Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 52591
Cif SecretaryJ Construction C1 Project Manager FoRTWORTH CONTRACT FOR THE CONSTRUCTION OF CITYSECPE` ARY5l COi� RAG T NO. , co1 RISINGER ROAD FROM MCCART AVENUE TO CROWLEY ROAD Betsy Price Mayor City Project No. 02239 Chris Harder Water Director David Cooke City Manager Steve Cooke Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works 2019 Halff Associates, Inc. 4000 Fossil Creek Boulevard Fort Worth, Texas 76137 Firm Registration No. 312 r r ................ RECEIVED e:Avl� t .MITH JUL 2 9 2419 T�1,,� : 9o1•}t}t OFFICIAL RECORD ' rt r I. TYSECn CIiY OF FORT WORTH !��: �, q�4; .0TY SECRETARY CITY SECRETARY AI SIT WC)RTH, TX FORT WORTH,. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 - I 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 00 3 i i 5 Instructions to Bidders Eflgifi@ff 0032 15 PF�00t Construction Project Schedule 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 004337 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 00 49 13 Prequalificatiorl Statement BiddOF PfequalifioatieftApplioatieff 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 004541 Minority Business Enterprise Goal Small Business 9"ter-p 00 52 43 al Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 0073 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 013216 Project Meetings Eet18tr-aC4i0fi.PregFessSehedle 01 3233 Preconstruction Video 01 3300 Submittals Ol 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls Ol 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 6600 Product Storage and Handling Requirements O1 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7123.01 Attachement A Survey Staking Standards 017423 Cleaning CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 02239 Revised February 2, 2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 01 7719 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31- Earthwork 3123 16 Unclassified Excavation 31 2400 Embankments Division 34 - Transportation 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps:Hpi-oicetpoint.btzzsaw.eoin/client/fortwortll ov/Resources/02%20- %20Construction%2ODor,uments/S ecifications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31- Earthwork 31 1000 Site Clearing ^ 31 24 00 31 25 00 Erosion and Sediment Control 313600 rs.,b0flS- 31 37 00 Riprap Division 32 - Exterior Improvements CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised February 2, 2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Flexible Base Courses 32 1123 32 11 29 32 11 33 Lime Treated Base Courses Eemew Ti:eated Base Coo 32 l1: 37- ---liquid Tfeated Soil-ata,4;Zr Asphalt Paving 32 12 16 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 1.320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 32 14 16 Concrete Paving Joint Sealants Bfick T ram4 n,,,.;ng 32 1723 32 1725 ,-Gutter-s and Valley gu4er-& Pavement Markings Curb Addfess Painting 3231 13 Chain Fences and Gates 3231 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 330130 Sewer and Manhole Testing 33 0131 Closed Circuit Television (CCTV) Inspection 3�3 (0�3 11(0� 3304 3 TBypp{ass Pumping „ Jof7�Existing Sewer Systems eiH4 B$nding'aad EleetFieal lselation C 33 04 11 —y Corrosion Control Test Stations Cleaning and Acceptance Testing of Water Mains 33 04 40 33 0450 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars del binef Plate 33 0521 33 0522 steel Gasiog Pip 33 0526 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 It Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised February 2, 2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 3 14 B,,, ; a a Steel n;., and > ;++;f 33 12 10 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber -Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 W Fire Hydrants c e+.,+;o 33 i9 33 1260 333i 13 Water- plo fts Standard Blow -off Valve Assembly Fiber neinf,,,.ee Pip@ for- raJ.ayit„ ganiwtaFy Sewem 33 31 i5 -glass High Density Polyethylone Pipe for- Sanitffy Sewof 33 31 20 (14DPE) Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33J 3 i 23 33 31 50 C.,,-.;+. . Co o A;.,o Y l mofi+ Sanitary Sewer Service Connections and Service Line ram,., Ai. , r,r,,;..s 33 31T0 33 39 10 biiiatien Valve for- canna,: Sewer- FOF60 Cast -in -Place Concrete Manholes 33 39 20 333930 Precast Concrete Manholes 1G`;I-,eFgl ss AiM,-aheles 33 39-40--- 33 39 60 xxr.,.,+&,,.4e A eaess Q,,,, bff (WAG) Epoxy Liners for Sanitary Sewer Structures 33 41 10 33 41 11 Reinforced Concrete Storm Sewer Pipe/Culverts Pipe f .. Stet.,., ll,ain 14io Peiisity Polyethylene Pipe ��� 3341 12 33 4601 33 4602 3349 10 (777)DE) 1VL lJLV4Jl1 J/J µ11J 1 JSJ ne:fif Feed Polyet lene (SRPE) Pipe Sl +r-,,,1 gte ffH Dreti s T .ener;"mins Cast -in -Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 3441 10 Traffic Signals 3441 10.01 Attachment A — Controller Cabinet 3441 10.02 Attachment B — Controller Specification 3441 10.03 Attachment C — Software Specification Tomr ffie C+igfli,1., 34 41 11 3441 13 34 41 15 omi—.:Fr- Removing Traffic Signals ReetixngulaF Rapid Flashing eaeait 4 41 1-6 P A s4ri ,., LT„b fia Signal Roadway Illumination Assemblies 34 41 20 34 41 20.01 Arterial LED Roadway Luminaires 7 ,..;v...;..e r�µ1Ll 1T�rn� 3^ 4120.02 3441 20.03 Fr LED Roadway L31W11 V& Residential LED Roadway Luminaires 34 41 30 Aluminum Signs CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised February 2, 2016 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 TxDOT Specifications Applicable specifications listed below can be found on TxDOT's website at the address below: https://www.txdot.gL) /busigss/resouTees/t-,dot-specilieations.htral Item 360 Concrete Pavement Item 528 Colored Textured Concrete and Landscape Pavers Item 536 Concrete Medians and Directional Islands SS 5100 Floating Turbidity Barrier Appendix GC-4.01 Availability of Lands GC-4.02 GG 4.04 Subsurface and Physical Conditions Underground ei!4ie.R GE 4.06 Haz ,r, eus gavi Gendition at Site Minority and Women Owned Business Enterprise Compliance GC-6.06.1) GC-6.07 Wage Rates GC-6.09 GE-6.24 Permits and Utilities rser-iininat►on END OF SECTION CITY OF FORT WORTH RISINGFR ROAD FROM MCCART AVE, TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised February 2, 2016 M&C Review Page 1 o Y ? CITY COUNCILAGENDA Dfrw-rl.