. PVC(polyvinyl chloride)pipe and fittings
32 1. SDR-PR(ASTM 224 1)SDR2,Class 200(Class 315 for 1/2"pipe)Type 1.
33 2. Fittings,and Schedule 40 PVC Pipe, (ASTM1785)and(ASTM2466),solvent
34 cement joint(ASTM D2467).Threaded fittings,schedule 80 PVC(ASTM
35 D2464).
36 3. Elastomeric-Gasket Joint:Pipe shall be to dimensional requirements of ASTM D
37 1785,Schedule 40 with joints meeting the requirements of 150 psi working
38 pressure,200 hydrostatic test pressure,unless otherwise shown or specified,or it
39 may be pipe conforming to requirements of ASTM D 2241,elastomeric joint,
40 with the following applications:
SDR Maximum Working Pressure Minimum Hydrostatic Pressure
21 120 160
17 150 200
13.5 200 266
41 4. Copper Tubing: ASTM Standard B88,type K,hard drawn.Fittings:ANSI/ASTM
42 B32, solder Grade 95 TA,or AWS A5.8,B cup silver braze.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-7
Landscape Irrigation
Page 7 of 16
1 5. Joints shall be made up using purple primer and clear solvent cement meeting the
2 requirements of ASTM D 2564;the joint assembly shall be made in accordance
3 with ASTM D 2588 and manufacturers recommendations.
4 D. Backflow preventers
5 1. Provide Backflow preventers in accordance with the AHJ requirements of the
6 project;manufacturers of acceptable products follow.
7 2. Double Check
8 a. Double check backflow preventer 2"and smaller: ANSFASSE 1015; complete
9 unit of two independently acting check valves,two ball valves, strainer and four
10 test cocks,bronze or iron body with bronze internal parts, 150 psi working
11 pressure,and shall comply with AWWA Standard C506.
12 Acceptable Manufacturers and Models:
13 Cla-Val Co. D-2(1-1/2" &smaller)
14 Watts 700 or 757 series
15 Hersey FDC
16 Febco 805y
17 Wilkins 550
18 3. Double check backflow preventer 2-1/2"and larger:ANSFASSE 1015; complete
19 unit of two independently acting check valves,two ball gate valves, and four test
20 cocks,bronze or iron body with bronze internal parts, 150 psi working pressure,
21 and shall comply with AWWA Standard C506.
22 Acceptable Manufacturers and Models:
23 Cla-Val Co. D(2" and larger)
24 Watts 700 or 757 series
25 Hersey 2
26 Febco 805Y
27 Wilkins 550
28 E. Reduced pressure
29 1. Reduced pressure backflow preventer 2-1/2" and larger: ANSFASSE 1013;
30 complete unit of two independently acting check valves together with an
31 automatically operating pressure relief valve,two gate valves,and four test
32 cocks,bronze or iron body with bronze internal parts, 150 psi working pressure,
33 and shall comply with AWWA Standard C506.
34 Acceptable Manufacturers and Models:
35 Cla-Val Co. RP-1 (2" &larger)
36 Watts 900
37 Hersey 6CM
38 Febco 825
39 Wilkins 575
40 2. Reduced pressure backflow preventer 2" and smaller: ANSFASSE 1013;
41 complete unit of two independently acting check valves together with an
42 automatically operating pressure relief valve,two ball valves, strainer, and four
43 test cocks,bronze or iron body with bronze internal parts, 150 psi working
44 pressure, and shall comply with AWWA Standard C506.
45 Acceptable Manufacturers and Models
46 Cla-Val Co. RP-2 (1-1/2" &smaller)
47 Watts 900
48 Hersey FRP-II
49 Febco 825Y
50 Wilkins 575
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-8
Landscape Irrigation
Page 8 of 16
1 F. Valves
2 1. Gate Valves
3 a. Gate valves 3" and less: MSS-SP-70,rated 175 lb.minimum water pressure,
4 brass or bronze construction screw-in bonnet,rising stem, solid wedge disc,
5 threaded or soldered connections.
6 Acceptable Manufacturers and Models:
7 Crane 438, 1334
8 Nibco T-111, S-111
9 ITT Grinnell 3010, 3010SJ
10 Milwaukee 148, 149
11 b. Gate valves 2-1/2" and greater: rated 150 lb.minimum water pressure,iron
12 body construction,bronze mounted,bolted bonnet,outside screw and yoke,
13 solid wedge disc,threaded connections.
14
15 Acceptable Manufacturers and Models:
16 Crane 465-1/2
17 ITT Grinnell 6020A
18 Milwaukee F-2885
19 Nibco F617-0
20 2. Ball Valves
21 a. Ball valves 2" and less: rated 175 lb. minimum water,oil,air and gas pressure,
22 brass or bronze construction, seat material as recommended by manufacturer for
23 material conveying, lever handle,threaded or soldered connections.
24 Acceptable manufacturers and Models:
25 Crane 9302, 9322
26 ITT Grinnell 3500, 3500SJ
27 Milwaukee BA-200,BA-250
28 Watts B-6000,B-6001
29 Nibco T-580,&S-580
30 3. Ball valves 2-1/2" and greater, 150 lb. minimum water, oil,air and gas pressure,
31 bronze or carbon steel construction, seat material as recommended by
32 manufacturer for material conveying, lever handle, flanged connections.
33 Acceptable Manufacturers and Models:
34 Crane 941-TF
35 Apollo 88-100
36 Jamesbury D 150F
37 3. Control valves(zone valves)
38 a. Control(zone)valves shall have glass-filled poly-propylene body cover with
39 stainless steel spring and nylon exhaust fitting. Diaphragm shall be nylon
40 reinforced Buna N molded with heavy Buna N seat to form an integral unit.
41 Valve shall be packless,without sliding seals, and completely serviceable
42 without removing body from pipeline,with bolted(stainless steel bolts)top.
43 Design shall be "normally-closed",requiring solenoid to be energized to open
44 valve,thereby causing automatic closure in event of power failure. Solenoid shall
45 comply with Class II National Electric Code and when operating require a
46 maximum of 0.23 amperes, 3.0 watts at 24 volts A.C. Solenoid shall be integrally
47 mounted in valve cover and molded in epoxy to form a corrosion and
48 moisture-proof unit with exposed metal components of non-corrosive material.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-9
Landscape Irrigation
Page 9 of 16
1 Flow control shall be brass with O-ring seal and adjustable from outside the
2 valve for permanent throttling or complete closing of valve. Provide the proper
3 solenoid adapter from Dig Leit, (the controller manufacturer)for all valves.
4 Provide upstream filtration for all valves in accordance with the manufacturers
5 recommendations.
6 Acceptable Manufacturers and Models:
7 Plastic Valves,
8 a. Hunter ICV
9 b. Weathermatic 21000 series
10 c. Rainbird PEB Series
11 G. Irrigation specialties
12 1. Controller—Ambient light sensing or solar powered
13 a. Programmable,self contained, advance ambient light powered water-
14 management irrigation controller. Non-volatile memory,liquid crystal display,
15 power provided by an internal,ultrahigh efficiency photovoltaic module and
16 microelectronic energy management system fueled by ambient light.
17 1.)Acceptable Manufacturers:
18 a.) Leit Model XRC04— 10 as required for the number of stations,
19 Provide the following compatible manufacturers appurtenances with this
20 controller:
21 a) Leit Model LEITWWS wireless weather station
22 b) LEMA 1600HE Solenoid(for each valve)with internal bleed manual
23 valve.
24 c) Leit MKIT Mounting Kit
25 d) Leit Multi-Pro Multiple controller communicator
26 e) Leit 30—722 DC Charger
27 f) Leit 30-721 Battery Charger for handset
28 g) Leit ENCL-X stainless steel enclosure
29 h) Leit SKIT 8821-4 Switch type sensor adapters for each rain and
30 freeze sensor.
31 2. Sprinklers
32 a. Root Zone Watering Systems:
33 1.) Perforated polyethylene cylinder with rigid mesh material, fill with washed
34 pea gravel. Integral bubbler,assembly provided with factory swing joint, 18"
35 deep.
36 2.) Acceptable manufacturers:
37 Rainbird
38 Hunter
39 3. Polyethylene tubing
40 a. Flexible in 20, 50 and 100-foot coils,with adapters compatible to the tubing.
41 Acceptable Manufacturers and Models
42 Toro "Funny Pipe" Series 850 including fittings
43 Hunter HFT-100,including HSBE fittings
44 Rainbird "Swing Pipe", Series SP-20,including fittings
45 Irritrol "Super Blue Flex Pipe",EHD 1295-010-D or EHF 1295-010-D
46 4. Drip Irrigation Specialties
47 a. Provide complete operable drip irrigation systems for turf as recommended by
48 the manufacturer. Include direct tube attached pressure compensating integral
49 emitters at 12 inches on center as recommended by the manufacturer.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-10
Landscape Irrigation
Page 10 of 16
1 Include insert or compression fittings compatible with the inline emitter tubing.
2 Include air relief valves,
3 b. Acceptable Manufacturers:
4 1.) Rainbird
5 2.) Hunter
6 5. Sensors and weather stations
7 a. Rain Sensor:Aluminum or PVC mounting bracket,thermoplastic housing,
8 interrupts circuit to common or pump relay in controller. Adjustable in 1/8"
9 increments, automatic reset, 5-year warranty,24 VAC.
10 Acceptable Manufacturers and Models
11 Weathermatic Figure 950
12 Glen Hilton Mini-Clik II
13 Rainbird Rain-Check
14 Toro 850-74 Rainswitch
15 b. Freeze Sensor: Aluminum or PVC mounting bracket and housing. Temperature
16 setpoint 39°F with a temperature differential of+1°C, 5-year warranty,24
17 VAC.
18 Acceptable Manufacturers and Models
19 Glen Hilton Mini-Clik Model 401
20 c. Wireless Rain/Freeze Sensor: Aluminum or PVC mounting bracket,
21 thermoplastic housing, interrupts circuit to common or pump relay in controller.
22 Adjustable in 1/8" increments,automatic reset. Temperature set-point 39° F with
23 a temperature differential of+1°F. Provide with receiver. 5-year warranty,24
24 VAC.
25 Acceptable Manufacturers and Models
26 Irritrol RFS 1000
27 Rainbird WRFC
28 d. Soil Moisture Sensor System: 24 VAC override,microelectronic sensor system
29 including moisture control panel,probes,bedding compound,wire splice kits.
30 Acceptable Manufacturers
31 Toro 91-0190 "Moist-O-Matic"
32 Rainbird Aquamiser
33 Garden America
34 e. High-flow sensor: High-flow sensor shuts down system if an overflow condition
35 occurs.Provided with interface panel,which is not required for IMMS
36 controllers.
37 Acceptable Manufacturers and Models
38 Hunter Flow-Clik
39 Rainbird G-FS series
40 f. Sensor By-Pass Switch: LED active status switch,U.L. approved for exterior
41 weatherproof applications.
42 Acceptable Manufacturers
43 Toro
44 Rainbird
45 Weathermatic
46 Garden America
47 Glen Hilton
48
49
50
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-11
Landscape Irrigation
Page 11 of 16
1 6. Weather stations
2 a. Accurately measures,wind,rain,temperature, solar radiation,and relative
3 humidity and computes Evapotranspiration(ET)to .01 inch,compatible with
4 controller,weather computer scans sensors and recalculates weather changes
5 every second,all electronic weather station design with non-volatile memory
6 which retains configuration and weather data across power outages,diagnostic
7 port and computer LEDs for troubleshooting and configuration and plug&Play;
8 Factory programmed site specific configuration.
9 Approved Manufacturers
10 Rainbird,Rainmaster,Hunter or approved equal, furnished with the controller
11 and certified by the controller manufacturer to be compatible.
12 H. Valve boxes,backflow preventer boxes and enclosures
13 1. Heavy Traffic Weight Pre-Cast Concrete Vault For Backflow Preventer
14 a. 4500 PSI precast concrete meter vault(ASTM C-858)with traffic weight
15 concrete cover with cast-iron hinged lid 13"x 24"x 12".
16 Acceptable Manufacturers and Models
17 Brooks Products Series 38
18 Dalworth Quickset
19 2. Cast-iron meter vault for backflow preventer
20 b. Heavy-duty gray cast-iron(ASTM A 48)uniform in quality, free from blow
21 holes,porosity, shrinkage, defects and cracks. Factory coat with bituminous
22 paint, 14" x 22"x 10".
23 Acceptable Manufacturers and Models
24 McKinley Iron Works Type MB 14
25 3. Plastic backflow preventer boxes
26 a. Polyolefin and fibrous compound box with green lid,provide manufactured
27 extension from bottom of pipe as required. (ASTM D638,D79O-D695,D224O)
28 Acceptable Manufacturers
29 Ametek
30 Carson
31 Brooks
32 b. Structural foam,injection molded box. 15"x 21" x 12" with extensions as
33 required.
34 Acceptable Manufacturers
35 Brooks Products
36 Ametek
37 4. Valve boxes
38 a. Injection molded foam or polyolefin enclosure,6" diameter for 1" control
39 valves, 10"diameter for 1-1/2"and above valves.
40 Acceptable Manufacturers
41 Brooks Products
42 Ametek
43 Carson
44 5. Above ground backflow preventer enclosure
45 a. Reinforced,corrosion resistant aluminum,or fiberglass construction with
46 access doors or lids,and completely removable for maintenance. Thermostatic
47 Control UL listed heater for freeze proofing set at 0°F. Provide UL listed
48 ground fault breaker.
49
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-12
Landscape Irrigation
Page 12 of 16
1 Acceptable Manufacturers
2 V.I.T.Products "Strong Box"
3 I. Miscellaneous materials
4 1. Location tape
5 a. Plastic,2" inches wide with a foil liner for location by means of a magnetic
6 locator, such as "Terra-foil"Model D as manufactured by Griffolyn Company;
7 Houston,Texas. Color shall be blue,having lettering which reads "WATER
8 LINE BELOW". To be installed above main line.
9 2. Wire connections
10 a. All wire connections to be installed in valve boxes only.Do not bury any
11 splices without a valve box.All wire connections shall be with proper size wire
12 nut and sealed with 3M#DBY-6 Scotchcast kit.All wire splice kits must be UL
13 approved.
14 3. Direct bury,low voltage electrical wire
15 a. Type OF 314 single stand copper with 4/64" inch thick PVC insulation,U.L.
16 approved for direct burial. Minimum wire shall be#14GA.
17 4. Pea gravel
18 a. ASTM D 448,ASTM C 33,and M SHTO M43,minimum diameter of 1/8" and
19 maximum of 3/4",mo more than 3%of pea gravel shall pass through a No. 3
20 sieve.
21
22 2.3 ACCESSORIES [NOT USED]
23
24 2.4 SOURCE QUALITY CONTROL
25 A. Notify City,prior to installation,of location where trees that have been selected for
26 planting may be inspected.
27 B. Plant material will be inspected for compliance with following requirements.
28 1. Genus, species,variety, size and quality
29 2. Size and condition of balls and root systems, insects, injuries and latent defects
30
31 PART 3 - EXECUTION [NOT USED]
32
33 3.1 INSTALLERS [NOT USED]
34
35 3.2 EXANIINATION [NOT USED]
36
37 3.3 PREPARATION
38
39 3.4 INSTALLATION
40 A. Trenching shall be such that pipe is buried below the frost line,or a minimum of 24"
41 below grade; over excavate 36"minimum for rock,and backfill with clean sand bed
42 before laying pipe.Lay pipe to allow for expansion and contraction. Backfill with
43 compacted clean sandy loam,and the remainder,rock-free excavation material and
44 topsoil. Mechanically tamp trench to 90%proctor to 2"above surrounding grade.
45 Trench shall not be backfilled until depth and pressure testing is approved.
46 B. Excavation for backflow preventer shall be 18" minimum to the top of the backflow
47 preventer. Provide 12"of washed pea gravel beneath backflow preventer.Provide
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-13
Landscape Irrigation
Page 13 of 16
1 brick supports to hold backflow preventer and valve box,rest brick on undisturbed
2 soil.Valve box shall not rest on pipe entering or exiting,provide 3"minimum
3 clearance all around pipe. Valve box shall be level with the surrounding grade.
4 C. Cut pipe clean with pipe cutters,remove burrs or foreign matter from pipe before
5 assembly.Apply colored primer to both the pipe and fitting and then apply
6 compatible PVC cement to the pipe. Home pipe to the fitting and hold in place for a
7 minimum of 45 seconds until pipe has set in place.Replace pipe and fittings which
8 slide during this time,do not re-use fittings.
9 D. Install each electrical globe valve and series of wire splices in a separate turf box.
10 Bury box level with surrounding grade, install valves level and plumb.
11 E. Each branch sprinkler supply system shall be automatically drainable at the low point,
12 with a spring-loaded ball drip valve, designed for lawn sprinkler service, and draining
13 into a 12" excavation containing pea gravel. Dry well and gravel shall be provided by
14 the Contractor. Top of gravel shall be below valve at drain point.
15 F. Provide manual drain valves on main lines,with opening for drain into a 12"pea
16 gravel sump.Manual drain valves shall be in a valve box with the top flush with
17 finished grade.
18 G. Installation of sprinklers and risers
19 1. Install RZWS and drip tube in strict conformance with the manufacturers written
20 instructions.
21 2. Electrical Wiring
22 a. Install a separate colored wire from the automatic controller to each solenoid
23 valve.Run a common neutral from the controller to each solenoid valve
24 common wire shall be continuous white color.Provide 12" expansion coils in
25 each valve box. Comply with the manufacturers recommendations for wiring
26 sizes. The maximum wire run for 18 AWG is 2000 ft, 16AWG is 3500 ft, 14
27 AWG is 4500 ft and 12AWG is 7500 ft. Include wiring coils in each valve
28 box in calculations.
29 b. Make splices with 3M DBY or DBR-6 wire connection kits. Strip end of
30 wire,twist together,twist wire nuts in place and install into sealant container.
31 All splices must be installed in valve boxes.
32 c. Install wiring in trenches along side the piping. Provide a minimum of 12"
33 inches of coverage for wiring installed in separate trenches. Where several
34 wires are installed in close proximity to each other,bundle the wiring and
35 tape securely at 10' foot intervals.Wiring installed under driveways,parking
36 lots or pavements, shall be in PVC sleeves.
37 d. Refer to the NEC for grounding of the electrical systems.Provide grounding
38 rods,or systems in accordance with the NEC and provide testing and
39 compliance results to the Owner via the O&M Manuals.
40 e. Measure the ground grid resistance with the earth test meggar and install
41 additional ground rods and conductors as required until the resistance to the
42 ground conforms to the requirements of the irrigation control manufacturer.
43 3. All wiring above ground to be installed in rigid metallic conduit. Mount
44 controller 48" AFG. Mount freeze and rain sensors per manufacturer's
45 recommendations.All grounding wiring and systems shall be installed by a
46 licensed electrical contractor to comply with the NEC.
47
48
49
50
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-14
Landscape Irrigation
Page 14 of 16
1 3.5 TESTING
2 A.Flushing
3 1. After sprinkler piping is in place,prior to installing heads,flush out lines by
4 running water through the piping to remove debris and extraneous matter.
5 Cemented joints shall be set and cured for 12 hours prior to beginning tests. Provide
6 flushing for drip systems in accordance with the manufacturers written instructions.
7 B. Testing and operation
8 1. Before piping is pressure tested, sufficient backfill shall be installed around the
9 piping to contain the piping under pressure.Tests shall be made in the presence of
10 the A/E. The entire piping system shall be placed under full pressure and left for 24
11 hours with pressure gauge attached,then pipe joints shall be examined for leaks.
12 Cut out and remake any defective joint and re-test until the system performs
13 without leaks or loss of pressure in excess of 5%.
14 2. Place the system into operation and test each section individually. Examine the
15 operation of spray heads,and during a time when wind velocity is normal, observe
16 the pattern of water produced by the heads. The complete system shall give full and
17 adequate coverage to the area being watered.
18 C. Adjustments
19 1. Check each sprinkler system for proper operation.
20 2. Adjust pressure on adjustable pressure valves by attaching a pressure gauge
21 assembly to the solenoid valve pressure regulator,and adjust pressure as necessary.
22 3. Adjust all components so that water runoff and overspray is reduced.
23 4. The irrigation contractor shall personally notify the A/E,Owners representative and
24 general contractor at least 72 hours in advance of all final testing and inspections.
25 The system will be tested,pressurized and adjusted by the irrigation contractor
26 before calling for final testing and inspection. The system will not be considered
27 complete without certification by the Engineer.
28 5. At time of final inspection,all hydrostatic tests must have been satisfactorily
29 completed. The entire system shall then be operated in the presence of the
30 engineer's authorized representative,and must operate in a satisfactory manner,
31 with uniform coverage of the areas which are to be sprinkled.
32 6. All conditions of the contract documents shall be met before calling for final
33 testing. All costs for re-testing due to failure to meet these conditions will be borne
34 by the irrigation contractor including time and materials of the required inspection
35 team.
36 D. Programming
37 1. Program initial irrigation for newly planted products in accordance with the City of
38 Fort Worth Standards.Provide rain and freeze sensors.Program established
39 products in accordance with the CFW standards.
40 E. Owner training
41 1. Prior to final acceptance,contractor shall provide a minimum of 4 hours or as long
42 as required by the Owner to demonstrate to the Owner the proper operation of all
43 irrigation system equipment and controls provided under this section.
44
45 3.6 REPAUVRESTORATION [NOT USED]
46
47 3.7 RE-INSTALLATION [NOT USED]
48
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.I00742
Revised December 20,2012
329343-15
Landscape Irrigation
Page 15 of 16
1 3.7 FIELD QUALITY CONTROL
2 A. City may reject unsatisfactory or defective material at anytime during progress of
3 work.
4 B. After installation and prior to the Establishment Period,the Contractor is responsible
5 for all maintenance and work to be performed. The Contractor is responsible for any
6 irrigation items that break to the Establishment Period.
7 C. A Final Inspection shall be scheduled between the City and Contractor prior to
8 acceptance and the beginning of the Establishment Period for the irrigation. This can be
9 together or separate from the Final Inspection for the overall project. A punch list will
10 made of irrigation items to replace. Upon completion of the punch list,the contractor
11 shall submit in writing that the punch list has been complete and is ready for the
12 establishment period to begin,email is acceptable. The establishment period shall begin
13 upon written confirmation from the City that the punch list is complete, email is
14 acceptable,or 10 business days after Contractor has submitted completion of punch list
15 in writing.
16 1. During the Establishment Period the Contractor is responsible for all maintenance
17 and work to be performed. The Contractor is responsible for any irrigation items
18 that break during the Establishment period.
19 D. An inspection to determine acceptance will be conducted by City at end of the
20 Establishment Period. A punch list will be made of irrigation items to replace. Upon
21 completion of the punch list,the contractor shall submit in writing that the punch list
22 has been complete and is ready for the warranty period to begin, email is acceptable.
23 The warranty period shall begin upon written confirmation from the City that the punch
24 list is complete,email is acceptable,or 10 business days after Contractor has submitted
25 completion of punch list in writing.
26 1. During the Warranty Period the City is responsible for all maintenance and work to
27 be performed. The Contractor is responsible for replacement of any irrigation items
28 during the warranty period not caused by the following factors; impact from
29 vehicle, severe weather.
30 E. Warranty periods provided for in paragraph 1.12A.
31 1. An inspection to determine final project acceptance will be conducted by the City at
32 the end of the Warranty Period. A punch list will be made of irrigation items to
33 replace. Upon completion of the punch list,the contractor shall submit in writing
34 that the punch list has been complete and is ready for the warranty period to end,
35 email is acceptable. The warranty period shall end upon written confirmation from
36 the City that the punch list is complete, email is acceptable,or 10 business days
37 after Contractor has submitted completion of punch list in writing.
38 2. After Warranty Period has ended,the City accepts all maintenance,work and
39 responsibility for all irrigation items.
40
41 3.8 SYSTEM STARTUP [NOT USED]
42
43 3.9 ADJUSTING [NOT USED]
44
45 3.10 CLEANING
46
47 3.11 CLOSEOUT ACTIVITIES [NOT USED]
48
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-16
Landscape Irrigation
Page 16 of 16
1 3.12 PROTECTION
2
3 3.13 ESTABLISHMENT
4 A. Establishment Period shall be 12 months after verification of satisfactory installation
5 of irrigation.
6 B. During the Establishment Period if a work schedule and frequency are not shown on
7 the Drawings,perform the minimum requirements shown below:
8 1. The Contractor shall meet with City Inspector for a minimum of 4 inspections
9 during the year.
10 2. Failure of Contractor to perform during the Establishment Period shall entitle the
11 City to make demand on Contractor and/or its Surety under either the Performance
12 Bond or Maintenance Bond.
13 3. The replacement of items in the irrigation control box shall require a 3 month
14 Replacement Establishment period to be maintained by the contractor, regardless of
15 proximity to the end of the original Establishment period. This 3 month
16 Establishment period shall be applied to all plant and landscaping items impacted
17 by the irrigation control box. The replacement of all other irrigation items shall not
18 begin a new Establishment Period or Warranty Period.
19 3.14 ATTACHMENTS [NOT USED]
20 END OF SECTION
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-1
TREES AND SHRUBS
Page 1 of 17
1 SECTION 32 93 43
2 TREES AND SHRUBS
3 ADDENDUM NO. 1
4 PART1 - GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. Tree and shrub("plants")planting within street right-of-way and easements and
8 establishment requirements.
9 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00
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 31 10 00—Site Clearing
16 4. Section 32 92 13 -Hydromulching, Seeding and Sodding
17 5. Section 32 91 19-Topsoil Placement and Finishing of Parkways
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Plant Tree
21 1. Measurement
22 1) Measurement for this Item shall be per each by caliper inch.
23 2. Payment
24 1) The work performed and materials furnished in accordance with this Item
25 and measured as provided under"Measurement"will be paid for at the unit
26 price bid per each tree to be planted by caliper inch.
27 3. The price bid shall include:
28 1) Furnishing, installing and establishing trees
29 2) Hauling
30 3) Grading and backfilling
31 4) Excavation
32 5) Fertilization
33 6) Planting Bed Preparation
34 7) Mulch
35 8) Water
36 9) Removing and disposing of surplus material
37 10) Maintenance and replacement during Establishment Period and Warranty
38 Period
39 11) Removal of Stakes prior to Establishment Period Inspection
40 2. Shrubs and Groundcover
41 1. Measurement
42 1) Measurement for this Item shall be per each.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-2
TREES AND SHRUBS
Page 2 of 17
1 2. Payment
2 1) The work performed and materials furnished in accordance with this Item
3 and measured as provided under"Measurement"will be paid for at the unit
4 price bid per shrub and groundcover.
5 3. The price bid shall include:
6 1) Furnishing, installing and establishing shrubs and groundcover
7 2) Hauling
8 3) Grading and backfilling
9 4) Excavation
10 5) Fertilization
11 6) Planting Bed Preparation
12 7) Mulch
13 8) Water
14 9) Removing and disposing of surplus material
15 10) Maintenance and replacement during Establishment and Warranty Period
16 1.3 REFERENCES
17 A. Reference Standards
18 1. Reference standards cited in this specification refer to the current reference standard
19 published at the time of the latest revision date logged at the end of this
20 specification,unless a date is specifically cited.
21 2. American National Standards Institute(ANSI):
22 1. ANSI Z60.1,American Standard for Nursery Stock
23 3. Hortus Third,The Staff of the L.H.Bailey Hortorium. 1976. MacMillan Publishing
24 Co.,New York.
25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
26 1.5 ACTION SUBMITTALS [NOT USED]
27 1.6 INFORMATIONAL SUBMITTALS
28 A. Tree data: Submit certification from supplier that each type of tree conforms to
29 specification requirements.
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Coordination
34 1. Coordinate with City Forester prior to beginning construction activities adjacent to
35 or that will impact existing trees and shrubs.
36 B. Qualifications
37 1. Landscaper specialized in landscape and planting work
38 C. Substitutions
39 1. Not permitted unless approved by City when specified planting material is not
40 obtainable
41 1. Submit proof of non-availability together with proposal for use of equivalent
42 material.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-3
TREES AND SHRUBS
Page 3 of 17
1 2. Substitutions of larger size or better grade than specified will be allowed upon
2 approval by City Forester,but with no increase in unit price.
3 1.10 DELIVERY,STORAGE,AND HANDLING
4 A. Do not remove container grown stock from containers before time of planting.
5 B. Delivery and Acceptance Requirements
6 1. Ship trees with Certificates of Inspection as required by governing authorities.
7 2. Label each tree and shrub with securely attached waterproof tag bearing legible
8 designation of botanical and common name.
9 3. Use protective covering during delivery.
10 4. Deliver packaged materials in fully labeled original containers showing weight,
11 analysis and name of manufacturer.
12 C. Storage and Handling Requirements
13 1. Protect materials from deterioration during delivery, and while stored at Site.
14 2. Do not prune prior to installation.
15 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark,break
16 branches,or destroy natural shape.
17 1.11 FIELD CONDITIONS [NOT USED]
18 1.12 WARRANTY
19 A. Warranty Period: at all times after planting and for the duration of the Establishment
20 Period and for one year beyond the Establishment Period.
21 1. Warranty Period for Landscaping ends same time as warranty period for overall
22 project.
23 B. Contractor shall warrant plants against defects including:
24 1. Death
25 2. Unsatisfactory growth
26 3. Loss of shape due to improper pruning,watering,maintenance or weather
27 conditions.
28 PART 2- PRODUCTS
29 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
30 2.2 MATERIALS
31 1. General
32 1. Plants shall be true to species and variety specified,grown under climatic
33 conditions similar to those in the locality of the project for at least 2 years and
34 have been freshly dug during the most recent favorable harvest season.
35 2. All plant names and descriptions are as defined in Hortus Third.
36 3. All plants are to be grown and harvested in accordance with the American
37 Standard for Nursery Stock.
38 4. Unless approved by the City Forester,plants shall have been grown in a latitude
39 not more than 200 miles north or south of the latitude of the project unless the
40 provenance of the plant can be documented to be compatible with the latitude
41 and cold hardiness zone of the planting location.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-4
TREES AND SHRUBS
Page 4 of 17
1 5. All plant materials must be approved by the City prior to purchasing materials.
2 City may inspect nursery or ask for other documentation prior to acceptance of
3 materials
4 2. Trees
\J
i
1 ` '
1
Acceptable Unacceptable
5 Figure 1:Main Leader
6
7 1. Provide container grown trees which are straight and symmetrical and have
8 persistently preferred main leader. See Figure 1 for reference.
9 Mark the tree's north orientation in the nursery for all deciduous trees grown in
10 the field with a 1-inch diameter spot of white paint on the tree trunk within the
11 bottom twelve inches of the trunk.
12 2. Crown shall be in good overall proportion to entire height of tree with
13 branching configuration. Tree shall have crown height that is roughly 2/3 of the
14 overall height. An acceptable tree shall not have the crown begin above half the
15 height of the tree. See Figure 2 for Crown Height. For recommended height of
16 trees refer to the tables in Section 2 of ANSI Z6O.1 for type and species
17 specified.
18
f�
r
is ter
2D
d�
s
.8
19 Figure 2: Crown Height
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised December 20,2012
329343-5
TREES AND SHRUBS
Page 5 of 17
1
2 3. Trees designated as balled and burlapped(B&B)shall be properly dug with
3 firm,natural balls of soil retaining as many fibrous roots as possible,in sizes and
4 shapes as specified in the American Standard for Nursery Stock. Balls shall be
5 firmly wrapped with nonsynthetic,rottable burlap and secured with nails and
6 heavy,nonsynthetic,rottable twine.The root collar shall be apparent at surface
7 of ball. Trees with loose,broken,processed, or manufactured root balls will not
8 be accepted, except with special written approval before planting. Burlap to be
9 removed from top 1/3 of rootball when planted.
10 4. Where clump is specified,furnish plant having minimum of three stems
11 originating from common base at ground line.
12 5. Measure trees by average caliper of trunk as follows:
13 1) For trunks up to 4 inches or less in diameter,measure caliper 6 inches
14 above top of root ball.
15 2) For trunks more than 4 inches,measure caliper 12 inches above top of root
16 ball.
17 3) Caliper measurements
18 a) By diameter tape measure
19 b) Indicated calipers on Drawings are minimum
20 c) Averaging of plant caliber: not permitted
21 6. Trees shall conform to following requirements:
22 1) Healthy
23 2) Vigorous stock
24 3) Grown in recognized nursery
25 4) Free of:
26 a) Disease
27 b) Insects
28 c) Eggs
29 d) Larvae
30 e) Defects such as:
31 (1) Knots
32 (2) Sun-scald
33 (3) Injuries
34 (4) Abrasions
35 (5) Disfigurement
36 (6) Borers and infestations
37 3. Soil Products
38 1. Topsoil: See 32 91 19.
39 2. Peat moss and fertilizer:Use material recommended by City Forester for
40 establishment of healthy stock after replanting.
41 3. All planting beds to be top dressed with a minimum of 3" "Rustic Cut
42 Hardwood Mulch"by Soil Building Solutions(or approved equal)and meet the
43 following conditions
44 1) pH: 6.5-8.5
45 2) It shall be free of man-made foreign matter,lumber,treated materials,
46 pallets,grass and leaves.
47 3) No particle size should exceed 3.5" in length.
48 4. All landscape bed areas to be prepared using"Ready to Plant Bedding Mix"by
49 Soil Building Solutions(or approved equal) and meet the following conditions
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-6
TREES AND SHRUBS
Page 6 of 17
1 1) It shall be a mixture of 50%compost with 50%screened and weed-free
2 native soil and screened sharp sand.
3 2) 98.5%of the planting bed soil particles will pass through a 1/2 inch screen
4 and 99%or more shall pass through a 3/4 inch screen.
5 3) Color will be a medium brown with a weight of 1900-2250 lbs.per cubic
6 yard(depending on the moisture content.)
7 4) Install to depths per planting details(8" depth min.)
8 5) Finished grades of planting beds to be 2"below finished grade of adjacent
9 paving or as shown on grading plan.
10 4. Stakes and Guys
11 1. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains.
12 2. Where applicable for anchoring trees,use wood deadmen:
13 1) Minimum: 2-inch by 4-inch stock
14 2) Minimum: 36 inches long and buried 3 feet.
15 3) Provide white surveyor's plastic tape for flagging tree guys.
16 5. Tree Wrap,Twine and Seal
17 1. Wrap
18 1) First quality
19 2) Bituminous impregnated tape
20 3) Corrugated or crepe paper,specifically manufactured for tree wrapping and
21 having qualities to resist insect infestation
22 2. Twine
23 1) Lightly tarred,medium-coarse sisal(lath)yarn
24 2) Do not use nails or staples to fasten wrapping
25 3. Seal: Commercially available tree wound dressing specifically produced for use
26 in sealing tree cuts and wounds
27 6. Water: clean and free of industrial wastes or other substances harmful to the growth
28 of the tree
29 2.3 ACCESSORIES [NOT USED]
30 2.4 SOURCE QUALITY CONTROL
31 A. Notify City,prior to installation,of location where trees that have been selected for
32 planting may be inspected.
33 B. Plant material will be inspected for compliance with following requirements.
34 1. Genus, species,variety, size and quality
35 2. Size and condition of balls and root systems, insects, injuries and latent defects
36 PART 3 - EXECUTION [NOT USED]
37 3.1 INSTALLERS [NOT USED]
38 3.2 EXAMINATION [NOT USED]
39 3.3 PREPARATION
40 A. General
41 Protect structures,utilities, sidewalks,pavements,and other facilities and turf areas
42 and existing plants from damage caused by planting operations.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-7
TREES AND SHRUBS
Page 7 of 17
1 B. Install erosion-control measures to prevent erosion or displacement of soils and
2 discharge of soil bearing.
3 C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake
4 locations,outline areas,adjust locations when requested,and obtain Architect's
5 acceptance of layout before excavating or planting. Make minor adjustments as required.
6 D. Lay out plants at locations directed by Architect. Stake locations of individual trees and
7 shrubs and outline areas for multiple plantings.
8 E. Apply anti-desiccant to trees and shrubs using power spray to provide an adequate film
9 over trunks(before wrapping),branches, stems,twigs,and foliage to protect during
10 digging,handling,and transportation.
11 F. Water runoff or airborne dust to adjacent properties and walkways Schedule work so
12 that planting can proceed rapidly as portions of site become available.
13 G. Plant trees after final grades are established and prior to seeding or sodding.
14 H. When planting of trees occurs after seeding work,protect seeded areas and promptly
15 repair damage to seeded areas resulting from tree planting operations in compliance with
16 requirements of Section 32 92 13.
17 I. Layout individual trees at locations shown on Drawings.
18 J. In case of conflicts,notify City before proceeding with work.
19 K. Stake trees for City approval.
20 L. Preparation of Planting Soil
21 1. Before mixing,clean topsoil of roots,plants,sod, stones,clay lumps,and other
22 extraneous materials harmful or toxic to plant growth.
23 2. Strip and utilize 4 inch layer of top soil from existing ground.
24 3. Delay mixing of fertilizer when planting will not follow placing of planting soil
25 within 48 hours.
26 4. Incorporate amendments into soil as part of soil preparation process prior to fine
27 grading,fertilizing, and planting.
28 5. Broadcast or spread amendments evenly at specified rate over planting area.
29 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until
30 amendments are pulverized and have become homogeneous layer of topsoil ready
31 for planting.
32 3.4 INSTALLATION
33 A. Planting Area Establishment
34 Loosen subgrade of planting areas to a minimum depth of 6 inches. Remove stones
35 larger than 1 inch in any dimension and sticks,roots,rubbish,and other extraneous
36 matter and legally dispose of them off Owner's property.
37
38 1. Spread topsoil,apply soil amendments and fertilizer on surface, and thoroughly
39 blend planting soil. Delay mixing fertilizer with planting soil if planting will not
40 proceed within a few days.
41
42 2. Spread planting soil to a depth of 6 inches but not less than required to meet finish
43 grades after natural settlement.Do not spread if planting soil or subgrade is frozen,
44 muddy,or excessively wet. Spread approximately one-half the thickness of planting
45 soil over loosened subgrade. Mix thoroughly into top 2 inches of subgrade. Spread
46 remainder of planting soil.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised December 20,2012
329343-8
TREES AND SHRUBS
Page 8 of 17
1
2 B.Finish Grading:
3 Grade planting areas to a smooth,uniform surface plane with loose,uniformly fine
4 texture.Roll and rake,remove ridges,and fill depressions to meet finish grades.Finish
5 Grade shall be below finish grade of building for proper drainage away from building.
6
7 1. Before planting,obtain Architect's/Engineer's or City Agent's acceptance of finish
8 grading; once that approval is granted,then the Contractor may install the
9 plantings. Please note any planting installed prior to finish grading approval are
10 subject to rejection. Once plantings are installed restore planting areas if eroded or
I i otherwise disturbed to finished grade.
12 2. Application of Mycorrhizal Fungi:At time directed by Architect/Engineer or City
13 Agent,broadcast dry product uniformly over prepared soil at application rate
14 indicated on Drawings.
15 3. Excavate pits,beds,or trenches with vertical sides and with bottom of excavation
16 raised minimum of 6 inches at center for proper drainage.
17 2. Provide following minimum widths:
18 1. 15 gallon containers or larger,2 feet wider than diameter of root ball
19 2. 1 and 5 gallon containers,6 inches wider than diameter of root ball
20 3. When conditions detrimental to plant growth are encountered,such as
21 unsatisfactory soil,obstructions,or adverse drainage conditions,notify City before
22 planting.
23 4. Deliver trees after preparations for planting have been completed and plant
24 immediately.
25 5. When planting is delayed more than 6 hours after delivery
26 1. Set trees and shrubs in shade.
27 2. Protect from weather and mechanical damage.
28 3. Keep roots moist by covering with mulch,burlap,or other acceptable means of
29 retaining moisture,and water as needed.
30 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of
31 sufficient width not to damage the root balls.Do not lift trees by their trunk as a
32 lever in positioning or moving the tree in the planting area.
33 7. Remove plastic,paper, or fibrous pots from the containerized plant material.Pull
34 roots out of the root mat,and cut circling roots with a sharp knife. Loosen the
35 potting medium and shake away from the root mat. Immediately after removing the
36 container,install the plant such that the roots do not dry out.Pack planting mix
37 around the exposed roots while planting.
38 8. Cut ropes or strings from the top of root balls and trees after plant has been set.
39 Remove burlap or cloth wrapping and any wire baskets from around top half of
40 balls.Do not turn under and bury portions of burlap at top of ball. Set balled and
41 burlapped trees in the hole with the north marker facing north.
42 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant.
43 10. Place plants at level that,after settlement,natural relationship of plant crown with
44 ground surface will be established.
45 11. When set,place additional backfill around base and sides of ball,and work each
46 layer to settle backfill and eliminate voids and air pockets.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
329343-9
TREES AND SHRUBS
Page 9 of 17
1 12. When excavation is approximately 2/3 full,water thoroughly before placing
2 remainder of backfill.