%Ite of lien �'ILy of girt Wmrrh, TLQr. FORTWORTIll COUNCIL ACTION. Approved on 612512019 - Ordiria€tce No. 23716.06-2019 DATE: 8125/2019 REFERENCE ,C-2917'1 LOGS NAME: NO.. 20RI INGER ROAD FROM MCCART AVENUE TO CROWLEY ROAD CODE: D TYPE: CONSENT PUBLIC NO HEARING; SUBJECT: Authorize Execulion of a Construction Conlraci with Jackson Construction, Ltd_ In the Amount of $7,6d9r431.40 IQr Readway C o n ril r ucl son of Wiest Ris1oger Road from Mr.Cart Avenue to Crowley Road and Adopt Appropriation Ordinance (2014 Bond Program) (COUNCIL DISTRICTS 5 and 8) RECOMMENDATION - It Is recommended that the City Council: 1. Adopt the attached appropriation ordinance IncreasIng the estimated rer_elpks and appropriations in the West Rsinger Road project (Project CO2239) of the Transportation Impact Fee Capital Legar-y Kuhd in the arTiount of $500,000.00 and reduce the fund balance In tie Service Area Y projr:cL (UN9927) by the same amount; any# 2. Authoriza the execution of a construction cvnkract with aackson Coristructlonx I-Ld. in the amount of $7,649,431.40 for roadway Construction of WesL Rlsinger. Road fror'n McCart Avenue to CroWley Road. {City Protect No. CO2239) DISCUSSION, Thia Mayor acid Council Communtca#ion (I~. &C) is to authorize a eonstructlen contract for roadway construction of Risinger Road from MrCarl Avenue to Crowley Road (FM 731), The 2014 acrid Progfarn Included West Rlsinger Road as art improvement projecl from McCart Avenue to Crowley Road, and a four-Iane divided arwrla] section will be constructed between Ihese Iirnits _ Risinger Dead from McCart Avenge to Crawley fed is part of an Identified transportation frr+paot fee ellglble project, project' -18. in the adopted 2017 Transportation Itrnpact Fee Study The uanstruatlon contract will be funded franc multiple sources mcluding the 2014 Bond Program Fund ( 3,27J,431.40), 2008 Bond Program Residuals Fund (3,350.000.00), Street Rehabilitation FUnd (S520.000.00), and the Service Area Y rev enues frorn the TranspurlalIon Impact Fne Legacy Capital Fund ( 500,000.00). The project was advertised for bid on Eebrusty 28. 2019 and March 7, 2D19 in (he Fort f orth Star- Teienrom_ 011 March 28, 2019, the following bids were received. KiddersT - Amount Time of completion Jackson Construction. Ltd, S7,649.43I_40 Calendar Da Texas Materials Group, In - dba $8.9 7.426.39' 65 alendaf JLS onlra tine Days onatser Construction Tx, L.P. 8,949A 15 7_5 1365 Calendar Y I lit[ p: apes. cfwnet-:orglcounciI jacket/me—revie .asp7lD=27109 ,couneiIdate=6125f2013 7/10l 0.19 C Review IFMI�1- Pavecon Public Works. L.P $9,384,160.87 5 Calendar McMahan Contracting $9,50 ,848,18 �Mvs I 5 CalendaIr Yagc 2 of This project will have no Impact on the Transportation rind Public Works annual Operation budget when c,ornpieted, Construction is expected to start In August 2019. The Fight-ofml ay and traffic d1vider maintenance Impact Is expected to begin in August of 2020 and is an iclpated to be $4,714.00 annually, Mlti BF OFFICE — Jackson Construction, Ltd. is in compliance with the Clty's BETE 0rdIna nce by c0mmIEli ng to 1%% M BE participation and documenting goon faith effort_ Jackson Constructicn, Ltd_ id ,stifled several subcantracting oppartunitles. However, the firms contracted in the areas Identified did not respond or did net submit the lowest bids. The City's MHE goaJ on this project is 20\%. The project is located In COUNCIL DISTRICTS 6 and B_ FISCAL [NFORMATiONtCERTIFICATIQN The DIrector of Finance cert16" that, Upon approval of the above recommendations, funds will be available wn the current capital budget as appropriated of the 2008 Bond Program Residuals Fund, Street Rehabilitation Fund, 2014 Bond Program Furid, and Transportation Impact Fee Capital Legacy Fund. TO _ Fund Departmen! Account Pribloct rag rn l tivlty Budget Refererac # Amount IDI. 1D �� Xie-a �harnill 2) 1 J FROM Fuld Do artment ID Account f ro`ecf I ID Pro ram Act1vIt _ 6t-d et Year L Reference # (Dhsr#kqtd 2�_� l mue,nt Submitted for City Manager's Off-tce b : Susan Alanis (8180) Originating Department Head: Steve Crake (7801) &40 tlopal Inforwation Contact; JT Aoldridge (7252) ATTACHMENTS 20RISINGER ROAD FROM MCCART AVENUE TOCROVVLEY ROAD 39008 A019r.dec Risinger Crowley Ma,},pdf hLt :llapps.cf net.orgfcouitcil_packeVme_revie%v:asp7iD�27109&council t� - l2512019 7f 10l2-079 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 RISINGER ROAD FROM MCCART "ENUr7, TO CROWLEY ROAD CITY PROJECT NO. 02239 ADDENDUM RELEASE DATE: March 22, 2019 BID RECEIVED DATE: March 28, 2019 The Plans, Specifications and Contract Documents for the above referenced project are hereby revised and amended as follows: 1. A pre -bid meeting was held on 3/18/2019 and the following items were discussed: a. The City's project manager has changed. The new project manager is: J.T. Auldridge, P.E., P.M.P. City of Fort Worth Transportation and Public Works Department 200 Texas Street Fort Worth, Texas 76102 Email — JT.Auldridgepfortworthtexas.gov Phone — (817) 392-7252 ✓ b. A brief overview of the project was given. c. Engineer shall verify the formulas are working correctly in the provided Excel bid proposal. ✓ d. Bid Item 29 - Mobilization unit price has been increased to $350,000. e. The Misc. Structure Adjustment items for air release valves shall include a new ring and cover as specified per the detail on sheet 64. f. Bid Item No 110 Manhole Adjustment, Major w/ Cover — The quantity of five (5) in the bid proposal is correct. Two adjustments are on sheet 48, and one adjustment is on sheets 50, 51 and 52. g. Bid Item No 116 Misc. Structure Adjustment -- Vault Risinger STA 40+86.06 — The water line will have approximately 5' of cover after construction. Adjustment of the valve vault should not be an issue. h. Cut -in anchor tees small be installed in accordance with the plans per the direction of the Water Department. i. Temporary asphalt for patches shall be paid under Bid Item 66 — 4" Asphalt Base Type B. 4,000 SY of 4" Asphalt Base was included in the bid quantities to use for temporary detours and patches. A-1 Addendum No. 1 Risinger Road from McCart Ave. to Crowley Rd. City Project Number 02239 j. Bid Item No 22 is for 8" SDR 26 PVC SS on sheet 60. Sheet 60 has been revised to show the location of the 8" PVC SS and is included with this addendum. f k. Construction staking shall be subsidiary to the various bid items per Section 01 71 23 of the contract documents. I. Measurement of Traffic control shall be lump sum per Section 34 71 13 of the contract documents. M. Bid Item 32 - Railroad Flagmen has been changed to an allowance of $100,000. n. Sheet 150 references installing a temporary plug on Storm Drain Line "B" at the direction of the City. The Parks and Recreation Department may require a temporary plug of the storm drain line to prevent sediment from entering the pond. t/ o. Removal of the existing building foundations located in the right-of-way shall be paid under concrete pavement removal as indicated on the removal plans. p- Barrels, fence posts. ci s located in the rigW cf-; y ail be removed from the r€uht-of-way with no separate pay Aern. q. The 12" gas line shown to be relocated by others on sheet 150 has been relocated. Access Midstream shall be onsite during the storm drain installation. r. The I`v E E goal for this project shall remain 20%, s. Contractor requirements for the BNSF railroad crossing are contained in Exhibit "C" and Exhibit "C-1" and are included with this addendum. The exhibits include insurance requirements as well as average daily train traffic information. t. Material testing shall be in accordance with Section 01 45 23 of the contract documents. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. City is responsible for performing and payment for first set -of Quality Assurance testing. ,,,'u. Phase 1 Environmental Site Assessments were preformed for all nine right-of-way parcels and are available at the following link: https-//files. halff.com/wl/?id=fiydxPsSA6mkZoU hgN9mHrsY3ktHtEdC. v. The agenda and sign -in sheet from the pre -bid meeting are included with this addendum. 2. Replace entire proposal section with the version enclosed herein. (Revised excel spreadsheet has been posted to Buzzsaw) a. Revised the following bid items in Unit III: i. Bid Item 29 — Mobilization: Unit price has been increased to $350,000. ii._ _Bid_ _Item 32 - Railroad Flagmen: Item has been changed. to_. Railroad Flagmen Allowance with a unit of EA, quantity of 100,000 and a set unit price of $1.00. A-2 Addendum No. 1 Risinger Road from McCart Ave. to Crowley Rd. City Project Number 02239 M 3. Replace the following Sheets with those attached to this addendum: a. Sheet 60 4. The Specifications are amended as follows. Revised sheets from the applicable specifications are attached to this addendum: a. Revise Sections 00 11 13, 00 21 13, and 00 73 00 for the City project manager to read J.T. Auldridge. b. Revise Section 00 52 43 for the contract compliance manager to read JoAnne M. Kamman. c. Revise Section 01 35 13 for Railroad Flagmen to be measured and paid as an allowance. 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. Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1" Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NON -RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED- 4 By. PI'rsideI Title: A-3 Addendum No. 1 Risinger Road from McCart Ave. to Crowley Rd. City Project Number 02239 FORTWORTH. TTV OF FORT WORTH TRANSPORTATION AND I'U.BUC WORDS DEPARTMENT RISINGER ROAD PRE -BID MEETING :00 A.M., Monday, March 18, 2019 Scope of Project Tht seo" 1)l ws)i'k vrills lsts of the recLmstru4:6 n of Risingcr f�usd frnm just cast of NkCari Aw-unur 1a Cr€ wley Road. Water, muuto y s +vs;r }LL)d dfauiiage JmpenvenaeL�Js 8fC trrgvldcd 41! vnrfuLLs 14C'4ti0I73 pf the PTDJCL:l, The proleci Includes, but Is not IimiLed to, the foIlowing major tm.sks: Unil 1. water Improvalnents 634 LF S`PVC: Water Pipe 422 1.F 1: " PVC Wnter Plpe Unit Ii..SanJitary ewcr Improvements 535 L F 8" DIP Sewer Pipe, CS Sackful Unit 111, 1'avIng and Drainage Improvements 41,769 CY Ua(-Amssiftod lrxcavggon by Plan 1,860 CY Embnnkmunt ley Plan 33.179 SY 1 t" Cone 1'vint 90,954 Sl' 4" Colic Sidewalk 4,549 LF 18"-4 " RCP Opinion of Probable Cost Seise 13id Estimme - $9.418,000 (including curLstruction allowance and 5% contingency) Duraflon of Project feti1 Project time — 365 calendar daY5 Project Manager J_T. Auldridge, P.E.,1P_lvl.l' City of Fort Worth `I'rnrispGxtation and Public Wnra,S Department 200 -1"as Street Fora Wurth. Texas 76102 )~ r«ail - J'f'.AuldrEd *a `•.fi�1�3u{}L' L xiL u uv Pho�xe - (R I7139�-��5� Pre -Biel Meeting Page 2 of 3 onstalting Eugincci- D avid M. 9mith, P.L. 1inlfi-AFsociates, lnc. 4000 Fels![ Crc�*k Boulevard FYrrt Worilti, Texas 76 137 nrilait - rip; n1ithLit* 111 rr.um11 Pho' m - (317) 764-7486 IConsrrue iau Plans and Projeef Mainual Can be obtaitu:d firm flit City of mart Worth's ParChasirto Division website at 1111Vjlwww,fc+ffwortIII exas.&uvlpui tsin and from the ofrice of llul As"ate5, Inc, for it tion-roUidable S 100,00 fee. Important mates: 111d Submission Deadline-- 1:30 P.ut, Thursday, l4fet'elr 2$, 2019 Bids bead Aloud —2:0O parr., T iursday. Malnlr 28, 2019 in the Council Churttbeiws All questions rChItive to this prueurernent Nlrouki biz snit via email by 2:00 P.m., Monday Mara 25, 2019 Discu5slan harms + The City's MBE goal err lhi3 prnject ix 20%, + Mobilzat ion lWm -is included iu the burl propa-�J with >r prodetennined arrio-dni of$250,000. + Owistraid]'�ri nllowanee turn is Inotudad ui the hid proposal. Allowance shall be used for miscollaneeous co❑,gracdan find olher non-subsid.tary.it�ms rtqu"ed by flit City of Worth Worth and llect Engineer. * The project includes weak on Park property, Speclal requh-tm are noted in the Plans on sheets 150, 208, 209, 212, and 217. Care should be taken to prevent silt from entering the pond. The pond will be sLrveyerl before and afterconitructinn to confine that jin seditncnt has entered the pond. Perimeter temporary fencing in tLequired for the work area an park property (separape bid item). • Pniject includes reconstruction .of the BASF ruhrond crossuig, The RNSF penuit is included in the project manual. BNSF will cdratruct the cruMing. Confra.rtar will pertbrm work within the rallrond ROW including grading, djninAgi�, pvoment and street E€ght cnrtdull. Sid items have bEen inuluded for rWlroad coordination and fhigmen_ + A Tx DOT perralt. required to carinect to Crow Icy head (FM 731). TInc ciriginal approved permit hos expired. Plans have helm submitted for a new pennit and are currently Linder review, + A gequenving plan is provided an sheet 208. Segmem I must bo wrnpleted and apen to traffic prior to clo�ittg Risinger Road during Sogment €1 construction. The contractor sball be responsible rar providing a. detailed construction schetlii€e prior to be&i.tm7 ig work. The contxaeeor shell Submit a deta€led tralrc control plan to the City for each segineat of -construction prior to beginning work. + An additiowl quantity (4,ODG SY) ,of 4-inch Ty#e U HMAC has bon pmvidrd in the! bid praposnl for use as temporary gspl'ah del ours. • Tht statiofls ji tr the M isc.. StrueWre Adjustments Item was out uff in the original bid propoi al, The