3 13. Repeat watering until no more water is absorbed.
4 14. Dish top of backfill to allow for mulching.
5 15. Mulch pits,trenches and planted areas.
6 All trees, shrubs and other plantings will be mulched with mulch previously
7 approved by the City Forester. The mulch on trees and shrubs shall be to the
8 depths shown on the drawing. Mulch must not be placed within 3 inches of the
9 trunks of trees and shrubs.
10 16. Provide 2 to 4 inch thickness of mulch,work into top of backfill,and finish level
11 with adjacent finish grades.
12 17. Cover entire root ball.
13 18. Prune
14 1. Plants shall not be heavily pruned at the time of planting. Pruning is required at
15 planting to correct defects in the tree structure, including removal of injured
16 branches,double leaders,watersprouts, suckers, and interfering branches.
17 Healthy lower branches and interior small twigs should not be removed except
18 as necessary to clear walks and roads. In no case should more than 1/4 of the
19 branching structure be removed. Retain the normal shape of the plant.
20 2. All pruning shall be completed using clean sharp tools.All cuts shall be clean
21 and smooth,with the bark intact with no rough edges or tears.
22 3. Except in circumstances dictated by the needs of specific pruning practices,tree
23 paint shall not be used.The use of tree paint shall be only upon approval of the
24 City Forester. Tree paint,when required, shall be paint specifically formulated
25 and manufactured for horticultural use.
26 19. Prune trees to retain required height and spread.
27 20. Do not cut tree leaders,and remove only injured and dead branches from flowering
28 trees.
29 21. Remove and replace excessively pruned or misformed stock resulting from
30 improper pruning.
31 22. Inspect tree trunks for injury, improper pruning and insect infestation and take
32 corrective measures.
33 23. Guy and stake trees immediately after planting.
34 B. Moving Existing Trees
35 1. Coordinate tree moving and replanting with City Forester during dormant growth
36 season.
37 2. Provide tree spade of adequate size as directed by City Forester.
38
39 3.5 GROUND COVER AND PLANT PLANTING
40 A. Prior to installation mark all tree location and planting locations with paint and contact
41 the Architect/Engineer or City Agent for approval. Any plantings installed without an
42 approved location will be subject to rejection by Agent and plantings may be required
43 to be replaced and relocated at no cost to the City.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-10
TREES AND SHRUBS
Page 10 of 17
1 B. City to inspect all plantings prior to installation. Contractor must schedule an
2 inspection with City Agent 10 business days prior to delivery. Any canceled
3 inspection will require minimum 3 business day notice for rescheduling.
4 C. Before planting,verify that root flare is visible at top of root ball according to ANSI
5 Z60.1. If root flare is not visible,remove soil in a level manner from the root ball to
6 where the top-most root emerges from the trunk. After soil removal to expose the root
7 flare,verify that root ball still meets size requirements.
8 D. Remove stem girdling roots and kinked roots. Remove injured roots by cutting
9 cleanly; do not break.
10 E. Set container-grown stock plumb and in center of planting pit or trench with root flare
11 2 inches above adjacent finish grades.
12 F. Use planting soil planting plan for backfill.
13 G. Carefully remove root ball from container without damaging root ball or plant.
14 H. Backfill around root ball in layers,tamping to settle soil and eliminate voids and air
15 pockets.
16 I. When planting pit is approximately one-half filled,water thoroughly before placing
17 remainder of backfill. Repeat watering until no more water is absorbed.
18 J. Place planting tablets in each planting pit when pit is approximately one-half filled; in
19 amounts recommended in soil reports from soil-testing laboratory. Place tablets beside
20 the root ball about 1 inch from root tips; do not place tablets in bottom of the hole.
21 K. Continue backfilling process. Water again after placing and tamping final layer of soil.
22 L. When planting on slopes, set the plant so the root flare on the uphill side is flush with
23 the surrounding soil on the slope;the edge of the root ball on the downhill side will be
24 above the surrounding soil. See Figure 3.
Mulch
Root Ball Backfill
25
26 Figure 3: Planting on a slope
27 M. Apply enough soil to cover the downhill side of the root ball.
28 N. Excavate pits,beds, or trenches with vertical sides and with bottom of excavation
29 raised minimum of 6 inches at center for proper drainage.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-11
TREES AND SHRUBS
Page 11 of 17
1 O. Provide following minimum widths:
2 1. 15 gallon containers or larger,2 feet wider than diameter of root ball
3 2. 1 and 5 gallon containers, 6 inches wider than diameter of root ball
4 P. When conditions detrimental to plant growth are encountered, such as unsatisfactory
5 soil, obstructions,or adverse drainage conditions,notify City before planting.
6 Q. Deliver trees after preparations for planting have been completed and plant
7 immediately.
8 R. When planting is delayed more than 6 hours after delivery
9 1. Set trees and shrubs in shade.
10 2. Protect from weather and mechanical damage.
11 3. Keep roots moist by covering with mulch,burlap,or other acceptable means of
12 retaining moisture,and water as needed.
13 S. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of
14 sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in
15 positioning or moving the tree in the planting area.
16 T. Remove plastic,paper,or fibrous pots from the containerized plant material.Pull roots
17 out of the root mat,and cut circling roots with a sharp knife. Loosen the potting medium
18 and shake away from the root mat. Immediately after removing the container, install the
19 plant such that the roots do not dry out.Pack planting mix around the exposed roots
20 while planting.
21 U. Cut ropes or strings from the top of root balls and trees after plant has been set.
22 Remove burlap or cloth wrapping and any wire baskets from around top half of balls.
23 Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped
24 trees in the hole with the north marker facing north.
25 V. Set root ball on undisturbed soil in center of pit or trench and plumb plant.
26 W. Place plants at level that,after settlement,natural relationship of plant crown with
27 ground surface will be established.
28 X. When set,place additional backfill around base and sides of ball,and work each layer
29 to settle backfill and eliminate voids and air pockets.
30 Y. When excavation is approximately 2/3 full,water thoroughly before placing remainder
31 of backfill.
32 Z. Repeat watering until no more water is absorbed.
33 Dish top of backfill to allow for mulching.
34 1. Mulch pits,trenches and planted areas.
35 All trees, shrubs and other plantings will be mulched with mulch previously
36 approved by the City Forester. The mulch on trees and shrubs shall be to the
37 depths shown on the drawing.Mulch must not be placed within 3 inches of the
38 trunks of trees and shrubs.
39 2. Provide 2 to 4 inch thickness of mulch,work into top of backfill,and finish level
40 with adjacent finish grades.
41 3. Cover entire root ball.
42 4. Prune
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-12
TREES AND SHRUBS
Page 12 of 17
1 1. Plants shall not be heavily pruned at the time of planting.Pruning is required at
2 planting to correct defects in the tree structure,including removal of injured
3 branches,double leaders,watersprouts, suckers, and interfering branches.
4 Healthy lower branches and interior small twigs should not be removed except
5 as necessary to clear walks and roads. In no case should more than 1/4 of the
6 branching structure be removed. Retain the normal shape of the plant.
7 2. All pruning shall be completed using clean sharp tools.All cuts shall be clean
8 and smooth,with the bark intact with no rough edges or tears.
9 3. Except in circumstances dictated by the needs of specific pruning practices,tree
10 paint shall not be used.The use of tree paint shall be only upon approval of the
11 City Forester. Tree paint, when required,shall be paint specifically formulated
12 and manufactured for horticultural use.
13 5. Prune trees to retain required height and spread.
14 6. Do not cut tree leaders,and remove only injured and dead branches from flowering
15 trees.
16 7. Remove and replace excessively pruned or misformed stock resulting from
17 improper pruning.
18 8. Inspect tree trunks for injury, improper pruning and insect infestation and take
19 corrective measures.
20 9. Guy and stake trees immediately after planting.
21 AA. Moving Existing Trees
22 1. Coordinate tree moving and replanting with City Forester during dormant growth
23 season.
24 BB.Provide tree spade of adequate size as directed by City Forester.
25 3.6 REPAIR/RESTORATION [NOT USED]
26 3.7 RE-INSTALLATION [NOT USED]
27 3.7 FIELD QUALITY CONTROL
28 A. City may reject unsatisfactory or defective material at anytime during progress of
29 work.
30 B. Remove rejected trees immediately from site and replace with specified materials.
31 C. Plant material not installed in accordance with these Specifications will be rejected.
32 D. After planting and prior to the Establishment Period,the contractor is responsible for
33 all maintenance and work to be performed. The Contractor is responsible for any
34 landscaping items that die prior to the end of Establishment Period.
35 E. A Final Inspection shall be scheduled between the City and Contractor prior to
36 acceptance and the beginning of the Establishment Period for the landscaping. This can
37 be together or separate from the Final Inspection for the overall project. A punch list
38 will made of landscaping items to replace. Upon completion of the punch list,the
39 contractor shall submit in writing that the punch list has been complete and is ready for
40 the establishment period to begin,email is acceptable. The establishment period shall
41 begin upon written confirmation from the City that the punch list is complete,email is
42 acceptable,or 10 business days after Contractor has submitted completion of punch list
43 in writing.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-13
TREES AND SHRUBS
Page 13 of 17
1 1. During the Establishment Period the contractor is responsible for all maintenance
2 and work to be performed. The Contractor is responsible for any landscaping items
3 that die during the Establishment period.
4 F. An inspection to determine acceptance will be conducted by City at end of the
5 Establishment Period. A punch list will be made of landscaping items to replace. Upon
6 completion of the punch list,the contractor shall submit in writing that the punch list
7 has been complete and is ready for the warranty period to begin,email is acceptable.
8 The warranty period shall begin upon written confirmation from the City that the punch
9 list is complete,email is acceptable,or 10 business days after Contractor has submitted
10 completion of punch list in writing.
11 1. During the Warranty Period the City is responsible for all maintenance and work to
12 be performed. The Contractor is responsible for replacement of any landscaping
13 items that die during the warranty period not caused by the following factors; lack
14 of water,lack of maintenance, impact from vehicle,severe weather.
15 G. Warranty periods provided for in paragraph 1.12A.
16 1. An inspection to determine final project acceptance will be conducted by the City at
17 the end of the Warranty Period. A punch list will be made of landscaping items to
18 replace. Upon completion of the punch list,the contractor shall submit in writing
19 that the punch list has been complete and is ready for the warranty period to end,
20 email is acceptable. The warranty period shall end upon written confirmation from
21 the City that the punch list is complete,email is acceptable,or 10 business days
22 after Contractor has submitted completion of punch list in writing.
23 2. After Warranty Period has ended,the City accepts all maintenance,work and
24 responsibility for all Landscaping Items.
25 3.8 SYSTEM STARTUP [NOT USED]
26 3.9 ADJUSTING [NOT USED]
27 3.10 CLEANING
28 A. During planting work,keep pavements clean and work area in orderly condition.
29 B. Dispose of excess soil and waste in approved location.
30 C. Waste Material Disposal: On-site burning of combustible cleared materials shall not
31 be permitted.
32 3.11 CLOSEOUT ACTIVITIES [NOT USED]
33 3.12 PROTECTION
34 A. Protect planting work and materials from damage due to planting operations.
35 B. Maintain protection during installation and maintenance period.
36 C. Treat,repair,or replace damaged planting work.
37 3.13 ESTABLISHMENT
38 A. Establishment Period shall be 12 months after verification of satisfactory installation
39 of plants.
40 B. During the Establishment Period if a work schedule and frequency are not shown on
41 the Drawings,perform the minimum requirements shown below:
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-14
TREES AND SHRUBS
Page 14 of 17
1
2 1. General:
3 a.) The Contractor shall furnish all labor,materials, supplies and equipment
4 required to establish,maintain and protect the planted and seeded areas,for a
5 one year plant establishment period from date of acceptance of the initial
6 planting operations. However,maintenance activities shall commence
7 immediately after each item is planted or when areas have been seeded.
8
9 b.) The Contractor shall supply a maintenance schedule to the Engineer,thirty(30)
10 days prior to the inspection prior to the Establishment Period. The Contractor
11 shall be responsible for protection of this work during the Establishment period,
12 and shall repair and replace all materials and seeded areas damaged within the
13 scope of the Work.
14
15 c.) Turf shall be maintained with a finished mower and mowed on a minimum 14-
16 21 day mowing cycle unless otherwise specified by the City.
17
18 a. Mow height shall be 3"-4"finish mowers.
19
20 d.) In mulched areas,the contractor shall maintain a minimum of 3"of mulch
21 throughout the Establishment Period and shall refresh mulch during the 12
22 month period as needed.
23
24 2. Watering
25
26 a.) A proposed watering schedule shall be submitted to the Engineer thirty(30)
27 days prior to installation of plant materials. The Contractor shall deep water
28 all trees and shrubs,providing water penetration throughout the root zone to
29 the full depth of the planting pits.
30
31 b.) The Contractor shall deep water all trees and shrubs twice a week during the
32 maintenance period. Watering shall cease at first hard frost in the fall and
33 shall resume upon ground thaw in the spring.
34
35 c.) If at any time during the maintenance period weather conditions(such as
36 extended period with no rain or continuous drying winds)cause the plant
37 root zone to dry out,the Engineer may direct the Contractor to deep water all
38 trees and shrubs. Contractor shall provide supplemental watering
39 immediately at no additional cost to the Municipality.
40
41 d.) Water application shall be applied at a rate that will provide moisture
42 penetration throughout the entire root zone with a minimum of water run-off.
43 Should soil conditions be encountered that are not conducive to water
44 absorption,the Contractor shall take whatever corrective actions that may be
45 required to correct this condition,without additional cost to the Owner.
46
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-15
TREES AND SHRUBS
Page 15 of 17
1 e.) Turf, seeded,bulb areas and annual flower beds shall be watered at such
2 frequency as weather conditions require to maintain soil moisture within the
3 root zone. When establishing turf and seeded areas,the soil shall be watered
4 often enough to maintain a moist seedbed to promote healthy seed
5 germination resulting in an even and uniform coverage.
6
7 3. Pruning
8
9 a.) Pruning shall only be conducted for repair or as specified by the Engineer.
10 Pruning shall conform to ANSI 300 Standards and shall be done by a certified
11 arborist. Dead,broken or damaged branches may be pruned at any time.
12 Pruning for form shall begin the year after installation. No tree shall be topped.
13 Any tree damaged by improper pruning shall be replaced by the Contractor.
14
15 4. Staking and Guying
16
17 a.) Stakes and guys,where used,are to be inspected and adjusted as necessary
18 throughout the Establishment Period to prevent girdling of trunks or branches,
19 and to prevent rubbing that causes bark wounds. Damaged or missing tree
20 stakes shall be immediately replaced by the Contractor at no additional cost to
21 the Owner. Stakes shall be removed prior to the end of the Establishment
22 Period.
23
24 5. Plant Repair and Replacement
25
26 a.) The Contractor shall repair/replace damaged plant materials,regardless of
27 cause, immediately. If City Agent inspects site and notice dead plant material.
28 The contractor shall have 15 business days to replace planting regardless of
29 cause and then notify City of replacement for acceptance and inspection. The
30 Contractor shall catalog all replacement as extended warranties may be required
31 prior to Warranty Period inspection. Repair shall include pruning,guying,
32 staking, etc., as necessary. Should repair of plant materials reduce their
33 acceptance to less than minimum specified conditions,the Contractor shall
34 replace plants with specified plant replacements at no additional cost to the
35 Owner.
36
37 6. Fertilization
38
39 a.) If the constitution or maintenance period extends into a second growing season,
40 up to three representative soil tests from the project site shall be taken by the
41 Contractor and submitted to an approved testing lab for fertility testing and
42 submitted to the City within 7 business days unless otherwise agreed upon by
43 City Agent. The results of these tests and recommendations for fertilization
44 and limestone application shall be provided to the Engineer and will be the
45 basis for establishing required application rates. All necessary applications
46 shall be completed 30 days prior to the Establishment Period beginning.
47
48 b.) Formulations will vary according to size.
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-16
TREES AND SHRUBS
Page 16 of 17
1
2
3
4
5
6
7
8 7. Diseases and Pests
9
10 a.) The Contractor shall coordinate with the Engineer in the event that disease
11 invasive plant infestation,or pest problems are observed on plants within a
12 Project area. The Contractor and the Engineer shall formulate an Integrated
13 Pest Management program to control the disease,invasive plants,or pests. The
14 IPM program can use biological physical,cultural,mechanical,behavioral,and
15 chemical methods to resolve the issue. Chemical pesticides are to be used only
16 when other options are not feasible or effective. If pesticides are used,the least
17 toxic pesticide to accomplish the task shall be used.
18
19 b.) The Contractor shall apply all materials in complete compliance with all State,
20 Federal,and Local regulations, and shall supply the Engineer written proof of
21 their safety and acceptability by State,Federal and Local jurisdictions.
22
23 c.) In the event a"restricted use"pesticide is to be applied,the Contractor shall
24 obtain appropriate permits and certifications(according to current Pesticide
25 Control)from the State of Texas,governing entity. Proof of certification shall
26 be transmitted to the Engineer prior to application of the chemicals.
27
28 8. Weeding
29
30 a.) The Contractor shall maintain all areas in a weed-free condition. Weed
31 removal shall be a routine maintenance activity.
32
33 9. Cleanup
34
35 b.) The Contractor shall keep the project site clean and free of all trash and excess
36 equipment,materials,rubbish, including tags,wire,burlap,ribbon, and all
37 debris found within the Project limits,including all roads and trails utilized
38 during Construction. Cleanup will be one of the conditions to be met prior to
39 acceptance of landscape installation and Final Acceptance.
40
41 10. Other Tree and Shrub Maintenance
42
43 a.) To protect coniferous trees during the winter from excessive desiccation,apply
44 an anti-desiccant such as"Wilt-Pruf'(or approved equal)prior to the winter
45 shut-down period. Complete coverage of all foliage is required.
46
47 11. Inspection
48
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
32 93 43-17
TREES AND SHRUBS
Page 17 of 17
1 a.) The Engineer shall make periodic maintenance inspections of the work. All
2 deficiencies noted shall be corrected within fifteen(15)calendar days from
3 written notice, at no additional cost to the Owner. All delays beyond the
4 fifteen-day period shall result in an equal number of days added to the one
5 year plant establishment period.
6
7
8 C. Failure of Contractor to perform during the Establishment Period shall entitle the City
9 to make demand on Contractor and/or its Surety under either the Performance Bond or
10 Maintenance Bond.
11
12 D. The replacement of a Landscaping item shall require a 3 month Replacement
13 Establishment Period,regardless of proximity to the end of the original Establishment
14 Period. The replacement of a Tree item may require an additional year Replacement
15 Establishment Period as determined by the City Forester. If an item in the irrigation
16 controller box is replaced, any landscape items impacted by that irrigation controller
17 will require a 3 month Replacement Establishment period,regardless of proximity to the
18 end of the original Establishment Period.
19 3.14 ATTACHMENTS [NOT USED]
20 END OF SECTION
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised December 20,2012
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GG
GG 4.06 14e.6ar-deus EavirenmeaW Condition a4 Site
GC-6.06 Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC 6.09 Pefmits and Utilities
GG 6.24 Neadiseriminafim
Required Project Milestones
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100742
Revised July 1,2012
GC-4.01 Availability of Lands
Outstanding Right-of-Way and/or Easements to be Acquired
PARCEL NO. OWNER TARGET DATE
Perm. Drain. Easement No. 1-4 Fort Worth Independent School District November 2017
Perm. Ped.Access Easement.No. 1 &2 Fort Worth Independent School District November 2017
Per. Water Easement No. 1 &2 Fort Worth Independent School District November 2017
Temp Const. Easement No. 1-5 Fort Worth Independent School District November 2017
Right of Way Easement No. 1-2 City of Fort Worth September 2017
Right of Way Easement No. 1-2 City of Fort Worth—Park& September 2017
Recreation
Temp Const. Easement No. 6-8 City of Fort Worth September 2017
Temp Workspace Area No. 1-3 City of Fort Worth—Park& September 2017
Recreation
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2012
EXHIBIT "A "
PARCEL 1
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZANDT'S PARK ADDITION
VAN ZANDT'S PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D211285191 P.R.T.C.T.
BL SCK 1 D.R.T.C.T. BLOICK 1
a
12 11
12 11 10 20 19 18 17 16 15 14 13 12 11
LOT 1R, BLOCK 18
E
W.LANCASTER AVENUE
2 (SW Mom Wff-Ur wnV�
0
I
PARCEL 1-
265
265 SQUARE FEET /
0.006 ACRES
I �i CITY OF FORT WORTH w
Uj
60' RIGHT-OF-WAY EASEMENT f
w
I CCD N0. D216297960
oI I D.R.T.C.T. u
I Ion
FORT WORTH INDEPENDENT SCHOOL
C FORT WORTH INDEPENDENT SCHOOL /
DISTRICT I VOLUME D1348,C AGE 232
VOLUME PAGE 601 I I D.R.T.C.T.
N
D.R.T.C.T. /
8 i
o J
Z l
� I /P
I
W J
C
r
05�
S /
/I
o
m
�
CITY OF FORT WORTH
r VOLUME 9725, PAGE 1833
o i D.R.T.C.T.
e 0 200'
L
ti
Z
0 SCALE FEET
,.a
200' DUNAWAY
A metes and bounds description of
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
m Tel:817.335.1121 PAGE 1 OF 12
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
o -
a
EXHIBI T "A "
PARCEL l
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
I I I i I
0
LU F
i LOT 1R BLOCK 18 ,{ a
3 VAN ZANDT'S PARK BLO K '8 H o,x°D
ADDITION VAN ZANDYS PARK ADDITION W a~
I C.C.D. N0. D211285191 V. 20 P. 81 LU Y a
D D.R.T.C.T. P.R C T OC o x
C) ;-_I ~ ~ m�Na
wr I >
?? � LOT 12 LOT 11
I POINT OF I ( I CC o I Q
o COMMENCING ' LOT 20
Z FOUND X-CUT ON U a
E CONCRETE CURB FOUND 5/8YCIR
(UNREADABLE) -JI.-
o N89'46'38"W
€� 400.00' o I
C;f
31 W. LANCASTER STREET
N N I (90' WIDTH RIGHT-OF-WAY)
MI
N� POINT OF
BEGINNING
o I S89'46'38"E S89'46'38"E
— I— 64.62' 17.73'
N89'46'3$"W 117.00' N32'24'57"E S32'24'S7"W
9 12.95'
N5735'03"W 22'39'
15.00'
o z
> f- :3
L w
W i I o PARCEL 1 .-
WV)CL I 265 SQUARE FEET I a
Z— .0 I FORT WORTH INDEPENDENT a
0.006 ACRES
SCHOOL DISTRICT
-' VOLUME 1348, PAGE 232 h
R S^o D.R.T.C.T.
�5 N� 3�vv
C1.`�1Y0• a�� I
c I
cJ
C
cc
a
C11
(V
r
Q
n
R C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
0
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS o 50'
P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS SCALE FEET
50'
z
m
C '1*4
A metes and bounds description of
DUNAWAY
u even date accompanies this drawing_ 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
m Tel:817.335.1121 PAGE 2 OF 12
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
EXHIBI T "B"
PARCEL 1
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City
of Fort Worth, Tarrant County, Texas and being a part of that certain tract of land described by deed to Fort
Worth Independent School District (herein referred to as FWISD), recorded in Volume 1348, Page 232, Deed
Records, Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as
follows:
COMMENCING at a found 5/8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
CD
Zandt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerk's
Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
E Lancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner
of said Lot 1R bears, North 89'46'38" West, a distance of 400.00 feet;
'o
m South 00'13'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
feet to a point, on the south right—of—way line of said W. Lancaster Avenue, and on the north line of said
8 FWISD tract from which the common north corner of said FWISD tract and a tract of land described by deed
to FWISD recorded in Volume 1338, Page 601, Deed Records, Tarrant County, Texas, bears North
89'46'38" West, a distance of 117.00 feet,
E South 89'46'38" East, with the north line of said FWISD tract, a distance of 64.62 feet to the POINT OF
BEGINNING of the herein described tract;
0
w
THENCE South 89'46'38" East, continuing with said north line, a distance of 17.73 feet to a point for corner;
0
THENCE South 32'24'57" West, departing said north line, a distance of 22.39 feet to a point for corner;
it
THENCE North 57'35'03" West, a distance of 15.00 feet to a point for corner:
a
THENCE North 3224'57" East, a distance of 12.95 feet the POINT OF BEGINNING and containing 265 square feet
a or 0.006 acres of land.
q
T
2
l
a
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
4202, based upon GPS measurements, according to the GPS Reference Network.
S
A drawing of even date accompanies this metes and bounds description.
a The metes and bounds description contained herein was compiled from information contained
W in recorded documents and does not reflect the results of an on the ground survey.
LL
n DUNAWAY JOB NO. B000319.005 PAGE 3 OF 12
Y
N
H
Q
R EXHIBIT"B"
Stephen R.Glosup
m Registered Professional Land Surveyor
Texas Registration No.5570 PARCEL 1
b srg@dunaway-assoc.com PERMANENT DRAINAGE FACILITY
.lune 2,2017 EASEMENT
low
A PART OF THE JOSIAH M.C. LYNCH
DUAWAY
SURVEY,ABSTRACT NUMBER 955
m 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
r Tel:817.335.1121
o FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
C
O
a
EXHIBIT "A "
PARCEL 2
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZANDTS PARK ADDITION
VAN ZANDTS PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D21 1 2 851 91 P.R.T.C.T.
BL SCK 1 D.R.T.C.T. BLOICK 1
12 11 10 12 11 20 19 18 17 16 15 14 13 12 11
,q LOT IR, BLOCK 18
r
E
W.LANCASTER AVENUE
2 (W IADTH IOOHT-W-WAY)
0
a
PARCEL 2
I 250 SQUARE FEET /
0.005 ACRES
E I �---i---CITY OF FORT WORTH W
C, 60' RIGHT-OF-WAY EASEMENT z
o I I D RDT.C.T.D216297960 l u
/ I Ion
i
c° FORT WORTH INDEPENDENT SCHOOL / / FORT WORTH INDEPENDENT SCHOOL
DISTRICT DISTRICTAGE 232
g VOLUME 1338 ,PAGE 601
VOLUME
D.R.T.C.T. I / / D.R.T.C.T.
<
0
L70
W
o / / Go59y5 i
/i 0G� ao,
IL
F /
CITY OF
s /
E 9725.5.
T WORTH
VOLUME PAGE 833
D.R.T.C.T.
C 0 200'
z
SCALE FEET
C 200'
DUNAWAY
m A metes and bounds description of
Y even date accompanies this drawing. 550 Bailey Avenue•Suite 400 •Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 4 OF 12
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
o _
J
a
EXHIBIT "A "
PARCEL 2
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
I i I I
LOT 19
W
t
W 3 VAN ZANDTSPARK VAN ZANDrS PARK ADDITION �J 3 LOT 1R BLK 18 BLOCK 19
V. 20 , P. 81 LW VAN ZANDT S P ADDITION
NO.F ADDITION P.R.T.C.T. I= V. 204, P.
O & C.C.D. D R.T.C.T.285191 I I I W is I P.R.T.C.T.
LOT 12 I LST 'V1 I W c
NQ b LOT 20
E Z :° kFOUND CUT ON
W
CONCRETE
CURB 1 1
g N89'46'38"W
€ 400.00' of POINT OF
IL 6COMMENCING
1 FOUND 5/8YCIR
3i (UNREADABLE)
N W. LANCASTER STREET
Nl (90' WIDTH RIGHT-OF-WAY)
m T
N1 POINT OF
1 BEGINNING
1 589'46'38"E VS896'38"E
o173.84' .79'
532'17'35"E
11.91'
° N 3217'35"W
55742'25"W
0 21.47' ( 15.00'
2 FORT WORTH INDEPENDENT I
SCHOOL DISTRICT
VOLUME 1348, PAGE 232 I b PARCEL 2
D.R.T.C.T. 250 SQUARE FEET /
I 0.005 ACRES
G�S 9y I FORT WORTH INDEPENDENT
g t+ 1�0 =c SCHOOL DISTRICT
p�6 VOLUME 1348, PAGE 232
D.R.T.C.T.
f I13c.�
.o
I
J
a
v
fV
H
a
R C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS ° so'
$ P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS SCALE FEET
50'
Z
A**z
A metes and bounds description of
Q NWA
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worm,Texas 76107
m 2J
Tel:817.335.1121 PAGE 5 OF 1
DATE: JUNE 2, 2017 FIRM REGISTRATION 10048100 DUNAWAY JOB NO. 8000319.005
0
a
EXHIBI T "B"
PARCEL 2
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City
of Fort Worth, Tarrant County, Texas and being a part of that certain tract of land described by deed to Fort
Worth Independent School District (herein referred to as FWISD), recorded in Volume 1348, Page 232, Deed
Records, Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as
follows:
COMMENCING at a found 5/8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
3 Zandt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerk's
N Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
E Lancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner
of said Lot 1R bears, North 89'46'38" West, a distance of 400.00 feet;
2
0
m South 00'13'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
feet to a point, on the south right—of—way line of said W. Lancaster Avenue, and on the north line of said
8 FWISD tract;
South 89'46'38" East, with the north line of said FWISD tract, a distance of 173.84 feet to the POINT OF
„ BEGINNING of the herein described tract;
E THENCE South 89'46'38" East, continuing with said north line, a distance of 17.79 feet to a. point for corner;
0
w
THENCE South 32'17'35" East, departing said north line, a distance of 11.91 feet to a point for corner;
0
THENCE South 57'42'25" West, a distance of 15.00 feet to a point for corner;
THENCE North 32'17'35" West, a distance of 21.47 feet the POINT OF BEGINNING and containing 250 square feet
0 or 0.005 acres of land.
8
a'
a
r
2
a
c NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
u 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
W in recorded documents and does not reflect the results of an on the ground survey.
N
DUNAWAY JOB NO. 8000319.005 PAGE 6 OF 12
V
H
a
R EXHIBIT"B"
Stephen R.Glosup
m Registered Professional Land Surveyor
Texas Registration No.5570 PARCEL 2
i; srg@dunaway-assoc.com PERMANENT DRAINAGE FACILITY
June 2,2017 EASEMENT
° A PART OF THE JOSIAH M.C. LYNCH
DUI�IAWA�/
SURVEY,ABSTRACT NUMBER 955
3 550 Bailey Avenue•Suite 400 • Fort Worth,Texas 76107
Tel:817.335.1121
m FIRM REGISTRATION 10098100 Cit of Fort Worth, Tarrant Count Texas.
o y y
K
0
d
EXHIBIT "A "
PARCEL 3
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZAND rS PARK ADDITION
VAN ZANDT'S PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D211285191 P.R.T.C.T.
BL SCK 1 D.R.T.C.T. BLOCK 1
12 11 10 12 11 20 19 18 17 15 15 14 13 12 11
LOT 1 R, BLOCK 18
ai
E
C W.LANCASTER AVENUE
8 (W Mom MW-CF-WAY)
P1 7 lz�
I
11 PARCEL 3
1,500 SQUARE FEET / _ U
E CITY OF FORT WORTH W
0.034 ACRES I 60' RIGHT-OF-WAY EASEMENTUj
m I I D RDTNO. D216297960 1
o 01
FORT WORTH INDEPENDENT SCHOOL I FORT WORTH INDEPENDENT SCHOOL S
DISTRICTI / DISTRICT
VOLUME 1338, PAGE 601 I I / VOLUME D.1348,
TC TAGS 232
D.R.T.C.T.
ILI
� I /
t I
y I IP
I IW
U
I
C
s
/f CATY OF FORT WORTH
VOLUME 9725, PAGE 1833
r D.R.T.C.T.
V 0 200'
z
0 SCALE FEET
200 '"r;A`auAWAY
A metes and bounds description of
even date accompanies this drawing. 550 Bailey Avenue•suite 400•Fort Worth,Texas 76107 PAGE 7 OF 12
m Tel:817.335.1121
G DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB N0. 6000319.005
0
a
EXHIBIT "A "
PARCEL 3
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
LU i LOT 1R BLOCK 18 1P3 VAN ZANDT'S PARK BL K 18 H 3
ADDITION VAN ZAND " PARK ADDITION W a�
Y.
C.C.D. NO. D211285191 V. 20 P. 81 LU 1 r'
D.R.T.C.T. P.R.T.C.T. j= xaa�
U �
LOT 12 LOT 11 <>:
oc POINT OF
o, o COMMENCING LOT 20
3 Z f° FOUND X-CUT ON U
CONCRETE CURB FOUND 5/8YCIR — I —
E _ q (UNREADABLE) ..Il._
N89*46'38"W �-
2 400.00' 01
61a
31 W. LANCASTER STREET
041 (90' WIDTH RIGHT-OF-WAY)
M1
of
01
EID
N1
w
I
0
S89'46-38-E 90_40'
o N89'46'38"W 117.00' S4518'WEJ�
14.27'
o W
O.
Z P 06
. 8 L c1�9y$ O LO
w G• �
> Z~W
y WF5aF 5 �p,0 4Q' S89`46'38"E Io N POINT OF
a OV) FORT WORTH INDEPENDENT t♦4 P� 3 50.01 BEGINNING
SCHOOL DISTRICT e a
jE Jo M VOLUME 1348, PAGE 232 $rn 0 b
Uc D.R.T.C.T. 0� a. c
FNM '� N N
O 0 O
U o ' PARCEL 3z N89'46'36"W 3mF I
50.01 I
e 1,500 SQUARE FEET / I � =o
0.034 ACRES Z S
a U
� I I
a
v
a • = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
R IC.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
0
ID
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS o so'
T
C P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS SCALE FEET
3 1'- 50'
z
O
A metes and bounds description of DUNAWAY
Ile even date accompanies this drawing. 550 Bailey Avenue•suite 400•Fort worth,Texas 76107
m Tel:817.335.1121 PAGE 8 OF 12
G DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHI BI T "B"
PA RCEL 3
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of
Fort Worth, Tarrant County, Texas and being a part of that certain tract of land described by deed to Fort Worth
Independent School District (herein referred to as FWISD), recorded in Volume 1348, Page 232, Deed Records,
Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as follows:
COMMENCING at a found 5/8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
Zandt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerk's
CD Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
Lancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner of
said Lot 1R bears, North 89'46'38" West, a distance of 400.00 feet;
E
Ln
2 South 00'13'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
feet to a point, on the south right—of—way line of said W. Lancaster Avenue, and on the north line of said
m FWISD tract from which the common north corner of said FWISD tract and a tract of land described by deed to
FWISD recorded in Volume 1338, Page 601, Deed Records, Tarrant County, Texas, bears North 89'46'38" West, a
distance of 117.00 feet,
South 89'46'38" East, with the north line of said FWISD tract, a distance of 90.40 feet to a set 5/8—inch
capped iron rod stamped `UUNAWAY ASSOC. LP" at the northwest corner of a 60 feet wide right—of—way
E easement to the City of Fort Worth described in County Clerk's Document No. D216297960, Deed Records,
o Tarrant County, Texas;
w
o South 45'18'19" East, departing said north line with the west line of said 60 feet wide right—of—way easement, a
o distance of 14.27 feet to a set 5/8—inch capped iron rod stamped 'UUNAWAY ASSOC. LP":
South 00'50'00" East, continuing with said west line, a distance of 58.45 feet to the POINT OF BEGINNING of the
herein described tract;
THENCE South 00'50'00" East, continuing with said west line, a distance of 29.99 feet to a point for corner:
a
0
z THENCE North 89'46'38" West, departing said west line, a distance of 50.01 feet to a point for corner;
THENCE North 00'50'00" West, a distance of 29.99 feet to a point for corner;
THENCE South 89'46'38" East, a distance of 50.01 feet the POINT OF BEGINNING and containing 1,500 square feet
or 0.034 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
$ 4202, based upon GPS measurements, according to the GPS Reference Network.
0 A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 9 OF 12
a
R EXHIBIT"B"
Stephen R.Gklsup
m Registered Professional Land Surveyor
Texas Registration No. 5570 PARCEL 3
srg@dunaway-assoc.com PERMANENT DRAINAGE FACILITY
r June 2,2017 EASEMENT
A PARTTHE JM.C. LYNCH
DU
NAWAY
SURVEY,,ABSTRACTACT NUMBER 955
2 550 Bailey Avenue•Suite 400 • Fort Worth,Texas 76107
Tel:817.335.1121
o FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
G
O
a
EXHIBI T "A "
PARCEL 4
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZANDT°S PARK ADDITION
VAN ZANDT°S PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D211285191 P.R.T.C.T.
BL SCK 1 D.R.T.C.T. BLOICK 1
12 11 10 12 11 20 19 18 17 16 15 14 13 12 11
LOT 1R, BLOCK 18
v
E
C W.LANCASTER AVENUE
2 (W Non+alert-W-WAY)
o`
� I I
ED--PARCEL 4
1,498 SQUARE FEET /
I�I 0.034 ACRES
E I 1 CITE` OF FORT WORTH UjW
60' RIGHT-OF-WAY EASEMENT
m I I D RDTNO. D216297960 I v
> '
o ' 101
c FORT WORTH INDEPENDENT SCHOOL FORT WORTH INDEPENDENT SCHOOL
DISTRICT / DISTRICT
VOLUME 1338, PAGE 601I I I VOLUME 1348, PAGE 232
D.R.T.C.T.
I � I
� I /
a
W
� oC'o go
i �ps` es�
a /
s
m
CITY OF FORT WORTH
> VOLUME 9725. PAGE 1833
v i D.R.T.C.T.
12 0 200'
z
O SCALE FEET
D DUNAWAY
C
A metes and bounds description of
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335,1121 PAGE 10 OF 12
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBIT "A "
PARCEL 4
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. L YNCH SURVEY, ABSTRACT NUMBER 955
� 19
�
3 LOT 1R BLOCK 18 a�
0
1 VAN ZANDTS PARK 18
a' ADDITION VAN ZANDTS PARK ADDITION W
Q C.C.D. NO. D21 1 2 851 91 V. 20 1,, P. 81 LU x a _F
Q D.R.T.C.T. P.R. .C.T. a
4 tno�
° � I I I I m
W 0.
LU
I I LOT 12 LOT 11
CC I Or o� I a
O b LOT 20
Z FOUND X-CUT ON
W CONCRETE CURB
N89'46'38"W POINT OF
m 400.00' of COMMENCING
IL poi I FOUND 5/8YCIR
o I (UNREADABLE)
3-1
NI W. LANCASTER STREET
M I (90' WIDTH RIGHT-OF-WAY)
E OI
o NI
m
o I
S89*46'38"E 170.41'
w S44'41'41"W
14.01'
� W
i
. O IA
`a low
G Lp Co
m FORT WORTH INDEPENDENT I 0'n
SCHOOL ICT
VOLUME 1348, PAGE 232 POINT OF N
D.R.T.C.T. I BEGINNING I S8 50.038"E,
b 3 w
o0) m0!�
3 R ON MN
} C3 0 0
cy
� gyy ' �� z N89'46'38"W N
(10
G,y �0. z d 49.91'
�0:�o I a 5 PARCEL 4
10 P I 1,498 SQUARE FEET0.034 /
cJ
G I
a
v
• = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
R C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS ° so'
a
$ P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS SCALE FEET
�
z
iA �r
5 A metes and bounds description of
D UNAWAY
Ile even date occompanles this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
m Tel:817.335.1121 PAGE 11 OF 12
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB N0. 6000319.005
0
EXHIBI T "B"
PARCEL 4
PERMANENT DRAINAGE FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of
Fort Worth, Tarrant County, Texas and being a part of that certain tract of land described by deed to Fort Worth
Independent School District (herein referred to as FWISD), recorded in Volume 1348, Page 232, Deed Records,
Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as follows:
COMMENCING at a found 5/8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
Zandt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerk's
Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
Lancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner of
said Lot 1R bears, North 89'46'38" West, a distance of 400.00 feet;
E
w
S South 00'13'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
feet to a point, on the south right—of—way line of sold W. Lancaster Avenue, and on the north line of said
FWISD tract;
a
$ South 89'46'38" East, with the north line of said FWISD tract, a distance of 170.41 feet to a set 5/8—inch
capped iron rod stamped "RUNAWAY ASSOC. LP" at the northeast comer of a 60 feet wide right—of—way
easement to the City of Fort Worth described in County Clerk's Document No. D216297960, Deed Records,
Tarrant County, Texas;
E
o South 44'41'41" West, departing said north line with the east line of said 60 feet wide right—of—way easement, a
distance of 14.01 feet to a set 5/8—inch capped iron rod stamped '1JUNAWAY ASSOC. LP";
o South 00'50'00" East, continuing with said east line, a distance of 58.45 feet to the POINT OF BEGINNING of the
% herein described tract;
a
0
THENCE South 89'46'38" East, departing said east line, a distance of 50.01 feet to a point for corner;
THENCE South 00'38'19" East, a distance of 29.99 feet to a point for corner;
0
z THENCE North 89'46'38" West, a distance of 49.91 feet to a point for corner on the east line of said 60 feet
wide right—of—way easement;
a
THENCE North 00'50'00" West, with said east line, a distance of 29.99 feet the POINT OF BEGINNING and
containing 1,498 square feet or 0.034 acres of land.
0 NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
4202, based upon GPS measurements, according to the GPS Reference Network.
2
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
LL
DUNAWAY JOB NO. B000319.005 PAGE 12 OF 12
a
R Stephen R.Glosup EXHIBIT u Bn
m Registered Professional Land Surveyor
Texas Registration No.5570 PARCEL 4
srg@dunaway-assoc.com PERMANENT DRAINAGE FACILITY
June 2,2017 EASEMENT
° 'WA PART OF THE JOSIAH M.C. LYNCH
Dlll1��,�►r�r
C Y
SURVEY,ABSTRACT NUMBER 955
u 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107
a Tel:817.335.1121
o FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
K
O
d
EXHIBI T "A "
PARCEL 1
PERMANENT PEDESTRIAN ACCESS EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZANDTS PARK ADDITION
VAN ZANDTS PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D211285191 P.R.T.C.T.
BLC CK 1 D.R.T.C.T. BLOICK 1
12 11 10 12 11 20 19 18 17 16 15 14 13 12 11
LOT 1R, BLOCK 18
W.LANCASTER AVENUE
E (w'none ROM-OF—WAY)
U
m — — — — — — --�— — —
<
� I I
m I I I
1 ,_____
, CITY OF T WORTH
0- RIGHT-OF-WAY EASEMENT
D RDTNO. D216297960
01
E I I I L.L
w° FORT WORTH INDEPENDENT SCHOOL I FORT WORTH INDEPENDENT SCHOOL
DISTRICT I I DISTRICT
o VOLUME 1338, PAGE 601 I I I VOLUME D R4T8C TAGE 232
o D.R.T.C.T.
� I I
� I
g I I
o w I I
p
PARCEL 1 /
/I
0 136 SQUARE FEET
0.003 ACRES /
/ CITY OF FORT WORTH
VOLUME 9725, PAGE 1833
R i D.R.T.C.T.
o
7
O
C
0 200'
z
O
CD SCALE
'ALE � DUNAWAY
,C F.
A metes and bounds description of
u even date accompanies this drawing. 550 Bailey Avenue•suite 400 •Fort Worth,Texas 76107
m Tel:817.335.1121 PAGE 1 OF 6
G DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBI T "A "
PARCEL 1
PERMANENT PEDESTRIAN ACCESS EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
Lu I LOT 1R BLOCK 18 BLOCK 18 • = MAG NAIL WITH SHINER STAMPED
< VAN ZANDT'S PARK I VAN ZANDT'S
CC ; ADDITION POINT OF PARK ADDITION "DUNAWAY ASSOC. LP" SET UNLESS
MIS I C.C.D. NO. D211285191 V. 204, P. 81 OTHERWISE NOTED
I D.R.T.C.T. COM P,R.T.C.T. 9 = 5
� � FOUNNDD 5/8Y IR/SYCIR /8" CAPPED IRON ROD STAMPED
O FOUND X-CUT ON (UNREADABLE) LOT 12 "DUNAWAY ASSOC. LP" SET UNLESS
O CONCRETE CURB OTHERWISE NOTED
N89'46'38"W " c C.C.D. NO. = COUNTY CLERK'S DOCUMENT
0'0 400.00 o I NUMBER
Z S of
D.R.T.C.T. = DEED RECORDS, TARRANT
31 COUNTY, TEXAS
a NI P.R.T.C.T. = PLAT RECORDS, TARRANT
W. LANCASTER STREET r I COUNTY, TEXAS
(90' WIDTH RIGHT-OF-WAY) o
NI
g" I
a I
N89'46'38"W 117.00'
w W w N
m WUMM 537 n
o nV)a. o 0) 504 ►-gym~
~ 0 9g5 3 a~
F-
g:2 o FORT WORTH INDEPENDENT
I SCHOOL DISTRICT ,t� ,.E. I1=�
3 ox� Z VOLUME 1348, PAGE 232 ?�' �
~N D I> D.R.T.C.T. �050.T'
R a IE
< Q
G
Z
C. N89'46'38"W Line Table
10.48' Line
3 43 Number Bearing Distance
PARCEL 1 \ Ll N3732'05'E 9.28'
l4 \ 136 SQUARE FEET / \
o3r�to^�• 003 ACRES \ L2 N7732'05"E 14.14'
oory� L3 S5728'56'E 9.31'
/ POINT OF
BEGINNING \ L4 S7734'31'W 27.29'
a 140 FORT WORTH INDEPENDENT
a SCHOOL DISTRICT
VOLUME 1348, PAGE 232
D.R.T.C.T.
v �
v /
a
R i
s
i
C
0 50'
CITY OF FORT WORTH i
VOLUME 9725, PAGE 1833
D.R.T.C.T. SCALE FEET
1.-
50'
z
O
s A metes and bounds description of r DUNAWAY
d
Y even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107
m Tel:817.335.1121 PAGE 2 OF 6
G DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
0
a
EXHIBI T "B"
PARCEL 1
PERMANENT PEDESTRIAN ACCESS EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of
Fort Worth, Tarrant County, Texas and being a part of that certain tract of land described by deed to Fort Worth
Independent School District (herein referred to as FWISD), recorded in Volume 1348, Page 232, Deed Records,
Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as follows:
COMMENCING at a found 5f8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
Zandt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerk's
Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
ELancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner of
t2 said Lot 1R bears, North 89'46'38" West, a distance of 400.00 feet;
u
South 00'13'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
IL feet to a point, on the south right—of—way line of said W. Lancaster Avenue, and on the north line of said FWISD
9 tract;
a
North 89'46'38" West, with the north line of said FWISD tract, a distance of 117.00 feet to the north common
M corner of said FWISD tract, and a tract of land described by deed to FWISD recorded in Volume 1338, Page 601,
Deed Records, Tarrant County, Texas;
E South 00'13'22" West, with the common line of said FWISD tracts, a distance of 935.15 feet to a point;
E
m North 89'46'38" West, departing said common line, a distance of 10.48 feet to a point in the south line of a 60
o feet wide right—of—way easement to the City of Fort Worth described in County Clerk's Document No.
e D216297960, Deed Records, Tarrant County, Texas, said point also being the POINT OF BEGINNING of the herein
described tract;
m
THENCE continuing with the south line of said 60 feet wide right—of—way easement the following courses and
distances:
North 32'32'05" East, a distance of 9.28 feet to a set mag nail with shiner stamped 'IDUNAWAY ASSOC. LP"
T
North 77'32'05" East, a distance of 14.14 feet to a set mag nail with shiner stamped '1)UNAWAY ASSOC.
% LP"
a
South 57'28'56" East, a distance of 9.31 feet to a point for corner;
THENCE South 77'34'31" West, departing the south line of said 60 feet wide right—of—way easement, a distance of
27.29 feet to the POINT OF BEGINNING and containing 136 square feet or 0.003 acres of land.
u
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
0 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
w The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
a
DUNAWAY JOB NO. 8000319.005 PAGE 3 OF 6
o
v
Stephen R.Glosup EXHIBIT"B"
Registered Professional Land Surveyor
Texas Registration No.5570 PARCEL 1
srgOdunaway-assoc.com PERMANENT PEDESTRIAN ACCESS
June 2,2017 1 EASEMENT
A PART OF THE JOSIAH M.C. LYNCH
DUNAWAYSURVEY,ABSTRACT NUMBER 955
Y 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:617.335.1121
o FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
K
O
a
EXHIBIT "A "
PARCEL 2
PERMANENT PEDESTRIAN ACCESS EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZAND rS PARK ADDITION
VAN ZAND rS PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D21 1 28 51 91 P.R.T.C.T.
BL SCK 1 D.R.T.C.T. BLOICK 1
12 11 10 12 11 20 19 18 17 16 15 14 13 12 11
LOT 1R, BLOCK 18
3
W.LANCASTER AVENUE
E (W=7H wart-of-WAY)
igW
Q
S I y--!-�---CITY OF FORT WORTH W
RIGHT-OF-WAY
NO. D2 6297 60 EASEMENT I N
CCD
D.R.T.C.T.
c ILL
OR
r r
w FORT WORTH INDEPENDENT SCHOOL r FORT WORTH INDEPENDENT SCHOOL
DISTRICT r r QISTRICT
o VOLUME 1338, PAGE 601 I r VOLUME 13 TC T.GE 232
D.R.T.C.T. r
� r r
r
r r
W
rr r
r
PARCEL 2
1 351 SQUARE FEET /
2 0.008 ACRES
0 �)
CITY OF FORT WORTH
VOLUME 9725, PAGE 1833
R i D.R.T.C.T.
o
c
0 200'
s=
z
0 SCALE FEET
200 DUNAWAY
A metes and bounds description of
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
m Tel:817.335.1121 PAGE 4 OF 6
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBIT "A "
PARCEL 2
PERMANENT PEDESTRIAN ACCESS EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
LU 5-� LOT 1R BLOCK 18 BLOCK 18 = MAG NAIL WITH SHINER STAMPED
3 I VAN ZANDT•S PARK I VAN ZANDT'S "DUNAWAY ASSOC. LP" SET UNLESS
cr_ I NO.
POINT OF PARK ADDITION
c I C.C.D. N0. D21 1 2 851 91 v 204. P. a1 OTHERWISE NOTED
D.R.T.C.T. COMMENCING P,R.T.C.T. _ 5/8" CAPPED IRON ROD STAMPED
O ~ FOUND 5/BYCIR
O FOUND X-CUT ON (UNREADABLE) LOT 12 "DUNAWAY ASSOC. LP" SET UNLESS
O CONCRETE CURB OTHERWISE NOTED
N89'46'38"W C.C.D. NO. = COUNTY CLERK'S DOCUMENT
D
Ob 400.00' o f NUMBER
Z� 61
°'I D.R.T.C.T. = DEED RECORDS, TARRANT
31 COUNTY, TEXAS
N1 P.R.T.C.T. = PLAT RECORDS, TARRANT
W. LANCASTER STREET M1 COUNTY, TEXAS
€ (90' WIDTH RIGHT-OF-WAY) 0I
a 0 1
g" I
w
3 N89*46'38"W 117.00'
' b
E Z N d
W � N •- Vv ��
0 0 -
w�a�
o ao CO 56 I r,o
2 zo ~ 4�' X09 o� I
z FORT WORTH INDEPENDENT
0-6 I SCHOOL DISTRICT �A �" I I z
M i VOLUME 1348, PAGE 232 8
r � 7 D.R.T.C.T. a&t)
m
0
/ Line Table
/ Line Bearing Distance
0 50' FORT WORTH INDEPENDENT
Number
» SCHOOL DISTRICT L1 N3732'05'E 18.33'
N89*46 38 W VOLUME 130. PAGE 232
SCALE FEET I 52.86' D.R.T.C.T. L2 S1726'29'E 40.04'
1 ( L3 N5727'55 W 18.30'
/ C L4 N1727.55-W 14.14'
/ POINT OCEL 2F
BEGINNING 351 SQUARE FEET
LL `� 0.008 ACRES
9 ~ �0
Q / A, O^ I
Ory'- f \ \
oa�',,'2p0
rj
F-
0 o ( r \
cW
A metes and bounds description of
'DUTAy
o
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107 PAGE 5 OF 6
m Tel:817.335.1121
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
J
d
EXHIBI T "B"
PARCEL 2
PERMA NEN T PEDES TRIA N A CCESS EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of
Fort Worth, Tarrant County, Texas and being a part of that certain tract of land described by deed to Fort Worth
Independent School District (herein referred to as FWISD), recorded in Volume 1348, Page 232, Deed Records,
Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as follows:
COMMENCING at a found 5/8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
Zandt's Park Addition, on addition to the City of Fort Worth according to the plat recorded in County Clerk's
N Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
ELancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner of
said Lot 1R bears, North 89'46'38" West, a distance of 400.00 feet;
U
South 00'13'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
feet to a point, on the south right—of—way line of said W. Lancaster Avenue, and on the north line of said FWISD
tract;
a
8 North 89'46'38" West, with the north line of said FWISD tract, a distance of 117.00 feet to the north common
corner of said FWISD tract, and a tract of land described by deed to FWISD recorded in Volume 1338, Page 601,
Deed Records, Tarrant County, Texas;
E South 00'13'22" West, with the common line of said FWISD tracts, a distance of 886.14 feet to a point;
m
W North 89'46'38" West, departing said common line, a distance of 52.86 feet to a set mag nail with shiner
stamped `UUNAWAY ASSOC. LP" for corner in the east line of a 60 feet wide right—of—way easement to the City
is
a of Fort Worth described in County Clerk's Document No. D216297960, Deed Records, Tarrant County, Texas, said
7 point also being the POINT OF BEGINNING of the herein described tract;
0
8 THENCE North 32'32'05" East, with the east line of said 60 feet wide right—of—way easement, a distance of 18.33
feet to a point for corner;
THENCE South 12'26'29" East, departing said east line, a distance of 40.04 feet to a point for corner on the east
line of said 60 feet wide right—of—way easement;
THENCE North 57'27'55" West, with said east line, a distance of 18.30 feet to a set mag nail with shiner stamped
"UUNAWAY ASSOC. LP";
THENCE North 12'27'55" West, continuing with said east line, a distance of 14.14 feet to the POINT OF BEGINNING
and containing 351 square feet or 0.008 acres of land.
0
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
4202, based upon GPS measurements, according to the GPS Reference Network.
° A drawing of even date accompanies this metes and bounds description.
w The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 6 OF 6
0
a
RStephen R.Glosup EXHIBIT B
Registered Professional Land Surveyor PARCEL 2
Texas Registration No.5570
o srg@dunaway-assoc.com PERMANENT PEDESTRIAN ACCESS
r
June 2,2017 EASEMENT
° A PART OF THE JOSIAH M.C. LYNCH
° '*4 D UNA''1A'
SURVEY,ABSTRACT NUMBER 955
C
u 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121
o FIRM REGISTRATION 10098100 Ctty of Fort Worth, Tarrant County, Texas.
K
O
a
01
EXHIBIT "A "
PARCEL 1
PERMANENT WATER FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZANDT'S PARK ADDITION
VAN ZANDT'S PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D211285191 P.R.T.C.T.
BLC CK 1 D.R.T.C.T. BLOICK 1
a
12 11
12 11 10 20 19 18 17 16 15 14 13 12 `1
LOT 1R, BLOCK 18
E
m W.LANCASTER AVENUE
3 (W WIDTH RMT-CF-WAY)
a —T
g I
r I
PARCEL 1
2,250 SQUARE FEET /
0.051 ACRES I F---+-----CITY OF FORT WORTH W
60RIGHT-OF-WAY EASEMENT
a I D RDT.C.T.D216297960 I v
I I IOR
o I ILLb
c FORT WORTH INDEPENDENT SCHOOL I FORT WORTH INDEPENDENT SCHOOL S
DISTRICT I I DISTRICT
o
VOLUMED13
8, PAGE 601 I T. I I VOLUME D R4T8,PAGE 232
s I I
I l
I
a I
I
Sy�oo
I W I/
a
a
a
o �
m /
=
CITY OF FORT WORTH
VOLUME 9725, PAGE 1833
o i D.R.T.C.T.
0 200'
z
SCALE FEST ,
A metes and bounds description of
:1
DUNAWAV
u even date accompanies this drawing. 550 Bailey Avenue•suite 400•Fort worth,Texas 76107
m
Tel:817.335.1121 PAGE 1 OF 6
k DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBIT "A "
PARCEL 1
PERMANENT WATER FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
i I I I I
0
F
3 LOT 1R BLOCK 18 <�
VAN ZANDT'S PARK BLO X 18 ; mid
ADDITION VAN ZANDT"S PARK ADDITION W
C.C.D. NO. D211285191 V. 20 , P. 81 W �a a 6
D n D.R .T.C.T. P.R. .C.T. O(no d is 41 _j
I I I
re c!1 m o a
0 I Z>
LOT 12 LOT 11 W & N
CC
POINT OF I I I I Z
G o COMMENCING u LOT 20
E Z FOUND CUT ON FOUND 5/8YCIR
6
CONCRETE
CURB L L
m _ _ A (UNREADABLE)
3: N89'46'38"W --
400.00' o I
I
s". 0)I
31 W. LANCASTER STREET
N I (90' WIDTH RIGHT—OF—WAY)
E OI
w (I
� I
S89'46'38"E_90_40'
m N89'46'38`W 117.00' S45'18*19"E" S00-a0'00"E
g 14.27' 13.44'
3 S89'46'38'E ,,� POINT OF
T z `ao. 50.01' o BEGINNING
Z o 0 o
L" ian Lr) ori
'Z' I C o o
z o a rJ FORT WORTH INDEPENDENT Z N o
SCHOOL DISTRICT
�p M z VOLUME 1348, PAGE 232 N89'46'38"W n
=W o D.R.T.C.T. PARCEL 1 50.01'
2,250 SQUARE FEET
�"' 0.051 ACRES 4
G� 0Ovid
Q 66
J
a
• = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
R C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
P
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS o 50'
T
EET
P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS s; 50'
s�
O
21111111,m ",o
s A metes and bounds description of A4 D U N AWA
Y
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107
m Tel:817.335.1121 PAGE 2 OF 6
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
0
a
EXHIBI T "B"
PARCEL 7
PERMA NEN T WA TER FA CILI TY EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY,, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of
Fort Worth, Tarrant County, Texas and being a part of that certain tract of land described by deed to Fort Worth
Independent School District (herein referred to as FWISD), recorded in Volume 1348, Page 232, Deed Records,
Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as follows:
COMMENCING at a found 5f8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
Zandt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerk's
Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
Lancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner of
E said Lot 1R bears, North 89'46'38" West, a distance of 400.00 feet;
o South 00'13'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
3 feet to a point, on the south right—of—way line of said W. Lancaster Avenue, and on the north line of said
E FWISD tract from which the common north corner of said FWISD tract and a tract of land described by deed to
FWISD recorded in Volume 1338, Page 601, Deed Records, Tarrant County, Texas, bears North 89'46'38" West, a
distance of 117.00 feet,
South 89'46'38" East, with the north line of said FWISD tract, a distance of 90.40 feet to a set 5f8—inch
capped iron rod stamped `UUNAWAY ASSOC. LP" at the northwest corner of a 60 feet wide right—of—way
E easement to the City of Fort Worth described in County Clerk's Document No. D216297960, Deed Records,
"o Tarrant County, Texas;
w
South 45'18'19" East, departing said north line with the west line of said 60 feet wide right—of—way easement, a
o distance of 14.27 feet to a set 5j8—inch capped iron rod stamped 'UUNAWAY ASSOC. LP';
South 00'50'00" East, continuing with said west line, a distance of 13.44 feet to the POINT OF BEGINNING of the
herein described tract;
THENCE South 00'50'00" East, continuing with said west line, a distance of 45.01 feet to a point for corner:
0
Z THENCE North 89'46'38" West, departing said west line, a distance of 50.01 feet to a point for corner:
N
THENCE North 00'50'00" West, a distance of 45.01 feet to a point for corner;
THENCE South 89'46'38" East, a distance of 50.01 feet the POINT OF BEGINNING and containing 2,250 square feet
or 0.051 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 3 OF 6
a
R EXHIBIT"B"
Stephen R.Glosup
m Registered Professional Land Surveyor
Texas Registration No. 5570 PARCEL 1
i; srg@dunaway-assoc.com PERMANENT WATER FACILITY
r .lune 2,2017 EASEMENT
0 ' A PART OF THE JOSIAH M.C. LYNCH
DUNAWAYSURVEY,ABSTRACT NUMBER 955
3 550 Bailey Avenue•Suite 400 •Fort Worth,Texas 76107
} Tel:817.335.1121
o FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
G
O
a
EXHIBIT "A "
PARCEL 2
PERMANENT WATER FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZANDTS PARK ADDITION
VAN ZANDTS PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D211285191 P.R.T.C.T.
BL SCK 1 D.R.T.C.T. J715
ICK 1
0) 12 11 10 12 11 20 19 18 15 14 13 12 11
ALOT 1R, BLOCK 18
E
v W.LANCASTER AVENUE
3 (W WDni iaarr-aF WA»
$ I
PARCEL 2
2 250 SQUARE FEET /
I I 0.051 ACRES
E I —i--CITY OF FORT WORTH UjW
2 60' RIGHT-OF-WAY EASEMENT
D RDT.C.T.D216297960
ORLL
a I I $
F FORT WORTH INDEPDISTRENDENT SCHOOL / FORT WORTH DISTRiCNDENT SCHOOL
5 VOLUME 1338, PAGE 601 I r VOLUME 1348, PAGE 232
D.R.T.C.T. D.R.T.C.T.
8
< I f
� r
W t
n I I ��•
/ / 0�` ,
Vy
o /
/
LL
R / IN,
0
0
r // CITY OF FORT WORTH
r VOLUME 9725, PAGE 1833
a i D.R.T.C.T.
0 200'
z
0 SCALE FEET
200' DUNAWA
S A metes and bounds description of
Y even date accompanies this drawing. 550 Bailey Avenue•suite 400•Fort worth,Texas 76107
' Tel:817.335.1121 PAGE 4 OF 6
m
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
J
a
EXHIBIT "A "
PARCEL 2
PERMA NEN T WA TER FA CILI TY EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
i I I
Z
F 19
�
< LOT 1R BLOCK 18 a
VAN ZANDT S PARK BLOX 18 rn Y o F
ADDITION VAN ZANDT'S PARK ADDITION
C.C.D. NO. D211285191 V. 2 , P. 81 U.1
Y as a
P.R. .C.T. aC
0 D.R.T.C.T. 1 I��Nd
( m d
0 U.1 IRE
N z>
c I I LOT 12 I LOT 11 1 1 N
a
NO c I u ## T 20
4iZ .. CONCRETEURBN — — L t
3 N89'46'38"W POINT OF
400.00' of COMMENCING
00)I FUND 5/8YCIR
25 I (UNREADABLE)
31
NI W. LANCASTER STREET
M I (90' WIDTH RIGHT-OF-WAY)
o
I
w NI
I
I
e — _ S89'46'38"E 170.41'
— — — —
o S44'41'41"W
14.01'
S_89—"46'3-8
"E
S00'50'00"E 50.01'
13.4
POINT O
o
o FORT WORTH INDEPENDENT BEGINNING o o
SCHOOL DISTRICT O O
a VOLUME 1348, PAGE 232 1It
D.R.T.C.T. 6 Z N
F o
1 � N89'46'38"W
50.01'
o PARCEL 2
50¢ des ( 2,250 SQUARE FEET /
C U g5y 8 1 0.051 ACRES
0
Q 104��' I `�
W I I
a
v
• = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
0
C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
0 50'
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS SCALE FEET
50
.0 Z
N AWAY
A metes and bounds description of
DU
2 even date accompanies this draWin9- 550 Bailey Avenue•Suite 400" Fort Worth,Texas 76107
m Tel:817.335.1121 PAGE 5 OF 6
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBI T "B"
PARCEL 2
PERMANENT WATER FACILITY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of
Fort Worth, Tarrant County, Texas and being a part of that certain tract of land described by deed to Fort Worth
Independent School District (herein referred to as FWISD), recorded in Volume 1348, Page 232, Deed Records,
Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as follows:
COMMENCING at a found 5/8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
Zandt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerk's
Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
04 04 Lancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner of
said Lot 1R bears, North 89'46'38" West, a distance of 400.00 feet;
m
o South 00`13'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
3 feet to a point, on the south right—of—way line of said W. Lancaster Avenue, and on the north line of said
m FWISD tract;
a
South 89'46'38" East, with the north line of said FWISD tract, a distance of 170.41 feet to a set 5/8—inch
capped iron rod stamped 'UUNAWAY ASSOC. LP" at the northeast corner of a 60 feet wide right—of—way
easement to the City of Fort Worth described in County Clerk's Document No. D216297960, Deed Records,
Tarrant County, Texas;
E
South 44'41'41" West, departing said north line with the east line of said 60 feet wide right—of—way easement, a
distance of 14.01 feet to a set 5/8—inch capped iron rod stamped UUNAWAY ASSOC. LP";
-o South 00'50'00" East, continuing with said east line, a distance of 13.44 feet to the POINT OF BEGINNING of the
,
C
herein described tract;
3 THENCE South 89'46'38" East, departing said east line, a distance of 50.01 feet to a point for corner;
0
THENCE South 00'50'00" East, a distance of 45.01 feet to a point for corner;
0
z THENCE North 89'46'38" West, a distance of 50.01 feet to a point for corner on the east line of said 60 feet
N wide right—of—way easement;
Q
THENCE North 00'50'00" West, with said east line, a distance of 45.01 feet the POINT OF BEGINNING and containing
2,250 square feet or 0.051 acres of land.
C
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
4202, based upon GPS measurements, according to the GPS Reference Network.
2
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 6 OF 6
a
R EXHIBIT"B"
Sbephen R.Glosup
m Registered Professional Land Surveyor
Texas Registration No.5570 PARCEL 2
i; srg@dunaway-assoc.com PERMANENT WATER FACILITY
10
June 2,2017 EASEMENT
F_
- A PART OF THE JOSIAH M.C. LYNCH
CD
D uNAWAy
SURVEY,ABSTRACT NUMBER 955
12 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
a Tel:817.335.1121
o FIRM REGISTRATION 10098100
city
of Fort Worth, Tarrant County, Texas.
G
O
d
EXHIBIT "A "
PARCEL 1
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZANDT'S PARK ADDITION
VAN ZANDT'S PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D21 1 2 851 91 P.R.T.C.T.
BL SCK 1 D.R.T.C.T. CK 1
12 11 10 12 11 20 19 i7L'1'6 15 14 13 12 11
LOT 1R, BLOCK 18
E
w W.LANCASTER AVENUE
C (W Mom RMT-aF Wil)
0
U
E
41
� I
$ PARCEL 1
5,989 SQUARE FEET /
0.137 ACRES
N I
C I CITY OF FORT WORTH W
E I 60' RIGHT-OF-WAY EASEMENT
2 I CCD NO. D216297960
I D.R.T.C.T. v€
LL
OR
11 FORT WORTH INDEPENDENT SCHOOL I I FORT WORTH INDEPENDENT SCHOOL
c DISTRICT VOLUME I I DISTR
1348IC
o VOLUME 1338, PAGE 601 I / p.R.T., AGE 232
CPAGE
D.R.T.C.T. I
I I I
0
I I
2La
I I
a
I
I Iga0
os
Cq
CITY OF FORT WORTH
c /
� VOLUME 9725, PAGE 1833
i D.R.T.C.T.
D0 200'
LL
Z
o, STALE FEET
200'
A metes and bounds description of
WF#MWAY
u even date accompanies this drawing. 550 Bailey Avenue•suite 400•Fort Worth,Texas 76107 PAGE 1 OF 27
m Tel:817.335.1121
G DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 6000319.005
0
J
a
EXHIBIT "A "
PARCEL 1
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
i I I
0
F
LU i LOT 1R BLOCK 18
VAN ZANDT S PARK F-
06 ; ro
ADDITION VAN ZANDT'S m ARK ADDITION I a
C.C.D. NO. D211285191 V. 204, P. 81 LU x a
0 41 D.R.T.C.T. IY
o & I I I I NJ C4
0 IM
cLOT 12 W N
I= I POINT OF I I I oI=c o I Q
O c COMMENCING LOT 20
FOUNDCUT ON — FOUND 5/8YCiR — I — V
C
E jJ/ CONCRNCR ETETE CURB
(UNREADABLE) L
u N89 '46'38"W lu - N69'46'38"W
o. 375.40 $ 24.60'
�I
g 31 W. LANCASTER STREET
N I (90' WIDTH RIGHT-OF-WAY)
r
o�
POINT OF N
BEGINNING I " N32'24'57"E "
S89'46 38 E 22.39' S89'46 38 E
89.22 8.05
N89'46'38"W 92.40' S3224'57"W S45'18'19"E —
D
12.95' 14.27'
2 3 S57'35'03"E S00'50'00'E
o in 15.00' w N89'46'38"W 13.44'
< J � o 50.01'
r a O
w 0 0
it o to Z LOUi
WL I� g I b
zcz a~ FORT WORTH INDEPENDENT I g
EO,: SCHOOL DISTRICT
iE0-j"
f^OE VOLUME 1348, PAGE 232 N89'46 38 W m n
=W o D.R.T.C.T. 74.99 I-'C
3av
�' PARCEL 1—/
I ~
s ' 5,989 SQUARE FEET / C'0 'I z
e 0.137 ACRES G
Cl
W
I I
(N • = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
a
ASSOC. LP" SET UNLESS OTHERWISE NOTED
R C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
Cq
0 D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS o 50'
o P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS SCALE FEET
1- 50
iEz
C ,
DUNAWAY/
m A metes and bounds description of
u even date accompanies this drawing. 550 Bailey Avenue-Suite 400-Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 2 OF 27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBI T "B"
PARCEL 1
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City
of Fort Worth, Tarrant County, Texas and being a part of that certain tract of land described by deed to Fort
Worth Independent School District (herein referred to as FWISD), recorded in Volume 1348, Page 232, Deed
Records, Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as
follows:
COMMENCING at a found 5/8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
® Zandt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerk's
Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
Lancaster Avenue (90 feet wide right—of—way);
w
o North 89'46'38" West, with the south line of said Lot 1R, and with said north right—of—way line, a distance of
U 24.60 feet to a point from which a found 'X' cut in concrete for the southwest corner of said Lot 1R bears,
E North 89'46'38" West, a distance of 375.40 feet;
R
South 00'13'22" West, departing the south line of said Lot 1R, and the north right—of—way line of said W.
Lancaster Avenue, a distance of 90.00 feet to a point, on the south right—of—way line of said W. Lancaster
Avenue, and on the north line of said FWISD tract from which the common north corner of said FWISD tract
and a tract of land described by deed to FWISD recorded in Volume 1338, Page 601, Deed Records, Tarrant
E County, Texas, bears North 8946'38" West, a distance of 92.40 feet, said point being the POINT OF
o BEGINNING of the herein described tract;
w
o THENCE South 89'46'38" East, with the north line of said FWISD tract, a distance of 89.22 feet to a point for
e corner;
THENCE South 3224'57" West, departing said north line, a distance of 12.95 feet to a point for corner;
THENCE South 57'35'03" East, a distance of 15.00 feet to a point for corner;
8
o THENCE North 32'24'57" East, a distance of 22.39 feet to a point on the north line of said FWISD tract;
THENCE South 89'46'38" East, with said north line, a distance of 8.05 feet to a set 5/8—inch capped iron rod
stamped `UUNAWAY ASSOC. LP" at the northwest corner of a 60 feet wide right—of—way easement to the City
of Fort Worth described in County Clerk's Document No. D216297960, Deed Records, Tarrant County, Texas;
THENCE South 45'18'19" East, departing said north line, with the west line of said 60 feet wide right—of—way
easement, a distance of 14.27 feet to a set 5/8—inch capped iron rod stamped `UUNAWAY ASSOC. LP';
g THENCE South 00'50'00" East, continuing with said west line, a distance of 13.44 feet to a point for corner;
THENCE North 89'46'38" West, departing said west line, a distance of 50.01 feet to a point for corner;
a CONTINUED
w
a
N
a
R
Cq
0
C
iE
z ��
•g A drawing of even date accompanies
241111110
CD '%Pz
DUhMWA
2 this metes and bounds description. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
m Tel:817.335.1121 PAGE 3 OF 27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
o
a
EXHIBI T "B"
PARCEL 1
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
THENCE South 00'50'00" East, a distance of 45.01 feet to a point for corner;
THENCE North 89'4638" West, a distance of 74.99 feet to a point for corner;
THENCE North 00'5000" West, a distance of 68.45 feet to the POINT OF BEGINNING and containing 5,989 square
feet or 0.137 acres of land.
w
0
U
C,
0
o:
i
c
E
m
0
w
i
i
gv,
6
Q
r
Z
N
A
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
C 4202, based upon GPS measurements, according to the GPS Reference Network.
F
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
w
J
DUNAWAY JOB NO. B000319.005 PAGE 4 OF 27
N
c0
r
EXHIBIT"B"
R Stephen R.Glosup
Registered Professional Land Surveyor
sTexas Registration No.5570 PARCEL 1
srg@dunaway-assoc.com TEMPORARY CONSTRUCTION
June 2,2017 EASEMENT
A PART OF THE JOSIAH M.C. LYNCH
DUIVAVI/A�/
SURVEY,ABSTRACT NUMBER 955
u 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
} Tel:817.335.1 121
o FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
K
O
J
a
EXHIBIT "A "
PARCEL 2
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOS/AH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZANDTS PARK ADDITION
VAN ZANDTS PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D211285191 P.R.T.C.T.
BLOCK 1 D.R.T.C.T. BL CK1
12 11 10 12 11 20 19 18 17 16 15 14 13 12 11
LOT 1R, BLOCK 18
ni
E
w W.LANCASTER AVENUE
c (W NODI IMM-CF-WAY)
0
U
C,
— — — — — —
E
PARCEL 2
7,613 SQUARE FEET /
0.175 ACRES
m I --CITY OF FORT WORTH W
E J 60' RIGHT-OF-WAY EASEMENT
m CCD NO. D216297960 I t;
m + D.R.T.C.T. v
/ Ion
FORT WORTH INDEPENDENT SCHOOL / / FORT WORTH INDEPENDENT SCHOOL
c�a DISTRICT / I VOLUME 1348, AGE 232
$ VOLUME D.R.T.C.T.
PAGE 601 I / / D.R.T.C.T.
D.R.LGT.
Q / /
z / /
a
� o
ti4(kA 4°9y5
o /
a i
i
/ y
S / / CITY OF FORT WORTH
VOLUME 9725, PAGE 1833
i D.R.T.C.T.
0 200'
z
FEET
0) SCALE1� 200'
•`s A metes and bounds description of
RUNAWAY
°u' even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worm,Texas 76107
m Tel:817.335.1121 PAGE 5 OF 27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBIT "A "
PARCEL 2
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
I I I f I
LOT 19
W 5�-
IBLO* is
W I LOT 1R BLOCK 18 VAN ZANDTS PARK ADDITION ~ 3 BLOCK 1
VAN ZANDT'S PARK L1..1 I
I ADDITION V. 2 , P. 81 W VAN ZANDT'S PAR ADDITION
C> - C.C.D. NO. D211285191 P.R. .C.T. aC I V. 204, P. 31
0 I D.R.T.C.T. I I I W I P.R.T.C.T.
LOT 12 I LOT 11 I � c I
O c LOT 20
C4 FOUND CUT ON
�
CONCRETE
CURB
UN89'46'38`W POINT OF
0. 0
400.00 6COMMENCING
FOUND 5/SYCIR
31.1 (UNREADABLE)
NI W. LANCASTER STREET
N (90' WIDTH RIGHT—OF—WAY)
� i•s I
r
E 01 POINT OF
BEGINNING
S89'46'38"E
170.41' L1 S89'46'38"E 468.37'
N 44.41-41"E err
�-� N89'46'38"W
N00'50 3.44 I N8 \41
49.30'
a Line Table 50.01'
2 Line Bearing Distance I.-
Number I b PARCEL
a FORT WORTH INDEPENDENT
L1 S89'46'38'E 3.43' SCHOOL DISTRICT o 7,613 SQUARE FEET /
5 VOLUME 1348, PAGE 232 I i� 0.175 ACRES
L2 S3717'35'E 21.47' D.R.T.C.T. m
QQ N
M L3 N57'42'25"E 15.00' 3-t3
L4 N32'17'35 W 11.91' S�`L � c I FORT WORTH INDEPENDENT
SCHOOL DISTRICT
L5 SOO'13'22 W 15.00' o� 9y VOLUME 1348, PAGE 232
a is$ I D.R.T.C.T.
L6 SOO'5O'04'E 8.44' C.
CL
I
jE a
W
N • = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
a
R C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS o so'
i; P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS SCALE FEET
50'
z
`
•s A metes and bounds description of
DUNAWAY
°Y' even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 PAGE 6 OF 27
m Tel:817.335.1121
G DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBIT "A "
PARCEL 2
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
LOT 17 LOT 16 LOT 15 LOT 14 LOT 13 LOT 12 LOT 11
BLOCK 19
VAN ZANDT'S PARK ADDI1,ON
V. 204. P. 81
P.R.T.C.T.
0 — — — — — —
A
n
ViE
W
C
O
U
CL
E
N
S
P
W. LANCASTER STREET
(VARIABLE WIDTH RIGHT—OF—WAY)
m
E
i;
W
m
e
589'4638"E 466.37'
aLn
e �
g N89'46'38'W 449.30' w
g W
2 PARCEL 2 N
c
7,613 SQUARE FEET /
N 0.175 ACRES U c
Line Table I 0
g FORT WORTH INDEPENDENT
$ Line Bearing Distance SCHOOL DISTRICT
Number Ll S89'46'38'E 3.43' VOLUME D R.T C.T.
4GE 232 �0Sg5
C Vol 40.
a L2 S3717'35E 21.47'. '
L3N5742'25'E 15.00'
L4 N32'11 7'35W 11.91'
F L5 SW13'22'W 15.00'
a
w L6 S00'S0'00'E 8.44'
a
n
C.C.D. N0. = COUNTY CLERK'S DOCUMENT NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS o so'
o P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS SCALE FEET
1' 50
z
DUNAWAY
A metes and bounds description of
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107
m Tel:817.335.1121 PAGE 7 OF 27
G DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
0
a
EXHIBI T "B"
PARCEL 2
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City
of Fort Worth, Tarrant County, Texas and being a part of that certain tract of land described by deed to Fort
Worth Independent School District (herein referred to as FWISD), recorded in Volume 1348, Page 232, Deed
Records, Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as
follows:
COMMENCING at a found 5/8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
3 Zandt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerk's
a Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
E Lancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner
of said Lot 1R bears, North 89'46 38" West, a distance of 400.00 feet;
0
U South 00'13'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
E feet to a point, on the south right—of—way line of said W. Lancaster Avenue, and on the north line of said
FWISD tract;
a
South 89'46'38" East, with said north line, a distance of 170.41 feet to a set 5/8—inch capped iron rod
stamped 'RUNAWAY ASSOC. LP" for the northeast corner of a 60 feet wide right—of—way easement to the
City of Fort Worth described in County Clerk's Document No. D216297960, Deed Records, Tarrant County,
E Texas, and being the POINT OF BEGINNING of the herein described tract;
E
THENCE South 89'46'38" East, continuing with said north line, a distance of 3.43 feet to a point for corner;
o THENCE South 3217'35" East, departing said north line, a distance of 21.47 feet to a point for corner;
THENCE North 5742'25" East, a distance of 15.00 feet to a point for corner;
THENCE North 32'17'35" West, a distance of 11.91 feet to a point for corner on the north line of said FWISD
tract;
0
z THENCE South 8946'38" East, with said north line, a distance of 468.37 feet to a point for the northeast
corner of said FWISD tract;
P
THENCE South 00'13'22" West, with the east line of said FWISD tract, a distance of 15.00 feet to a point for
corner;
THENCE North 89'46'38" West, departing said east line, a distance of 449.30 feet to a point for corner;
THENCE South 00'50'00" East, a distance of 8.44 feet to a point for corner;
CONTINUED
i�
a
W
LL
Q
N
0
N
s
m
0
3
DUNAWAY
A drawing of even date accompanies 550 Ballet'Avenue•suite 400•Fort worth,Texas 76107
this metes and bounds description.
M Tel:817.335.1121 PAGE 8 OF 27
a FIRM REGISTRATION 10098100
DATE: JUNE 2, 2017 DUNAWAY JOB NO. 6000319.005
0
a
EXHIBI T "B"
PARCEL 2
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
THENCE North 8946'38" West, a distance of 50.01 feet to a point for corner on the east line of said 60 feet
wide right—of—way,
THENCE North 00'50'00" West, with said east line, a distance of 13.44 feet to a set 5/8—inch capped iron rod
stamped "DUNAWAY ASSOC. LP" for corner;
THENCE North 44'41'41" East, continuing with said east line, a distance of 14.01 feet the POINT OF BEGINNING
and containing 7,613 square feet or 0.175 acres of land.
t
Cq
E
c
0
U
CL
E
m
C:
i
c
E
m
a
w
m
'o
w
0
0
i
a
z
N
P
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
0 4202, based upon GPS measurements, according to the GPS Reference Network.
o A drawing of even date accompanies this metes and bounds description.