bid proptfsd€ gtwreadsheei has been updated to inf ,reftw the cell aiac so the sl;jtiom am visible. ■ Prxnchisa Utility Relocatiotrs: n Atmwas is cprnplete n Oncor is complete Pre -Bid Meeting Page 3 of 3 * Charter will be complete by 31301019- *AT&,r will be aomplolo by 4/101211T9 Other issues • Contractor &Hall locate, verijv working condition and protect all sprinkhE r Remove, adjust reinstall and/or replace quRl to at, hater than existing candition at no extra pay. Comm Ctor shflI1 provid0 temporary faxing Ii)r 101 famct! romnv;sls during wiistruction, Te,r,porm y fencing sha.11 be �ubsidbry to the knee removal any! replacement Ren s. ■ The lora[lotis of [lic existing u[illdis shown on the plans are rtpproxintale, Thy Conlrutor muLgi fold vtrify [lie exact Iorations Dr the utilitlea.prir#r to c�Ynsttvlutkon. Questions FORTWORTH. CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORK PRE -BID FF-T NG Project Nann:: RJh1nuer ROnd 11" -M i':rowtoy Roud « McC:arl Avoiiat, Data: ida , Mmrch 19, 20 LO Time: 9.00 A,m — ATTENDANCE ANC — New Print Legibly Dame lea r on Atft--4 ZtJ_Cp1Q_MLC J.T. Auld6du C'IF David Smith ,+tip iialff dlsmiIhC44halIT. com $17-7 4-748G _ . Be 'ia1� 1 Haiti 71 I'aga MAIM '� ��``'-" 11aff g yIina f tsl�o 17- 6A-7515 )A e8w v? 14 "_`pr1 r LIM' �_Aart LSO 6A d. # 17- Ol -11 D 14 1 jl I SS ! _.J A.l.&4f_U IVA,60re W12 7'S Zr o _A4e-)fZ-Z PA Yc.E.M_ pU -f b+ r gJJ era.,, r.r 1us- 3art} � LL t as 1 l - 63 +�1 I li, i 1 I - I t P q .S 34061 4Lli51 I` si.4 9oUi�� LLt I i I J R5 Ld w (A zz I till I I itu O i 14J ... Y u x L3 r + Lr. Q 1 �' Mt � r a 1jj L —� lx j c Wd a p ee y o A a LLJ c# k O ❑_ Y �F vi L Im i I I S ;- a �+ �a b�vE3 il�Lhv+' +Ea'i■+e iris EST HOLES WL 9321.03 ff 3193.29 s ! STA 30+9 OTOLUTILITY; 8?34 BEGIN SANIF UTILITY: 777.33 I aw REMOVE E) �� I. _ CONNECT 36' RCP WL f rr I ",N. I )143.28 1°d; 0 ELEV:785.78 i `1 4 - TO UTILITY: 8.12 t. I✓1 F UTILITY:777.66 12' STL GAS _-9347.81 — -- ---�)144.95 0 ELEV. 785.56 TO UTILITY- 11.44 1 -' SF UTILITY: 774.12 -- - - - - - - - - - - - -r ..IYA-TCk-EASfi� V 6 21 P.O. 152 .95'x3 RISINGER ROAD _- A:97 u o, a 'SIA- .2+------ N=6909------- ;r,..ii LOT 17 .- rx /^-...��., 7 _f0kOrLLk-'Emk CO1lRTNeY C-- -- "= C.C.F. N0. 0205230131 g6/ iREET ,v, A A Soo g22 D.R.T.C.T. M N� A.I GE Np S 2565 PROSPECT HILL DR/ r 1 E B DI.3HMAN SURVEY / ABSTH4CT No. A-407 REVISIONS DESCRIPTION N Tl '10 20 40 60 HORIZONTAL SCALE: T" = 20' OEM HALFFg ■ 0 THPE FIRM NO. F-312 4000 FOSSIL CREEK EILVD FORT WORTH, TEXAS 76137-2797 TEL (817) 847-A22 FAX 18171232-13784 DATE Ll 121/19 N 11 r— w a a I'rl d±E �F"TE�I ............. .::...... Mw. ........ % / N E: AL•�E � DATE; 03/21/2019 TOPE FIRM -F-312 _ CONSTRUCTION NOTES NOTE: CONTRACTOR SHALL PROTECT ALL Fx15TING TREES FENCES, SIGNS. UTILITIES, RETAINING WALLS AND STRUCTURES UNLESS OTHERw1SF NOTED. NOTE: CONTRACTOR SHALL LOCATE,VERIFY WORKING CONDITION ❑NO PROTECT ALL SPRINKLER SYSTEMS. REMOVE. ADJUST. REINSTALL AND/OR REPLACE EOLIAL TO OR BETTER THAN EXISTING CONDITION AT NO EXTRA PAY. THE CONTRACTOR SHALL CONTACT THE FOLLOWING A7 LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION: 790 _ - E SCALE .: 1'=20' FORT WORTH WATER OEPT.-FIELO OPERATIONS (6171392-8296 FORT WORTH T&PW 1817) 392-810(1 790 ATMQ5 ENERGY Q17)215-4366 ONCOR GAS & ELECTRIC (8171215-6214 TXII ENERGY 1-800-233-2133 S13C TELEPHONE {8171338-6819 CHARTER COMM. {8171509-6272 EXT. 3363 ALL OTHER FACILITIES 1-800-OIG-TESS _;p=q• 786 786 HORIZONTAL & VERTICAL CONTROL PROPOSED._G WL CENTF 782 _ 782 — — — — — — —` — — DOE '7325 x-238r CITY PROJECT -02239 778 44APSCO NO. 103V, ]04S, 104T 778 1 " ----- + -- CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS 774 CAPITAL DELIVERY DIVISION 774 = 770 W WJ = Lu W 770 RISINGER ROAD FRAM Mc CART AVENUE 766 TO CROWLEY ROAD 766 -��_.__.._.... a _._.—z •o Q - 762 �4-n — New-�- a W N W��� -- 1� el Ili v IMF SANITARY SEWER LINE "131 7bz PLAN AND PROFILE N� _ ----_-- -` LlmUla_ 1nciL�L� aL -- - DESIGNED: HALFF I SCALE: DRAWN; HALFF V=20' TE: TVA02/2019 7 SHEET 60 OF 242 i 3+06 Y 111— 0'.DF.9J AM U11141C 001 I j Y.- I INVITA'rION 1-0131 DERS 1 SECTION 00 11 13 2 INVITATION TO 131UL)FRS 3 RECETPT OF BIDS 4 Sea led bids for the cunslrticIion of RISIIVGER ROAD 1-RoM MCC'ART AV1,NIJF'1-0 5 CROW LEY ROAD will bi.- I' rived by the City of Fort Worth Purchasing Office [I 7 City of Fcirt Worth 8 PurL haling Dlvisimi 9 1000 Three%-nwr[on Street 10 Fort Worth, TcxAs 76102 11 ulttil 13 0.R M. CST, Thursdtiy, M cia eia 18. 2019, and bids will be opened publicly and react aIoud 12 at 2 : U 0 PM [,.ST ill the Council Chambers, 13 14 GENERAL DESCRIPTION OFWORK is the ma-ior mrork M I I con sis[ oI'lhu (approximate) following; [6 17 Unit f. Wan�r Improvements 18 63=4 LF 8- PVC: Water Pipe 19 412 LF 12" PVC Water Pipe 20 21 Urlit IT: San IUy Sewer Improvements 22 535 LF 8" DI11 Sender Pipc, CS Back-riII 2.3 24 Uhit ii1- Nvirig rind Drainage Improve rnents 25 11,769 CY U n cA aIi iUd Ex+: nation by flan 26 1,860 CV Embankment by P1ara 27 33,179 SY 11" Cone Pvint 28 90,954 SF 4" C=: Sidewalk 29 4.549 LF IT'- 42" RCMP 30 11 PRFQItoLIMCATION 32 The improvements included In tllis 1wo'ject must be performers by a �,ontraetor %0o i9 pre- 3�3 y uali fled by the City at Ilie time of bid Dpening. The proceduNi for {final itiontiQrt and pre- 34 quaIiticat ion are owIim(rd in the Section flit 21 13 - IhJSTR.UC.`"1 ONS TO BIDDER . 35 36 DOC>l7IVfENT EXAMINATION AND PROC URIEMENTS 37 The Bidding and Contract Doctimems inay be examined or- obtained on-line by visiting the City' .18 rakFurl Worth's Purchnfl;inf, Divisioii kirebAIe iit hhp,/hyty%v. Forlwcardiw,xrii�,4,3ovllaKlr' lwsinV acid 39 cIi-eking on the Duzzsa%w I iA to the ad-vertised project foldafrs on the -City's Bu77saw sitc. The 40 Contract Dootjm=1s may-h� clownlooded, viewed, and printed by b'iterested con trziOors andler 41 staP.PIiors. "The rronfra ctvr i9 required to f U I nut land untiirixe !lie Cerli#icate iorIatere9tied 42 Parfies Forin 12" amid [lie form tnust be submitted to (li c Proj eel Ma nagger befure the 43 conlrad will be presented to the City Council. The form can be olib0iled al 44 3et! �s.J►v;i'3+'.eE1:ire,ststl,I.il9llur-Jrlfo.I�lm . 45 46 Copies of thee 131dding aad Contract Documents may he 13rrrchasetl from; 47. IAnI ff Assoc i ates. Inc. 48 4000 Fossil Creek Houlrywtd, Fort Wnilh. Texas 76137 49 crrYnrFORT1bOU3.I R#3 IaUER9 A1)PROMtwCCARTAVE TOGROW IEYI#t). STANDARD CONSTRUCTION OF0FICATiONUC1C[JPwiF. NTS =0 Kcvismf Dcu olllbor Z2. 2016 I 3 4 5 6 7 8 9 10 II !2 13 14 15 16 17 1.8 19 20 21 2 23 24 25 26 27 M 29 30 3J 3r 33 ors i t i3 -.2 FNVITAI'X)N TU BTODERS 1lage 2 of 2 The wsI (if Bid ding.and Contract Documents is: Set rrf Bidding and Cow 1)opurnertts with half si c drawings', "S 100 PR1,BID CONFERENCE A prebid canfeit=c: may bu lie Id as des dbed jn Section 00 21 13 - INSI'RUCT o N TC1 BIDDERS at [hu following Incation, dhte, and time; DAT1C: Mavch l3, 2019 TIME- 901am, CSC' PLACE- City Hall 200 Texas Street Fnrt Worth `i't=r: 76102 LOC:AT 0M. Room 270, 2"' floor CITY'S RI ITT TO ACCEPT OR RE, J1<;CT BEDS City reserves tile righI to %tjaive irregularities and to adept or rejget bUq, INQUIRIES }ill inquiries. relative to this procurement shouId lre sent via email by Maw 25, 2010, 2.00 PM wid should be addressed to the following: Aft. J.T. Auldridge, P.E., P.M.P.. City of Fort Worth :'mail: t,Mrwlrlridg_e r Im-1 oI'LlrtcxmX�ay Phone817-392-7212 AND/Ok Ann, David Smith, RE., HaUFA�isociates, Inc_ Email. d wi1h(4Jvdff.cor� Phone: 917-764-74 R b' ADVERTISEMIENT DATES February 29, 2019 March 7, 2019 END OF SEMON CITY OF FOXF WORTH IM INOER ROAD FROM MCCARI AVF- TO CROW LEY RI), STANDARD CONM LCTION SPi� fl;;ATIGN FA[ CUWNTS.. 02274 Ravaged 9mcniher 2Z 2616 W21 D-1 INS'i't UCTI()Ns TO F3lDDR S SECTION 00 2113 ? INSTRUC~TIONS TO DTDDERS 3 1, Defined Terms 4 S I,l.Term used in these lN5'[`I'tUC"lIONS TO BTDDERS, which aee defined in Section 00 72 5 00 - (IENERAL CONDMONS. 8 1.2.Cci4aill add ifionaI kris used in these IN STRIJ CTION'S TO B ID DF,R9 11avc 1h3: 9 meanings indicated below which at'e applicable to bath the singular and plural theEecf, 1 {} 11 1.2.1, Bidder: Any person, firm, partne3-ship, company, asscoiation, or corporation acting I d irrz-11y through a duly aLlthori7ad reprc:wrltatiYe. slibmI(1-inga bid for performing 13 the work con Lump lated under the Contract Doc rlments. 14 15 1,2.2. Nanresiden t !Bidder: Any person, fine, partnership, company, anociadon, or kb corporation acting diret:tly through a duly authorized representative, submitting a 17 laid for performing the work eoniemplated under the Contact Doc Linients whose 18 principal place of business is nM in the State 6f Ti xas. 19 20 1.2.3. Successful 13iddcr: The lowest responsible and responswe Bidder to whLim City 21 (on the basis.of C;ity's evaluation as hereinafter provldcd) makQs an a ai7d_ 22 23 2. Copies of Bidding Duo umcnlfs 24 25 2. 1. Neither City nor Bnginaet. sht i I I assume airy resporlslbi IiLy For errors or misintei,pretations 26 rosultit�g from the Bidders use of incomplew sets of Bidding Dftuments. 27 28 2.2. City and Engineer in making copies of 5 iddirlg DOCUM6nls avai lisle do sn oiily for tlii 29 purpose of obtaining Bids For the Work find der not a[athorjzp ar c,pnfer a Iicenjse or grit nt 30 lbr-any other use, 31 32 3. Prtq uati rPicatiOU of Bidders (Prime Cunikrsteturs any] Subeontrxctorg) 33 ;4 3,1. All Bidders and tllcir subcono=tors fire required to be tyre -qualified for the woi-4 types 35 negniring prequaIifcation at the time of bidding. Bids rt=,ived From contractors who are 36 ito# prequaJlfKed (evert if inadvertently opened) shaII not be ennsideretl. Prqrialiiicatlon 37 3-equirem ent work typtF, and docum c n I ation are as foIIQ-,vs: 38 39 3.1.1. Paving—RNuiremonis dacurrterrt Iocateditt, 40 17(to . LIMjecl�nitili_�u ��v.coTn!#'C�It r)�t1�gs+Vll�css�K�iccsli�2l�0'��1� 41 "�?QConmructionU/,,20D cuinenLs}C:ontract0?A20PMRjJ1LIiMLcaIi011/Tf'W%20PavitY 42 %20C.on ra ttj??OPregLialificationl/a2(tf'roaraniTREOUALILU1 :ATiQNj,20RE 41 131.T EMEN TS ZOFOR%201)AVIN(_iu-?QC()IVTrRACTUR S.P[)1'?l)tjhIic 44 45 3.1.2. Ruad way and Pedestrian Lighting— Requkrernenui ducumunt lec<1ted at; 46 1 us-'allroltmonilit.Buzz&.1w.cant/tart orthg. )v/Resgurcesf0 1%620- 47 %2QCoil struution%20DocunjtrnI C ontiTIL:IOV%20PP'C41LiuliC ati(Pj)l`1'i'W% 201} gv 11 48 'r„2Won IP-,wtor'/n20VIVQHaIifica. jn y%20ProgirliIWPREQUALIFiCArl'10N°f 2QR-EQ 49 U I I i - EIrLL NJ a?Ot-01t %2UFAAVIN(A&?0CQN-r1t €-RS.1}f)l"?pul)lie M,y tjp Fr}R'I` Wj.)R-n.t R15TNGER ROAD FRCM.WCART A Vl r 'TO C Ri WLEY KV. STANDARD CONSTRUE PION SIzEMICAT[ON DOCUMENTS DMI0 Reviocd August 21, 2015 0021 13 -2 NSTRUCTIONS TO BMDERS rags 2 of 9 2 3.1.3. Wastur and Sat, itary Se+war-- Requireanimut document located ail; L1t11,�5:�{I1�x,ie�4�at�illt, bu��zs��cc>rxrlt4,r-t3v��rlh�v,�I�esottrces���TMo�U- 4 , Munxtrrwr itiWaK20 Doc Lir11eIIISIC i511t111l;1100/20P1V.14UUlir1Ut1 iUr1(WFlter GHIjjj% 3 .O niinrv%205U.urer ,2QCgntracL)F—'/4 1!N- ltlnllltcaliull- 20 i�ti rgadW S%2Ginrq + �lur�l°f�2ilreg�rit.�unls,slta''h�iu 7 9 3.2, Facts Bidder unless currently pr•egtialifted, must be prepared to submit to City within to seven (7) calendar days prior w Did *pening, the da.umentat!oil idenli icd In Section GG 11 45 11, BIDDERS P-RE UALMICA'I IONS. 12 13 3.2.1. SLibiniis[on o randlor questions rpIared to prequalifwation should be ad&essod to 14 l Ile City contact as provided in Paragraph 6.1. l� 1� 17 3.3.` he City rcscrves the right to require any pre-gLuilified cOntrat' for who is the.apparent Iciw 18 bidders) for a prgjecl to subrnit such addii Ion al iiiforrnation as the City, in its sale 19 discretion may require, [nduding but not Ihnited to ntartpo er and equipment vecot'ds, 20 ilifonnal ion about key personnel to lie assigned to the praiect, and construct iarl schcduIe. 71 to assist Lhe City in eviduating and assessing the abiI it of the apparent Iwv leidder{sj to 22 Liu iiver o qu511ity product a»d sue ressf5111y complete prq'icc[s for the amount bid within 23 the stipulated time rratne. Based upon the 1w ity'q �ta�sessment: of the submitted 24 in formation, a recommendation ro rdirig (lie award of 'a contracL will be ntadt. to the 25 City. Cmjici1. FaiItrre to submit die additional information, if ivgmmed. may be grottnds 26 For rejecting the appsn-,nt low hidden as non -respn as 1 vo. A f rated W' ntmetors will be 27 1wiffred i11 writing Uf a aeCQ111 mq-m Mt[oil to the City Council. B 29 3.4. In addition to pmqualification, addhionaI regkiireinents for qualification may be re-grrired 30 within various sections of the Contract Documents. 31 32 4. ExaFninatinn ar Bidding and Contract Dacumetits, Other Relskied data, and Sim 33 34 4. i. Befare submitting a Bid, each Bidder shall. 