CL`
{
The metes and bounds description contained herein was compiled from information contained
W
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 9 OF 27
EXHIBIT"B"
Stephen R.Glosup
R Registered Professional Land Surveyor
C
Texas Registration No.5570 PARCEL 2
srg@dunaway-assoc.com TEMPORARY CONSTRUCTION
June 2,2017 EASEMENT
0 A PART OF THE JOSIAH M.C. LYNCH
- DUNAWA�/
SURVEY,ABSTRACT NUMBER 955
C
5 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
r Tel:817.335.1121
a FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
K
U
a
EXHIBIT "A "
PARCEL 3
TEMPORARY CONS TRUC TION EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZANDT'S PARK ADDITION
VAN ZANDT'S PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO, D211285191 P.R.T.C.T.
BLC CK 1 D.R.T.C.T. BLOICK 1
12 11 10 12 11 20 19 18 17 16 15 14 13 12 11
LOT 1R, BLOCK 18
W.LANCASTER AVENUE
(97 NOTH NWT-aF wAY)
Wy I 1
C
0
U
E
m i
$ I —CIT/ OF FORT WORTH W
a 60' RIGHT-OF-WAY EASEMENT z
CCD N0. D216297960 I t;
D.R.T.C.T. u€
0 1
E /
o FORT WORTH INDEPENDENT SCHOOL FORT WORTH INDEPENDENT SCHOOL
W DISTRICT / DISTRICT
Z VOLUME 1338, PAGE 601 ( / VOLUME 1348, PAGE 232
o D.R.T.C.T. D.R.T.C.T.
Q W /
D / 00
o / Oss
PARCEL 3 �1 �y�*0
55,911 SQUARE FEET / r 0•4p.
1.284 ACRES
a � �
a
a
m CITY OF FORT WORTH
VOLUME 9725, PAGE 1833
a D.R.T.C.T.
0
N
m
C
0 200'
Z
O SCALE FEET
-� 200 DUNAWAY
A metes and bounds description of
Y even date accompanies this drawing. 550 Bailey Avenue•Suite 400 . Fort worth,Texas 76107
m Tel:817.335.1121 PAGE 10 OF 27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
0
J
a
EXHIBIT "A "
PARCEL 3
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
W 5
3 LOT 1R BLOCK 18 BL 18 W ; a
VAN ZANDT'S PARK VAN ZANDT'S PARk ADDITION I a in
ADDITION V. 204. P. 81 ''�n o a
0 I C.C.D. NO. D21 1 2 851 91
013 D.R.T.C.T. N chi o Z$o d
LOT 12 LOT 11 w m N< a
� POINT OF I I z
cc COMMENCING °C
0
FOUND X-CUT ON I I — U o LOT _20
o FOUND 5/8YCIR L
Z v CONCRETE CURB — VN(„ READABLE)
� i N89-46-38"W
400.00' I
o
oI
w C)
3I W. LANCASTER STREET
m N I (90' WIDTH RIGHT-OF-WAY)
N MI
r
a 01
N I
E I_ S89'46'38"E 90_40'
w N8946'38"W 117.00'
S45'18'19"E�
14.27' o
CD LU
2 Zw 1+ 0 9 0t�I d
W G• O * x+00
WRQ to 1A �o05 �Fz
o z a U I FORT WORTH INDEPENDENT �QSV�F+' I O a
> o SCHOOL DISTRICT
z F-8!2 d VOLUME 1348, PAGE 232 S89'46'36"E fO
a U o D.R.T.C.T. 15.27'
(n 3 PARCEL 3
0 $ 55,911 SQUARE FEET POINT OF
/ 1.284 ACRES BEGINNING I
3 W
O N 0 00
oUj a �
Oc0 OOn
C7 ( Z
� I
a
= MAG NAIL WITH SHINER STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
co
a • = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
R C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
0 0 50'
m
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS SCAB FEET
501
P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS 1
z
�~DUNAWAY•S A metes and bounds description of
°Y even date accompanies this drawing. 550 Bailey Avenue•suite 400 • Fat worn,,Texas 76107 PAGE 11 OF 27
m Tel:817.335.1121
k DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0 ' l
12
EXHIBIT "A "
PARCEL 3
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
I
� $ �n
_ eh
�( e
Jr
0oc'. C'I
CL
145
8
a
w
z
Lu L11
E w v FORT WORTH INDEPENDENT b
m a f5 a SCHOOL DISTRICT
a i N a VOLUME 1348, PAGE 232
o
o F D.R.T.C.T. �� W
U
Q wo � 3N�
:� � C /
N F N 7 4j.O a;
�
g I vy
PARCEL 3 a��$
55,911 SQUARE FEET m
o / 1.284 ACRES
T
7
N
S89`46'38"E (o;t
80.03'
°*cv
.s
a /J � = MAG NAIL WITH SHINER STAMPED "DUNAWAY
a ASSOC. LP" SET UNLESS OTHERWISE NOTED
m
a • = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
R C.C.D. NO. = COUNTY CLERKS DOCUMENT NUMBER
0 ' o so'
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS
> SCALE FEET
P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS 1
z
a '
C
A metes and bounds description of
~� lJNAWA�/
D
2 even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107
Tel:817.33S.1121 PAGE 12 OF 27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
J
1
EXHIBIT "A "
PARCEL 3
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
I
w c� 9y5 ,
tido
5� � Z
a I Z
�o
PARCEL 3
$ 55,911 SQUARE FEET
/ 1.284 ACRES
� W
Z
E FORT WORTH INDEPENDENT I� FORT WORTH INDEPENDENT
„ SCHOOL DISTRICT SCHOOL DISTRICT
° VOLUME 1338, PAGE 601 c VOLUME 1348. PAGE 232
ID D.R.T.C.T. I D.R.T.C.T. O
o C /
� r ^
CV
a ry0 ham' �
M ?
At /
4 I6A'���,
Q
A = MAG NAIL WITH SHINER STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED /
n
co
• = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
R ASSOC. LP" SET UNLESS OTHERWISE NOTED
S C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER 0 50'
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS
SCALE FEET
P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS 1"'
z
CD .r�
A metes and bounds description of
C A%z
:1
DUNAWA
even date accompanies this drawing). 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
m Tel:817.335.1121 PAGE 13 OF 27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBIT "A "
PARCEL 3
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
• = MAG NAIL WITH SHINER STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED I
C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER I
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS PARCEL 3--
55,911 SQUARE FEET ,.
/ 1.284 ACRES +�.
i4r ;
u �
a
EIw ~ n
tic
410*
Wz
o crna�
FORT WORTH INDEPENDENT
SCHOOL DISTRICT
VOLUME 1338, PAGE 601 d
0 D.R.T.C.T. =w
E I NS
� � J
0 0 50' �,�^off I
r
Wry .
SCALE FEET Q^V
O
x
Q I
J
^i4 /
4 ��
� a N
•
� 01
IL
� M r
Q
O CITY OF FORT WORTH
Z VOLUME 9725, PAGE 1833
D.R.T.C.T.
cli
m 1�8'S3
o y
LL
Z
m
5 1 ';z F
A metes and bounds description of
[�UNAWAY
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worm,Texas 76107
o
Tel.,817.335.1121 PAGE 14 OF 27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB N0. 6000319.005
0
a
IN
EXHIBIT "B"
PARCEL 3
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City
of Fort Worth, Tarrant County, Texas and being a part of those certain tracts of land described by deeds to
Fort Worth Independent School District (herein referred to as FWISD), recorded in Volume 1338, page 601 and
Volume 1348, Page 232, Deed Records, Tarrant County, Texas, said tract of land being more particularly
described by metes and bounds as follows:
COMMENCING at a found 5/8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
m Zandt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerks
Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
Lancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner
W of said Lot 1R bears, North 8946'38" West, a distance of 400.00 feet;
aSouth 00'13'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
E feet to a point, on the south right—of—way line of said W. Lancaster Avenue, and on the north line of said
FWISD tract recorded in Volume 1348, Page 232, from which the common north corner of said FWISD tracts
recorded in Volume 1348, Page 232 and Volume 1338, Page 601, bears North 89'46'38" West, a distance of
117.00 feet,
South 89'46'38" East, with the north line of said FWISD tract recorded in Volume 1348, Page 232, a distance
E of 90.40 feet to a set 5/8—inch capped iron rod stamped 'DUNAWAY ASSOC. LP" at the northwest corner of
o a 60 feet wide right—of—way easement to the City of Fort Worth described in County Clerk's Document No.
D216297960, Deed Records, Tarrant County, Texas;
o South 45'18'19" East, departing said north line with the west line of said 60 feet wide right—of—way
easement, a distance of 14.27 feet to a set 5/8—inch capped iron rod stomped 'DUNAWAY ASSOC. LP";
South 00'50'00" East, continuing with said west line, a distance of 88.44 feet to the POINT OF BEGINNING of
N the herein described tract;
8
o THENCE continuing with the west line of said 60 feet wide right—of—way easement the following courses and
distances:
South 00'50'00" East, a distance of 74.18 feet to a set mag nail with shiner stamped 'DUNAWAY
ASSOC. LP" for the beginning of a curve to the right having a central angle of 13'33'46", a radius of
430.00 feet, and a chord bearing and distance of South 05'56'53" West — 101.55 feet;
With said curve to the right in a southwesterly direction, an arc length of 101.79 feet to a set mag nail
o with shiner stamped 'DUNAWAY ASSOC. LP';
South 12'43'46" West, a distance of 321.04 feet to a set mag nail with shiner stamped 'DUNAWAY
ASSOC. LP" for the beginning of a curve to the right having a central angle of 19'48'19", a radius of
430.00 feet, and a chord bearing and distance of South 22'37'56" West — 147.90 feet;
a
W With said curve to the right in a southwesterly direction, an arc length of 148.64 feet to a set mag nail
with shiner stamped 'DUNAWAY ASSOC. LP';
a
CONTINUED
a
R
N
0
c
i
v
Z
0
DUNAWAY
•; A drawing of even date accompanies
u this metes and bounds description. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107 PAGE 15 OF 27
m Tel:817.335.1121
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBIT "B"
PARCEL 3
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. L YNCH SURVEY, ABSTRACT NUMBER 955
South 32'32'05" West, a distance of 308.19 feet to a set 5/8—inch capped iron rod stamped '"DUNAWAY
ASSOC. LP" for the beginning of a curve to the left having a central angle of 14'58'48", a radius of
490.00 feet, and a chord bearing and distance of South 25'26'50" West — 127.75 feet;
With said curve to the left in a southwesterly direction, an arc length of 128.11 feet to a set 5/8—inch
capped iron rod stamped 'DUNAWAY ASSOC. LP" on the south line of said FWISD tract recorded in
Volume 1338, Page 601;
THENCE South 73'21'12" West, departing said west line, with the south line of said FWISD tract recorded in
Volume 1338, Page 601, a distance of 178.53 feet to a point for corner;
E THENCE North 00'39'11" West, departing said south line, a distance of 111.07 feet to a point for corner;
C
U THENCE North 72'31'07" East, a distance of 171.20 feet to a point for corner;
a
E
THENCE North 30'21'18" East, a distance of 247.50 feet to a point for corner;
THENCE North 64'37'57" East, a distance of 89.61 feet to a point for corner;
52 THENCE North 2847'46" East, a distance of 75.71 feet to a point for corner;
0
THENCE North 00'43'14" East, a distance of 234.14 feet to a point for corner;
W
THENCE South 89'46'38" East, a distance of 60.03 feet to a point for corner;
"o
THENCE North 12'36'34" East, a distance of 162.96 feet to a point for the beginning of a curve to the left
having a central angle of 13'18'27", a radius of 484.00 feet, and a chord bearing and distance of North
0
5'49'13" East — 112.16 feet;
8 THENCE with said curve to the left in a northeasterly direction, an arc length of 112.41 feet to the point of
o tangency,
THENCE North 00'50'00" West, a distance of 65.92 feet to a point for corner;
a
THENCE South 89'46'38" East, a distance of 15.27 feet the POINT OF BEGINNING and containing 55,911 square
feet or 1.284 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
Q 4202, based upon GPS measurements, according to the GPS Reference Network.
d A drawing of even date accompanies this metes and bounds description.
i�
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
W
f DUNAWAY JOB NO. B000319.005 PAGE 16 OF 27
a
a
N
H
EXHIBIT"B"
R Stephen R.Glosup
N Registered Professional Land Surveyor
Texas Registration No.5570 PARCEL 3
srg@dunaway-assoc.com TEMPORARY CONSTRUCTION
June 2,2017 EASEMENT
A A PART OF THE JOSIAH M.C. LYNCH
- i ��N� a
SURVEY,ABSTRACT NUMBER 955
IT 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
r Tel:817.335.1121
o FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
G
O
a
EXHIBIT "A "
PARCEL 4
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZANDT'S PARK ADDITION
VAN ZANDT'S PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D211285191 P.R.T.C.T.
BLC CK 1 D.R.T.C.T. E716
OCK112 11 10 12 11 20 19 18 15 14 13 12 11
LOT 1R, BLOCK 18
v
E
W.LANCASTER AVENUE
(W Muni Wff-OF-WAY)
0
U
8 I
a I
m I CITY OF FORT WORTH W
E 60' RIGHT-OF-WAY EASEMENT
a CCD NO. D216297960 I vii
D.R.T.C.T.
1OR
O LL
O
FORT WORTH INDEPENDENT SCHOOL FORT WORTH INDEPENDENT SCHOOL
c DISTRICT DISTRICT
VOLUME 1338, PAGE 601 VOLUME 1348, PAGE 232
D.R.T.C.T. I D.R.T.C.T.
I
a'
0
2
PARCEL 4
W 16,699 SQUARE FEET
� / 0.383 ACRES
13 t�y�yy
F
L%
a
i
(7 /
x � /
a
N
s
C CITY OF FORT WORTH
� VOLUME 9725, PAGE 1833
i D.R.T.C.T.
.0 0 200' �
z
SCALE °°
CD 1 A"*z DU14AWAY
`s A metes and bounds description of
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 PAGE 17 OF 27
m Tel:817.335.1121
G DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB N0. 8000319.005
0
a
EXHIBIT "A "
PARCEL 4
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
j< 18 g x
� ; LOT 1R BLOCK 18 VAN ZANDT'S r'ARK ADDITION LU
; a
VAN ZANDT'S PARK V. 2`7 4 P. 81 W a 0D
I ADDITION P.;.'.('.T, 0 �Noa~
~ C.C.D. NO. D211285191 F-
Y o F
C) I D.R.T.C.T. I N tT3 I �QONCK
C) W_ rc m N a a LOT 19
c I I LOT 12 I LOT 11 ( � � I a
I CCc
LOT 20
G o I rFOUND X-CUT ONCD
Z '! CONCRETE CURB _ 1 _ -
j N89'46'38"W POINT OF
E 400.00' 01 COMMENCING
FOUND 5/8YCIR
o ( (UNREADABLE)
U
E C'41
a 3
MI W. LANCASTER STREET
(90' WIDTH RIGHT-OF-WAY)
rl
0
NI
C
E _ _ _ _ S89'46'38"E 170.41'
w S44'41'41"W
—f
14.01'
is2
T3
N iEW
IWg a
R FORT WORTH INDEPENDENT N O
SCHOOL DISTRICT r,v O
25 VOLUME 1348, PAGE 232 ( 1 A q1P 0 0 0
a D.R.T.C.T. ¢ O
Q C_G N
li
IS8946'36"E
m *11e&
POINT OF PARCEL 4
8` �G�O 9y BEGINNING FEET 16,699 0.383 SQUARE
t�1 c � ( ACRES
0 i- 0 0
I
a o0
ri C14
0
0 0
W • = MAG NAIL WITH SHINER STAMPED "DUNAWAY z N
LL ASSOC. LP" SET UNLESS OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY '
a ASSOC. LP" SET UNLESS OTHERWISE NOTED
R C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
Cq
m D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS o so'
P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS SCALE FEET
z
C
DUNAWAY/
A metes and bounds description of
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
m
Tel:817.3W.1121 PAGE 18 OF 27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
d
EXHIBI T "A "
PARCEL 4
TEMPORARY CONS TRUC TION EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
Cq
f\ � N
s
ii Grp •-
m
MpO
' Q its ,f ujC ;�j
E Iw FORT WORTH INDEPENDENT '
u j SCHOOL DISTRICT
0 o VOLUME 1348, PAGE 232
D.R.T.C.T.
E F o
m w
$ oyaF 9yy
M I os' /
wG I }os b
E RUM
m
m h) ID
�3^Cf
qqtct�i p ti
O d
�2
ago
� I �
a' PARCEL 4
4 16,699 SQUARE
FEET / 0.383
ACRES
P
CIVN O
F R � � M1
L)
c
i
d
• = MAG NAIL WITH SHINER STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
R C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
Cq
o D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS o so'
-1 iii
P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS SCALE 50T
Z
o01
ID
d'fir
DUNAWAy
`s A metes and bounds description of
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107
Tel:817.335.1121 PAGE 19 OF 27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBI T "A "
PARCEL 4
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
I �
CD
G� o
0.9y5
te=a
FORT WORTH INDEPENDENT o
N SCHOOL DISTRICT rO
VOLUME 1348, PAGE 232
iD D.R.T.C.T.
E FORT WORTH INDEPENDENT
o SCHOOL DISTRICT
VOLUME 1338, PAGE 601 N ..
o D.R.T.C.T.
0
co
I /
Oh, PARCEL 4
wry Ory # 16,699 SQUARE
ry �' FEET / 0.383
W = MAG NAIL WITH SHINER STAMPED "DUNAWAY ACRES
ASSOC. LP" SET UNLESS OTHERWISE NOTED
a
• = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
R C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
0 D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS o so'
P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS sc AST
a
z
m
CCD
C
AqFDUNAWAY
A metes and bounds description of
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
m Tel:817.335.1121 PAGE 20 OF 27
G DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB N0. 8000319.005
0
a
EXHIBI T "A "
PARCEL 4
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
lh PARCEL 4
�ry 16,699 SQUARE
FEET / 0.383
i o 2 �ry oQ ACRES
o A,
E aL
m
E 0 w o W Ci
E
m §2
2�0� FORT WORTH INDEPENDENT
SCHOOL DISTRICT
r-
a8 / S1226'29"E VOLUME 1348, PAGE 232
/ -b6 27.62' D.R.T.C.T.
W
/ � �,�tip►�t�
E Pr N12.26'29"W
om 40.04' '9 4s.
�2as.s,s
1�
F
Sp2j, EAST
of.
S 126.68'
'2
W
T e=23'39'29" 56990 g4
Z \ R=125.00' L=51.61'
a
CFremN69'17'39"W 51.25'
I i
i
/ CITY OF FORT WORTH
VOLUME 9725, PAGE 1833
D.R.T.C.T.
c /
i
C7
x
W • = MAG NAIL WITH SHINER STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED "DUNAWAY
ASSOC. LP" SET UNLESS OTHERWISE NOTED
R C.C.D. NO. = COUNTY CLERK'S DOCUMENT NUMBER
cli
D.R.T.C.T. = DEED RECORDS, TARRANT COUNTY, TEXAS o 50'
SCALE FEET
P.R.T.C.T. = PLAT RECORDS, TARRANT COUNTY, TEXAS S1 50'
z
�r
DUNAWAY
A metes and bounds description of
u even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
m Tel:817.335.1121 PAGE 21 OF 27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
0
a
EXHIBI T "B"
PARCEL 4
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City
of Fort Worth, Tarrant County, Texas and being a part of that certain tract of land described by deed to Fort
Worth Independent School District (herein referred to as FWISD), recorded in Volume 1348, Page 232, Deed
Records, Tarrant County, Texas, said tract of land being more particularly described by metes and bounds as
follows:
COMMENCING at a found 5/8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
Zandt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerk's
Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
Lancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner
E of said Lot 1R bears, North 89'46'38" West, a distance of 400.00 feet;
U South 0013'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
Efeet to a point, on the south right—of—way line of said W. Lancaster Avenue, and on the north line of said
4? FWISD tract;
8
South 89'46'38" East, with the north line of said FWISD tract, a distance of 170.41 feet to a set 5/8—inch
capped iron rod stamped 'UUNAWAY ASSOC. LP" at the northeast corner of a 60 feet wide right—of—way
easement to the City of Fort Worth described in County Clerk's Document No. D216297960, Deed Records,
ETarrant County, Texas;
m
w South 44'41'41" West, departing said north line with the east line of said 60 feet wide right—of—way easement,
ID
a distance of 14.01 feet to a set 5/8—inch capped iron rod stamped `UUNAWAY ASSOC. LP';
F South 00'50'00" East, continuing with said east line, a distance of 88.44 feet to the POINT OF BEGINNING of
W the herein described tract;
THENCE South 89'46'38" East, departing said east line, a distance of 15.00 feet to a point for corner;
THENCE South 00'50'00" East, a distance of 72.80 feet to a point for the beginning of a curve to the right
m having a central angle of 13'33'46"1 a radius of 505.00 feet, and a chord bearing and distance of South
5'56'53" West — 119.26 feet;
THENCE with said curve to the right in a southwesterly direction, an arc length of 119.54 feet to the point of
tangency;
THENCE South 12'43'46" West, a distance of 321.04 feet to a point for the beginning of a curve to the right
C having a central angle of 19'36'09", a radius of 505.00 feet, and a chord bearing and distance of South
u 22'31'51" West — 171.93 feet,
v'
THENCE with said curve to the right in a southwesterly direction, an arc length of 172.77 feet to the point of
0 tangency,
w THENCE South 32'32'01" West, a distance of 131.40 feet to a point for corner;
J
THENCE South 12'26'29" East, a distance of 27.62 feet to a point for corner;
N
CONTINUED
a
R
N
0
ID
i
a
Z*1111z
W
Aw N AWAY
`s A metes and bounds description of
u even date accompanies this drawing. 550 Bailey Avenue •suite 400•Fort worth,Texas 76107
m Tel:817.335.1121 PAGE 22 OF 27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBI T "B"
PARCEL 4
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
THENCE South 5727'55" East, a distance of 92.92 feet to a point for corner;
THENCE EAST, a distance of 126.68 feet to a point for corner on the south line of said FWISD tract;
THENCE South 69'32'21" West, with the south line of said FWISD tract, a distance of 90.94 feet to a 5/8—inch
capped iron rod stamped 'UUNAWAY ASSOC. LP" for the northeasterly corner of said 60 feet wide right—of—way
easement and being the beginning of a curve to the right having a central angle of 23'39'29", a radius of
125.00 feet, and a chord bearing and distance of North 69'17'39" West — 51.25 feet;
THENCE departing said south line, with the east line of said 60 feet wide right—of—way easement, and with said
curve to the right in a northwesterly direction, an arc length of 51.61 feet to a 5/8—inch capped iron rod
stamped 'UUNAWAY ASSOC. LP" for the point of tangency,
U THENCE North 5727'55" West, with said east line, a distance of 101.04 feet to a point for corner;
C
0
U
E THENCE North 12'26'29" West, departing said east line, a distance of 40.04 feet to a point for corner in the
m east line of said 60 feet wide right—of—way easement;
THENCE continuing with the east line of said 60 feet wide right—of—way easement the following courses and
distances:
m North 32'32'05" East, a distance of 135.82 feet to a set mag nail with shiner stamped 'UUNAWAY ASSOC.
E LP" for the beginning of a curve to the left having a central angle of 19'48'19", a radius of 490.00 feet,
w and a chord bearing and distance of North 22'37'56" East — 168.53 feet;
m
With said curve to the left in a northeasterly direction, an arc length of 169.38 feet to a set mag nail
with shiner stamped 'UUNAWAY ASSOC. LP" for the point of tangency,
DO
North 12'43'46" East, a distance of 321.04 feet to a set mag nail with shiner stamped 'UUNAWAY ASSOC.
o LP" for the beginning of a curve to the left having a central angle of 13'33'46", a radius of 490.00 feet,
and a chord bearing and distance of North 5'56'53" East — 115.72 feet;
a
With said curve to the left in a northeasterly direction, an arc length of 115.99 feet to a set mag nail
z with shiner stamped 'UUNAWAY ASSOC. LP" for the point of tangency,
N
North 00'50'00" West, a distance of 73.07 feet the POINT OF BEGINNING and containing 16,699 square
feet or 0.383 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
4202, based upon GPS measurements, according to the GPS Reference Network.
v'
A drawing of even date accompanies this metes and bounds description.
c�
The metes and bounds description contained herein was compiled from information contained
W
in recorded documents and does not reflect the results of an on the ground survey.
a
DUNAWAY JOB NO. B000319.005 PAGE 23 OF 27
v
N
�o
EXHIBIT"B"
Stephen R.Glosup
R Registered Professional Land Surveyor
Texas Registration No. 5570 PARCEL 4
srg@dunaway-assoc.com TEMPORARY CONSTRUCTION
.lune 2,2017 EASEMENT
DUNA
A PART OF THE 1051AH M.C. LYNCH
WAYSURVEY,ABSTRACT NUMBER 955
0 550 Bailey Avenue•Suite 400•Fort Wath,Texas 76107
Tel:817.335.1121
o FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
G
O
a
EXHIBI T "A "
PARCEL 5
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
VAN ZANDT'S PARK ADDITION
VAN ZANDT'S PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D211285191 P.R.T.C.T.
BLC CK 1 D.R.T.C.T. BLOCK 1
12 11 10 LOT 1R, BLOCK 18 12 11 20 19 18 17 16 15 14 13 12 11
W.LANCASTER AVENUE
w (9C WINH ROff-CF-NAY)
w , I
U
I
E
t— ---CITY OF FORT WORTH w
LU
fI CCDR1NO. D2 297 60ASEMENT
1 I D.R.T.C.T. €
/ ( oR
c
m FORT WORTH INDEPENDENT SCHOOL / / FORT WORTH INDEPENDENT SCHOOL
w DISTRICT / / DISTRICT
i VOLUME 1338, PAGE 601I / / VOLUME 48, AGE 232
o D.R.T.C.T. D.R.T.C.T.
o I / /
w /
8 / /
0 7 /
C'. 9
o-
s �
PARCEL 5
11,389 SQUARE FEET /
0.262 ACRE= O
w
a
A CITY OF FORT WORTH
m VOLUME 9725, PAGE 1833
a D.R.T.C.T.
C14 — — — —
a�
c
°0 0 200'
iE
z
O
SCALE FEET
w1'= 200' DUNAWAY
mR,
`s A metes and bounds description of
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107
m Tel:817.335.1121 PAGE 24 OF 27
G DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
0
a
EXHIBIT "A "
PARCEL 5
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
Lu 5:� LOT 1R BLOCK 18 BLOCK 18 • = MAG NAIL WITH SHINER STAMPED
�!! 9 VAN ZANDT'S PARK I VAN ZANDT'S "
jr I ADDITION POINT OF PARK ADDITION "DUNAWAY ASSOC. LP SET UNLESS
C.C.D. NO. D21 1 28 51 91 OTHERWISE NOTED
06 D.R.T.C.T. COMMENCING I V. 204, P. 81
P.R.T.C.T. = 5/8" CAPPED IRON ROD STAMPED
D FOUND 5/8YCIR /
O & FOUND %—CUT ON (UNREADABLE) LOT 12 "DUNAWAY ASSOC. LP" SET UNLESS
0 CONCRETE CURB OTHERWISE NOTED
ir
N89'46'38"W C.C.D. NO. = COUNTY CLERK'S DOCUMENT
0-0 400.00' 01 NUMBER
Z 40 61
3 0)1 D.R.T.C.T. = DEED RECORDS, TARRANT
31 COUNTY, TEXAS
w NI P.R.T.C.T. = PLAT RECORDS, TARRANT
W. LANCASTER STREET toI COUNTY, TEXAS
U (90' WIDTH RIGHT—OF—WAY) p 1
E tin
m 1
P I-
N89'46'38"W 117.00'
E W W C14-0 o
w WUV'
m w�a�
z a ci 00 ,-:95� SO R F
a N .— FORT WORTH INDEPENDENT G�'" ��, LL C I
d I SCHOOL DISTRICT �' A� I I z
w ;
02 i VOLUME 1348, PAGE 232050 T`
=W P� � $
� ] D.R.T.C.T. 40
I �
a oN�
sa
n
m
N77'34'31"E
�~
� (2i 27.29, FORT WORTH INDEPENDENT
SCHL
VOLUME1 348.1STRICT PAGE 232
D.R.T.C.T.
Cb
�ti�Q fes/
0 e I PARCEL 5
11,389 SQUARE FEET 1r "
IL I / 0.262 ACRES 1 30 27�
R=175.00 L=4.60
< o
CH=S58'13'08"E 4.60'
O� f
R8 0Jzj
; `'6g 33le;
v 1 �
14 so'
N
q =� POINT OF
5�32�:19"w
BEGINNING SCALE FT
z
65
0
A*z DUNAWAY
•`s A metes and bounds description of
2 even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107
m
Tel:817.335.1121 PAGE 25 OF 27
k DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB N0. 6000319.005
0
d
EXHIBI T "B"
PARCEL 5
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a portion of that certain tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City
of Fort Worth, Tarrant County, Texas and being a part of those certain tracts of land described by deeds to
Fort Worth Independent School District (herein referred to as FWISD, recorded in Volume 1338, Page 601 and
Volume 1348, Page 232, Deed Records, Tarrant County, Texas, said tract of land being more particularly
described by metes and bounds as follows:
COMMENCING at a found 5/8—inch iron rod with yellow cap for the southeast corner of Lot 1R, Block 18, Van
CD Zondt's Park Addition, an addition to the City of Fort Worth according to the plat recorded in County Clerk's
A Document No. D211285191, Deed Records, Tarrant County, Texas, being on the north right—of—way line of West
E Lancaster Avenue (90 feet wide right—of—way), from which a found 'X' cut in concrete for the southwest corner
X of said Lot 1R bears, North 89'46'38" West, a distance of 400.00 feet;
0
U South 00'13'22" West, departing the north right—of—way line of said W. Lancaster Avenue, a distance of 90.00
E feet to a point, on the south right—of—way line of said W. Lancaster Avenue, and on the north line of said
FWISD tract recorded in Volume 1348, Page 232;
a
North 89'46'38" West, with the north line of said FWISD tract recorded in Volume 1348, Page 232, a distance
of 117.00 feet to the north common corner of said FWISD tracts recorded in Volume 1338, Page 601 and
v Volume 1348, Page 232;
E South 00'13'22" West, with the common line of said FWISD tracts, a distance of 1,059.00 feet to the south
E
common corner of said FWISD tracts and the POINT OF BEGINNING of the herein described tract;
e THENCE South 73'21'12" West, departing said common line, with the south line of said FWISD tract recorded in
Volume 1338, Page 601, a distance of 65.19 feet to a set mag nail with shiner stamped `RUNAWAY ASSOC.
LP" for the most southerly southeast corner of a 60 feet wide right—of—way easement to the City of Fort
Worth described in County Clerk's Document No. D216297960, Deed Records, Tarrant County, Texas and the
beginning of a non—tangent curve to the right having a central angle of 9'17'05", a radius of 430.00 feet, and
a chord bearing and distance of North 28'19'19" East — 69.60 feet;
a
THENCE departing the south line of said FWISD tract recorded in Volume 1338, Page 601, with the south line of
said 60 feet wide right—of—way easement and with said non—tangent curve to the right in a northeasterly
direction, an arc length of 69.68 feet to a set mag nail with shiner stamped "RUNAWAY ASSOC. LP" for the
point of tangency,
THENCE North 32'32'05" East, continuing with the south line of said 60 feet wide right—of—way easement, a
distance of 74.98 feet to a point for corner;
THENCE North 77'34'31" East, departing said south line, a distance of 27.29 feet to a point for corner in the
D south line of said 60 feet wide right—of—way easement;
0
CONTINUED
IL
W
LL
Q
N
c9
Q
n
R
N
o
ID
c
O
Z
4)
c A, Y
A drawing of even date accompanies
D U N A 1
u this metes and bounds description. 550 Bailey Avenue•supe 400• Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 26 OJ27
DATE: JUNE 2, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 800031
0
a
EXHIBI T "B"
PARCEL 5
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
THENCE South 57'27'50" East, with the south line of said 60 feet wide right—of—way easement, a distance of
110.03 feet to a set 5/8—inch capped iron rod stamped "DUNAWAY ASSOC. LP" for the beginning of a curve to
the left having a central angle of 1.30'27", a radius of 175.00 feet, and a chord bearing and distance of South
58'13'08" East — 4.60 feet;
THENCE continuing with the south line of said 60 feet wide right—of—way easement and with said curve to the
left in a southeasterly direction, an arc length of 4.60 feet to a set 5/8—inch capped iron rod stamped
'UUNAWAY ASSOC. LP" on the south line of said FWISD tract recorded in Volume 1348, Page 232;
01
THENCE South 69.32'21" West, departing the south line of said 60 feet wide right—of—way easement, with the
E south line of said FWISD tract recorded in Volume 1348, Page 232, a distance of 143.26 feet to the POINT OF
w BEGINNING and containing 11,389 square feet or 0.262 acres of land.
U
C,
E
m
a
c
E
m
0
w
O
h
S
Q
t
N
P
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone,
4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
W
a
DUNAWAY JOB NO. B000319.005 PAGE 27 OF 27
a
n
EXHIBIT"B"
R Stephen R.Glosup
Registered Professional Land Surveyor
STexas Registration No. 5570 PARCELS
srg@dunaway-assoc.com TEMPORARY CONSTRUCTION
June 2,2017 EASEMENT
i
DAWAY
A PART OF THE JOSIAH M.C. LYNCH
�JN SURVEY,ABSTRACT NUMBER 955
u 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
a Tel:817.335.1121 IL
o FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
K
O
EXHIBI T "A "
PARCEL 6
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
W R VAN ZANDT'S PARK ADDITION
>s1E VAN ZANDT'S PARK ADDITION ` VOLUME 204. PAGE 281
BLOCK 19 oc C.C.D. NO. D211285191 ; P.R. C.T,
o
D.R.T.C.T.POINT OF
16 15 14 13 12 11 ,o °o COMMENCING 12 11 z BL 17
�� 20 19 18 17 16 15
0 LOT 1 R, BLOCK 1 B r
Z UQ
W.LANCASTER AVENUE
(00'wA0m MCHT-OF-WAY) I`,5mnr
-I 90.00' - - -
N89'48.38'W
Z
W
I I �
i I I iWo
I I �3N
I
I I I °�
1 �Z~
ago
Ij 31 I
I I
>- FORT WORTH � FORT WORTH
W INDEPENDENT SCHOOL DISTRICT I INDEPENDENT SCHOOL DISTRICT
VOLUME 1338, PAGE 601 VOLUME 1348, PAGE 232
D.R.T.C.T. 41 /I D.R.T.C.T.
Z I I
�0 ti �a9y /
Z 0,0
' CITY OF FORT WORTH
m 1 P
VOLUME 9725, PAGE 1833
DESCRIPTION UNDER
SAINT LOUIS SAN FRANCISCO do
p I / TEXAS RAILWAY COMPANY
3�0 �) VOLUME 660, PAGE 508
I l D.R.T.C.T.
PO4G /
BEGIPARCEL 1,370 003A,R ACFEET
RE � E
OF r
S72'88'09•W ?� •••..,�f y
141.47 C3:' Q �6p•�C1�
I CITY OF FORT WORTH
STEPHEN R.GLOSUP
I VOLUME 1281, PAGE 499 ........
D.R.T.C.T. `:• 5570 p;:
0 200' "�jy'.;Essttt:• �!
SCALE FEET
200
A metes and bounds description of DUNAWAY /ZS
even date accompanies this drawing. 550 Barley Avenue .Suite 400 •Fort Worth,Texas 76107
Tel:81 7.3W.1121 PAGE 1 OF 12
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "B"
PARCEL 6
TEMPORARY CONS TRUC T/ON EA SEMEN T 77
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
A = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
Curve Table C.C.D. NO. = COUNTY CLERK'S DOCUMENT
Curve Central Radius Arc Chord Bearing NUMBER
aus
Number Angle Length and Distance
C11 651'47' 1 490.00' 1 58.89' S14'28'501N 58.68' D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
l� okFORT WORTH
/
41VINDEPENDENT SCHOOL DISTRICT Soe /
VOLUME 1338. PAGE 601 co Ayy
D.R.T.C.T.
1os1Q►� / a���i O / � i
PARCEL 6 .ag"E� �/ S72"55'09"W
1,370 SQUARE FEET
0.031 ACRE N? 4. POINT OF 141.47 /
.W BEGINNING
r N CITY OF FORT WORTH
i Q1 VOLUME 9725, PAGE 1833
2 i / D.R.T.C.T.
DESCRIPTION UNDER
SAINT LOUIS, SAN FRANCISCO & TEXAS
�Z 6g" RAILWAY COMPANY
•<jfJ , VOLUME 660, PAGE 505
S 6/ D.R.T.C.T.
CITY OF FORT WORTH 0 W.
VOLUME 1281, PAGE 499 -��
D.R.T.C.T.
SCALE FEET
50'
�E
OF ?,
TC
STEPHEN R.GLOSUP
r
.. ..................
557 a-
<9�SURmj�OQ`
A metes and bounds description of '4 DUNAWAY
even date accompanies this drawing. 550 Bailey Avenue•suite 400•Fort Worth,Texas 76107 $ �� PAGE 2 OF 12
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBI T "B"
PARCEL 6
TEMPORARY CONS TRUC TION EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant County,
Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth, recorded in Volume
9725, Page 1833, Deed Records, Tarrant County, Texas, said tract of land being more particularly described by metes and
bounds as follows:
COMMENCING at the southeast comer of Lot 1R, Block 18, Van Zondt's Park Addition, an addition to the City of Fort Worth
according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant County, Texas and in
the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zondt's Park Addition and the north
right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line of that certain
tract of land described by deed to Fort Worth Independent School District, recorded in Volume 1348, Page 232, Deed
Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of 117.00
feet to a point for the common north corner of said Fort Worth Independent School District tract and that certain
tract of land described by deed to Fort Worth Independent School District tract, recorded in Volume 1338, Page 601,
Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a distance of
1,059.11 feet to a point for the common south corner of said Fort Worth Independent School District tracts, and in the
north line of that certain tract of land described by deed to the City of Fort Worth, recorded in Volume 9725, Page
1833, Deed Records, Tarrant County, Texas;
South 72'55'09" West, with said north line, a distance of 141.47 feet to a set 5/8—inch iron rod with cap stomped
'DUNAWAY ASSOC. LP' for the POINT OF BEGINNING of herein described tract, said point being the beginning of a curve
to the left having a central angle of 06'51'47, a radius of 490.00 feet and a chord bearing and distance of South
14'26'50" West — 58.66 feet;
THENCE departing said north line, with said curve to the left in a southwesterly direction, an arc length of 58.69 feet to a
set 5/8—inch iron rod with cap stomped 'IDUNAWAY ASSOC. LP" in the south line of said City of Fort Worth tract;
THENCE South 72'55'09" West, with said south line, a distance of 31.66 feet to a point;
THENCE North 20'00'34" East, departing said south line, a distance of 62.68 feet to a point in the north line of said City
of Fort Worth tract;
THENCE North 72'55'09" East, with said north line, a distance of 24.54 feet to the POINT OF BEGINNING and containing a
calculated area of 1,370 square feet or 0.031 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 3 OF 12
M+.: xxmxw _
EXHIBIT"B"
StephaK P,Glosup
Registered Professional Land 5urvevor OF r
Texas Registration No.5570y,`p'�E••••... PARCEL IS
srg@dunaway-assoc.com �:¢�° k�.. ' TEMPORARY CONSTRUCTION
August 25
g ,2017 ......—09-01060 EASEMENT
STEPHEN R.GLOSUP
.•.+.••.•...•.....s... A PART OF THE JOSIAH M.C. LYNCH
Aw DUNAWA
y � ti�SUFN� SURVEY,ABSTRACT NUMBER 955
550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texaa
EXHIBIT "A "
PARCEL 7
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOS/AH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
wI VAN ZANDT'S PARK ADDITION
VAN ZANDT'S PARK ADDITION r VOLUME 204. PAGE 281
BLOCK 19 oe� C.C.D. NO. D211285191 it P.R. C.T.
M i D.R.T.C.T. Ci
o POINT OF W BL 17
18 15 14 13 12 11 io °o COMMENCING 12 11 20 19 18 17 16 15
I LOT 1 R, BLOCK 18
0
z u�
W.LANCASTER AVENUE �S00'13.22�W
(9o'WON MGHT-OF-WAY) 90,001
— — — — — X40,38*1N— --T — — -
117.00' I Z
W
I I �WSO
I 1 _
ei1
Z
rr r
FT WORTH
r
I T WORTH
INDEPENDENT SCHOOL DISTRICT r r INDEPENDENT INDSCHOOL DISTRICT
VOLUME 1338, PAGE 601 r VOLUME 1348, PAGE 232
D.R.T.C.T. w I D.R.T.C.T.
r
S
-' l '0. /
zl 51.a�1G4
10
rn
PARCEL 7
9,226 SQUARE FEET
0.211 ACRE
V CITY OF FORT WORTH
VOLUME 9725, PAGE 1833 POINT OF
DESCRIPTION UNDER BEGINNING
SAINT LOUIS. SAN FRANCISCO &
TEXAS RAILWAY COMPANY
VOLUME 660, PAGE 505 -
I
D.R.T.C.T.
CITY OF FORT WORTH g: alsregFos
I _ VOLUME 1281, PAGE 499 '
i .. ..................
D.R.T.C.T. Q STEPHEN R.GLOSUP
-� ...f..............�...
0 200' `•A 5570
SCALE FEETc `SiuIN;
200' * DUNAWA
A metes and bounds description of n
even dote accompanies this drawing. 550 Baiey Avenue•suite 400•Fort Worth,Texas 76107 B�ZS�)
Tel:817.335.1121 PAGE 4 OF 12
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
77�-
EXHIBI T "A "
PARCEL 7
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE JOSIAH M.C. L YNCH SUR AE Y, ABSTRACT NUMBER 955
• = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
Curve Table C.C.D. NO. = COUNTY CLERK'S DOCUMENT
Curve Central Radius Arc Chord Bearing NUMBER
Number Angle Length and Distance
D.R.T.C.T. = DEED RECORDS, TARRANT
C1 918'06" 430.00' 62.30' N19-28.46-E 62.25' COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
FORT WORTH INDEPENDENTSCHOOL / \
VOLUME 1338� AGES7RIcT 801 ` ��
D.R.LC.T. C�"1'T
FORT WORTH INDEPENOEN 4fp .�T
SCHOOL DISTRICT
VOLUME 1348. PAGE 232
� �` D.A.T.c.T.
, ' [M c� 5
A.A.* r c y ty0' Ro �19'0,9jr
'
00,
AV bA
A.'*0 Pte , for,f� tiH3too, If6, 1'
BEGINPOINT OF t7 acs 9�Sc� �.
BEGINNING `� 0j w-
NING C� S69'32'210W
�2 • t 16+405. i
PARCEL 7
�''"� 9,226 SQUARE FEET
72'03'04"W 0.211 ACRE
14.73'
3� CITY OF FORT WORTH 0
i 'Z6• VOLUME 1281, PAGE 499
D.R.T.C.T.
SCALE FEET
50'
r�o�
�,�p.C, •,.TF
GJ:��b1hTEgFO,��
...:..............:.. .
STEPHE14 R.GLOSUP
..t..............t...
9,-5570 ti=• '
A metes and bounds description of mZ
DUNAWAY
even date accompanies this drawing. 550 Bailey Avenue•Suite 400 •Fort Worth,Texas 76107
Tel:817,335.1121 PAGE 5 OF 12
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "B"
PARCEL 7
TEMPORARY CONSTRUCTION EASEMENT
A PART OF THE IOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas, said point being the
POINT OF BEGINNING of the herein described tract;
THENCE North 72'55'09" East, with said north line, a distance of 151.33 feet to a point for the beginning of a
non—tangent curve to the left having a central angle of 19'08'36", a radius of 200.00 feet and a chord bearing
and distance of South 72'26'10" East — 66.51 feet;
THENCE departing said north line, with said non—tangent curve to the left in a southeasterly direction, an arc
length of 66.82 feet to a point;
THENCE South 69'32'21" West, a distance of 23.65 feet to a point;
THENCE South 75'39'27" West, a distance of 184.05 feet to a point;
THENCE South 66'36'02" West, a distance of 67.16 feet to a point;
continued.....
OF
P•
r?:�a►sT� ;�y'
t
•STEPHEN R.GLOSUP
...r
..............t...
• off, 5570
`'rf•�•.N•E•SS�0 •Q
8` 2 517
Ldra of even date accompanies DUNAWAY
and bounds description. 550 Bailey Avenue•suite 400• Fort worth,Texas 76107PAGE 6 OF 12
Tel:817.335.1121GUST 25, 2017 FIRM REGISTRATION 10048100 DUNAWAY JOB N0. 6000319.005
EXHIBI T "B"
PARCEL 7
TEMPORARY CONSTRUCTION EASEMENT
FART OF THE JOSIAH M.C. LYNCH SURVEY,, ABSTRACT NUMBER 955
continued......
THENCE South 17'03'04" West, a distance of 14.73 feet to a point in the south line of said City of Fort Worth
tract;
THENCE South 72'55'09" West, with said south line, a distance of 26.33 feet to a point for the beginning of a
non—tangent curve to the right having a central angle of 0818'06", a radius of 430.00 feet and a chord bearing
and distance of North 19'28'46" East — 62.25 feet;
THENCE departing said south line, with said non—tangent curve to the right in a northeasterly direction, an arc
length of 62.30 feet to a Mag nail with shiner stamped "DUNAWAY ASSOC. LP" set in the north line of said Cite
Fort Worth tract;
THENCE North 72'55'09" East, with said north line, a distance of 65.67 feet to the POINT OF BEGINNING and
containing a calculated area of 9,226 square feet or 0.211 acre of land.
w
^i
r
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 7 OF 12
EXHIBIT"B"
StepheWR.Giosup
Registered Professional Land Sueyors ��fJF TF PARCEL 7
Texas Registration No.5570 p.
srg@dunaway-assoc.com � •�E�'` pFo•�tS� TEMPORARY CONSTRUCTION
August 25,2017 ...:..............:... EASEMENT
STEPHEN R.GLOSUP
•••r••••••••••••••_••• A PART OF THE JOSIAH M.C. LYNCH
DUNAWAY
`- q 5570
`�ti0 Sus'N SURVEY,ABSTRACT NUMBER 955
550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 .
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
EXHIBIT "A"
PARCEL 1
RIGHT-OF-WAY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
w>r VAN ZANOT S PARK ADDITION VAN ZANDT'S PARK ADDITION
VOLUME 204, PAGE 281
C,C.D. NO. D211285191 4 P.R.T.C.T.
BL 1 $ D.R.T.C.T.
o POINT OF � L n
1 15 14 13 12 11 10 00 COMMENCING 1z n N r� 20 1911
9 1e 17 16 15 14 13
z LOT 1R, BLOCK 18 g
Z$ U
W.LANCASTER AVENUE
po �n�ew+r-ar-wnrl g1ty
N89'48'3rW— --�-- — —
117.01T
W
W I �i~ FORT WORTH
� c~i FORT WORTH INDEPENDENT SCHOOL J
DISTRICT I INDEPENDENT CSCHOOL
w VOLUME 1338, PAGE 601 �° VOLUME 1348, PAGE 232
m D.R.T.C.T.
O < / � 4T,? D.R.T.C.T.
&S
CL
�o la
(.0 9 / / �� CITY OF FORT WOR
9 VOLUME 9725, PAGE 1833
G� 1y0 POINT OF / D.R.T.C.T.
DESCRIPTION UNDER
I � � BEGINNING ��� SAINT LOUIS, SAN FRANCISCO e
$17.0451"E TEXAS RAILWAY COMPANY
I VOLUME 660, PAGE 505
50,00' D.R.T.C.T_
S72SW09'"W Va1 FORT WORTH
� VOLUME 1281, PAGE 499
102.76' D.R.T.C.T.
I __ ��OEED UNE
I A APPROXIMATE SURVEY ABSTRACT LINE
S§"50"; CITY OF FORT WORTH
�O S
VOLUMED.R78C PAGE 42
200'
G
PARCEL 1 SCALE FEET
69,054 SQUARE FEET 1'- 200'
1.585 ACRES
1?FP Fp�`.
G,�Q�GtsTEq�.'•yam
STEPHEN R.GLOSUP
...r.....,....L.Ogsu,.
'-'-80' WIDTH RIGHT-OF-WAY 557()
I TH
VOLUME 2776,OTY OF FORT PAGE 136 '�, •�;�s1uNT•'¢
I D.R.T.C.T. �� 2Q '
A metes and bounds description of DNAWAY
S u
even date accompanies this drawing. SSO Bailey Avenue •Suite 400•Fort Worth,Texas 76107
Tel:817.335.1 121 ��Z5�7 PAGE 1 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "A"
PARCEL 1
RIGHT—OF—WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
• = MAG NAIL WITH SHINER STAMPED -
"DUNAWAY ASSOC. LP" SET UNLESS �,..•" r .Og"W
OTHERWISE NOTED 512.5
D
• = 5/8" CAPPED IRON ROD STAMPED d� of 'TtPAt Pe;. � "� HOZ•
"DUNAWAY ASSOC. LP" SET UNLESS 1U4 paZ•C"1'%0- geo• 2.55,pg
OTHERWISE NOTED VNp t a �. 01 6g,38 POINT OF
C.C.D. NO. = COUNTY CLERK'S DOCUMENT a BEGINNING
NUMBER t
� C2 4�l
D.R.T.C.T. = DEED RECORDS, TARRANT .1 0
COUNTY, TEXAS ��1 d0 9
P.R.T.C.T. = PLAT RECORDS, TARRANT ���
COUNTY. TEXAS �p5
REMAINDER OF CITY OF FORT WORTH Z
VOLUME 1281, PAGE 499 h
D.R.T.C.T. o
-<DEED LINE
APPRO?aMATE SURVEY ABSTRACT LINE
Curve Table
Curve Central Radius Arc Chord Bearing
Number Angle Length and Distance
C1 42237' 430.00' 32.85' S13.07'12'W 32.84'
C2 0'01'37' 490.00' 0.23' N11'00'08"E 0.23' PARCEL 1
69,054 SQUARE FEET
1.585 ACRES
Z
tipCITY OF FORT WORTH
��y04ay VOLUMED 8418, PAGE 42
f_V CV .
SCALE FEET
• 1 5o'
• Pq.0OF T
��• �G3STEq�r••.�
Q• O
• Q STEPHEN R.GLOSUP
"
A metes and bounds description of DUNAAY '
even date accompanies this drawing. 550 Bailey Avenue-Suite 400•Fort Worth,Texas 76107 pAGE 2 OF 27
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "A"
PARCEL 1
RIGHT-OF-WAY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
FE- -- & THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
N -0809E • = 5/8" CAPPED IRON ROD STAMPED
4.39' "DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
��S,�p2 ♦♦
D.R.T.C.T. RECORDS, 7ARRANTCOU
Q►G6 � ♦♦°1,
460 0 °*016
A-12
yC♦ * R=200.00' L=45.02' ♦♦
wCH=S84'48'58"E 44.93' ♦♦• a
� t2��. N88"44'04'E 4 °
OC < 48.97' S7�a'f R=1S0 " 9 °♦ scc t•ME FEET
6.97' '02
;E 18p3 tip ♦♦♦ V. so
I •�
F- •
V1 v •♦
W ;
� PARCEL 1
o 541'35'36"W
69,054 SQUARE FEET
Z 'ntOt 1.585 ACRES29.61'
°D A-14'17'23' $�
2 8 a R=180.50' L=45.02'
�
CH=S60'00'58"W 44.90'
O U'r
Z
�E OF T
CITY OF FORT WORTH 0�s.•'
VOLUME 416.PAGE 42 •
D D.R.T.C.L 'S..:..............2..,
TEPHEN R.GLOSUR
R ..; ............Vis..,
588'44'04"W
C> ��•�°�557 ¢.Q
60.85' 9y0 SUm�o
11)UNAWAy /,
A metes and bounds description of 550 Booey Avenue.suite 400•Fort Worth,Texas 76107 PAGE 3 OF 27
P Tel:817.335.1121 DATE; AUGUST 25, 2017
even date accompanies this drawing. FIRM REGISTRATION 10098100 DUNAWAY J08 NO. 8000319.005
EXHIBI T "B"
PARCEL 1
RIGHT—OF—WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, and the George Shields
Survey, Abstract No. 1402, City of Fort Worth, Tarrant County, Texas, and being a part of that certain tract of
land described by deed to the City of Fort Worth, recorded in Volume 1281, Page 499, Deed Records, Tarrant
County, Texas, and a part of that certain tract of land described by deed to the City of Fort Worth, recorded
in Volume 418, Page 42, Deed Records, Tarrant County, Texas, said tract of land being more particularly
described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04'51" East, departing said north line, a distance of 50.00 feet to a point on the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
South 72'55'09" West, with said common line, a distance of 102.76 feet to a set 5/8—inch iron rod with
cap stamped '1)UNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract, said point
being the beginning of a non—tangent curve to the left having a central angle of 04'22'37", a radius of
430.00 feet and a chord bearing and distance of South 13'07'12" West — 32.84 feet;
THENCE departing said south line and with said non—tangent curve to the left in a southwesterly direction, an
arc length of 32.85 feet to a set 5/8—inch iron rod with cap stamped 'RUNAWAY ASSOC. LP".-
THENCE
P";THENCE South 10'55'53" West, a distance of 109.57 feet to the beginning of a curve to the right having a
central angle of 41'55'08", a radius of 391.53 feet and a chord bearing and distance of South 34'12'19" West —
280.10 feet;
continued......
t7F
G>�P�G1�8r�1_CpF�5°�y
we
STEPHEN R,GLOSUP
...r..................
Sl sT:-4
FN
A drawing of even date accompanies
DUNAWAY
this metes and bounds description. 550 Bailey Avenue•Suite 400•Fort worm,Texas 76107
Tel:817.335.1121 PAGE 4 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 1
RIGHT-OF-WA Y EASEMENT
T OF THE JOSIAH M.C. LYNCH SURVEY ABSTRACT NUMBER 955
7&E THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402 2
continued....
THENCE with said curve to the right in a southwesterly direction, an arc length of 286.45 feet to a set
5/8—inch iron rod with cap stamped 'UUNAWAY ASSOC. LP";
THENCE South 41'35'36" West, a distance of 29.61 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 07'54'06", a radius
of 398.00 feet and a chord bearing and distance of South 63'17'09" West — 54.85 feet;
THENCE with said curve to the right in a southwesterly direction, an arc length of 54.89 feet to a set
5/8—inch iron rod with cap stomped 'flUNAWAY ASSOC. LP" for the beginning of a reverse curve to the left
having a central angle of 14'17'23", a radius of 180.50 feet and a chord bearing and distance of South
60'00'58" West — 44.90 feet;
THENCE with said reverse curve to the left in a southwesterly direction, an arc length of 45.02 feet to a set
5/8—inch iron rod with cap stomped 'UUNAWAY ASSOC. LP" for the beginning of a reverse curve to the right
having a central angle of 35'51'47", a radius of 219.50 feet and a chord bearing and distance of South
70'48'10" West — 135.16 feet;
THENCE with said reverse curve to the right in a southwesterly direction, an arc length of 137.39 feet to a set
5/8—inch iron rod with cap stamped 'UUNAWAY ASSOC. LP";
THENCE South 8844'04" West, a distance of 60.85 feet to a set 5/8—inch iron rod with cap stamped
"UUNAWAY ASSOC. LP";
THENCE South 48'21'53" West, a distance of 87.13 feet to a 5/8—inch iron rod with cap stamped 'UUNAWAY
ASSOC. LP" set in the east right—of—way line of North University Drive (a variable width right—of—woy)
THENCE North 00'57'49" West, with the east right of way line of said North University Drive, a distance of
284.64 feet to a set 5/8—inch iron rod with cap stamped 'UUNAWAY ASSOC. LP';
THENCE North 89'08'09" East, departing the east right of way line of said North University Drive, a distance of
4.39 feet to a set 5/8—inch iron rod with cop stamped 'UUNAWAY ASSOC. LP" for the beginning of a
non—tangent curve to the left having a central angle of 80'20'18", a radius of 98.61 feet and a chord bearing
and distance of South 49'14'14" East — 127.22 feet;
THENCE with said non—tangent curve to the left in a southeasterly direction, an arc length of 138.27 feet to a
set 5/8—inch iron rod with cop stamped 'UUNAWAY ASSOC. LP";
THENCE North 88'44'04" East, a distance of 48.97 feet to a set 5/8—inch iron rod with cop stamped
"UUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 12'53'55", a radius
of 200.00 feet and a chord bearing and distance of South 84'48'58" East — 44.93 feet;
continued......
.�EOF rE
�'�PP��Y3T�gF0.9cS�
Q STEPFIEN R.GLOShP
5570
o
S U mj
aL
A drawing of even date accompanies WNAWAY
this metes and bounds description. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107 PAGE 5 OF 27
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "B"
PARCEL 1
RIGHT—OF—WA Y EASEMENT
A PART OF THE JOSIAH M.C. L MCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
continued....
THENCE with said curve to the right in a southeasterly direction, an arc length of 45.02 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
THENCE South 78'22'01" East, a distance of 16.97 feet to a set 5/8—inch iron rod with cap stamped
'RUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 43'10'42", a radius of
150.00 feet and a chord bearing and distance of North 80"02'37" East — 11'0.39 feet;
THENCE with said curve to the left in a northeasterly direction, an arc length of 113.04 feet to a set 5/8—inch
iron rod with cap stamped "DUNAWAY ASSOC. LP" for the beginning of a compound curve to the left having a
central angle of 46'43'57"6 a radius of 330.00 feet and a chord bearing and distance of North 34'17'52" East
— 261.76 feet;
THENCE with said compound curve to the left in a northeasterly direction, an arc length of 269.16 feet to a
set 5/8—inch iron rod with cap stamped "RUNAWAY ASSOC. LP';
THENCE North 10'55'53" East, a distance of 94.71 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 00'01'37", a radius
of 490.00 feet and a chord bearing and distance of North 11'00'08" East — 0.23 feet;
THENCE with said curve to the right in a northeasterly direction, an arc length of 0.23 feet to a point on the
south line of said City of Fort Worth tract recorded in Volume 9725, Page 1833;
THENCE North 72'55'09" East, with said south line, a distance of 69.38 feet to the POINT OF BEGINNING and
containing a calculated area of 69,054 square feet or 1.585 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents And does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 6 OF 27
EXHIBIT"B"
Glosup
Registered Professional land Surveyor a PARCEL 1
Texas Registration No.5570 E OF r
srg@dunaway-assoc.com ���•' To.
�'p•�F�y RIGHT-OF-WAY EASEMENT
August 25,2017
A PART OF THE 10SIAH M.C. LYNCH
...fSTEPHEN R.. S=P N AWAYSURVEY,ABSTRACT NUMBER 955&
.............. ...
-*4-*r�� ": 55l0 .:
-� .'�, S,pav,• Q THE GEORGE SHIELDS SURVEY,
�'4 Sli��yO ABSTRACT N0. 1402
550 Bailey Avenue -Suite 400- Fort Worth,Texas 76107
Tel:817.335.1121
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
EXHIBIT "A"
PARCEL 2
RIGHT—OF—WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
w VAN ZANDT'S PARK ADDITION VAN ZANDT'S PARK ADDITION
C.C.D. NO. D211285191 VOLUME 204, PAGE 281
z P.R.T.C.T.
p b
D.R.T.C.T. I
HL ' c POINT OF
L I
OC
1 15 14 13 12 11 10 0o COMMENCING 12 11 20 B s 1e n 16 1s 14 13
C LOT 1R, BLOCK 18
z u
W.LANCASTER AVENUE It sQo�laa�w�
(o(r mon+rna+r-aF—wAY)— —1
111.00' — —
N8S1.4V3rWr _
117.00' I
I / �
iFORT WORTH
I ~
y FORT WORTH DIDTEPENR CTDENT SCHOOL e / INDEPENDENT SCHOOL
z VOLUME 1338, PAGE 601
A I I VOLUME DISTRICT
T
232
D.R.T.C.T. D.R.T.C.T.
j
Ole
CITY OF FORT WORTH
/ VOLUME 9725, PAGE 1833
D.R.T.C.T.
~w� CITY OF FORT WORTH DESCRIPTION UNDER
N89'47'25"W 'J5•�9 �.r�` VOLUME 1281, PAGE 499 SAINT LOUIS, SAN FRANCISCO do
S1�' � D.R.T.C.T. TEXAS RAILWAY COMPANY
85.00 / VOLU C T860, PAGE 505
I POINT OF1DEED LINE
BEGINNING
PARCEL 2 CITY OF FORT WORTH
VOLUME 418, PAGE 42
7,221 SQUARE FEET D.R.T.C.T.
0.165 ACRE .40
'; 0 200'
I G�0¢Gti5Av SCALE FDO
W� EOi= r
F oj��Q�otisrFRF:�ptS�
............
NK
STEPHEN R.GLOSUP
U.w G •..r......�.......su•
3 --80' WIDTH RIGHT-OF-WAY
CITY OF I 'O;4 �0y'
FORT
1277GE 136 211111V
54
i
D.R.T.C.T. DUNALWAAy A metes and bounds description of
even date accompanies this drawing. 550 Bailey Avenue.Suite 400•Fort Worth,Texas 76107
Tel:8 17.335.1121 7 PAGE 7 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T 'A"
PARCEL 2
RIGHT—OF—WAY EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUM8ER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
• = 5/8' CAPPED IRON ROD STAMPED
FORT NORTH INDEPENDENT 'DUNAWAY ASSOC. LP' SET UNLESS
POINT OF SCHOOL DISTRICT OTHERWISE NOTED
VOLUME 1334 PACE 601
BEGINNING D.R.T.C.T. / D.R.T.C.T. = DEED RECORDS, TARRANT
S89'47'25'E COUNTY, TEXAS
79.05' N89'47'25'W 85.00'
I S03'10'10'E
25.04'
0
t(10 t O SCALE FEET
11
to N 1A 1M 1•- 50`
b p
Z N
PARCEL 2
~ Og•44 ( 0.21 RARE FEET
Faf
. 5'►Z21 CITY OF FORT NORTH
ci VOLUME 414 PACE 42
n' D.R.T.C.T.
mQ I
W
a I >
� 3 I
I T
} p iOF
o P 5.QE���o•.s
� F
j ��05�' •STCPHE�q•GLOSUP
...r.................
5570
Z '�ass ~'�@
a cc I
�--� Z ` -Z*--DUNAWAY/
A metes and bounds description of 550 Bailey Avenue•Suite 400.Fort Worth,Texas 76107 PAGE 8 OF 27
P Te1:617.335.1121 DATE: AUGUST 25, 2017
even date accompanies this drawing. FIRM REGISTRATION 10096100 DUNAWAY JOB NO. B000319.005
EXHIBI T "B"
PARCEL 2
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURREY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURREY, ABSTRACT NUMBER 1402
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, and the George Shields
Survey, Abstract No. 1402, and the Thomas White Survey, abstract No. 1636, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 1281, Page 499, Deed Records, Tarrant County, Texas, and a part of that certain tract of
land described by deed to the City of Fort Worth, recorded in Volume 1671, Page 42, Deed Records, Tarrant
County, Texas, said tract of land being more particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zondt's Park Addition, an addition to the City of
Fort Worth according to the plot recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right-of-way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right-of-way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north comer of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 72'55'09" West, with the north line of said City of Fort Worth tract, recorded in Volume 9725, Page
1833 and the south line of said Fort Worth Independent School District tract, recorded in Volume 1338,
Page 601, a distance of 579.51 feet to a set 5/8-inch iron rod with cap stamped 'DUNAWAY ASSOC. LP";
North 89'47'25" West, with the south line of said Fort Worth Independent School District tract, a distance
of 85.00 feet to a set 5/8-inch iron rod with cap stamped 'DUNAWAY ASSOC. LP" at the southwest corner
of said Fort Worth Independent School District tract, recorded in Volume 1338, Page 601 and the POINT OF
BEGINNING of the herein described tract;
THENCE South 031010" East, departing the south line of said Fort Worth Independent School District tract,
recorded in Volume 1338, Page 601, a distance of 25.04 feet to a point for the northwest corner of that
certain tract of land described by deed to the City of Fort Worth, recorded in Volume 418, Page 42, Deed
Records, Tarrant County Texas;
THENCE South 00'57'49" East, with the west line of said City of Fort Worth, recorded in Volume 418, Page 42,
a distance of 53.04 feet to a set 5/8-inch iron rod with cap stamped 'DUNAWAY ASSOC. LP" for the
northeast corner of that certain tract of land described by deed to the City of Fort Worth, recorded in Volume
1276, page 136, Deed Records, Tarrant County, Texas;
continued.....
r�'�.•ti�isre ••
...:..............:...
STEPHEN R.GLOSUP
rya Sumj�o
A drawing of even date accompanies DUNAWAY
this metes and bounds description. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 �7-57l7 PAGE 9 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "B"
PARCEL 2
RIGHT—OF—WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
continued.....
THENCE South 72'55'09" West, departing the west line of said City of Fort Worth, recorded in Volume 418. Page
42 with the north line of said City of Fort Worth, recorded in Volume 1276, page 136, a distance of 83.27 feet
to a point;
THENCE North 00'57'49" West, departing the north line of said City of Fort Worth, recorded in Volume 1276,
page 136, a distance of 102.80 feet to a point;
THENCE South 89'47'25" East, a distance of 79.05 feet to the POINT OF BEGINNING and containing a calculated
area of 7,221 square feet or 0.165 acre of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 10 OF 27
EXHIBIT "B"
to h .Glosup
Registered Professional Land Su or �1 PARCEL 2
Texas Registration No.5570
srg@dunaway-assoc.com OF TF RIGHT-OF-WAY EASEMENT
August 25,2017c3�`TEq" S
6.
.............. A PART OF THE JOSIAH M.C. LYNCH
STEPHEN R.GLOSUP 1=
'yp fiejQ••,• SURVEY ABSTRACT NUMBER
&
' %%5570YTHE GEORGE SHIELDS DUNAWAY •= "
ABSTRACT NO. 1402
550 Bailey Avenue • Suite 400 • Fort Worth,Texas 76107 S{f
Tel:817.335.1121
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texoe.
EXHIBIT "A "
PARCEL 3
RIGHT-OF-WA Y EASEMENT
A PART OF THE JOS/AH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
F VAN ZANDT S PARK ADDITION
>9 VAN ZANDT'S PARK ADDITION VOLUME 204, PAGE 281
= 'y C.C.D. NO. 0211285191 P.R.T.C.T.
BL K t 1 D.R.T.C.T.
o POINT OF L BL 17
1 15 14 13 12 rt 10 0 2 COMMENCING 1z u N 20 19 18 17 16 15
OLOT 1R, BLOCK 18 a€
Z �u
W.LANCASTER AVENUE
(W MOTH Nair-OF-WAY) �90R'1',r2Z'T1M
—
N69'46'38'W
117.00' I I i
17
�_
Cis
,N I
I
I WORTH
FORT WORTH INDEPENDENT SCHOOL / / INDEPENNDENTT SCHOOL
VOLUMED1I338!CPAGE 601 / / VOLUME D348,1CPAGE 232
D.R.T.C.T. W I D.R.T.C.T.
I 1r►'�'&0CITY OF 9y
TH
VOLUME FORT PAGE 1833
/ D.R.T.C.T.
DESCRIPTION UNDER
f/ / SAINT LOUIS, SAN FRANCISCO
TEXAS/I l VOLUME 560,APAGE 505Y
/ D.R.T.C.T.
POINT OF
BEGINNING /
� clTr of FORT WORTH
PARCEL 3 ` / i VOLUME 1281, PAGE 499
3,817 SQUARE FEET / D.R.T.C.T.
0.0830 ACRES
i S72"55'09'W
65.67' y
I .. ...... ..........
STEPHEN R.GLOSUP
0 2OO' ...r.....
.•.H..H tp
' .%�5570*�:
Pr-ss>.". O
SCALE FEET , �'U SURA
b
20 �`DUNAWAY
A metes and bounds description of
even date accompanies this drawing. 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 � //� PAGE 11 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "A "
PARCEL 3
RI GH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
A = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP' SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
Curve Table C.C.D. NO. = COUNTY CLERK'S DOCUMENT
Curve Central Radius Arc Chord Bearing NUMBER
aus
Number Angle Length and Distance
COUNTY,
C7 8.18'06' 430.00' 62.30' S19.28'46'W 62.25' CC.T. DEED RECORDS, TARRANT
=
COUNTY, TEXAS
C2 8'51'47' 490.00' 58.69' N1426'50'E 58.66'
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
FORT WORTH INDEPENDENT
5�¢y SCHOOL DISTRICT
VOLUME D.R.T.0 T. 232
FORT WORTH INDEPENDENT 1�•5�r�g�W
SCHOOL DISTRICT
VOLUME 1338, PAGE 601
D.R.T.C.T. the POINT OF
N7 ' BEGINNING /
f P S33 .505) PARCEL 3
aTt y725���. Pa• 3,617 SQUARE FEET
R
0.083 ACRES
rood
i
+� REMAINDER OF CITY OF FORT WORTH
VOLUME 1281, PAGE 499 0 W.
D.R.T.C.T.
SCALE FEET
5D'
OF rh
. �``�•C)161F•••�qr
e•ri r•r.....•••...
ST)HEN R.GLOSUP
5570 u•f..•.u.•u••.•=rrr
�o sUM"
A metes and bounds description of
DUNAWA
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 8/ ? PAGE 12 OF 27
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 3
RIGH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zondt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zondt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line of
that certain tract of land described by deed to Fort Worth Independent School District, recorded in Volume
1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract and
that certain tract of land described by deed to Fort Worth Independent School District tract, recorded in
Volume 1338, Page 601, deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a distance
of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School District tracts,
and in the north line of that certain tract of land described by deed to the City of Fort Worth, recorded in
Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 72'55'09' West, with said north line, a distance of 65.67 feet to a set mag nail with shiner stamped
"DUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract, said point being the beginning
of a non—tangent curve to the left having a central angle of 08'18'06", a radius of 430.00 feet and a chord
bearing and distance of South 19'28'46" West — 62.25 feet;
CONTINUED
OF r�+
......,..........w..•a•
STEPHEN R.GLOSUP
�•. 5570 P..:4
A drawing of even date accompanies DUNAWAY
this metes and bounds description. 550 Bailey Avenue•Suite 400•Fort Worth.Texas 76107
Tel:817.335.1121 PAGE 13 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBI T "B"
PARCEL 3
RIGH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. L YNCH SURVEY, ABSTRACT NUMBER 955
CONTINUED
THENCE departing said north line, with said non—tangent curve to the left in a southwesterly direction, an arc
length of 62.30 feet to a set 5/8—inch iron rod with cap stamped 'RUNAWAY ASSOC. LP" in the south line of said
City of Fort Worth tract;
THENCE South 7255'09" West, with said south line, a distance of 69.40 feet to a set 5/8—inch iron rod with cap
stamped 'DUNAWAY ASSOC. LP" for the beginning of a non—tangent curve to the right having a central angle of
06'51'47", a radius of 490.00 feet and a chord bearing and distance of North 14'26'50" East — 58.66 feet;
THENCE departing said south line, with said non—tangent curve to the right in a northeasterly direction, an arc
length of 58.69 feet to a set 5/8—inch iron rod with cap stomped 'RUNAWAY ASSOC. LP" in the north line of said
City of Fort Worth tract;
THENCE North 72'55'09" East, with said north line, a distance of 75.80 feet to the POINT OF BEGINNING and
containing a calculated area of 3,617 square feet or 0.083 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
In recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 14 OF 27
Steph4h R.Glosup EXHIBIT "B"
Registered Professional Land S yor ��OF T
Texas Registration No.5570 p,.......
srg@dunaway-assoc.com � 'P�� ��o•".� PARCEL 3
August 25,2017 RIGHT-OF-WAY EASEMENT
Q STEPHEN R.GLOSUP
to*w ...r*.............�...
. DUNAWAY
•.�,pd55s ...�:Q APART OF THE JOSIAH M.C. LYNCH
'w*z 9�0 SURA• SURVEY,ABSTRACT NUMBER 955
550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121
FIRM REGISTRATION 10098100 [�Clty
of Fort Worth, Tarrant County, Texae.
EXHIBIT "A "
PARCEL 4
RI GH T—OF—WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
w iVAN 2ANDT S PARK ADDITION VAN ZANDT'S PARK ADDITION
> VOLUME 204, PAGE 281
i C.C.D. NO. D211285191
oc
O D.R.T.C.T. P.R.T.C.T.
BL 1 0 POINT OFuj BLOC< 17
15 14 13 12 11 10 °o COMMENCING 12 1� 20 19 18 17 16 15 14 13 12 11
LOT 1R, BLOCK 18
01
UQ
W.LANCASTER AVENUE SQA93'29�
•o'Vom�GHT-oF WA
I °0°v
N89'46'38'W 9
117.00' I W
( ( W
N
I I I ir W o >~
I 3� U,,.
I IN W�
I dr 1 04
0� ~
f O~O I
1 2ocj 0g
I I —Zcj1 0
�i5 mvo �
LA-
in
I
TH
FORT WORTH INDEPENDENT SCHOOL I I INDEPENDENT FORT SCHOOL
DISTRICT I I DC
VOLUME 38PAGE 601 VOLUME 1348IPAGE 232
D.R.T.C.T, D.R.T.C.T.z
5�4�G� /
!�'G. cc 0
� 0 96
PARCEL 4
1,226 SQUARE FEET J
0.028 ACRE `
GTY OF FORT WORTH /
VOLUME 9725, PAGE 1833
O.R.T.C.T. / I N,
DESCRIPTION UNDER rN.
SAINT LOUIS, SAN FRANCISCO & / CITY OF FORT WORTH
TEXAS RAILWAY COMPANY VOLUME 1281, PAGE 499
VOLUME 660, PAGE 505 / i D.R.T.C.T. j
D.R.T.C.T. / / POINT OF
y / BEGINNING
147255'09"E G p� OF
,. 239.63' ��•Q•G' o•.J►
E F
r S17.04 51 E
..................:...
50.00' STEPHEN R.GLOSUP
0 200' ...f..............t...
5570
O
SCALE FEETt �`SUR 1
DUNAWAY
A metes and bounds description of
even date accompanies this drawing. 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107
Tet,817.335.1121 Z5//7 PAGE 15 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBI T "A "
PARCEL 4
RI GH T—OF—WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH .SURVEY, ABSTRACT NUMBER 955
• = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
C.C.D. NO. = COUNTY CLERK'S DOCUMENT
NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
FORT WORTH INDEPENDENT
SCHOOLA
VOLUME 1348,, PAGE 232
D.R.T.C.T.
i fog
S
� __0.,��Voice
DAA
c
X03 -r1.
9 "W
PARCEL 4 g"1r g12 A�' S�p'3p
1,226 SQUARE FEETp
0.028 ACRE N�255
5��•4221~
CITY OF FORT WORTH
VOLUME 1281, PAGE 499
A-16*02'12" D.R.T.C.T.
POINT OF R=200.00' L=55.98'
CH-579'43'33"W 55.80'
BEGINNING 0 50'
SCALE FEET
�?• P�� flEp•.CP 1'. 50'
.................:...
STEPHEN R.GLOSUP
...s. ............l...
e9
.A 5570 .��O�sso�:"•'pfi
°sus'
7
A metes and bounds description of .Z DUNAWA
even date accompanies this drawing. 550 Bailey Avenue•suite 400 •Fort Worth,Texas 76107
Tei:817.335.1121 PAGE 16 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 4
RI GH T—OF— WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 1281, Page 499, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04'51" East, departing said north line, a distance of 50.00 feet to a point on the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
North 72'55'09" East, with said common line, a distance of 239.63 feet to a set 5/8—inch iron rod with
cap stamped 'DUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract;
THENCE North 72'55'09" East, continuing with said common line, a distance of 312.47 feet to the beginning of
a non—tangent curve to the right having a central angle of 01'44'48", a radius of 2,529.50 feet and a chord
bearing and distance of South 70'50'03" West — 77.11 feet;
THENCE with said non—tangent curve to the right in a southwesterly direction, an arc length of 77.12 feet to a
set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
continued......
J
of r
......................
STEPHEN R.GLOSUP
5570 Pte:
SUS
8/x5,/
A drawing of even date accompanies
DUNAWAY
this metes and bounds description. 550 Bailey Avenue • Suite 400 • Fort Worth,Texas 76107 PAGE 17 OF 27
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 6000319.005
EXHIBI T "B"
PARCEL 4
RIGH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
continued.....
THENCE South 71'42'27" West, a distance of 180.05 feet to a set 5/8-inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a curve to the right, having a central angle of 16'0212", a radius
of 200.00 feet and a chord bearing and distance of South 79'4333" West - 55.80 feet;
THENCE with said curve to the right, in a southwesterly direction, an arc length of 55.98 feet to the POINT OF
BEGINNING and containing a calculated area of 1,266 square feet or 0.028 acre of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 18 OF 27
StephLffn R.Glosup EXHIBIT"B"
Registered Professional La rveyor Wit-
Texas Registration No.5570 OF Tom,
srg@dunaway-assoc.com ��1 p.•'°s '':;f PARCEL 3
August 25,2017 RIGHT-OF-WAY EASEMENT
........ ............
•S-s F '►}ciV R GLOSUP. .......t...
17 •".:••""` APART OF THE JOSIAH M.C. LYNCH
' tiO550 y.
�F�.,,,,;�,o��,�������; q� SURVEY,ABSTRACT NUMBER 955
DUNAWAY 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 u/
Tel:817.335.1121
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
EXHIBIT "A "
PARCEL 5
RIGHT-OF- WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
w< VAN ZANDTS PARK ADDITION VAN ZANDTS PARK ADDITION
>s fi VOLUME 204, PAGE 281
i C.C.D. NO. D211285191 P.R.T.C.T.
p D.R.T.C.T. ,�-,
eL 1 p r POINT OF W BLOC< 17
15 14 13 12 11 10 0 COMMENCING 12 n L 20 19 18 17 16 15 14 13 12 11
OLOT 1R, BLOCK 18 €
z u�
W.LANCASTER AVENUE � ,�
(90 wwnHr-aF wAh— — 22-11111
(
N89'48'38'W �-
117.00' I I WW
I I N
Uj
1 ( wo fi
t) U.~nr ( _
OR
I {n(,�� 7,
g 3'08n
FORT WORTH
I I
FORT WORTH INDEPENDENT SCHOOL I / INDEPENDENT SCHOOL
DISTRICT I DISTRICT
VOLUME 1338, PAGE 601I I VOLUME ,T.
GE 232
D.R.T_C.T. = D.R.T.I
,IA"�0 gyp � / � PARCEL 5
1,063 SQUARE0.024 ACRE
POINT OF
BEGINNING
CITY OFORT
VOLUME 9725, PAGE 18RTH 3 / \\ �•�' T11ft
D.R.T.C.T.DESCRT1
N UNDER
SAINT LOUIS. SAN FRANCISCO isc
TEXAS RAILWAY COMPANY
VOLUME 660. PAGE
505
C T. / y.09'`E
� N,255
/ CITY OF FORT WORTH OF
VOLUME1281, PAGE 499 A,Q�•'
D.R.T..R.T.G.T. 0.•Q,kGt�................
cS'.
S17*04�'/51"El ,STEPHEN R.GLOSUP 1=
50.00' .••.••....•...._.�•
♦A 5570 v
0 SUFtiOQ
SCALE FEET
DUNAWAY
LDATE-.
es and bounds description of 8/Z.5
ate accompanies this drawing' 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 19 OF 27
AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "A "
PARCEL 5
RIGHT-OF- WA Y EASEMENT
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
A = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
C.C.D. NO. = COUNTY CLERK'S DOCUMENT
NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
FORT WORTH INDEPENDENT J
SCHOOL DISTRICT f
VOLUME 1348, PAGE 232
D.R.T.C.T.
13 PARCEL 5
o so 1,063 SQUARE FEET
trj't,, PROPOSED VAN 0.024 ACRE
ZANDT LANEJ'� $ r
V060
V
-01
41
LAS
�Rjaz. eoo, " POINT OF
BEGINNING
CITY OF FORT WORTH
VOLUME 1281, PAGE 499
D.R.T.C.T.
s
0 50'
ISCALE FEET
1 50'
c�.",7•�OF Te
P ,
:.................
.STEPHEN R.GLOSIlP
...:..................
t'��• o�;°.�fir"
Sum
A metes and bounds description of ' DUNAWAY
even date accompanies this drawing. 550 Bailey Avenue•suite 400•Fort Worth,Texas 76107 Ahs .7
Tel:817.335.1121 PAGE 20 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 5
RIGH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 1281, Page 499, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zondt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zondt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04'51" East, departing said north line, a distance of 50.00 feet to a point on the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
North 72'55'09" East, with said common line, a distance of 586.14 feet to a point for the beginning of a
curve to the left having a central angle of 08'19'25", a radius of 980.37 and a chord bearing and distance
of North 68'45'27" East — 142.30 feet;
wth said curve to the left, in a northeasterly direction, an arc length of 142.42 feet to a
set 5/8—Inch iron rod with cap stamped "DUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein
described tract being the beginning of a curve to the left having a central angle of 05'44'34", a radius of
980.37 and a chord bearing and distance of North 61'43'27" East — 98.22 feet;
continued......
e OF
GtsTs
..................:...
STEPHEN R.GLOSUP
...r.............. ...
`_:• 70
""YY tai'.•��L'
do suave
8�Z5�i7
A drawing of even date accompanies ' DUNAWAY
this metes and bounds description. 550 Bailey Avenue•suite 400.Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 21 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 5
RIGH T-OF- WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
continued......