35 36 4..1.1, Lxtunille ar+cl Catrefully study Ili Con Iract DouKllnents and otlle;r related data 37 identified in [lie Dielditig Docurnellu (Including "wcltnical data" refen-od m in 38 Paragraph 42 below). No inf6nnsuion given by City or any repmentative of the 39 C:ity other tlwm that uontainrd in the Contract Documents and officially 40 promulgated addenda titemcto, shall bu bind Ing upon the City, 41 42 4.11, Visit the site to become ratvdliur with and satisfy bidder as Lo the genes -al, local and 43 site; cond itioas UmL may of oa cost, progres% perfarmanec or furnishing of the 44 work, 45 46 4. t.3. Ccinsider fedem1, swe and local Laws and Regulations that may affect cost, 47 progress, perfaralai a or rurnisking of the Work. 48 49 CfT-Y OF FORT WORTtt >tNNGER'ROAD FROM M-XARTAVE. TO CR+DWLEY RD. STANDARDCt*STR1JCTltN S"'J CIFICA'1`C N a(lcumEz.117'S 022-" Rcwised Augusl;5, 2015 0021 0 . 3 1KSTRIX-RONS TO BIDDERS Pago 3 of14 1 4.1.4, Study all; (1) 1-epos-.s 07exploiratforis and tests of subsurfa" condition* at or 2 contigrious to the- S ite and all drawings of physieaI wild 11iuiis relaIillg 10 exki.In g 3 sLirface or subsurface siniclures at the Site (except Undergivund Faci tides) thal 4 have N� on identified In the Coraract Douurnents as containing reliable "te chnir.al 5 data" and (i4) report* mid dr.ly hip of Hritartlous Divirc,nmental Conditions, if.any. 6 at the Site that have been identified in the C: antract Docuniews a4 containing. 7 reliable "Technical data." 9 4.1.5. fie advisecl that ilxe Con Iravi Documents on rile wit} Ilie City sivi1 constitute i i 10 r 10 the information which the City will fiirnisli, All add ition oI infbi•ma'lionand data f I which thy; City }vill supply after -promulgation of the formal Contract Documents 12 shall fir issued in the form of writ#e n ad&iida and 0hall bee my phis of the Contract 13 Documents just as though such e,ddeuda were ac'ttlally wrilwn inm the origirini 14 Contract Documents, No infearmaIion given by the City Ober than that con Iaiiled in 15 thk- Cantraet Dacuinenss slid ofric.611y promulgated addenda therelc,, �JhklII he 16 hindirlg upon tW City, 1.7 18 4,1,6, PQrtbrm independeut resear0, investigations, [eats, borings. and si,ch other means 11) as in ay 1_'se necessary I gain a complete knowledge cr thr= conditions which will be 2() erircaall [Crud dIpring tlic construction of the: project. On requast" Cily may pi-ovicle 21 each Bidder a"c :ss to the site to conduct srrch exam 1nmiolxs. investigations, 22 explorations, wsts and studies as each [udder deems necessary far submission of a 23 13i0. 3 dtler nlxr,st ril l aI1 hale* aiid clears rip caner roi4ore the site: us it; foriner 34 condiiiorls upon completion of such explorations, invesiigaftions, Lests and studies. 25 26 4.1.7. Dart rrnine the difficulties of the Work acid all attending clrctileestailreS affecting the 27 cost of doing the Mark, time required for its completion, and mbtain all information 28 ivgiiirrd to make: a pix>'ixxsril. Bidders shall rely exclusiVely illid solely ripens 11161- 29 Own e;atimate:, investigation. research, lest% cxpl rations, and other data which are 30 necessary for full and complete iufennatiori upon which the pmposal is to be Erased. .31 It is understood that the subinission of a propose I is prima4kcie evidence that the 32 Bidder has made= the investigatian.-exam ina6oil 3 gild tests herein i-equired, CILtinis 33 for add iIional compen sat im ri dtie to variatiuns belween condItic3ns actually 34 encoun#ered in construction and as indicated lii the C'oil tract Dociiinents wi II not bp, 35 Allured. 36 37 4,1 X Promptly notify City of all conflicts, errens, ambiguities or discre:paFicies ire 01 38 belween tiie Contract Doc;wnents and such other related doctrnienm The Contractor 39 shall not wke advantage of any grass ermr of omission in the Contmet Docum€tits, 40 oriel the Cityshrill be permitted to make snch �4rrectians or inte3 pretations as may 41 be deemed nccessai v for r~ul liiiment of tltic intenI: of the Contract Documents, 42 43 4.Z. Refett�ncv Js madt, I Section 00 73 00 -- Supplernentat Cond itiuris for i{;lentiiication OF 44 45 4,2" 1. those reports of expk walions and tests. of subsurface conditions. at or contiguous I 46 the site which f ave beers utilized by City in pixoparatton (if the 0emt1•aet Doiwmcpits, 47 The logs of Soil Borings, I aiiy. on the plans are far general information Only, 48 Neither the City nor the Engineer g.uaran Ice Iftiat ilia data shown Is- 1x0171-esentatiac of 49 conditions which actually exist. 50 cur OF VD91, WORTH 9ISCi+itiM ROAD 1%1tf:M MC CART AYE,'1OVROM-l"Y Eta_ -STA DARD C.024SM tlCTION SPECIFICATION D CUM.ENTS rs 9 Revi9c4 August 2 r. 2015 (JO 21 13 - 4 INSTFkKTIONS To UMDERS Papa 4 of 9 4.2,2. those dntwhip of phygicaI con dItions in or reIal ing to existing Surface and subwrN;e structmes (exc:�Vt t 3 ii dergi-o Lm d 1•a uiIiti<es) whicfs are at -or contiguous-t,o the sate that have been utiIized by City in Pro psratiOil of the Contract Documents, 5-4,23. cooks of such reports and drsvrings wit I N made avo iliable by City to arty Birder 6 an request. Those repcsru and dI'awings may not be part of t114 contract 7 lDcactami:Jits, but the "te'chnical data" ontuinod therein upon which Bidder is etitit led 8 to rely os provided is Paragraph 4.02. of the Gcmeral Conditinns has been identified 4 a ud establ iihed in Paragraph SC 4 M of III Supplementary Conditions. Bidder -is 10 responsible: ror Ally iinterpivtatinil of coil rIusicn drawn from any "technical data" or I 1 any Other data, i nterpretations, apininns or information. 12 13 43. Tile submission of apt laid will constitute as ineon trove rnblc rcpresenlation by Bidder (i) 14 that Bidder has. corn pRed with evely requieement refaleis Paragraph 4, (ii) that withottt 15 e:xuepLion the [aid is pernised upon perCnrming and fw'nishIng die Wark regiiired by t1w. 16 Contract Dmuments and applying the specific Mruns, Jnethads, techniques, sequences or IT proveduru of t;onsl rLietion-(if'atz ) that may be shown or iadicatcd or expressly requited 19 by the Contract DDt'winonts. (iU) that 11idder has given pity mitten naticc of 111 19 conflicts, errors, arinbiSuities and discrepancies in she Coratmct Doc Eiaiieaitq aad the 20 written resolutions thereof by City are aci%,eptarble t❑ Bjddcc, and when said conflicts, 21 etc,. have: not been resolved through the interpretatior[s by City as clweribed in 22 Paragraph 6,, and (iv) that the Contaacl Docnments im, gene roily sufficient to indicate 2.3 aiiid cmivey understanding of all terms and conditions. fat' performing and furnishing the 24 Work, 25 26 4A, The provisions of this Paragraph 4, inclusive, do not apply ko Asbestas, Po1yc1~ ofinated 27 bipilenyIs (PC`.Fls), Petwicum, Hazardmi s Waste or Radi odve Material covered by 28 Paragraphr 4.Ob,-Kthe General C'onditiami. ualless specifically idontified in the Contract 29 [7aiculilr�l, 30 31 S. v90abiIIty of 1Ands Far Darts, Ete, 32 33 5, 1. Tlto. Iands upon whf ch the Work is to be Frei -foamed, rights -of -way and ensp>ments for 34 access thereto and other Lands designated for use by Contractor in pnrformittg the WOA 35 are identified in tiic Contract Documents. Al I -additional Iaalids and access thereto 36 required for=pcmry con strimilon NciIilsc-s, construotir}ncquipnitrtt nr"artoragu [rf 37 m8terials and cquipilietiI to be incorporated in 1 he Work are to be oblDimM and paid for 38 by Ca tit ractor. Easements for puiYiitill Cill stmctures or perm aneynt changes in existing 39 facilifies are to br, t)btainf cd and paid for by City utiie:ss utherwise provided in tie 40 Contract Documents. 