THENCE with said curve to the left in a northeasterly direction, an arc length of 98.26 feet to a set 5/8—inch
iron rod with cap stamped 'DUNAWAY ASSOC. LP"
THENCE South 16'38'13" East, departing said common line and crossing into said City of Fort Worth, recorded in
Volume 1281, Page 499, a distance of 46.91 feet to a set 5/8—inch iron rod with cap stamped "RUNAWAY
ASSOC. LP';
THENCE North 60'05'05" West, a distance of 43.42 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP';
THENCE South 69'32'30" West, a distance of 66.49 feet to the POINT OF BEGINNING and containing a calculated
area of 1,063 square feet or 0.024 acre of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 22 OF 27
Step R.Glosup EXHIBIT"B"
Registered Professional Land Su -
Texas Registration No.5570
OF
srg@dunaway-assac.cwm ;*�,••••• F , PARCELS
TE
August 25,2017 ��'Qwot RFo'�s
RIGHT-OF-WAY EASEMENT
.....................
•SiEPHE RP• A PART OF THE JOSIAH M.C. LYNCH
7p
DUN f„��,�.��;:•�Q SURVEY,ABSTRACT NUMBER 955
1 550 Bailey Avenue • Suite 400•Fort Worth,Texas 76107 SUPN�
Tel:817.335.1121
FIRM REGISTRATION 10098100 City of Fort Worth. Tarrant County, Texas.
EXHIBIT "A "
PARCEL 6
RICH T—OF—WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
S: VAN ZANDT'S PARK ADDITION
LU< VAN ZANDTS PARK ADDITION VOLUME 204, PAGE 281
C.C.Q. NO. D211285191
f P.R.T.C.T.
BL CK 1 D.R.T.C.T.POINT OF LU_11
t I
15 14 13 12 11 10 0 COMMENCING 12 is G 20 Bis 18 n 1s 15 14 13 12 11
LOT 1R, BLOCK 18
Z$ u
W.LANCASTER AVENUE
— — — (aa'M07H warn or wnh—
N89 46'38'W
117.00' I i
W
I I �
I
I ;N U
�~OF I V�
zq OR
f �K
FORT WORTH
I I
FORT WORTH INDEPENDENT SCHOOLI I INDEPENDEN SCHOOL
DISTRVOLUME D11338,CPAGE 601 I VOLUME 1348, PAGE 232
D.R.T.C.T. z I D.R.T.C.T,
c�95y Q
ce 00.
5v8 / PARCEL 6
10 P / / 30,102 SQUARE FEET
0.691 ACRE
CITY OF FORT /) POINT OF
VOLUME 9725, PAG 11833 / I BEGINNING
D.R.T.C.T. / r
DESCRIPTION UNDER
SAINT LOUIS, SAN FRANCISCO do /
TEXAS RAILWAY COMPANY
VOLUME 660, PAGE 505
D.R.T.C.T. ' ..•� '
i N7255'09"E '(�OF T�
151.33' P.-.'c-l'Trg'%9
CITY OF FORT WORTH
VOLUME 1281, PAGE 499 &a*..............i..•
D.R.T.C.T. STEPHEN R.GLOSUP �
..,j..................
•.A 5570 .;
SCALE FEET
200' DUNAWAY
A metes and bounds description ofj��
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort worth,Texas 76107
Tel:617.335.1121 PAGE 23 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBIT "A "
PARCEL 6
RIGH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
• = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
C.C.D. NO. = COUNTY CLERK'S DOCUMENT
NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
t
FORT WORTH INDEPENDENT
SCHOOL DISTRICT
VOLUME 1348, PAGE 232 i
Sity D.R.T.C.T. ;
� 9y �
1' PROPOSED VAN
PARCEL 6 2ANDT LANE
iOS 30,102 SQUARE FEET
0.691 ACRE
g'45' �
0=18 37 23 i1
db-'�qj��- R=145.00' L=47.13' �v ;
cc's A CH=N81'01'09"E 46.92'
�- A Q
'1114
POINT OF '
N�� •pg"E BEGINNING
15�3 R'2
00
qy, "r -0 , CITY OF t '� / VOLUMEFORT ORT`tNPAGE 1833
i ��,¢]' D.R.T.C.T. 0 50'
(DESCRIPTION UNDER
DEED VOL 660, PG. 505)
D.R.T.C.T. SCALE FEET
/ 1•� 50'
EOE T•
CZ) ST 7
...:..............:...
STEPHEN R.GLOSUP 1'
qpQ 5570e.
SURA
A metes and bounds description of DUNAWAYTr�
even date accompanies this drawing. 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 / �l� PAGE 24 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBI T "A "
PARCEL 6
RIGH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
A = MAG NAIL WITH SHINER STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
• = 5/8" CAPPED IRON ROD STAMPED
0 50' "DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
SCALE FEET C.C.D. NO. = COUNTY CLERK'S DOCUMENT
I.- 5W NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
CU
W
( �N
Shy I
Clf4
C b 9y �UJ
N �a
105 U -
lO �N
FORT WORTH INDEPENDENT ILL LJ
SCHOOL DISTRICT I b�
VOLUME 1348, PAGE 232 vJ
D.R.T.C.T. O
LL1�1'1 8'32"
R=930.37' L=21.25' /
CH=N58'42'32"E 21.25'
N30'00'00"E
Z 17.26'
ZN69'32'21"E ;y +.
PROPOSED VAN 68.79'
2ANOT LANE LAS
PARCEL 6
30,102 SQUARE FEET
■ 0.691 ACRE "' 26 ,
w e=1'46'35" '` • "1��
R=2,479.50' L=76.88'
CH=N70'49'10"E 76.87 .
■ �.QgwE �
■
■ S69'45'00"W ..................
CITY OF FORT WORTH STEPHEN R.GLOSUP
18.61' VOLUME 1281, PAGE 499 .........I...
a -� .• ss�Q.• Q
do sUFWN
A metes and bounds description of �r DUNAWAY
even date accompanies this drawing. 550 Bailey Avenue •Suite 400°Fort worm,Texas 76107 PAGE 25 OF 27
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 6
RIGH T-OF- WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zondt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zandt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
North 72'55'09" East, with said north line, a distance of 151.33 feet to a set 5/8—inch iron rod with cap
stamped `UUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract;
THENCE North 72'55'09" East, continuing with said north line, a distance of 96.79 feet to a set 5/8—inch iron
rod with cap stamped "DUNAWAY ASSOC. LP" for the beginning of a non—tangent curve to the left having a
central angle of 18'37'23", a radius of 145.00 feet and a chord bearing and distance of North 81'01'09" East —
46.92 feet;
THENCE departing said north line and with said non—tangent curve to the left in a northeasterly direction, an
arc length of 47.13 feet to a set 5/8—inch iron rod with cap stamped `UUNAWAY ASSOC. LP';
THENCE North 71'42'27" East, a distance of 179.45 feet to o set 5/8—inch iron rod with cap stamped
"UUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 01'46'35", a radius of
2,479.50 feet and a chord bearing and distance of North 70'49'10" East — 76.87 feet;
THENCE with said curve to the left in a northeasterly direction, an arc length of 76.88 feet to a set 5/8—inch
iron rod with cap stamped 'UUNAWAY ASSOC. LP";
THENCE North 72'55'09" East, a distance of 35.34 feet to a set 5/8—inch iron rod with cap stamped
"UUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 08'27'10", a radius of
930.37 feet and a chord bearing and distance of North 68'41'34" East — 137.13 feet;
THENCE with said curve to the left, in a northeasterly direction, an arc length of 137.26 feet to a set
5/8—inch iron rod with cap stamped UUNAWAY ASSOC. LP"-,
continued..... >�
�G7 P•�G1'oiCl�'.''9tS�
d
rt ..
•....... .....
` STEPHEN R.GLOSUP
< ,557()
''
A drawing of even date accompanies DUNAWAY
.�
this metes and bounds description. Sso Bailey Avenue•suite 400•Fort worth,Texas 76107
Tel:817.335.1121 $�, PAGE 26 OF 27
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWA JOB NO. 8000319.005
IN
EXHIBI T "B"
PARCEL 6
RIGH T-OF-WA Y EA SEMEN T
A PART OF THE JOSIAH M.C. LYNCH SURVEY,, ABSTRACT NUMBER 955
continued.....
THENCE North 69'32'21" East, a distance of 68.79 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP";
THENCE North 30'00'00" East, a distance of 17.26 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP' for the beginning of a non—tangent curve to the left, having a central angle of
01'18'32", a radius of 930.37 feet and a chord bearing and distance of North 58'42'32" East — 21.25 feet;
THENCE with said non—tangent curve to the left, in a northeasterly direction, an arc length of 21.25 feet to a
set 5/8—Inch iron rod with cap stamped 'DUNAWAY ASSOC. LP";
THENCE South 16'38'13" East, departing the north line of said City of Fort Worth tract, recorded in Volume
9275, Page 1833, a distance of 51.70 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC.
LP" in the south line of said City of Fort Worth tract, recorded in Volume 9275, Page 1833, for the beginning
of a non—tangent curve to the right, having a central angle of 05'45'47", a radius of 977.03 feet and a chord
bearing and distance of South 61'42'04" West — 98.23 feet;
THENCE with the south line of said City of Fort Worth tract, recorded in Volume 9275, Page 1833 and with said
non—tangent curve to the right, in a southwesterly direction, an arc length of 98.27 feet to a set 5/8—inch
iron rod with cap stamped 'DUNAWAY ASSOC. LP"
THENCE South 69'32'21" West, a distance of 157.65 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP";
THENCE South 6945'00" West, a distance of 18.61 feet to a to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP';
THENCE South 72'55'09" West, a distance of 312.47 feet to a to a set 5/8—inch iron rod with cap stamped
IDUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angel of 29'23'29", a radius
of 200.00 feet and a chord bearing and distance of North 77'33'36" West — 101.47 feet;
THENCE with said curve to the right, in a northwesterly direction, an arc length of 102.60 feet to the POINT OF
BEGINNING and containing a calculated area of 30,102 square feet or 0.691 acre of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 27 OF 27
a
R.5- 10-
► EXHIBIT"B"
Registered Professional Land Surveyor
Texas Registration No.5570 OF
srg@dunaway-assoc.com ....... PARCEL 6
August 25,2017 °:• Q0 TE o••� RIGHT-OF-WAY EASEMENT
...i
...........
2111111V STEPHEN
.:.........R.GLOSUp A PART OF THE JOSIAH M.C. LYNCH
'DUNAWAY << .......
A 5570 .,• SURVEY,ABSTRACT NUMBER 955
550 Bailey Avenue • Suite 400•Fort Worth,Texas 76107 SUf Sv
Tel:817.335.1 121
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Teras.
EXHIBI T "A"
PARCEL 1
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
w TION VAN ZANDT S PARK ADDITION
VAN ZANDT'S PARK ADDI
■ VOLUME 204, PAGE 281
BLOCK 1 1 c C.C.D. NO. D211285191 fi P.R.T.C.T.
p$ D.R.T.C.T. ��
p POINT OF w BLOCn
16 15 14 13 12 11 10 °o COMMENCING 12 11 20 19 18 n 16 15 14 13
I LOT 1R, BLOCK 18 zs
2� �#
V
W.LANCASTER AVENUE
(9V g1DYN RIGHT-Of-WAY)
T�8'3�W
71.00' IFORT WORTH INDEPENDENT SCHOOL ' I ~
l FORT WORTH
< DISTRICTI A r INDEPENDENT SCHOOL
VOLUME 1338, PAGE 601 _ f ,�� DISTRICT
2 D.R.T.C.T. / r,moo VOLUME 1348, PAGE 232
D.R.T.C.T.
ft
AV
qj
r^
a.
rc /
CITY OF FORT WORTH
i VOLUME 9725, PAGE 1833
/ D.R.T.C.T.
4P POINT OF / �� DESCRIPTION UNDER
05�p'� BEGINNING i " SAINT LOUIS, SAN FRANCISCO
de
/ i S17'04 51 E TEXAS RAILWAY COMPANY
I 50.00' VOLUME 680, PAGE 505
D.R.T.C.T.
' 572'55'09"W CITY OF FORT WORTH
172.14' DEED UNE VOLUME 1281, PAGE 499
D.R.T.C.T.
APPROXIMATE SURVEY ABSTRACT LINE
/ CITY OF FORT WORTH
VOLUME 418, PACE 42
D.R.T.C.T.
I 0 200'
■
PARCEL 1 SCALE FEET
104.358 SQUARE FEET 1r' zoo'
2.395 ACREOF
S
Z Z Gj .A�p1STEgFO �
n0�5 � STEPHEN R.GLOSUP
r GE048 ...t.,.............o _...
q P -�'"• e.0A,
S;
a Atli, •••••..s
U RJ1
A metes and bounds description of DUNAWAY
l; r
even date accompanies this drawing. 550 Bailey Avenue•Suite 400 •Fort Worth,Texas 76107 Bs PAGE 1
Tel:817.335.1121 Z /� OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUtIAWAV JOB ,1,10, r'0003119.005
EXHIBIT "A"
PARCEL 1
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
0 = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS .w
OTHERWISE NOTED / 51�4��•04
D.R.T.C.T. = DEED RECORDS, TARRANT �� , ctr+�3 ,lZ.gg'O9 1 iN �
COUNTY, TEXAS CT OF
g�Zg G0�` pG-y ) � ��°�'3 BEGINNING I
91
*C,,1' 1y0' '
■ S89'47"25�E 436.56' ;
■ 253.23' i
•
■
- ---ZZSURVEY/DEED UNE
■ I
t
SO A",
PARCEL 1 /
s 104.358 SQUARE FEET a►4" /
i 2.395 ACRES
• '"� � f CITY OF FORT WORTH
6 I VOLUME 418, PAGE 42
�s7•�/ II D.R.T.C.T.
Lu
Z 0 so'
z : i SCALE FEET
Q
�i.OF ;r,
// r.��01�'�•. S
o •
�., ..:..............:...
1f13"04 // Q STEPHEN R GI_QSUP
tYa
".;.5570 PY;
sum
i `
A metes and bounds description of DUNAWAY
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fat worth,Texas 76107 /Z
Tel:817.335.1121 PAGE 2 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "A"
PARCEL 1
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY,, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED VOLUME 9725, WOR$33
D.R.T.C.T. = DEED RECORDS, TARRANT D.R.T.C.T.
COUNTY, TEXAS (DESCRIPTION UNDER DEED VOL. 660, PG. 505)
I D.R.T.C.T.
FORT WORTH INDEPENDENT
SCHOOL DISTRICT
VOLUME 1338. PAGE 601
D.R.T.C.T. i
i e
3 S89'47'25"E 436,56' i
o 85.00' 253.23'
e
Mkn DEED LINE j
APPROXIMATE SURVEY t
ABSTRACT LINE e
e
REMAINDER OF CITY OF FORT WORTH e
VOLUME 1281, PAGE 499
D.R.T.C.T. e
e
LLj
e
CITY OF FORT WORTH e
VOLUME 418, PAGE 42 e
Q 3 D.R.T.C.T. e
e
PARCEL 1
104,358 SQUARE FEET
LL 2.395 ACRES e
_> r
Z � i
589'08'09"W i
= m 4.39'
OC > L95 SSkp'L
0 so' 0 > t10' •
Z
o � Z
SCALE FEET G� e
J
1" 50' I r Ca
ir
rij��p15Tfq�4r'ry� Sa" 0° N7822'01
�el?� 16.97' i
.................s... } '" i
STEPHEN R.OIOSUP �'�
5570 48.97'
<P,��...s►on;:�44 Aw 12*53'55" i
SURA R-200.00' L=45.02'
1 I
CH—N84'48'58"W 44.93'
A metes and bounds description of DUNAWAY
even date accompanies this drawing. 550 Bailey Avenue •Suite 400•Fort worm,Texas 76107
Tel:817.335.1121 PAGE 3 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 1 W981 00 DUNAWAY JOB NO. B000319.005
EXHIBI T "B"
PARCEL 1
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, and the George Shields
Survey, Abstract No. 1402, City of Fort Worth, Tarrant County, Texas, and being a part of that certain tract of
land described by deed to the City of Fort Worth, recorded in Volume 1281, Page 499, Deed Records, Tarrant
County, Texas, and a part of that certain tract of land described by deed to the City of Fort Worth, recorded
in Volume 418, Page 42, Deed Records, Tarrant County, Texas, said tract of land being more particularly
described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records. Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zondt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04'51" East, departing said north line, a distance of 50.00 feet to a point on the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
South 72'55'09" West, with said common line, a distance of 172.14 feet to a set 5/8—inch iron rod with
cap stamped "RUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract;
THENCE South 10'55'49" West, a distance of 100.08 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 45'50'37", a radius
of 330.00 feet and a chord bearing and distance of South 34'45'13" West — 257.05 feet;
THENCE with said curve to the right in a southwesterly direction, an arc length of 264.04 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP" for the beginning of a compound curve to the
right having a central angle of 43'10'42", a radius of 150.00 feet and a chord bearing and distance of South
80'02'37" West — 110.39 feet;
THENCE with said compound curve to the right in a southwesterly direction, an arc length of 113.04 feet to a
set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
continued.....
.��OF r
ro G% TicgFO•,.cP
................ ,.f
STEPHEN R.GLOSUP
...:..............t...
557U �.•Q,
`20 sl
us",
DUNAWAY
A drawing of even date accompanies Q
this metes and bounds description. 550 Bailey Avenue • Suite 400 •Fort worm,Texas 76107 iJ/Z �� PAGE 4 OF 16
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "B"
PARCEL 1
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
continued.....
THENCE North 78'22'01" West, a distance of 16.97 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 12'53'55", a radius of
200.00 feet and a chord bearing and distance of North 84'48'58" West — 44.93 feet.-
THENCE
eet;THENCE with said curve to the left in a northwesterly direction, an arc length of 45.02 feet to a set 5/8—inch
iron rod with cap stamped 'DUNAWAY ASSOC. LP";
THENCE South 88'4404" West, a distance of 48.97 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 80'20'18", a radius
of 98.61 feet and a chord bearing and distance of North 49'14'14" West — 127.22 feet;
THENCE with said curve to the right in a northwesterly direction, an arc length of 138.27 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP";
THENCE South 89'08'09" West, a distance of 4.39 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP" in the east right—of—way line of North University Drive (an 80' width right—of—way at
this point) and the west line of said City of Fort Worth tract, recorded in Volume 418, Page 42;
THENCE North 00'57'49" West, with the west line of said City of Fort Worth tract, recorded in Volume 418,
Page 42, a distance of 142.62 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP':
THENCE North 03'10'10" West, a distance of 25.04 feet to a to a set 5/8—inch iron rod with cap stamped
"DUNAWAY ASSOC. LP" for the southwest corner of said Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601;
THENCE South 89'47'25" East, with the south line of said Fort Worth Independent School District tract, at a
distance of 85.00 feet crossing into said City of Fort Worth tract recorded in Volume 9725, Page 1833, at a
distance 253.23 feet crossing into said City of Fort Worth tract, recorded in Volume 1281, Page 499, in all, a
total distance of 436.56 feet to a set 5/8--inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
THENCE North 19'14'41" East, a distance of 67.63 feet to a set 5/8—inch iron rod with cap stamped
"DUNAWAY ASSOC. LP" in the south line of said City of Fort Worth tract recorded in Volume 9725, Page 1833;
THENCE North 72'55'09" East, with said south line, a distance of 31.63 feet to the POINT OF BEGINNING and
containing a calculated area of 104,358 square feet or 2.395 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. 8000319.005 PAGE 5 OF 16
EXHIBIT"B"
Steph R.Glosup
Registered Professional Land Sury or
Texas Registration No. 5570 S,C;r ,!t ;� PARCEL 1
srg@dunaway-assoc.com TEMPORARY WORKSPACE AREA
August 25,2017 ••.;••••• •�•����•��
STEPHEN R.GLOSUP A PART OF THE JOSIAH M.C. LYNCH
...................5570 =•�• SURVEY,
�� ��, ,yo p,,; ABSTRACT NUMBER 955 &
�,�.; ;;:`:• p� THE GEORGE SHIELDS SURVEY,
SUFN ABSTRACT NO. 1402
550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121
FIRM REGISTRATION 10098100 Clty of Fort Worth, Tarrant County, Texas.
EXHIBIT "A"
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
pVAN ZANDT'S PARK ADDITION
�++< VAN ZANDT'S PARK ADDITION VOLUME 204, PAGE 281
C.C.D. NO. D211285191
BL CK 1 Cr D.R. T.C.T. P.R.T.C.T.
o POINT OF W BL 17
16 15 14 13 12 11 10 00 COMMENCING 12 11 20 1s 18 17 16 15 14 13
I LOT 1R, BLOCK 18
zg
W.LANCASTER AVENUE
(aa w+o114 acHT-CIF-wx1)— —I 90.00'• -------�� —
TN89*1
7.00'
I I
IW I
1 '� FORT WORTH
v
INDEPENDENT WORTH SCHOOL / INDEPENDENT SCHOOL
DISTRICT
' VOLUME DISTRICT13 8, PAGE 601 18 / ,� VOLUME 1348, PAGE 232
D.R.T.C.T. - r D.R.T.C.T.
CITY OF FORT WORTH
44, �
VOLUME 9725, PAGE 1833
re 1 s � j DESCRIPTION UNDER
� Q SAINT LOUIS, SAN FRANCISCO &
TEXAS I p VOLUME 660,APAGE 505Y
D.R.T.C.T.
i
0 N.
ti POINT OF
I ��� BEGINNING '
CITY of FORT WORTH
�� 517'04'51"E VOLUME 1281, PAGE 499
I 50.00' D.R.T.C.T.
i
�S72'55'09"W
� 76.42'
�DEED�LINE
/ APPROXIMATE SURVEY ABSTRACT LINE
/
CITY OF FORT WORTH
I \
00'$511y / voLUM D.R.T.0 T 418, ACE 42 0 200'
— SCALE FEET
1.. 200'
PARCEL 2 �F
66,030 SQUARE FEET p'(� TF
1.515 ACRES 5; 1 •;�9N
IL 1-.:, ••:..... 2...
STEPHEN R.GLOSUP
I •..r...........
`�W� c'_• 5570 ••
3
a SOFN�
A metes and bounds description of 'R%;
DUNAWAY
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 awl/ZS PAGE 6 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 6000319.005
EXHIBIT "A"
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOS/AH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY,, ABSTRACT NUMBER 1402
•
5/8" CAPPED IRON ROD
STAMPED N72`55"090E
DUNAWAY ASSOC. LP SET UNLESS 26-24'
POINT OF
OTHERWISE NOTED
BEGINNING
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
A-4'23'02" r REMAINDER OF CITY OF FORT WORTH
121,
R=430.00' L-32,90' t' VOILuMED.RBT.0 TAGS 499
CH-N13*16'23"E 32.89' S2T2V01'E.
j++ 8.76'
SAO �P S89'22'04"E
& 9y ' �a 33,50
7'56'"W
D® UNE ' 65.53
f
OXIMATE SURVEY ABSTRACT UNE '
/ S89`22'04"E
98.23"
G$So X0'1
•�'�ti° CITY OF FOT RTH
VOU*AE 18R PAGE 2
1145 D.R.T.C.T.
/
0 50'
SCALE FEET / PARCEL 2 3
t•= 50' 66,030 SQUARE FEET
1.515 ACRES M
ol
`N
OF T
�: tSTEgF�.•lr #.
STEPHEN R.GLQSUP '
.w.r..............s..
,r*.&55'70
5570
vi} 4 * hll9'550-44 30 .0 "
"dol;l t ,., **
8 l r"
r s/'2DUNAWAY
A metes and bounds description of
even date accompanies this drawing. 550 Batley Avenue•suite 400•Fort worm,Texas 76107
Tei:817.335.1121 PAGE 7 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "A"
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
e - 5/8' CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
e-41'55'08' o so'
R=391.53' L=286.45'
ALE
CH-N34'12'19'E 280.10' SCFEET
�l N4135'36'E eee�yl
29.61' eeG,S
e-7'54'06' ee��
5 �t R=398.00' L=54.89'
L1.J GT'- 6 CH-N63'17'09'E 54.85' e.
> e-14'17'23' N8957'50'W
3 R=180.50' L=45.02' 306.09'
�, o I CH-N60'00'58'E 44.90' S33 20'S5'W
F- I 6 35'51'47' 32.63'
107R=219.50' L=137.39' 6 8'18'40'
L1J 66,030 SQUARE CH-N70'48'10'E 135.16' =418.00' L=60.63'
� > 0 1.515 ACRES
CH-S63'03'27'W 60.58'
Z x=1420'30'
N88'44'04'E R=160.50' L=40.17
= a 60.85' CH—S60'02'32'W 40.07'
4
v gS� M rd � �A�k� wwME 4OF i4 PAGE 42 PgE OF r
Z �'�y'S $88'44'04"W a+ D.RT.C.T. ��. sr .,.d.,�
�a�lb 53.50' ..«..............:...
STEPHEN R...OSUP
r. ...
. tib• �• :To 570 Q�
zN -1)UNAWAY BZS
A metes and bounds description of 55080ieyAvenue•Suite 400•Fort Worth,Texas 76107 / /7 PAGE 8 OF 16
P W:817x35.1121 OA AUGUST 25, 2017
even date accompanies this drawing. RRM REGWMTION IOD98100 DUNAWAY JOB NO. 6000319.005
EXHIBI T "B"
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. L YNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, and the George Shields
Survey, Abstract No. 1402, City of Fort Worth, Tarrant County, Texas, and being a part of that certain tract of
land described by deed to the City of Fort Worth, recorded in Volume 1281, Page 499, Deed Records, Tarrant
County, Texas, and a part of that certain tract of land described by deed to the City of Fort Worth, recorded
in Volume 418, Page 42, Deed Records, Tarrant County, Texas, said tract of land being more particularly
described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zandt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded In County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of-way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zcndt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract. recorded
in Volume 1338, Page 601, deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south comer of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04'51" East, departing said north line, a distance of 50.00 feet to a point on the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
South 72'55'09" West, with said common line, a distance of 76.42 feet to a set 5/8—inch iron rod with
cap stamped 'UUNAWAY ASSOC. LP"for the POINT OF BEGINNING of the herein described tract;
THENCE South 17'03'04" West, departing said common line, a distance of 90.69 feet to a set 5/8—inch iron
rod with cap stamped `UUNAWAY ASSOC. LP":
THENCE South 29'28'01" East, a distance of 8.76 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY
ASSOC. LP':
THENCE South 89'22'04" East, a distance of 33.90 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP';
THENCE South 00'37'56" West, a distance of 65.53 feet to a set 5/8—inch iron rod with cap stamped
"UUNAWAY ASSOC. LP";
THENCE South 89'22'04" East, a distance of 98.23 feet to a set 5/8—inch iron rod with ca tamped
'UUNAWAY ASSOC. LP";
continued..... J �OF TF
..................:...
Q STEPHEN R.GLOSUP
..._..............S.—
• A 5570 �1
���SUES••�� ���7
A drawing of even date accompanies 041111ir- DUNAWAY
this metes and bounds description. 550 Bailey Avenue •Suite 400•Fort Worth,Texas 76107 , PAGE OF 16
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T uB
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY,, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
continued.....
THENCE South 00'40'44" East, a distance of 228.32 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP";
THENCE North 89'57'50" West, a distance of 306.09 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP-,-
THENCE
P";THENCE South 33'20'55" West, a distance of 32.63 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP" for the beginning of a non—tangent curve to the right having a central angle of
08'18'40", a radius of 418.00 feet and a chord bearing and distance of South 63'03'27" West — 60.58 feet;
THENCE with said non—tangent curve to the right in a southwesterly direction, an arc length of 60.63 feet to a
set 5/8—inch iron rod with cap stamped 'UUNAWAY ASSOC. LP" for the beginning of a reverse curve to the
left having a central angle of 14'20'30", a radius of 160.50 feet and a chord bearing and distance of South
60'02'32" West — 40.07 feet;
THENCE with said reverse curve to the left in a southwesterly direction, an arc length of 40.17 feet to a set
5/8—inch iron rod with cap stamped 'UUNAWAY ASSOC. LP" for the beginning of a reverse curve to the right
having a central angle of 35'51'47", a radius of 239.50 feet and a chord bearing and distance of South
70'48'10" West — 147.47 feet;
THENCE with sold reverse curve to the right in a southwesterly direction, an arc length of 149.91 feet to a set
5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP";
THENCE South 88'44'04" West, a distance of 53.50 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP';
THENCE South 48'19'25" West, a distance of 97.03 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP" in the east right—of—way line of North University Drive (an 80' width right—of—way at
this point);
THENCE North 00'57'49" West, with the east right—of—way line of said North University Drive, a distance of
26.46 feet to a set 5/8—inch iron rod with cap stamped 'UUNAWAY ASSOC. LP",-
THENCE
P';THENCE North 48'21'53" East, departing the east right—of—way line of said North University Drive, a distance of
87.13 feet to a set 5/8—inch iron rod with cap stamped `UUNAWAY ASSOC. LP";
THENCE North 88'44'04" East, a distance of 60.85 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 35'51'47", a radius of
219.50 feet and a chord bearing and distance of North 70'48'10" East — 135.16 feet;
THENCE with said curve to the left in a northeasterly direction, an arc length of 137.39 feet to a set 5/8—inch
iron rod with cap stamped 'DUNAWAY ASSOC. LP" for the beginning of a reverse curve to the right having a
central angle of 14'17'23", a radius of 180.50 feet and a chord bearing and distance of North 60'00'58" East —
44.90 feet;
continued..... GISTE
,apt••....rF' .�,
os
STEPHEN R.GLOSUP
P,9;�5570 �•i
SUSRV�OQ
DUNAWAYA drawin of even date accom antes 9 P SIA-5-117
�
this metes and bounds description. 550 Bailey Avenue•suite 400•Fort Worth,Texas 76107
B/
Tel:817.335.1121 PAGE 10 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "B"
PARCEL 2
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955,
& THE GEORGE SHIELDS SURVEY, ABSTRACT NUMBER 1402
continued.....
THENCE with said curve to the right in a northeasterly direction, an arc length of 45.02 feet to a set
5/8—Inch iron rod with cap stamped 'UUNAWAY ASSOC. LP"for the beginning of a reverse curve to the left
having a central angle of 07'54'06", a radius of 398.00 feet and a chord bearing and distance of North
63'17'09" East — 54.85 feet;
THENCE with said reverse curve to the left in a northeasterly direction, an arc length of 54.89 feet to a set
5/8—inch iron rod with cap stamped "RUNAWAY ASSOC. LP";
THENCE North 41'35'36" East, a distance of 29.61 feet to a set 5/8—inch iron rod with cap stamped
"RUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 41'55'08 , a radius of
391.53 feet and a chord bearing and distance of North 34'12'19" East — 280.10 feet;
THENCE with said curve to the left in a northeasterly direction, an arc length of 286.45 feet to a set 5/8—inch
iron rod with cap stamped 'UUNAWAY ASSOC. LP';
THENCE North 10'55'53" East, a distance of 109.57 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP" for the beginning of a curve to the right having a central angle of 04'23'02", a radius
of 430.00 feet and a chord bearing and distance of North 13'16'23" East — 32.89 feet;
THENCE with said curve to the right in a northeasterly direction, an arc length of 32.90 feet to a set
5/8—inch iron rod with cap stamped 'UUNAWAY ASSOC. LP" in the south line of said City of Fort Worth tract
recorded in Volume 9725. Page 1833;
THENCE North 7255'09" East, with said south line, a distance of 26.24 feet to the POINT OF BEGINNING and
containing a calculated area of 66,030 square feet or 1.515 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 11 OF 16
EXHIBIT"B"
ephe .Glosup
Registered Professional Land S eyor
Texas Registration No.5570 PARCEL 2
srg@dunaway-assoc.00m �Q-(E OF T TEMPORARY WORKSPACE AREA
August 25,2017 5 axpo'.'cs'
A PART OF THE JOSIAH M.C. LYNCH
QZ
DUNAWAY STEPHEN R.GLOSUP - SURVEY,ABSTRACT NUMBER 955&
�•,� THE GEORGE SHIELDS SURVEY,
550 Bailey Avenue •suite 400 •Fort Worth,Texas 76107 �tiDu1d4 ABSTRACT NO. 1402
Tel:817.335.1121
FIRM REGISTRATION 10048100 City of Fort Worth, Tarrant County, Texas
EXHIBIT "A "
PARCEL 3
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
R VAN ZANDT'S PARK ADDITION
VAN ZANDTS PARK ADDITION VOLUME 204, PAGE 281
i C.C.D. NO. D211285191 i
8L 19 ac ; P.R.T.C.T.
o
D.R.T.C.T. OF �
W eL n
15 14 13 12 11 10 °0 COMMENCING 12 11 4 20 1a 18 17 16 15 14 13 12 11
LOT 1R, BLOCK 18 U!
Z$ M
u�
W.LANCASTER AVENUE
(aa mom aonr-of=wAh — I 90.00' — —
NS9.46'38"W
117.00' ( I
I �
i TY OF FORT WORTH j
I RIGHT—OF—WAY
NO. EASEMENT
D2 6297 80
CCD ' H
1 D.R.T.C.T. u
I0y
I I �
I
iy I I I
FOT _ I
TH
INDEPENDENT SCHOOL DISTRICT ( I / INDEPENDENT SCFORT HOOL DISTRICT
VOLUME 133 C PAGE 601 � I VOLUME 1 R4T8, TAGE 232
I
i I
PARCEL 3
ti05A� // // 22,827 SQUARE FEET a
/ 0.524 ACRES
/I / POINT OF
CITY OF FORT WORTH / t BEGINNING
VOLUME 9725, PDR.T.0 T 517.04-51"E / r, \`a
DESCRIPTION UNDER 50.00' \,
SAINT LOUIS, SAN FRANCISCO do
TEXAS RAILWAY COMPANY CITY OF FORT WORTH I
VOLUME 660, PAGE 505 VOLUME 1281, PAGE 499
D.R.T.C.T. ` D.R.T.C.T.
OF
N79"55'09"E �� P.G•5•�.�.. .
I 199.86'
STEPHEN R.GLQSUP
0 200' �•.� 557E3�Pv;Q,
SCALE FEET sutirJ
1'- 200' , -
A metes and bounds description of DUNAWAY
even date accompanies this drawing. 550 Salley Avenue•Suite 400•Fort worth.Texas 76107 8,2S�7pgGE 12 �F 16
Tel:817.335.1121
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
EXHIBIT "A "
PARCEL 3
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
a
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS
OTHERWISE NOTED
C.C.D. NO. = COUNTY CLERK'S DOCUMENT
NUMBER
D.R.T.C.T. = DEED RECORDS, TARRANT
COUNTY, TEXAS
P.R.T.C.T. = PLAT RECORDS, TARRANT
COUNTY, TEXAS
CITY OF FORT WORTH
VOLUME 9725, PAGE 1833 X1.44'48"
D.R.T.C.T. Rs2 529.50' L-77.12'—,,,
L' �0•9
PTION UNDER
SAINT LOUISDSAN RIFRANCISCO & CH=N70.50 03 E 77.11
TEXAS RAILWAY COMPANY
PPS' VOLUME 880, PAGE 505 -- j
�05 er16*02'12" D.R.T.C.T.
e'o. q R=200.00' L=55.98' • " °
�YS73'1019 W °
t qrF CH=N79'43 33 E 55.80' 52.33'41,
°
0 o way Mqp e
t T`
ti � ,,��'' N1�•h221 �
W °
POINT OF
BEGINNING PARCEL 3
N72.55'09"E 22'8ACRES ET
0S y e
39.77' i
N75'17'30"W
17.20' 512•x, W D 50'
3
113'5
SCALE FEET
OF T 50' e
CITY OF FORT WORTH .................
VOLUME 1281, PAGE 499 STEPHEN R.
D.R.T.C.T. ...j...•..•..GLOSGLOSUP••.
:x%55 0
,9tJ RN
A metes and bounds description of r DUNAWAY/
even date accompanies this drawing. 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107
Tel:817.335.1121 PAGE 13 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. B000319.005
on
EXHIBIT "A "
PARCEL 3
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
• = 5/8" CAPPED IRON ROD STAMPED
"DUNAWAY ASSOC. LP" SET UNLESS ~
v
OTHERWISE NOTED
r�
C.C.D. NO. = COUNTY CLERK'S DOCUMENT a 6
NUMBER I Lw III-a
D.R.T.C.T. = DEED RECORDS, TARRANT f a
COUNTY, TEXAS Uj
P.R.T.C.T. = PLAT RECORDS, TARRANT (L
COUNTY, TEXAS FORT WORTH V jS M
INDEPENDENT SCHOOL DISTRICT M
VOLUME 1348. PAGE 232 0 3(V
D.R.T.C.T. ( LL. _ lJ
to
0
y
CITY OF FORT WORTH
VOLUME 9725, PAGE 1833
D.R.T.C.T.
DESCRIPTION UNDER
SAINT LOUIS, SAN FRANCISCO & /
s TEXAS RAILWAY COMPANYn
■ VOLUME 660, PAGE 505 S60'05 05 E
■ D.R.T.C.T. 0.69' /
®Z f
N69'32'21"E
iQ A-1.44'48" 66.52'
u R=2,529.50' L=77.12' /
CH-N70'50'03"E 77.11'
■ A-8"19'18"
R=980.37' L=142.39'
CH-N68'45'30'E 142.26'
e
s •Q9"E PARCEL 3
N1`Z"55 22,827 SQUARE FEET
344. X31 qd 0.524 ACRES
�E OF T
CITY of FORT WORTH A
VOLUME 1281. PAGE 499 Gj;PtiU�STEq�••
e D.R.T.C.T. ;
o g.W ......................
�g'10•� . STEPHEN R.GLOSUP
0 50' ...r..................
5570
SCALE FEET a S�JR�Vj`
50'
'�
A metes and bounds description of DUNAWAY
even date accompanies this drawing. 550 Bailey Avenue-Suite 400•Fort worth,Texas 76107
Tel:817.335.1121 PAGE 14 OF 16
DATE: AUGUST 25. 2017 FIRM REGISTRATION 10098100 DUNAWAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 3
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
PROPERTY DESCRIPTION
BEING a tract of land situated in the Josiah M. C. Lynch Survey, Abstract No. 955, City of Fort Worth, Tarrant
County, Texas, and being a part of that certain tract of land described by deed to the City of Fort Worth,
recorded in Volume 1281, Page 499, Deed Records, Tarrant County, Texas, said tract of land being more
particularly described by metes and bounds as follows:
COMMENCING at the southeast corner of Lot 1R, Block 18, Van Zondt's Park Addition, an addition to the City of
Fort Worth according to the plat recorded in County Clerk's Document No. D211285191, Deed Records, Tarrant
County, Texas and in the north right—of—way line of W. Lancaster Avenue;
South 00'13'22" West, departing the south line of said Lot 1R, Block 18, Van Zondt's Park Addition and the
north right—of—way line of said W. Lancaster Avenue, a distance of 90.00 feet to a point in the north line
of that certain tract of land described by deed to Fort Worth Independent School District, recorded in
Volume 1348, Page 232, Deed Records, Tarrant County, Texas;
North 89'46'38" West, with the north line of said Fort Worth Independent School District tract, a distance of
117.00 feet to a point for the common north corner of said Fort Worth Independent School District tract
and that certain tract of land described by deed to Fort Worth Independent School District tract, recorded
in Volume 1338, Page 601, Deed Records, Tarrant County, Texas;
South 00'13'22" West, with the common line of said Fort Worth Independent School District tracts, a
distance of 1,059.11 feet to a point for the common south corner of said Fort Worth Independent School
District tracts, and in the north line of that certain tract of land described by deed to the City of Fort
Worth, recorded in Volume 9725, Page 1833, Deed Records, Tarrant County, Texas;
South 17'04'51" East, departing said north line, a distance of 50.00 feet to a point in the common line of
said City of Fort Worth tract recorded in Volume 9725, Page 1833, and said City of Fort Worth tract
recorded in Volume 1281, Page 499;
North 72'55'09" East, with said common line, a distance of 199.86 feet to a set 5/8—inch iron rod with
cap stamped 'UUNAWAY ASSOC. LP" for the POINT OF BEGINNING of the herein described tract;
THENCE North 7255'09" East, continuing with said common line, a distance of 39.77 feet to a set 5/8—inch
iron rod with cap stamped 'UUNAWAY ASSOC. LP" for the beginning of a non—tangent curve to the left having
a central angle of 16'02'12", a radius of 200.00 feet and a chord bearing and distance of North 79'43'33" East
— 55.80 feet;
THENCE departing said common line and with said non—tangent curve to the left in a northeasterly direction,
an arc length of 55.98 feet to a set 5/8—inch iron rod with cap stamped 'UUNAWAY ASSOC. LP":
THENCE North 71'42'27" East, a distance of 180.05 feet to a set 5/8—inch iron rod with cap stamped
'UUNAWAY ASSOC. LP" for the beginning of a curve to the left having a central angle of 01'44'48 a radius of
2,529.50 feet and a chord bearing and distance of North 70'50'03" East — 77.11 feet;
THENCE with said curve to the left in a northeasterly direction, an arc length of 77.12 feet to a set 5/8—inch
iron rod with cap stamped 'UUNAWAY ASSOC. LP"in the common line of said City of Fort Worth tract recorded
in Volume 9725, Page 1833, and said City of Fort Worth tract recorded in Volume 1281, Page 499;
Continued...
OF T
HF0 t�
1�C
•........•........:...
STEPHEN R.GLOSUP
.A9 55- h.•
t,�'� �...•thy .�
drawing of even date accompanies
DUNAr--%tAY tial `
this metes and bounds description. 550 Bailey Avenue •supe 400•Fort worth,Texas 76107
Tel:817.335.1121 �LS�� PAGE 15 OF 16
DATE: AUGUST 25, 2017 FIRM REGISTRATION 10098100 DUN WAY JOB NO. 8000319.005
EXHIBI T "B"
PARCEL 3
TEMPORARY WORKSPACE AREA
A PART OF THE JOSIAH M.C. LYNCH SURVEY, ABSTRACT NUMBER 955
Continued...
THENCE North 72'55'09" East, with said common line, a distance of 34.04 feet to a set 5/8—inch iron rod with
cap stamped 'DUNAWAY ASSOC. LP"for the beginning of a curve to the left having a central angle of 08'19'18",
a radius of 980.37 feet and a chord bearing and distance of North 68'45'30" East — 142.26 feet;
THENCE continuing with said common line and with said curve to the left in a northeasterly direction, an arc
length of 142.39 feet to a set 5/8—inch iron rod with cap stamped 'DUNAWAY ASSOC. LP';
THENCE North 69'32'21" East, departing said common line and crossing into said City of Fort Worth tract,
recorded in Volume 1281, Page 499, a distance of 66.52 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP";
THENCE South 60'05'05" East, a distance of 10.69 feet to a set 5/8—inch iron rod with cap stamped
"RUNAWAY ASSOC. LP";
THENCE South 69'09'29" West, a distance of 140.28 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP"-.
THENCE South 63'21'30" West, a distance of 137.40 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP %
THENCE South 73'10'19" West, a distance of 52.33 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP":
THENCE South 38'21'42" West, a distance of 105.79 feet to a set 5/8—inch iron rod with cap stamped
"DUNAWAY ASSOC. LP";
THENCE South 7248'34" West, a distance of 173.45 feet to a set 5/8—inch iron rod with cap stamped
"DUNAWAY ASSOC. LP';
THENCE North 16'14'52" West, a distance of 76.66 feet to a set 5/8—inch iron rod with cap stamped
'DUNAWAY ASSOC. LP";
THENCE North 75'17'30" West, a distance of 17.20 feet to the POINT OF BEGINNING and containing a calculated
area of 22,827 square feet or 0.524 acres of land.
NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North
Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network.
A drawing of even date accompanies this metes and bounds description.
The metes and bounds description contained herein was compiled from information contained
in recorded documents and does not reflect the results of an on the ground survey.
DUNAWAY JOB NO. B000319.005 PAGE 16 OF 16
A��- =,
-Stephfn R.Glosup EXHIBIT"B"
Registered Professional Land surveyor
Texas Registration No.5570
srg@dunaway,assoc.com Q(�OF TF PARCEL 3
August 25,2017 g' : ��T : s TEMPORARY WORKSPACE AREA
Ar
STEPHEN R•GLOSUP A PART OF THE JOSIAH M.C. LYNCH
DUNAWAY . .............�:.
557Q SURVEY,ABSTRACT NUMBER 955
550 Bailey Avenue• suite 400 •Fort Worth,Texas 76107 Q SUR4
Tel:817.335.1121
FIRM REGISTRATION 10098100 City of Fort Worth, Tarrant County, Texas.
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2012
GEOTECHNICAL ENGINEERING STUDY
TRAIL DRIVE EXTENSION
FORT WORTH, TEXAS
Presented To:
Dunaway Associates, L.P.
March 2017
PROJECT NO. 128-17-79
7636 Pebbe
CM, 3 ENGINEERING, INC. Fort Worth,Texas Drive6118
www.cmjengr.com
March 2, 2017
Report No. 128-17-79
Dunaway Associates, L.P.
550 Bailey Avenue, Suite 400
Fort Worth, Texas 76107
Attn: Mr. Josh Wright, P.E. CFM
GEOTECHNICAL ENGINEERING STUDY
TRAIL DRIVE EXTENSION
FORT WORTH, TEXAS
Dear Mr. Wright:
Submitted here are the results of a geotechnical engineering study for the referenced project. This
study was performed in general accordance with CMJ Proposal 15-5519 (Revision 2) dated
January 19, 2017.
Engineering analyses and recommendations are contained in the text section of the report.
Results of our field and laboratory services are included in the appendix of the report. We would
appreciate the opportunity to be considered for providing the materials engineering and
geotechnical observation services during the construction phase of this project.
We appreciate the opportunity to be of service to Dunaway Associates, L.P. Please contact us if
you have any questions or if we may be of further service at this time.
Respectfully submitted,
CMJ ENGINEERING,INC.
TEXAS FIRM REGISTRATION NO.F-9177 mei+ea'mrt,,ptlid
p�a�. eQ\. • '
f �K. ..° .............................
.... ••d
VIlILLIAMS
Garrett E. Williams, P.E. F`i`t � ij� °�..e,� +
President
Texas No. 52525 v y
17
copies submitted: (2) Mr. Josh Wright, P.E. CFM; Dunaway Associates, L.P. (email & mail)
Phone(817) 284-9400 Fax(817)589-9993 Metro(817)589-9992
TABLE OF CONTENTS
Page
1.0 INTRODUCTION--------------------------------------------------------------------------------------------------------1
2.0 FIELD EXPLORATION AND LABORATORY TESTING------------------------------------------------------2
3.0 SUBSURFACE CONDITIONS---------------------------------------------------------------------------------------4
4.0 PAVEMENT DESIGN------------------------------------------------------------------------------------------------6
5.0 EARTHWORK--------------------------------------------------------------------------------------------------------- 11
6.0 CONSTRUCTION OBSERVATIONS----------------------------------------------------------------------------15
7.0 REPORT CLOSURE-------------------------------------------------------------------------------------------------15.
APPENDIX A
Plate
Planof Borings --------------------------------------—-----------------------------------------------------------------------A.1
Unified Soil Classification System---------------—-----------------------------------------------------------------------A.2
Key to Classification and Symbols---------------------------------------------------------------------------------------A.3
Logsof Borings----------------------------------—---—------------------------------------------------------------A.4—A.14
FreeSwell Test Results--------------------------------------------------------------------------------------------------A.15
LimeSeries Test Results--------------------------------------------------—---------------------------------------------A.16
Soluble Sulfate Test Results--------------------------------------------------------------------------------------------A.17
APPENDIX B
Plate
PavementThickness Design----------------------------------------------------------------------------------------------B.1
1.0 INTRODUCTION
1.1 General
The project, as currently planned, consists of extending Trail Drive from University Drive
northeastward to Lancaster Avenue in Fort Worth, Texas. In addition, a new 2-lane undivided
roadway (Van Zandt Lane) will be constructed between Trail Drive and Foch Street and W.
Lancaster Avenue from Foch Street to University Drive will be refurbished. Associated turn lane
widening improvements are also planned on University Drive and W. Lancaster Avenue, which will
include the construction of a retaining wall at the W. Lancaster location. All roadway improvements
are planned to be concrete paved. This investigation meets the requirements of the City of Fort
Worth Pavement Design Manual, dated January 2015. Plate A.1, Plan of Borings, depicts the
project vicinity and approximate locations of the exploration borings.
1.2 Purpose and Scope
The purpose of this geotechnical engineering study has been to determine the general subsurface
conditions, evaluate the engineering characteristics of the subsurface materials encountered,
develop recommendations for the type or types of pavement subgrade preparation and
modification, provide pavement design guidelines, and provide earthwork recommendations.
To accomplish its intended purposes, the study has been conducted in the following phases: (1)
drilling sample borings to determine the general subsurface conditions and to obtain samples for
testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering
properties of the subsurface materials; and (3) performing engineering analyses, using the field
and laboratory data to develop geotechnical recommendations for the proposed construction.
The design is currently in progress and the locations and/or elevations of the structure could
change. Once the final design is near completion (80-percent to 90-percent stage), it is
recommended that CMJ Engineering, Inc. be retained to review those portions of the construction
documents pertaining to the geotechnical recommendations, as a means to determine that our
recommendations have been interpreted as intended.
1.3 Report Format
The text of the report is contained in Sections 1 through 7. All plates and large tables are
contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in
Report No. 128-17-79 CMJ ENGINEERING,INC.
1
which they appear. Small tables of less than one page in length may appear in the body of the text
and are numbered according to the section in which they occur.
Units used in the report are based on the English system and may include tons per square foot
(tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds
per cubic foot (pcf), and pounds per square inch (psi).
-2.0 FIELD EXPLORATION AND LABORATORY TESTING
2.1 Field Exploration
Subsurface materials at the project site were explored by 11 vertical soil borings drilled to depths of
10 to 25 feet below existing grades. The borings were drilled with truck mounted drilling equipment
using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate
A.1. The boring logs are included on Plates AA through A.14 and keys to classifications and
symbols used on the logs are provided on Plates A.2 and A.3.
Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled
(Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler
consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a
ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown
of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for
consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture.
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed
sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at
respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the
value is tabulated as 4.5+.
Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained
utilizing a nominal 2-inch O.D. split-barrel (split-spoon) sampler in conjunction with the Standard
Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall
vertical distance of 30 inches, driving the split-spoon sampler into the material. The number of
blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the
Report No.128-17-79 CMJ ENGINEERING,INC.
2
penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the
appropriate depth on the logs of borings.
To evaluate the relative density and consistency of the harder formations, a modified version of the
Texas Cone Penetration test was performed at selected locations. Texas Department of
Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a
170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each
blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This
results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the
penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is
tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or
rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for
the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is
recorded at the respective testing depths on the boring logs.
Ground water observations during and after completion of the borings are shown on the upper right
of the boring logs. Upon completion of the borings, the bore holes were backfilled with sand and
plugged at the surface by hand tamping, or with asphalt as appropriate.
2.2 Laboratory Testing
Laboratory soil tests were performed on selected representative samples recovered from the
borings. In addition to the classification tests (liquid limits, plastic limits and percent passing the
No. 200 sieve), moisture content, unit weight tests and unconfined compression tests were
performed. Results of the laboratory classification tests, moisture content and unit weight tests
conducted for this project are included on the boring logs.
Swell tests were performed on specimens from selected samples of the clays. These tests were
performed to help in evaluating the swell potential of soils in the area of the proposed pavement.
The results of the swell tests are presented on Plate A.15.
Eades and Grim Lime Series tests were performed on selected samples to identify the appropriate
concentration of lime to add to soils for modification purposes. The results of the lime series tests
are presented on Plate A.16.
Report No.128-17-79 CMJ ENGINEERING,INC.
3
Soluble sulfate tests were conducted on selected soil samples recovered from the borings. The
sulfate testing was conducted to help identify sulfate-induced heaving potential of the soils.
Sulfate-induced heaving can cause detrimental volumetric changes to a lime modified subgrade.
The result of the sulfate tests are presented on Plate A.17.
The above laboratory tests were performed in general accordance with applicable ASTM
procedures, or generally accepted practice.
3.0 SUBSURFACE CONDITIONS
3.1 Soil Conditions
Specific types and depths of subsurface strata encountered at the boring locations are shown on
the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings
are discussed below. Note that depths on the borings refer to the depth from the existing grade or
ground surface present at the time of the investigation, and the boundaries between the various
soil types are approximate.
Asphalt paving is present at the surface in Borings B-1, B-2 and Borings B-4 through B-7 with
thicknesses ranging from 1 to 3 inches. Concrete underlaid the asphalt pavement in Borings B-1
and B-2 and ranged in thickness from 6 to 7 inches. Gravel base is present beneath the concrete
in Boring B-2 and beneath the asphalt in Borings B-4, B-5, B-6 and B-7 and ranged in thickness
from 6 to 10 inches. Natural soils encountered consist of dark brown, brown, tan and reddish
brown clays, silty clays, sandy clays and silty sandy clays. Calcareous nodules, pebbles and
limestone fragments and fractured limestone seams were frequently encountered in the various
surficial clays. Borings B-1, B-2, B-4, B-8, B-9 and B-10 were terminated in the various clays at a
depth of 10 feet.
The various clays had tested Liquid Limits (LL) of 23 to 69 with Plasticity Indices (PI) of 10 to 48
and are classified as CL and CH by the USCS. The various clays were generally stiff to hard (soil
basis) in consistency, with pocket penetrometer readings of 1.25 to greater than 4.5 tsf. The clay
soils had tested dry unit weight values of 87 to 122 pcf and tested unconfined compressive
strengths of 2,250 to 11,055 psf.
Report No.128-17-79 CMJ ENGINEERING,INC.
4
Tan sands and clayey sands, often containing gravel, were present in Borings B-3 and B-6 at
depths of 14 and 5 feet, respectively. The sands in Boring B-6 were very dense with a Standard
Penetration test value, N, of 50 blows for 3 inches of penetration. Boring B-6 was terminated in the
sands at a depth of 10 feet.
Tan fractured limestone was then encountered in Borings B-5, B-7 and B-11 at depths of 5 to 8
feet and continued to boring termination at a depth of 10 feet. The various fractured limestone
varies from moderately hard to hard (rock basis), with Texas Cone Penetrometer(THD) test values
of 2% to 3% inches of penetration for 100 hammer blows and a Standard Penetration test value, N,
of 2 inches of penetration for 50 blows.
Gray shaly limestone with shale seams was next present in Boring B-3 at a depth of 17 feet and
continued to boring termination at a depth of 25 feet. A 2-foot thick gray shale layer with gray
limestone seams was present in Boring B-3 at a depth of 21 feet. The gray shaly limestone was
moderately hard to very hard with Texas Cone Penetrometer (THD) test values of 1 to 3% inches
of penetration for 100 hammer blows.
3.2 Ground-Water Observations
The borings were drilled using continuous flight augers in order to observe ground-water seepage
during drilling. Ground-water seepage was encountered during drilling in Borings B-3, B-5 and B-9
at depths of 5 to 14 feet with no seepage encountered during drilling in the remaining borings
during drilling. A water level of 10 feet was measured in Boring B-3 at completion. All other
borings were dry at completion.
Fluctuations of the ground-water level can occur due to seasonal variations in the amount of
rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not
evident at the time the borings were performed. During wet periods of the year, seepage can
occur in joints in the clays within the sands and clayey sands and atop or within the tan limestone
strata. The possibility of ground-water level fluctuations should be considered when developing
the design and construction plans for the project.
Report No.128.17-79 CMJ ENGINEERING,INC.
5
4.0 PAVEMENT DESIGN
4.1 Pavement Subgrade Considerations
4.1.1 General
The performance of the pavement for this project depends upon several factors including: the
characteristics of the supporting soil; the magnitude and frequency of wheel load applications; the
quality of construction materials; the contractor's placement and workmanship abilities; and the
desired period of design life. The success of the pavement subgrade is subgrade soil strength and
control of water. Adequate subgrade performance can be achieved by modifying or stabilizing the
existing soils used to construct the pavement subgrade.
4.1.2 Subgrade Preparation
Anticipated subgrade materials generally consist of clays of moderate to high plasticity. These clays
are subject to loss in support value with the moisture increases which occur beneath pavement
sections. They react with hydrated lime, which serves to improve and maintain their support value.
Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area
paving.
In lieu of a lime stabilized subgrade, a flexible base meeting TxDOT Item 247, Type A, Grades 1 or 2
may be utilized on an equal basis. The option of using a flexible base in lieu of lime stabilizing the
subgrade presents a relatively quick, straight forward solution to preparing the materials prior to
pavement placement.
4.2 Potential Vertical Movements
Estimates of expansive movement potential have been estimated using TxDOT Test Method Tex
124-E. Potential vertical movements of up to 3% inches are estimated. Movements in excess of
the estimated value can occur if poor drainage, excessive water collection, leaking pipelines, etc.
occur. Any such excessive water conditions should be rectified as soon as possible. In order to
minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward
movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a
routine basis after construction.
Report No.128-17-79 CMJ ENGINEERING,INC.
6
4.3 Sulfate-Induced Heaving
Soluble sulfate testing was conducted to check for sulfate-induced heaving potential. Sulfate-
induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration.
The lime reacts with the sulfates to cause potentially large volumetric changes in the soil.
Soluble sulfate levels in soils on the order of 2,000 parts-per-million (ppm) or less are usually of low
concern and warrant only observation of the subgrade during the stabilization process. Soluble
sulfate levels on the order of 2,000 to 6,000 ppm usually warrant a double lime process, with the
first treatment of lime consisting of 1/2 the recommended concentration and a second lime treatment
consisting of the full recommended concentration. Sulfate levels on the order of 6,000+ ppm
require a double-lime process, with the two full concentration lime treatments or elimination of lime
as a subgrade treatment option altogether.
The soluble sulfate levels of the tested samples were less than 100 ppm except for one sample in
Boring B-9 in the far southern end of the project. Since all but one sample tested were below
1,000 ppm, a single treatment process is recommended over the portion of the project north of
Crestline Drive. The single treatment is described in Section 4.4. However, in areas of high
soluble sulfate concentration south of Crestline Drive, a double lime process may be required. As
an alternative, the onsite construction testing group can offer options, such as pre-moistened soils,
close observation of limed soils, extended curing of soil/lime mixtures, or other alternatives (see
Report Section 4.4). Once the subgrade is established, the actual subgrade should be retested to
verify sulfate concentration and any special measures identified on a case-by-case basis.
In addition, it is recommended that during the curing period of the lime treatment, the subgrade be
supplied with ample moisture to allow proper hydration, and it should be checked for any
volumetric changes that may indicate a sulfate-induced heaving condition.
4.4 Pavement Subgrade Preparation
4.4.1 Lime Stabilization
Lime stabilization is recommended for all subgrade areas with plastic clays. According to the City
of Fort Worth Pavement Design Manual, January 2015, Appendix A, Section 5.2, lime treatment
should be used for soils with Pi's in excess of 11. Prior to lime addition, the subgrade should be
proofrolled with heavy pneumatic equipment weighing approximately 25 tons. Any soft or pumping
areas should be undercut to a firm subgrade and properly backfilled as described Section 6.0.
Report No.128-17-79 CMJ ENGINEERING,INC.
7
The stabilized pavement subgrade should be scarified to a minimum depth of 8 inches and
uniformly compacted to a minimum of 100 percent of Standard Proctor density (ASTM D 698),
between 0 to plus 4 percentage points of the optimum moisture content determined by that test, , in
accordance with the City of Fort Worth Pavement Design Manual, January 2015. It should then be
protected and maintained in a moist condition until the pavement is placed. The presence of
limestone fragments and pebbles in the surficial soils can significantly complicate the mixing of the
soil and lime.
It is recommended a minimum of 8 percent hydrated lime be used to stabilize the clay subgrade
soils. The estimated amount of hydrated lime required to stabilize the subgrade should be on the
order of 48 pounds per square yard based on a soil dry unit weight of 100 pcf for an 8-inch depth.
The hydrated lime should be thoroughly mixed and blended with the upper 8 inches of the clay
subgrade (TxDOT Item 260). The hydrated lime should meet the requirements of Item 260 (Type
A) in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of
Highways, Streets and Bridges, 2014 Edition.
4.4.2 Subprade Preparation Considerations
It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges
to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture
variations after construction. Each construction area should be shaped to allow drainage of
surface water during earthwork operations, and surface water should be pumped immediately from
each construction area after each rain and a firm subgrade condition maintained. Water should not
be allowed to pond in order to prevent percolation and subgrade softening, and subgrade
treatments should be added to the subgrade after removal of all surface vegetation and debris.
Sand should be specifically prohibited beneath pavement areas, since these more porous soils can
allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be
allowed for fine grading). After fine grading each area in preparation for paving, the subgrade
surface should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding
subgrade.
Surface drainage is critical to the performance of this pavement. Water should be allowed to exit
the pavement surface quickly. All pavement construction should be performed in accordance with
the procedures provided in Section 4.6.
Report No.126-17-79 CMJ ENGINEERING,INC.
8
4.5 Pavement Sections
At the time of this investigation, site paving plans or vehicle traffic studies were not available.
Pavement analyses were performed using methods outlined in the AASHTO Guide for Design of
Pavement Structures, 1993 Edition, published by the American Association of State Highway and
Transportation Officials. The design equations were solved using AASHTO Pavement Analysis
Software. In the AASHTO method, traffic loads are expressed in Equivalent 18-kip Single Axle
Loads (ESAL) over the design life of the pavement structure.
Based on the results of the field and laboratory investigation, soil plasticity properties, and
requirements of the draft document City of Fort Worth Pavement Design Manual, dated January
2015, the following design parameters were used in our thickness design calculations for the
proposed roadway.
SubgradeSoils..................................................................Clay
Design Life.........................................................................30 years
Initial Serviceability............................................................4.5 (rigid)
Terminal Serviceability......................................................2.5
Reliability...........................................................................90%
Overall Deviation (rigid).....................................................0.39
Load Transfer Coefficient..................................................3.0
Drainage Coefficient .........................................................1.0
Design CBR (raw subgrade) .............................................3
Adjusted Design CBR (lime stabilized, long-term)............20
Lossof Support.................................................................0
Concrete Modulus of Elasticity..........................................4,000,000 psi
Concrete Modulus of Rupture ...........................................620 psi
The following rigid pavement section is provided for an Arterial classification per Table 3.1 of the
referenced City of Fort Worth design manual. Detailed pavement design calculations and
assumptions are presented on Plate B.1. The following pavement section is suitable for the
previously mentioned assumptions. Any deviation from these assumptions should be brought to
our attention immediately in order to assess their impact on our recommendations.
Report No.128-17-79 CMJ ENGINEERING,INC.
9
Table 4.5-1 - Pavement Thickness Summary
Pavement Section Street Growth Design
Thickness Material Classification Factor ESAL
(in.)
1
0 2 PCC Arterial 2.5% 13,170,000
8 Lime Stabilized Subgrade
4.6 Pavement Material Requirements
Material and process specifications developed by the Texas Department of Transportation
(TxDOT) have been utilized. These specifications are outlined in the TOOT Standard
Specifications for Construction of Highways, Streets and Bridges, 2014 Edition. Specific
construction recommendations for pavements are given below.
Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should
consist of Portland cement concrete having a 28-day compressive strength of at least 3,600 psi.
The mix should be designed in accordance with the ACI Code 318 using 3 to 6 percent air
entrainment. The pavement should be adequately reinforced with temperature steel and all
construction joints or expansion/contraction joints should be provided with load transfer dowels.
The spacing of the joints will depend primarily on the type of steel used and also thickness of the
pavement. No. 4 steel rebar spaced at 18 inches on center in both the longitudinal and transverse
direction is required for 10.5-inch thick pavements, in accordance with the City of Fort Worth
Pavement Design Manual.
Lime Stabilized Subgrade: Lime treatment for base course (road mix) - Item 260, Texas
Department of Transportation Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges, 2014 Edition.
Flexible Base: Crushed Stone Flexible Base — Item 247, Type A, Grades .1 or 2, Texas
Department of Transportation Standard Specifications for Construction of Maintenance of
Highways, Streets, and Bridges, 2014 Edition.
Repoit No. 128-17-79 CMJ ENGINEERING,INC.
10
4.7 General Pavement Design Considerations
The design of the pavement drainage and grading should consider the potential for differential
ground movement due to future soil swelling of up to 3% inches. In order to minimize rainwater
infiltration through the pavement surface, and thereby minimizing future upward movement of the
pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after
construction.
Pavement sections are susceptible to edge distress as edge support deteriorates over time.
Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a
stabilized subgrade underlying the pavement, it is recommended that the stabilized subgrade extend a
minimum of 12 inches beyond the riding surface on each side of the proposed pavement.
Maintenance should be provided when edge support deteriorates.
Proper surface drainage in the shoulders is also critical to long term performance of the pavement.
Water allowed to pond adjacent to the pavement will result in loss of edge and subgrade support and
an increase in post construction heave of the pavement.
5.0 EARTHWORK
5.1 Site Preparation
The subgrade should be firm and able to support the construction equipment without displacement.
Soft or yielding subgrade should be corrected and made stable before construction proceeds. The
subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a
firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic
tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should
be observed by the project geotechnical engineer or his/her representative. Prior to fill placement,
the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted,
and recompacted to the moisture and density recommended for fill.
5.2 Placement and Compaction, General Fill
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The
uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring
hand-operated power compactors or small self-propelled compactors. The fill material should be
Report No.128-17-79 CMJ ENGINEERING,INC.
11
uniform with respect to material type and moisture content. Clods and chunks of material should
be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a
material of uniform moisture and density is obtained for each lift. Water required for sprinkling to
bring the fill material to the proper moisture content should be applied evenly through each layer.
The on-site soils are suitable for use in general site grading. Imported fill material should be clean
soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. The
fill materials should be free of vegetation and debris.
The fill material should be compacted to a minimum of 95 percent of the maximum dry density
determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting
operation, the fill material should be brought to the proper moisture content. The moisture content
for general earth fill should range from 2 percentage points below optimum to 5 percentage points
above optimum (-2 to +5). These ranges of moisture contents are given as maximum
recommended ranges. For some soils and under some conditions, the contractor may have to
maintain a more narrow range of moisture content (within the recommended range) in order to
consistently achieve the recommended density.
Field density tests should be taken as each lift of fill material is placed. As a guide, one field
density test per lift for each 5,000 square feet of compacted area is recommended. For small
areas or critical areas the frequency of testing may need to be increased to one test per 2,500
square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be
observed and tested on a continuing basis by an experienced geotechnician working in conjunction
with the project geotechnical engineer.
Each lift should be compacted, tested, and approved before another lift is added. The purpose of
the field density tests is to provide some indication that uniform and adequate compaction is being
obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor
and satisfactory results from the tests should not be considered as a guarantee of the quality of the
contractor's filling operations.
Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of
shallow slides. The following slope angles are recommended as maximums. The presented
Report No.128-17-79 CMJ ENGINEERING,INC.
12
angles refer to the total height of a slope. Site improvement should be maintained away from the
top of the slope to reduce the possibility of damage due to creep or shallow slides.
TABLE 5.2-1 — RECOMMENDED SLOPE ANGLES
Height (ft.) Horizontal to Vertical
0 -3 1:1
3-6 2:1
6 -9 3:1
> 9 4:1
5.3 Trench Backfill
Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly
dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet
backfill can settle and form a depression along the completed trench line. Distress to overlying
structures, pavements, etc. is likely if heaving or settlement occurs. On-site soil fill material is
recommended for trench backfill. Care should be taken not to use free draining granular material,
to prevent the backfilled trench from becoming a french drain and piping surface or subsurface
water beneath structures, pipelines, or pavements. If a higher class bedding material is required
for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not
require compaction after placement. The soil backfill should be placed in approximately 4- to 6-
inch loose lifts. The density and moisture content should be as recommended for fill per the City of
Fort Worth Standard Specifications. A minimum of one field density test should be taken per lift for
each 150 linear feet of trench, with a minimum of 2 tests per lift.
5.4 Utility Excavations
Based on the exploration borings, major excavations may encounter intact limestone units in select
locations. These limestones are generally moderately hard to hard and will require heavy duty
specialized equipment for excavation. In addition, overexcavation should be anticipated within the
limestones. Overexcavation may result from large blocks or chunks breaking along weathered
seams or jointed seams beyond the planned excavation.
The side slopes of excavations through the overburden soils should be made in such a manner to
provide for their stability during construction. Existing structures, pipelines or other facilities, which
Report No.128-17-79 CMJ ENGINEERING,INC
93
are constructed prior to or during the currently proposed construction and which require
excavation, should be protected from loss of end bearing or lateral support.
Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts.
Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated
after grading has been performed.
Temporary construction slopes and/or permanent embankment slopes should be protected from
surface runoff water. Site grading should be designed to allow drainage at planned areas where
erosion protection is provided, instead of allowing surface water to flow down unprotected slopes.
Trench safety recommendations are beyond the scope of this report. The contractor must comply
with all applicable safety regulations concerning trench safety and excavations including, but not
limited to, OSHA regulations.
5.5 Acceptance of Imported Fill
Any soil imported from off-site sources should be tested for compliance with the recommendations
for the particular application and approved by the project geotechnical engineer prior to the
materials being used. The owner should also require the contractor to obtain a written, notarized
certification from the landowner of each proposed off-site soil borrow source stating that to the best
of the landowner's knowledge and belief there has never been contamination of the borrow source
site with hazardous or toxic materials. The certification should be furnished to the owner prior to
proceeding to furnish soils to the site. Soil materials derived from the excavation of underground
petroleum storage tanks should not be used as fill on this project.
5.6 Soil Corrosion Potential
Specific testing for soil corrosion potential was not included in the scope of this study. However,
based upon past experience on other projects in the vicinity, the soils at this site may be corrosive.
Standard construction practices for protecting metal pipe and similar facilities in contact with these
soils should be used.
Report No.128-17-79 CMJ ENGINEERING,INC.
14
5.7 Erosion and Sediment Control
All disturbed areas should be protected from erosion and sedimentation during construction, and
all permanent slopes and other areas subject to erosion or sedimentation should be provided with
permanent erosion and sediment control facilities. All applicable ordinances and codes regarding
erosion and sediment control should be followed.
6.0 CONSTRUCTION OBSERVATIONS
In any geotechnical investigation, the design recommendations are based on a limited amount of
information about the subsurface conditions. In the analysis, the geotechnical engineer must
assume the subsurface conditions are similar to the conditions encountered in the borings.
However, quite often during construction anomalies in the subsurface conditions are revealed.
Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and
pavement installation and perform materials evaluation during the construction phase of the
project. This enables the geotechnical engineer to stay abreast of the project and to be readily
available to evaluate unanticipated conditions, to conduct additional tests if required and, when
necessary, to recommend alternative solutions to unanticipated conditions. Until these
construction phase services are performed by the project geotechnical engineer, the
recommendations contained in this report on such items as final foundation bearing elevations,
proper soil moisture condition, and other such subsurface related recommendations should be
considered as preliminary.
It is proposed that construction phase observation and materials testing commence by the project
geotechnical engineer at the outset of the project. Experience has shown that the most suitable
method for procuring these services is for the owner or the owner's design engineers to contract
directly with the project geotechnical engineer. This results in a clear, direct line of communication
between the owner and the owner's design engineers and the geotechnical engineer.
7.0 REPORT CLOSURE
The borings for this study were selected by CMJ Engineering, Inc. The locations and elevations of
the borings should be considered accurate only to the degree implied by the methods used in their
determination. The boring logs shown in this report contain information related to the types of soil
encountered at specific locations and times and show lines delineating the interface between these
Report No.128-17-79 CMJ ENGINEERING,INC.
15
materials, The logs also contain our field representative's interpretation of conditions that are
believed to exist in those depth intervals between the actual samples taken, Therefore, these
boring logs contain both factual and interpretive information. Laboratory soil classification tests
were also performed on samples from selected depths in the borings. The results of these tests,
along with visual-manual procedures were used to generally classify each stratum. Therefore, it
should be understood that the classification data on the logs of borings represent visual estimates
of classifications for those portions of each stratum on which the full range of laboratory soil
classification tests were not performed. It is not implied that these logs are representative of
subsurface conditions at other locations and times.
With regard to ground water conditions, this report presents data on ground water levels as they
were observed during the course of the field work. In particular, water level readings have been
made in the borings at the times and under conditions stated in the text of the report and on the
boring logs. It should be noted that fluctuations in the level of the ground-water table can occur
with passage of time due to variations in rainfall, temperature and other factors. Also, this report
does not include quantitative information on rates of flow of ground water into excavations, on
pumping capacities necessary to dewater the excavations, or on methods of dewatering
excavations. Unanticipated soil conditions at a construction site are commonly encountered and
cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected
conditions frequently require that additional expenditures be made by the owner to attain a properly
designed and constructed project. Therefore, provision for some contingency fund is
recommended to accommodate such potential extra cost.
The analyses, conclusions and recommendations contained in this report are based on site
conditions as they existed at the time of our field investigation and further on the assumption that
the exploratory borings are representative of the subsurface conditions throughout the site; that is,
the subsurface conditions everywhere are not significantly different from those disclosed by the
borings at the time they were completed. If, during construction, different subsurface conditions
from those encountered in our borings are observed, or appear to be present in excavations, we
must be advised promptly so that we can review these conditions and reconsider our
recommendations where necessary. If there is a substantial lapse of time between submission of
this report and the start of the work at the site, if conditions have changed due either to natural
causes or to construction operations at or adjacent to the site, or if structure locations, structural
loads or finish grades are changed, we urge that we be promptly informed and retained to review
Report No.128-17-79 CMJ ENGINEERING,INC.
16
our report to determine the applicability of the conclusions and recommendations, considering the
changed conditions and/or time lapse.
Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and
specifications for this particular project that pertain to earthwork and foundations as a means to
determine whether the plans and specifications are consistent with the recommendations
contained in this report. In addition, we are available to observe construction, particularly the
compaction of structural fill, or backfill and the construction of foundations as recommended in the
report, and such other field observations as might be necessary.
The scope of our services did not include any environmental assessment or investigation for the
presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground
water or air, on or below or around the site.
This report has been prepared for use in developing an overall design concept. Paragraphs,
statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized
without a knowledge and awareness of their intent within the overall concept of this report. The
reproduction of this report, or any part thereof, supplied to persons other than the owner, should
indicate that this study was made for design purposes only and that verification of the subsurface
conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities
of the contractor.
This report has been prepared for the exclusive use of Dunaway Associates, L.P. for specific
application to design of this project. The only warranty made by us in connection with the services
provided is that we have used that degree of care and skill ordinarily exercised under similar
conditions by reputable members of our profession practicing in the same or similar locality. No
other warranty, expressed or implied, is made or intended.
Report No.128-17-79 CMJ ENGINEERING,INC.
17
B-1 LANCASTER AVENUE _3
•a
Existing
Parking
Lu
LU
Existing
Parking
U
LL
Extsling
Fort Worth
l B-6 FOCH ANE
Football
Field
Existing
Parking
�PV
B-11
pNE
�B pN pNo�
I
� •1
Proposed Parking
--I
^C
m E L E RIVE
_7
m
3
v
r6
I
^ LEGEND:
I
Boring Location
i
s
U
0�1
O+
3B•9
0
U
E 0 125 250 FEET
C
APPROXIMATE SCALE
PLAN OF BORINGS
CM JENGINEEmNG,iNc. TRAIL DRIVE EXTENSION PLATE
FORT WORTH, TEXAS A. f
CMJ PROJECT No. 128-17-79
Major Divisions Sym, Typical Names Laboratory Classification Criteria
Well-graded gravels,gravel- T D (D30)2
75
ro so
f4 75c GW sand mixtures, little or no 0 C�----- greater than 4: Cr=-------------- between I and 3
w > LP
° D10 Dio x Deo
0
� c v o_ U o
v
`, N a0, Poorly graded gravels,gravel 9 g E
16 12
4 U GP sand mixtures, little or no �' V) u) y Not meeting all gradation requirements for GW
C y ( v fines a U
> w u � �
> cc �
C o Y
y � �; :� Liquid and Plastic limits
o Z o Silty gravels,gravel-sand-silt N C7 Liquid and plastic limits
N ,� c ,c GM ';'N below"A"line or P.I. lottingin hatched zone
= y mixtures Z ; :: ;v greater than 4 p
Z
c r CD a) =3 a) y between 4 and 7 are
c m y o n o o ' N borderline cases
M @ o y N : 8 Liquid and Plastic limits requiring use of dual
Y > Clayey gravels,gravel-sand-
c o i a) above A line with P.I.
o g° a GC clay mixtures —�o Z c symbols
o Q ; Z greater than 7
c ca ES
w
2 m o o
s
y @ y SW Well-graded sands, gravelly : m C�D60- greater than 6: Cr --------( ao) between 1 and 3
cc °' >_ LP sands, little or no fines u, D1e D,o x D60
Y
O f0 Znto O m
UaEi y c "
v
0 '45 � a°, Poorly graded sands; m
m . U SP gravelly sands,little or no c Not meeting all gradation requirements for SW
ca
M y � fines 4 a Q. ,
04
CL c
N C N "- to m N U
ii � rn m m a`) Liquid and Plastic limits
`oo o z c o SM Silty sands,sand-silt mixtures� ` i6 - - N below"A"line or P.I.less Liquid and plastic limits
M s s m �. ` a o Cn o o than 4 plotting between 4 and 7
c "J aJ LO are borderline cases
`'- i" Liquid and Plastic limits requiring use of dual
o M �' SC Clayey sands,sand-clay € r- E above"A"line with P.I. symbols
� Q mixtures C m greater than 7
S 0 U
Inorganic silts and very fine
sands, rock flour, silty or
LO ML clayey fine sands,or clayey
N silts with slight plasticity
> V Inorganic clays of low to
°1 v a medium plasticity,gravelly
oN E CL clays,sandy clays,silty clays, 5
N = = and lean clays
p (n v CH
Z 3
s `J' OL Organic silts and organic silty 4
U) clays of low plasticity
O c
w m X30
E Inorganic silts, micaceous or
to MH diatomaceous fine sandy ora OH aid MH
c•M y M silty soils,elastic silts 20--
T_ E
0 C- E CL
o �' CH inorganic clays of high
M �' plasticity,fat clays 1
t N •—
E 4 ML a d OL
c o
a� R, Organic clays of medium to 00 10 20 30 40 50 60 70 80 so 100
0 d OH high plasticity,organic silts
Liquid Limit
0
Peat and other highly organic Plasticity Chart
Q, con Pt soils
O
UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2
SOIL OR ROCK TYPES
� e
m
GRAVEL LEAN CLAY LIMESTONE
• SAND • • . SANDY — SHALE
SILT SILTY SANDSTONE
—
HIGHLY CLAYEY CONGLOMERATE I Shelby Auger Split Rock Cone No
PLASTIC CLAY Tube Spoon Core Pen Recovery
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50%Passing No.200 Sieve)
Descriptive Item Penetrometer Reading,(tsf)
Soft 0.0 to 1.0
Firm 1.0 to 1.5
Stiff 1.5 to 3.0
Very Stiff 3.0 to 4.5
Hard 4.5+
Coarse Grained SOiIS (More than 50%Retained on No.200 Sieve)
Penetration Resistance Descriptive Item Relative Density
(blows/foot)
0 to 4 Very Loose 0 to 20%
4 to 10 Loose 20 to 40%
10 to 30 Medium Dense 40 to 70%
30 to 50 Dense 70 to 90%
Over 50 Very Dense 90 to 100%
Soil Structure
Calcareous Contains appreciable deposits of calcium carbonate; generally nodular
Slickensided Having inclined planes of weakness that are slick and glossy in appearance
Laminated Composed of thin layers of varying color or texture
Fissured Containing cracks, sometimes filled with fine sand or silt
Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils
Soft Can be scratched with fingernail
Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail
Hard Difficult to scratch with knife
Very Hard Cannot be scratched with knife
Poorly Cemented or Friable Easily crumbled
Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite,
and iron oxide are common cementing materials.
Degree of Weathering
Unweathered Rock in its natural state before being exposed to atmospheric agents
Slightly Weathered Noted predominantly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3
Project No. Boring No. Project Trail Drive Extension CMJ ENGINEERING INC
128-17-79 B-1 Fort Worth,Texas
Location Water Observations
See Plate A.1 No seepage encountered during drilling. Dry at completion.
Completion Completion
Depth 10.0' Date 2-6-17
Surface Elevation Type
B-63 w/CFA
...s o
LL n y o •:
CLL
E O E O \ LL "a.2 y O'
a v Z fA
o Stratum Description o �-= a C v
�a
a `__ «ami U a
ul C�1 ad)i� (a .7E � Tb 'oo r- coo
a 0: mo_F= 0.FO JJ a:., (L5 2U 15 =)Uo.
ASPHALT,2"over 6"concrete 4.0 16
CLAY,dark brown and brown,with pebbles,very 4.25 92 61 21 40 23 104
stiff to hard 4.5+ 22
4.5+ 11
4.5+ 14
5
4.5+ 16
CLAY,brown,with pebbles,hard
4.5+ 17
10 -----------------------
ra_
O
(7
-i
U
0.
q
of
I
N_
z
Z
K
O
[D
LL
o LOG OF BORING NO. B-1 PLATE AA
J
CMJ ENGINEERING INC.