41 42 5.2. Outsumding right-Gf-wary, easetnenis, imdlor 1mrmits to be aacgtihvd by the City are listed 43 in Paragraph SC 4,01 ofIhe Supplemcimry C onditions, In the event the necemnly right - 44 Qf--way, easements, ondior permits are not obtainthe City reserves tht: right to eancel 45 the award of cont =- 1 at any Ame before the BiddelL begins any cdnstrarartion work on the 46 project, 47 CITY OF FORT WORTH RJSINCER- ROAD FROM MCCARTAVM'. 0t:ROW1-:Y RD. BTANDARD CONSTRUCTION SPFQFICANON DOCUME9 NTS 02239 KcvJsed Atigusi 2t. 2015 0021 0 -5 1NSTRUC:TION'S TO UMPERS I'age 5 ur4 5.3. The Bidder shall be prvpatrud to comniunee con straction without all execelted right -of= gray, easements, and/or perrnits, and shall subunit a schedule to the City ofhow construction will proceed in the athcr areas aF they projr;ct that do not rerglliru purmit" and -)or �.aslwmewq. 6, Interpretations and Addestdit 8 6,1, Al I questions aboul the ineaning «r inWnt of tine HiddIng Documents are to be dimeTed to 9 City in writing on or before 2 p.ni„ the Monday prior to tiie-Bid ripening, Questions 10 received after this day in ay iiot be responded to.. I n torMtat ion s or clarif'tGaiiDT1S t I consielerecl necessary by C ity in msponse to: such pest ions wi II be i€sued by Addenda 12 delivl~red to a1I parries recorded by City as having received the 13kddirig Dolwunwn#a. 13 On13, questions arrswl~lrcd by foiTnal wH(to n Addenda will he binding. Oral and other 14 illtcrprewIion s of cIaritications wi11 be without legal cM;c;1, 15 16 Address questions to. 17 Is City of pcsrtWor4h 19 200 Texan Siivot 2.D Font Worth, TX 76102 21 Aitn: J,T, Auld,`idge, P,L_, P.11 .P,. Ma nsportation and Pub1le Works 22 Pax{ 817-392-2533 23 Email, j au Isl ritiSqf rrrnriworlIltcxa1,.gkiv PIwpiv: 817-392-7252 25 26 27 61.Addend it m oko be issued to modify the, -l3iddihS D'oCuim,-nts as deemed advisable by 28 its, 29 30 6.3. Addenda or P.larifjcations 3nq be: ppsted via City of F'`or1 Worth Poruhaiing website. 31 32 6 A - A probed con Ferorice may be held at the Lime and pLeo indicated iii the Advertisement or 33 INV1TATiOid TO BIDDERS. >Repmsc:nIatives ufCity will be present to discuss} rlie 34 Pmject. Bidders are uneouraged to attend and piarticipatc in tha con f�re,r=. City will 35 trwisin iI tei a]l pr[igpectiv BIMom.of record such Addenda as City con sld# rs neef.-gsai-+ 36 in response to questions arising at the confoi-ence. OraI strltements may not be relied 37 upon kind will riot be hindhig or legally effective, 38 39 7. Bid Security 40 41 7.1., Each B id must be aecoinpan ied by laid Bond made payabla to City in an amount of five 42 (5) percenI ot`Biddees max imuin 13id pricc 0ii form atWhed. issued by a surety ill e'eting 43 the r�:quirements {lr Pal'agraphs 5,01 of the Gelieral Conditlons. 44 CITY OF FORT WORTH IMINCU ROAD MOM MCtWVI-AVE Til('Rs1T41.1.;)' ltp, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS i12239 Itexis.ed Auguel i 1, 2015 VD 21 13 - 6 tr r9U -r GNS To P IDD.E RS Page6of9 1 7,2. The Bid 13ond 4 oI I Bidders w i I l be retained until Ihrn conditions of the Alotice of !Award 2 havc been swisfted. I Ilia Stkccesstrll Bidder fails to exrwcute aaid deIivcr the complete 3 Agreenlertt withi11 t V days after the Not icc of A ard, City niay o)nr ider Bidder to be in 4 default, rescind ihv N()Ijee Uf`A ward, w i d Ilse Bid Buii i ul' tINa1 Biddcr w i I I bt torf�.atr"e!, 5 Such forfeiture shnI [ be City+' excItls iv remedy 1f Bidder de FaLGItr, The Bid 1: and of all 6 other Bidders whom ON hclieve's to have. a reasonable eliEince of Meiving tine award 7 ill be rrtainecl by C'iiy imid Final.vontl--act execution. a 9. S. Con r act Times t0 The number of days withiat w11jell, ol, the datos by which, Wiestortes arc to be achip,ved in ] 1 accordance u+iIli I h Q GenemI Requirentonts and Lhe Work 1s to he cam' pluied altd ready for 12 F i n a I A1c upiinc e is set forth in the A fgeemerit or iiiewporated r4sr'-In by reference to the 13 attached Biel Funp. 1A LS 9. Liquidates] )< images 16 Pt'ovisions for Iigtiidal y: I dannages are set fort]i in [lie Agrecinkmt. 17 18 10. S ubstit ute and " Gr4quaI" Items 1 The Contract, if uw$nded, will be on the basis of materials and equipmeait described in the 20 Bidd1ng Doc auments without ccrosWow ion of possible 9Libstituw OIL "or-uunJ" items. 21 Wlsenever it is indicatcd or sp&ifred in die Bidding Ductlments that a "substitute" or "or. 22 ual" itelth of rnraterial or equiInn enr ntay be furnislsed or used by Connacwr if acceptable to 23 City. appIioat inn for suelt acceptance w i I I not by coixsidured by City will after the Effective 2d Date of the Agreement. The procedure for submission of any such application by Conirtrctar 25 mid con sI&ration by City is set Forth in PWagrafrll136SIS 1., 610513. and 6,0SC. ofthe CitIle;ra1 26 Con dItions and is supplemented in Sedtion U 12 5 40 of the General Requircmunis. 17 28 11. Snl}contr2cier t, Suppliers and Others 29 30 11. ] . Ln occordalnte with the City's BuAnosa Diversity Entcrprisn Olt! inarice No. 0020- 31 1 -201 1 (as amen Jed), the City has goals ror ilia participation of Ininnrity htisiaess 3 andlos' small business iNJWrpris�'s in City contracts, A copy.of the {ordinance cari he 33 obtaiIiad f -Vin the MY cc of the City Seore 4ry, The bidder shall submiI the 1v aL and 34 8RE Uthiaation 1=Oral, S 4rbcazttt•avtorlSuppl[Cr Uti I i2a 6011 Furor, prime Contra ctnr 35 V aivei Form anWor Good Faith ]GMrt Farm with dacianentation aAd/ar.loint 36 Venture Farm ate appropriate. The Farma including doc:ume'atation inust k received 17 by the City no later Ili ur} 2.00 P.M. CST, on fe second bu�lness dgys aver th.e. bid 38 ripening dale. The Bidder shall obtain a receipt #Fom the City as evidence the 39 documen tion was received. Failure to comply shall render the bid as non - 40 regpougive_ -41 42 1 1.2, No ConI ntctor shaaII be required to cinploy atly Subeantl-actor, Supplier, other person 43 ar er•gunizatiPii against Whom Contractor k2s reasonable objection. 