Project No. Boring No. Project Trail Drive Extension
128-17-79 B-2 Fort Worth,Texas
Location Water Observations
See Plate A.1 No seepage encountered during drilling. Dry at completion.
Completion Completion
Depth 10.01 Date 2_6-17
Surface Elevatlon Type
B-53 w/CFA
_ o
u O NN Cll
C O m j
D J+ 'a zS
Stratum Description U �
0 0 0 � �
W !� o2 4)(6 m� vE mE my oo 'ca c o0
rr w coal— a(n JJ a.f a �v >- ova
ASPHALT,2.5"over 7"concrete over 6"crushed 3.25 14
limestone base 2.75 95 53 21 32 23 100
CLAY,dark brown and brown,with pebbles,stiff to 3.25 26
very stiff 4.0 22
4.25 19
5
SILTY CLAY, brown,with pebbles,hard 4.5+ 73 35 15 20 14 112
SANDY CLAY,tan,with pebbles,very stiff 4.25 15
10 -----------------------
n_
0
C9
U
'a
of
n
N
z
Z
K
O
to
0 LOG OF BORING NO. B-2 PLATE A.5
Project No. Boring No. Project CMJ ENGINEERING INC
1 i Trail Drive Extension
128-17-79 B-3 Fort Worth,Texas
Location Water Observations
See Plate A.1 Seepage at 14'during drilling. Water at 10'at completion.
Completion Completion
Depth 26.0- Date 2-6-17
Surface Elevation Type
B-53 W/CFA
N C�
N T E
N
v Z �_
o Stratum Description _Cc)
o L6 � C� � U� U
U O 3�c w > in= inaXi !�c ly 00E
W d 0a�V? `�.� 6E m my oo c� X00
rr m0-F- Mto :D:D n.io a c v DROIL
SILTY CLAY,dark brown,with calcareous nodules, 4.5+ 22
very stiff to hard 4.0 22
4.5+ 88 481 19 29 18
4.5+ 11 108 11055
SANDY CLAY,tan,with pebbles,firm to hard 4.5+ 7
5
3.5 54 29 16 13 13 115 2250
-with increased sand below 9' 1.25 1 1 12
10
CLAYEY SAND,tan 0.5 431 14
15
SHALY LIMESTONE,gray,with shale seams,
moderately hard
00/3.75'
2
—— SHALE,gray,with gray shaly limestone seams
SHALY LIMESTONE,gray,with shale seams,very
hard 100/1.0"
2 ---------
r_
A
C7
U
a.
C7
ai
n
N_
z
z
It
0
m
0
0 LOG OF BORING NO. B-3 PLATE A.6
Project No. Boring No. Project Trail Drive Extension CMJ ENGINEERING INC.
128-17-79 B-4 Fort Worth,Texas
Location Water Observations
See Plate A.1 No seepage encountered during drilling. Dry at completion.
Completion Completion
Depth 10.0' 1 Date 2-6-17
Surface Elevation Type
B-53 w/CFA
0
�-
r C.
d E "Oz I
o Stratum Description o LL o o z
> U: N 'O _ X a+Y 0 V o �-C
U 3c N > '3= lin= ina� !nc rN o0 �
W d o (D m,m_ �E mE m'o oo co coo
rY mar o.05 JJ a.� a5 2U �� DUa
ASPHALT,3"over 10"crushed limestone base
CLAY,dark brown,with pebbles,stiff to very stiff 2.25 99 581 19 39 26
1.75 20
2.75 23 87 3240
3.5 24
5 SILTY CLAY,tan,with pebbles,firm to stiff
2.0 19
1.0 79 30 20 10 22
10 -----------------------
0
r,
U
a'
(9
ai
n
m
(7
z
0
0
m
0
o LOG OF BORING NO. B-4 PLATE A.7
J
Project No. Boring No. Project Trail Drive Extension CMJ ENGINEERING INC.
128-17-79 B-5 Fort Worth,Texas
Location Water Observations
See Plate A.1 Seepage at 5'during drilling. Water at 8'at completion.
Completion Completion
Depth 10.0' Date 2-6-17
Surface Elevation Type
8-53 w/CFA
LL o
O
TCr
�v Z R 3:L Nln
Stratum Description o a o U o
v,= Maxi Nc �U 8E�
W d a�iv? m vE roE my oo 'cN cob
acs �:n a:1 n.E 20 M =Ua.
ASPHALT,2.5"over 6"crushed limestone base 3.0 21
CLAY,dark brown,with pebbles,very stiff to hard 3.25 64 51 20 31 21 109
4.5+ 18
4,5+ 15
SANDY CLAY,brown,with limestone fragments, 4.5+ 11
5 very stiff to hard
3.0 10
LIMESTONE,tan,fractured,hard
00/2.25'
1 ------------
a
c�
U
n'.
of
rn
w
c�
z
0
m
LL
o LOG OF BORING NO. B-5 PLATE A.8
J
CMJ ENGINEERING INC.
Project No. Boring No. Project Trail Drive Extension
128-17-79 B-6 Fort Worth,Texas
Location Water Observations
See Plate A.1 No seepage encountered during drilling. Dry at completion.
Completion Completion
Depth 10.0' Date 2-6-17
Surface Elevation Type
B-53 w/CFA
0
O N
0 U-
CL
t Q
E E
:5.E 0 Z
Q T co C N
� Stratum Description o e z�
aD 0 U n
y(rLL N .0 X o C
(� � C y7 7 �- VAN AR 15 . y UE a
W C' � (D 6 mm q coE �o-a 00 ca coo
Q: ma F- (L(1) JJ (LD a_= My DJ Dc)a
ASPHALT,3"over 10"sandy gravel base
SANDY SILTY CLAY,dark brown and brown,with 3.75 64 38 19 19 18 106
pebbles,very stiff 3.021 1073850
SILTY SANDY CLAY,tan,with pebbles,very stiff to 3.75 18
hard 4.5+ 24 32 13 19 11
5 SAND,tan,with gravel,very dense
6
18
50/3.75" 1 5
1 -----------------------
n_
U'
U
'a
(7
a
r
ao
N
z
_Z
W
O
M
LL
o LOG OF BORING NO. B-6 PLATE A.9
J
Project No. Sorin No. Project CMJ ENGINEERING INC.
1 s 1 Trail Drive Extension
128-17-79 B-7 Fort Worth,Texas
Location Water Observations
See Plate A.1 No seepage encountered during drilling. Dry at completion.
Completion Completion
Depth 10.0` Date 2_8-17
Surface Elevation Type
B-53 wICFA
LL o N N c
Z E a 8A ° o a r v
o E
Stratum Description o o o �o ��
0
U 3�1LN � N- tp mm y. ON Qc
w Cl ovE
4) roE rod 00 c a00
ro
U m0. a�n JJ a� n 5 �U >� MUa
ASPHALT, 1"over 6"sandy gravel base
SANDY CLAY,brown,with limestone fragments, 4.5+ 34 28 15 13 8 121
very stiff to hard 3.25 9
5
4
5 LIMESTONE,tan,fractured,moderately hard
3
50/2.0"
10 -----------------------
0
U
'a
C7
ai
C&
a
z
a
0
to
tL
o LOG OF BORING NO, B-7 PLATE A.'10
J
CMJ ENGINEERING INC.
Project No. JBoring No. Project Trail Drive Extension
128-17-79 B-8 Fort Worth,Texas
Location Water Observations
See Plate A.1 No seepage encountered during drilling. Dry at completion.
Completion Tcompletion
Depth 10.0' 1 Date 2-6-17
Surface Elevation Type
B-53 w/CFA
0
LL p aNj � N C ll.
a ca o -0 0 E o,_ o o �� 0Nv
o Stratum Description o o �� o „o
U O LL y > >= in= axi !�c ON cOiE �
Lu (7 0DT ui 0E mE 'M'a00 c.0 00
0 o mai-- am � a� amc
_3
5 � ) �� �c)a
SILTY CLAY,dark brown,with limestone 2.75 34 41 201 21 15
fragments,stiff to very stiff 4.25 1 7 122
SANDY CLAY,brown,with limestone fragments, 3.0 10
very stiff to hard 4.5+ 9
4.5+ 8
5 SILTY CLAY,reddish brown,with calcareous
nodules,very stiff to hard
4.5+ 59 38 14 241 13 114
3.75 15
10 -----------------------
n_
co
co
O
O
-i
U
d
C7
of
r
ro
N
z
Z_
K
O
ro
o B-8 PLATE A.11
LOG OF BORING NO.
J
Project No. Boring No. Project CMJ ENGINEERING INC.
1 g i Trait Drive Extension
128-17-79 B-9 Fort Worth,Texas
Location Water Observations
See Plate A.1 Seepage at 9'during drilling. Dry at completion.
Completion Completion
Depth 10.01 1 Date 2-6-17
Surface Elevation Type
B-53 w/CFA
0
o LL
Q
CL E E OS 0 yy� � 0Cr
N T f0 'O Z 7 LL
o Stratum Description o o LL �� o �
_ a
d) a U
w d � mV? WA? QE 'oE my oo c,n coo
W mo_�- (L U) JJ a� a5 20 >� �0o_
SILTY CLAY,dark brown,with calcareous nodules, 3.5 94 j 151 19 11
very stiff 3.0 1 31 91 4440
CLAY,brown,with pebbles,stiff to very stiff 3.0 271 1
3.0 87 69 21 48 24
2.75 24
5
4.0 23
SANDY CLAY,brown and tan,with pebbles and
gravel,hard 4.5+ 21
10 ------------
r
M
V
IL'
v
of
h
r
N
U`
Z
a
0
m
LL
o LOG OF BORING NO, B-9 PLATE A.12
CMJ ENGINEBRING INC
Project No. Boring �j � Project Trail Drive Extension128-17-79 B Fort Worth,Texas
Location Water Observations
See Plate A.1 No seepage encountered during drilling. Dry at completion.
Completion Completion
Depth 10.0' 1 Date 2-6-17
Surface Elevation Type
B-53 w/CFA
CO0
lL p N N C LL
t p'o
E Z LL
° •N o•
U) COStratum Description e o - o �o z=
U 3 _ U) a= in•- maxi !o c v
W C! 0 a) co D o E m E my 00 c� c o 0
D! Fh(L o_tn JJ 0._J a5 20 >_J DUCOL.
SANDY CLAY,brown and tan,with pebbles,very4.25 17 23 131 101 8
stiff 4.0 13 111
SILTY CLAY,dark brown,with calcareous nodules, 4.5+ 81 39 14 25 9
hard 4.5+ 14
4.5+ 14
5
SILTY CLAY,tan,with calcareous nodules,hard
4.5+ 14
4.5+ 16
10 -----------------------
a
M
v
U
'a
c7
of
ao
r
c7
z
0
m
LL
oLOG OF BORING�NO8-1 O PLATE A.13
J
CMJ ENGINEERING INC
Project No. Boring No. Project Trail Drive Extension
128-17-79 B-11 Fort Worth, Texas
Location Water Observations
See Plate A.1 No seepage encountered during drilling. Dry at completion.
Completion Completion
Depth 10.0• 1 Date 2-6-17
Surface Elevation Type
B-53 w/CFA
C) _
LL
Q N CLL
L T E 0 17
Z
a
o Stratum Description o o z= �a
LL aY _ x w OV 00 a�
U O 3c W > '� — in= wo Z -- E
W C1 04) �a� EH f6E a-o 6o c� co0
0' !Y mar a.U) JJ a.-J a5 �C) =)'_QJ D0a.
SILTY SANDY CLAY,brown,with limestone 4.25 13
fragments,very stiff to hard 4,5+ 55 33 14 19 14 121
SILTY CLAY,brown,with calcareous nodules,very 4.5+ 8
stiff to hard 4.5+ 7
4.0 8
—5-
4.5+ 15
LIMESTONE,tan,fractured,with clay seams and
layers,moderately hard 100/3.5"
10 -----------------------
n
n
C7
-i
U
'a
Ci
of
m
N
C9
Z
M
O
CI
LL
a PLATE
LOG OF BORING NO. B-11 A.14
J
FREE SWELL TEST RESULTS
Project: Trail Drive Extension
Fort Worth, Texas
Project No.: 128-17-79
11?. y
40 I r rtt
" teiit "fie f
�7 �
B-2 7-8 Silty Clay 35 15 20 13.6 15.5 0.1
B -8 7-8 Silty Clay 38 14 24 13.3 15.4 0.0
Free swell tests performed at approximate overburden pressure
CMJ ENGINEERING,INC. PLATE A.15
LIME SERIES TEST RESULTS
Project: Trail Drive Extension
Fort Worth, Texas
Project No.: 128-17-79
Boring No.: B -4 Depth: 1' to 2'
Material: Clay
Percent Lime pH
0 10.73
2 11.91
4 12.22
6 12.39
8 12.45
10 12.45
Boring No.: B — 9 Depth: 0' to 1'
Material: Silty Clay
Percent Lime pH
0 10.83
2 12.02
4 12.40
6 12.45
8 12.45
10 12.45
CMJ ENGINEERING, INC. PLATE A.16
SOLUBLE SULFATE TEST RESULTS
Project: Trail Drive Extension
Fort Worth, Texas
Project No.: 128-17-79
Boring Depth Material Soluble
No. (ft.) Sulfates (ppm)
B - 1 2 - 3 Clay <100
B - 2 2 - 3 Clay <100
B - 4 3 -4 Clay <100
B - 5 2 - 3 Clay <100
B -6 1 — 2 Sandy Silty Clay <100
B -7 2- 3 Sandy Clay <100
B — 8 1 — 2 Silty Clay <100
B — 9 1 —2 Silty Clay 1320
B — 10 1 -2 Sandy Clay <100
B - 11 0- 1 Silty Sandy Clay 200
Note: Test Method TOOT Tex 145-E.
CMJ ENGINEERING, INC. PLATE A.17
WinPAS
Pavement Thickness Design According to
P{
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Pavement Design
Agency: City of Fort Worth
Company: Dunaway Associates, L.P.
Contractor: CMJ Engineering, Inc.
Project Description: Trail Drive Extension
Location:
Rigid Pavement Design/Evaluation
PCC Thickness 10.36 inches Load Transfer,J 3.00
Design ESALs 13,170,000,00 Mod.Subgrade Reaction,k 230 psi/in
Reliability 90.00 percent Drainage Coefficient,Cd 1.00
Overall Deviation 0.39 Initial Serviceability 4.50
Modulus of Rupture 620 psi Terminal Serviceability 2.50
Modulus of Elasticity 4,000,000 psi
Modulus of Subgrade Reaction(k-value)Determination
Resilient Modulus of the Subgrade 4,118 psi
Resilient Modulus of the Subbase 15,089 psi
Subbase Thickness 8.00 inches
Depth to Rigid Foundation feet
Loss of Support Value(0,1,2,3)
Modulus of Subgrade Reaction 230.20 psi/in
3/1/2017 10:03:07 AM Engineer: GEW
PLATE BA
7636 Pebble Drive
vcmi ENGINEERING, INC. Fort worth,Texas 76118
www.cinjengr.com
June 6, 2017
Dunaway Associates, L.P.
550 Bailey Avenue, Suite 400
Fort Worth, Texas 76107
Attn: Mr. Josh Wright, P.E., CFM
RE: ADDENDUM NO. 1
TRAIL DRIVE EXTENSION
RETAINING WALL RECOMMENDATIONS
FORT WORTH, TEXAS
CMJ PROJECT NO. 128-17-79
Dear Mr. Wright:
CMJ previously performed a geotechnical study and presented the results in CMJ Report No.
128-1.7-79 dated March 2, 2017. Recommendations for retaining walls have been requested.
General Retaining Wall Considerations
Five geotechnical design criteria must be satisfied in the selection of the type and configuration
of the retaining walls. These criteria are; the wall must have an acceptable factor of safety with
respect to (1) overturning failure, (2) a sliding (translation) failure, (3) a bearing capacity failure,
and (4) a global (deep-seated) slope failure. In addition, (5) the deformation of the wall caused
by deflection from earth pressure, and from settlement or heave of the foundation soils or
backfill soils, must be within tolerable limits during the functional life of the structures.
Retaining Wall Foundations
Design Criteria
Structures placed near existing grade will be subject to movement as a result of moisture
induced volume changes in the active clays. The most positive foundation system for the
proposed retaining walls would be situated below the zone of most significant seasonal moisture
variations. A deep foundation system transferring column loads to a suitable bearing stratum is
considered the most positive foundation system. However, if differential movements are
acceptable, the retaining wall foundations can be supported on continuous footings situated in
the natural very stiff to hard soils. A deep foundation system must be used if the retaining walls
Phone(817)284-9400 Fax(817)589-9993 Metro(817)589-9992
CMJ ENGINEERING,INC.
Project No. 128-17-79
June 6,2017
Page 2
are sensitive to movements. Deeper borings would be required to provide recommendations for
a deep foundation system.
Footings situated a minimum of 2 feet below finished grade may be proportioned using a
maximum allowable bearing pressure of 1,500 psf. Soils existing in a soft to firm state should
be evaluated on a case-by-case basis. Close inspection of soils strength should be conducted
by a geotechnical engineer to allow designation and removal of very soft soils not meeting the
bearing capacity stated above. The base of all excavated footings should be inspected by a
geotechnical engineer or geotechnician under his or her supervision to assure that the bottom is
firm, level and free of loose soil material and/or debris. In the areas of existing fills, the exposed
subgrade in the footing excavation should be proofrolled as follows: the subgrade should be
proof rolled using a heavy pneumatic tired or small width drum roller making several passes over
the subgrade. Any soft or spongy areas should be overexcavated to firm materials and backfilled
following the recommendations provided in report Section 5.0, Earthwork of the referenced
report. The proof rolling operations should also be observed by the project geotechnical
engineer or his/her representative.
It should be noted that retaining wall foundations are typically subjected to non-uniform pressure
across the foundation, and possibly negative pressure (separation of foundation from soil) under
a portion of the foundation, due to the overturning moment induced by the lateral earth
pressures. The allowable foundation pressures given above are for the maximum pressure
induced by the foundation loads, and not the average pressure under the foundation base.
The horizontal bases of the footings will develop resistance to sliding by means of a
combination of friction and adhesion (for cohesive foundation materials). Given the nature of
the foundation materials, an adhesion of 400 psf may be used for earth formed footings. An
ultimate friction factor of 0.3 may be used to calculate sliding resistance of the footings bearing
on site soils. Only long-term dead loads should be considered in calculating the available
friction on the foundation base.
Foundations for the retaining walls designed in accordance with these recommendations will
have a minimum factor of safety of 3 with respect to a bearing capacity failure, and should
experience a total settlement of 1 inch or less and a differential settlement of Y2 inch or less,
after construction. It should be anticipated that retaining walls situated on footings will
experience differential movements as a result of moisture induced volume changes in the
underlying clays supporting the retaining wall, as previously discussed.
Foundation Construction
Mat type or spread foundation construction should be monitored by a representative of the
geotechnical engineer to observe, among other things, the following items:
• Identification of bearing material
• Adequate penetration of the foundation excavation into the bearing layer
• The base and sides of the excavation are clean of loose cuttings
• When seepage is encountered, whether it is sufficient amount to require the use of
excavation dewatering methods
CX f ENGINEERING,INC.
Project No. 128-17-79
June 6,2017
Page 3
Precautions should be taken during the placement of reinforcing steel and concrete to prevent
loose, excavated soil from falling into the excavation. Concrete should be placed as soon as
practical after completion of the excavating, cleaning, reinforcing steel placement and
observation. Excavation for a shallow foundation should be filled with concrete before the end of
the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged
exposure or inundation of the bearing surface with water will result in changes in strength and
compressibility characteristics. If delays occur, the excavation should be deepened as
necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of
exposure of the bearing surface is anticipated in the excavations, a "mud slab" should be used
to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially
be over-excavated by approximately 4 inches and a lean concrete mud slab of approximately 4
inches in thickness should be placed in the bottom of the excavations immediately following
exposure of the bearing surface by excavation. The mud slab will protect the bearing surface,
maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required,
and provide a working surface for the placement of formwork and reinforcing steel.
The concrete should be placed in a manner that will prevent the concrete from striking the
reinforcing steel or the sides of the excavation in a manner that would cause segregation of the
concrete.
Lateral Earth Pressures
General
The retaining walls must be designed for lateral pressures including, but not necessarily limited
to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be
influenced by whether the backfill is drained or undrained, and above or below the ground-water
table.
Equivalent Fluid Pressures
Lateral earth pressures on below grade and retaining walls will depend on a variety of factors,
including the type of soils behind the wall, the condition of the soils, and the drainage conditions
behind the wall. Recommended lateral earth pressures expressed as equivalent fluid
pressures, per foot of wall height, are presented in Table 1 for a wall with a level backfill behind
the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a
drainage system is not present to remove water trapped in the backfill and behind the wall.
Pressures are provided for at-rest and active earth pressure conditions. Rigid walls are not
anticipated to develop enough movement to mobilize active earth pressures. In order to allow
for an active condition the top of the wall(s) must deflect on the order of 0.4 percent.
For the select fill or free draining granular backfill, these values assume that a "full'wedge of the
material is present behind the wall. The wedge is defined where the wall backfill limits extend
outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For
narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on-
site soils should be used.
CA4 ENGINEERING,INC.
Project No. 128-17-79
June 6,2017
Page 4
TABLE 1 — Equivalent Fluid Pressures
At-Rest Equivalent Active Equivalent
Backfill Material Fluid Pressure(pcf) Fluid Pressure (pcf)
Drained Undrained Drained Undrained
Excavated on-site clay or clay fill 100 110 90 100
material
Select fill or on-site soils meeting 75 100 55 90
material specifications
Free draining granular backfill 55 90 35 80
material
Additional Lateral Pressures
The location and magnitude of permanent surcharge loads (if present) should be determined,
and the additional pressure generated by these loads such as the weight of construction
equipment and vehicular loads that are used at the time the structures are being built must also
be considered in the design. The effect of this or any other surcharge loading may be
accounted for by adding an additional uniform load to the full depth of the side walls equivalent
to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to
the full vertical surcharge intensity for clay backfill. The equivalent fluid pressures, given here,
do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a
case-by-case basis. This is not included in the scope of this study. These services can be
provided as additional services upon request.
Wall Backfill Material Requirements
On-Site Clay Backfill: For wall backfill areas with site-excavated materials or similar imported
materials, all oversized fragments larger than four inches in maximum dimension should be
removed from the backfill materials prior to placement. The backfill should be free of all organic
and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a
minimum of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of
plus to minus 3 percentage points of optimum moisture. Compaction within five feet of the
walls should be accomplished using hand compaction equipment, and should be between 90
and 95 percent of the Standard Proctor density.
Select Fill Backfill: All wall select backfill should consist of clayey sand and/or sandy clay
material with a Plasticity Index of 16 or less, with a Liquid Limit not exceeding 35. The select fill
should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of
Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage
points of the optimum moisture. Compaction within five feet of the walls should be
accomplished using hand compaction equipment and should be compacted between 90 and 95
percent of the Standard Proctor density.
Free Draining Granular Backfill: All free draining granular wall backfill material should be a
crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have
less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40
CMJ ENGINEERING,INC.
Project No. 128-17-79
June 6,2017
Page 5
sieve. The minus No. 40 sieve material should be non-plastic. Granular wall backfill should not
be water jetted during installation.
Drainage Requirements
The design recommendations presented above assume hydrostatic pressure will not develop
behind the retaining walls. In order to achieve the "drained" condition for lateral earth pressure
for low-permeability walls (concrete, masonry, etc.), a vertical drainage blanket or geocomposite
drainage member must be installed adjacent to the wall on the backfill side. Drainage could be
provided using a collector pipe or weep holes near the base of the retaining wall. Drains should
be properly filtered to minimize the potential for erosion through these drains, and /or the
plugging of drain lines. Design or specific recommendations for drainage members is beyond
the scope for this study. These services can be provided as an additional service upon request.
In order to achieve the "drained" condition, the entire backfill material must be free draining, or
the backfill-wall geometry must be such that the backfill will not become saturated from rainfall,
ground water, adjacent water courses, or other sources.
We appreciate the opportunity to provide this information. Please contact us should questions
arise on information contained herein.
Respectfully, inF %1
CMJ ENGINEERING,INC. y�=��� ...........
TEXAS FIRM REGISTRATION NO.F-9177 .�
s
...-t-
.......................
.........•• •
T rWIL. ........;.
AI'1nC • L.IAI1AS
• .. a°.
Garrett E. Williams, P.E. `°*,Pat- _ ° i s rF'
President
gbs�lG�4WV.abc®�v
copies submitted: (1) Mr. Josh Wright, P.E., CFM; Dunaway Associates, L.P. (email)
GC-6.06.1) Minority and Women Owned Business
Enterprise Compliance
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2012
FORT WORTH
City of Fort Worth
Minority Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR OFFERORS
APPLICATION OF POLICY
If the total dollar value of the contract is$50,000 or more,then a MBE subcontracting goal is applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises
(MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current
Business Diversity Enterprise Ordinance applies to this bid.
MBE PROJECT GOALS
The City's MBE goal on this project is 18 %of the base bid value of the contract.
Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a
MBE Utilization Form and a SBE Utilization Form to be deemed responsive.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with
the intent of the City's Business Diversity Enterprise Ordinance by one of the following:
1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or;
3. Good Faith Effort documentation,or;
4. Prime Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Purchasing Division, within the following times allocated, in order
for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in
person 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. A faxed and/or emailed copy will not be
accepted.
1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day
met or exceeded: after the bid opening date, exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day
Utilization Form, if participation is less than after the bid opening date,exclusive of the bid opening date.
statedgoal:
3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day
Utilization Form, if no MBE participation: after the bid opening date,exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day
perform all subcontracting/supplier work: after the bid opening date,exclusive of the bid opening date.
5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day
exceeded: after the bid opening date,exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN
THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS.
FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A
PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION
PERIOD OF THREE YEARS.
Any questions, please contact the MIWBE Office at(817)212-2674.
Rev.2/10/15
ATTACHMENT 1A
Page 1 of 4
FORTWORTH City of Fort Worth
Minority Business Enterprise
MBE Subcontractors/Suppliers Utilization Form
OFFEROR COMPANY NAME: Check applicable block to describe
Offeror
PROJECT NAME: M/WIDBE NON-M/W/DBE
Trail Drive Extension - Paving, Drainage, & Water Improvements BID DATE
City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER
18 % Bio 1100742
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing
Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization
schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing
misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non-responsive to bid specifications.
MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of
bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic
area of Tarrant Dallas Denton Johnson Parker, and Wise counties.
Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of
subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a
subcontractor is considered 1St tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime
contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and
counting those dollars towards meeting the contract committed goal.
ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority
business enterprise by the North Central Texas Regional Certification Agency(NCTRCA)or other certifying agencies that
the City may deem appropriate and accepted by the City of Fort Worth.
If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease
trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may
lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and
commissions earned by the MBE as outlined in the lease agreement.
Rev.2/10/15
FORTWORTH ATTACHMENT 1A
Page 2 of 4
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
NCTRCA N
SUBCONTRACTOR/SUPPLIER °
Company Name T n Detail Detail
Address i M W Subcontracting Supplies Dollar Amount
Telephone/Fax e B B M Work Purchased
Email r E E B
Contact Person E
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
Rev.2/10/15
FORTWORTH ATTACHMENT 3 3 of of4
� 4
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be
listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
NCTRCA N
SUBCONTRACTOR/SUPPLIER o
Company Name T n Detail Detail
Address i M W Subcontracting Supplies Dollar Amount
Telephone/Fax ` B B B Work Purchased
Email E E
Contact Person E
El
E
El El
F El
El 11
Rev.2/10/15
FORTWORTH ATTACHMENT 1A
Page 4 of 4
Total Dollar Amount of MBE Subcontractors/Suppliers $
Total Dollar Amount of Non-MBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the
Minority and Women Business Enterprise Office through the submittal of a Request for Approval o
Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result
in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed
explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail
explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and
any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with
owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that
will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee
of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract
or debarment from City work for a period of not less than three (3) years and for initiating action under Federal,
State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material
breach of the contract and may result in a determination of an irresponsible Offeror and debarment from
participating in City work for a period of time not less than one (1)year.
Authorized Signature Printed Signature
TWO Contact Name/T[tie(if different)
Company Name Telephone and/or Fax
Address E-mail Address
City/Stateimp Date
Rev.2/10/15
ATTACHMENT 16
FORT WORTH Page 1 of 1
City of Fort Worth
Minority Business Enterprise Specifications
Prime Contractor Waiver Form
OFFEROR COMPANY NAME: Check applicable block to describe prime
PROJECT NAME:
M/VWDBE NON-M/W/DBE
Trail Drive Extension - Paving, Drainage, & Water Improvements BID DATE
City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER
18 % Bio 1100742
If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C. This form is only applicable if bath 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 City business day after bid opening,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
project,this is your normal business practice and provide an inventory profile of your business. NO
The Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including MBE(s)on this contract,the payment thereof and
any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to
allow an audit and/or examination of any books, records and files held by their company that will substantiate the
actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local
laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract
and may result in a determination of an irresponsible Offeror and barred from participating in City work for a
period of time not less than one(1)year.
Authorized Signature Printed Signature
Title Contact Name(if different)
company Name Phone Number Fax Number
Address Email Address
City/S181:01zip Date
Rev.2/10115
Joint Venture
Page 1 of 3
FORT WORTH
CITY OF FORT WORTH
MBE Joint Venture Eligibility Form
All questions must be answered;use"NIA"if not applicable-
Name of City project: Trail Drive Extension-Paving,Drainage,&Water Improvements
A joint venture form must be completed on eachproject
RFP/Bid/Purchasing Number:
1.Joint venture information:
Joint Venture Name:
Joint Venture Address:
(if applicable)
Telephone: Facsimile: E-mail address:
Cellular:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
'Dint venture
MBE firmNon-MBE firm
name Tname:
Business Address: Business Address:
City,State,Zip: City,State,Zip:
Telephone Facsimile E-mail Telephone Facsimile
Cellular Cellular
Certification Status: E-mail address
Name of Certifying Agency:
2. Scope of work performed by the Joint Venture:
Describe the scope of work of the MBE: Describe the scope of work of the non-MBE:
Rev.2/10/15
Joint Venture
Page 2 of 3
3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward
meeting the project goal?
4.Attach a copy of the joint venture agreement.
5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement)
Profit and loss sharing:
Capital contributions,including
equipment:
Other applicable ownership interests:
6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a. Estimating
-----------------------------------------------------------
b. Marketing and Sales
-------------------------------------------------------------
c. Hiring and Firing of management
personnel
-------------------------------------------------------------
d. Purchasing of major equipment
and/or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the MBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or
the dollar amounts/percentages change from the originally approved information, then the participants must
inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a
material breach of contract and may result in debarment in accord with the procedures outlined in the City's
BDE Ordinance.
Rev.2/10/15
Joint Venture
Pane 3 of
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits,interviews with owners and examination of the books,records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts ----_
- ---------------------------------------------------------------------------
Name of MBE firm Name of non-MBE firm
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
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 (seal)
Rev.2/10/15
ATTACHMENT 1C
Page 1 of 4
FORT WORTH
—�.,.�•�--- City of Fort Worth
Minority Business Enterprise
MBE Good Faith Effort Form
OFFEROR COMPANY NAME: Check applicable block to describe
Offeror
PROJECT NAME:
M/W/DBE NON-M/W/DBE
Trail Drive Extension - Paving, Drainage, & Water Improvements BID DATE
City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER
18 % % 100742
If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this
form.
If the Offeror's method of compliance with the MBE goal is based upon demonstration of a
"good faith effort", the Offeror will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 11 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation of the facts or intentional discrimination by the Offeror.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive
of bid opening date,will result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this
project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF
FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity
regardless of tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev.2/10/15
ATTACHMENT 1C
Page 2 of 4
2.) Obtain a current(not more than two(2)months old from the bid open date) list of MBE subcontractors
and/or suppliers from the City's M/WBE Office.
Yes Date of Listing/ /
No
3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened?
Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.)
No
4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
Yes (if yes,attach list to include name of MBE firm, ep rson contacted,phone number and date and time of contact.)
No
5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are
opened?
Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is
returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the
facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation"
documentation may render the GFE non-responsive.)
No
6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by email,exclusive of the day the bids are opened?
Yes (If yes,attach email confirmation to include name of MBE firn,date and time.In addition,if an email is returned
as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for
proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may
render the GFE non-responsive.)
No
NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method
must be applied to the applicable contract. The Offeror must document that either at least two attempts
were made using two of the four methods or that at least one successful contact was made using one of
the four methods in order to be deemed responsive to the Good Faith Effort requirement.
NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier
opportunity to be in compliance with questions 3 through 6.
7.) Did you provide plans and specifications to potential MBEs?
Yes
No
B.) Did you provide the information regarding the location of plans and specifications in order to assist
the MBEs?
Yes
No
Rev.2/10/15
ATTACHMENT 1C
Page 3 of 4
9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set?
Yes (If yes,attach all copies of quotations.)
No
10.) Was the contact information on any of the listings not valid?
Yes (If yes,attach the information that was not valid in order for the M/wBE Office to address the corrections
needed.)
No
11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the
forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting
documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute
concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any
relevant documentation by City personnel.
Please use additional sheets,if necessa ,and attach.
Company Name Telephone Contact Person Scope of Work Reason for Rejection
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
MBE participation on this project.
The Offeror further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The Offeror also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance shall create a material breach of
contract and may result in a determination of an irresponsible Offeror and debarment
from participating in City work for a period of time not less than one (1) year.
Rev.2/10/15
ATTACHMENT 1C
Page 4 of 4
The undersigned certifies that the information provided and the MBE(s) listed was/were
contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be
contacted and the reasons for not using them will be verified by the City's M/WBE
Office.
Authorized Signature Printed Signature
Title Contact Name and Title (if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev.2/10/15
ATTACHMENT IA
Page 1 of 4
FORT WORTH City of Fort worth
Minority Business Enterprise
MBE Subcontractors/SuoRliers Utilization Form
OFFEROR COMPANY NAME: Check applicable block to describe
Offeror
McClendon Construction Company, Inc MNV/DBE g NON-MM/DBE
PROJECT NAME:
010
Trail Drive Extension - Paving, Drainage, & Water Improvements 08/31/2017 ATE
City's MBE Project Goal: Offeroes MBE Project Commitment: PROJECT NUMBER
18 Bio 1 18.1 % 100742
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing
Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter Into a formal agreement with the MBE firm(s) listed in this utilization
schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing
mfsrepiresentatlon of facts is grounds for consideration of disqualification and will result in the bid being
considered non-res onsive to bid specifications.
MBEs listed toward meeting the project goal must be located In the six(6)county marketplace at the time of
bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic
area of Tarrant, Dallas Denton. Johnson, Parker.and Wise counties.
Prime contractors must identify by tier level of all subcontractors/suppliers. Tier means the level of
subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a
subcontractor is considered 16i tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime
contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and
counting those dollars towards meeting the contract committed goal.
ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority
business enterprise by the North Central Texas Regional Certification Agency(NCTRCA)or other certifying agencies that
the City may deem appropriate and accepted by the City of Fort Worth.
if hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease
trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may
lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and
commissions earned by the MBE as outlined in the lease agreement.
Rev.2/10/15
FORTWOR ATTACHMENT 1A
Page 2 of 4
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Mion-MBEs. MBE firms are to be
listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
NCTRCA N
SUBCONTRACTOR/SUPPLIER °
Company Name T n Detail Detail
Address i Subcontracting Supplies
M W Dollar Amount
Telephone/Fax e B B e Work Purchased
Email E E
Contact Person E
C Greenscaping LP
2401 Handley Bderville Rd Landscaping,
Ft Worth, TX 761181 ❑ ❑ Fence $501,899.48
Sodding/Seeding
Cathleen Green Ruiz
dloueks®greeascaping.com Bollards
Klutz Construction
PO Box 185 Retaining Wall,
Kennedale, TX 76060 2 ❑ $468,030.00
Charles
X Inlets, Manholes
Charles Klutz
charlie®klutzconstruction.com
Concrete Struc-
tures
Lion's Gate Logistics
2600 Timber Rd
Burleson, TX 76028
817/917-0668 2 a ❑ Trucking $28,140.00
Mario Martinez
mariojoelB9@outlook.com
Cowtown Redi-Mix
PO Box 162327 Ready-mix
Fort Worth, TX 76161 1 Concrete $629,400.00
817/988-3158
Max Ulrich
maxcowtown@yahoo.com
Barneco, Inc
2609 Willowbrook
Dallas, TX 75220 Rebar, Concrete
214/352-9091 1 Supplies $72,901.00
Greg Forbess
greg@barnsco.com
U S Lime
P.O. Box 851
Cleburne, Texas 760331 El ❑ Hydrated Lime $41,538.00
(817) 641-4433
Kyle Riggs
KyleRiggs@uslm.com
Rev.2/10115
FORTWORTH ATTACHMENT
Paggee3 of 4
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Miiority�,andnon=MBs. MBE firms are to be
listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
NCTRCA N
SUBCONTRACTORISUPPLIER °
Company Name T n Detail Detail
Address I Subcontracting Supplies Dollar Amount
TelephonelFax ' B B MM Work Purchased
Email E E
Contact Person E
Peachtree Construction
5801 Park Vista Circle
Keller, TX 76248 1 ❑ ❑ R Milling
817/741-4658 HMAC Paving $155,274.24
Marshall Luig
mluig@peachtreecon.com
Bean Electrical, Inc
821 E Enon Traffic
Fort Worth, TX 76140 Signals, $495,984.25
617/561-7400 1 R Lighting
Andrew Hawkins
hawkins@beanelectrical.co
Metroplex Pavement Mrk
1303 Jelmak Ave
Grand Prairie, TX 75050 1 ❑ X Pavement $54,058.20
972-399-3500 Markings
'Troy Hammond
Troy@lmetroplexpavement
markin s.com
El
Rev.2110115
FORT WORTH ATTACHMENT 1A
Page 4af4
Total Dollar Amount of MBE Subcontractors/Suppliers $ 998, 069.48
Total Dollar Amount of Non-MBE Suboontractors/Suppliers $ 1,449,155.69
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 2,447,225.17
The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the
Minority and Women Business Enterprise Office through the submittal of a Request for Approval o
ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result
in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed
explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail
explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)and
any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with
owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that
will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee
of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract
or debarment from City work for a period of not less than three (3) years and for initiating action under Federal,
State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material
breach of the contract and may result in a determination of an Irresponsible Offeror and debarment from
participating in City work for a period of time not s than one(1)year.
Dan McClendon
Authorized 8lgnature Printed Signature
President
Title Contact Namerritle(if different)
McClendon Construction Company, Inc 817/295-1166
Company Name Telephone andlor Fax
PO Box 999
dan@mcclendonconstruction.com
Address IE-mall Address
Burleson, TX 76097
08/31/2017
CNy18tatelzIp Date
Rev.2110115
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,20I2
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
REQUIRED PROJECT MILESTONES
ADDENDUM NO. 1
The contractor shall structure their construction schedule in accordance to the following critical project
deadlines and milestones.No payment shall be made for demobilization or remobilization. See
construction documents for additional details.
1. Mobilization and begin construction Sequence IA, 1B, & 1C—February 26,2018
2. Complete installation of 36"Waterline A & 12' x 10' Box Culvert—April 15, 2018
3. Coordination with 2018 Mayfest activities—April 29 -May 6,2018
4. Coordination with 2018 Dean&Deluca Invitational—May 21-29,2018
5. Two-way access to east parking lot of Farrington Field from Lancaster Ave.—August 3,2018
6. Complete construction Sequence 1 A& 1 B—December 14,2018
7. Demobilization from site—December 15,2018
8. Remobilization and begin construction Sequence 2—February 25,2019
9. Complete installation of 24"Waterline B—April 15,2019
10. Coordination with 2019 Mayfest Activities—April 29-May 5,2019
11. Coordination with 2019 Dean&Deluca Invitational—May 2019
12. Project Completion—July 27,2019
Total Project Calendar Day Duration=516 days
Completion of the following milestones by the shown dates will include a$20,000.00 incentive due to the
contractor for each milestone activity. A disincentive of$1,300 per day beyond the shown milestone date
that the activity is not completed will be charged to the contractor. The milestones must be completed
and acceptable to the city by 5:00pm on the dates shown below.
INCENTIVE/DISINCENTIVE MILESTONES:
• APRIL 15,2018 -Completion of 36"waterline A and 12'x 10'box culvert
• AUGUST 3,2018 -Two-way access to Farrington Field parking lot from Lancaster Avenue.
• DECEMBER 14,2018 - Completion of construction sequence 1 A & 1 B
• APRIL 15,2019-Completion of 24"Waterline B
• JULY 27,2019—Project Completion
CITY OF FORT WORTH Trail Drive Extension-Paving,Drainage&Water Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100742
Revised July 1,2012