44 45 12. Bid Farm 46 47 12.1. 'l he Bid Forrii is included with the $iddiiig Dtn-ii tments; add itional copies may be 48 obta3inod limn the City. 49 CITY OF FLIRT WORM RBING1=R ROAD FROM 'MCCARTAV9,-T0.CR0Wf.1-Y �I}. s'rANDARDcaNSTRuu7c spr-crpicATioN t3()C`IJMENTS R2230 Revised Augiusr 11. 2015 0023 13-7 Ira o 7 of ? 1 12-2- All blanks on the Bid Form most be cnmpleterl'by prhiting in ink a>>d the Bid Form 3 sig vd in ink- Emsures oi- ohei-axions shall be initialed in ink by the person signing 3 rlie Bid Form. A Bid price shall be indWiW for ouch Bid ltcsm, ahe nat1w. uric! uJI It 4 price item 1lsted therein, In the case of optional alternatives, rile words "Na Bid." 5 "No C hange," or "Not AppIit;able" may he entered. Bidder shall state [he prises, 6 written in ink in both woi*3 and rtumtt izls; For whitch Ihit Bicider proposes Ica der Ilie 7 work e0nteTnP1aNd or furnish mate rials ivquired. AI I prices sha l l be vyritte,n legibly. 8 1n-rase orciiscrelnincy bawo_m price in wit itten words and the price in written 9. numeraN. the price in written words shall govern. lu 11 12.3. Bibs by corporations 9ha 11 he exoeuled fit the r-Qrpor'ate name by the presidenI of a 12 vice-bra-esidenI or other co pckrate officer accompanied by evidence of authority to 13 skgat- Tice L ouvporate seal shall be affixed. The corporate address and state of 14 inuo pornLion shall be shown below the signwurt�. 15 16 12.4. Bids by pailnerships shal I braµ vxecuwd in the parinemhip name and signed by n 17 partner, whose title must Ei ppj. ar under the signature accompanied by evidence of 18 authwity to sign. The official addi)ess of the partnership shall IM shown below the 19 siinaturav, 20 21 12-5. Bids hy limited liability rompanie�, shall be executed in rite tkarrte of the firm by a 22 member and accompanied by evidence -of awhority to sign, The state of form atIOn of 23 dtc firm and the official ttddivss of the Firm shall he shown. 24 25 116. Bid1 by individriuls shall afoul the $iddeCs nmue and offici] l address. 26 27 12.7. bids by joint ventures shall be executed by each joint venmmr lit the manner 28 iadieatt:d on tite laid Form. 'I'Jte offiicial address of the joint venture shall be shown. 29 30 12A. Al names shall be ty-lrea:l or printed in ink below the signature. 31 32 12.9. The 13id steal l canta in an aokiiowledgement of receipt of al l Adden clrn. the numbers of 33 which shall be filled in on the 13id >" urm. 34 35 12.10. Portal kind e-mail addresses and telepbone 1uunlnr for communications regarding the 36 Bid shal l be Mwwn. 37 38 12, T 1- Evidence urauthority to icon duct bcisiness as s Nonresident Bidder in the state of 39 Texas shoIJ be provided 1n acc:ordaircn witIi Sr*ction 00 43 :17— Vendor C omplfance 4() to Statu Law Dion Resident Bidder. 4t 42 13. Submission of Bids 43 13ia:ls shall be submittecl orl the prescribed Bid Form, provided w Ith the Bidding Doenmenu;, 44 nt the time and place indkcoted in the AdverkisemeuI or TN TTATIt7N TO BIDDERS, 4-5 aaddrugsed to PLIMlIasi11g Mftnagca' Of the {: ity, and shall be eneiosed in an opaque sealed 46 envelope, ninrked with the C 11y Project Nunibur, Proiec; ( title, the natm-c and aciclof 47 13iddvr, rind accompanied by the Bid s!oaaarity acid other required documents, if the Bid is scrit 118 through the, mail ctt• atlir:r deIiveiy systetn, the sealed envelope shall be-enelosed in a suparnte :19 envelope with the nimtarion "BID ENCLOSED" on lite faic:e of it. 5a C n,Y of 1,olvF uk+ *rR R 15 1 14 GER ROA11 FROM MCCART AYF. TO I.-HO LEY RD. STANDARD CONSTRUCTION SKCIFICATION vo ur4fENTS 42239 Rtrwlsdd Augp91 21, 21)15 Uri 21 1J •9 INSTRUC-TTONS TO PtI]hERs Pagc ir or'9 14. Mod iticAtiun und Withdrsawsi of Bids 3 14,1. 13ids addressed to I lie Purchasing Manager and fl Ied with the PurchasErig 17tdico 4 oannot be withdrawn Pciur to the time sul fbi- bid upening- A ouquest iur wilhdanwal 5 must be made in writing by an appropriate: doctlla'1aI1I tillly executed i11 the rmsrincr 6 that it Bid nest be. eN"uted and delivered Io the Pine e-where Bids are.io be submitted 7' at any thiie prinii to (he opening of Bids. Aflur all Bids not reques[ed rar withdrawal 0 are opened and publicly wad aloud, the B ids for which a withdrawal request has been 4 properly tiled in fly, at the aption of the City, be returned ullopeaed. 11 14.2. 1Bidders may ill od1Fy their laid by ele0lmnit: eammunidaIion at any time pric}r to the 12 14-tit: set for Lhe closiiig of Big! receipt. 13 14 35. Opening of Bids I5 Bids wit l be opened and read aloud pubIicly u't the place where. Bids nre to he Lubin itted. An 16 Abstract raf the amonak of the base Bids and In�jor alternates (if $rly) will he made aveilaole 1-v to Bidders after the opening of Bids. [a 1.9 Jib. 13ids to Remain Suhjeet to Acceptance 20. All Bids wit l rein ain subject to aceepizaL:e fir the time. pedod specil"ied for Notice of Awavd 21 and execution and deIivory nFii compfete Agrci minum by S"Czssfu I Bidder. City may, at 22 City's gale discretion, release any Bid and nullify t-he B id s"llrity prior to that date. 23 '24 17. Evaluation of Bich and Award of Contract 25 26 17,1- C ity reserves the right to m iect any or all Bids, including wiChou t limitatinil the rig?rts 27 [D rr jcct uny or aIL noncon &ni i rig, nonresponsive, utibaIan ved or conditi4nnl Bids 28 and to reject dw Bid of any Bidder if City b�lieveu Ihat it would Pei he in the best 29 interest of th- Project to wake jin award to that bidder, whether because the aid is 10 Ttot responsive or the l3 idder is unqualified jai• ord6ublfuI finwieia] abiIIty or Fails to 31 meet any other pertine tit standard Or ca'iweia established by City, City atso reserves 12 the right to waive infornial.ities not involving price. contract t i 11ju air changes in the 33 Wcirk with the Successful Bidder. Diwrepattcies bRmvv ei1 the multiplication of units 34 of Work and unit prices will he resolved in favor of the unit prices. D.iScl-apancies 35 between the indicated sum of any coluitu; of l Mgures and the correct sum thereof will 36 be resolved in favor of the correct Burn. Discrepancies ktwun words and Figures 37 will be Itsolved in Favor of flic words, 38 39 17,1.1. Any or all bids will be rejected if City hay re. kson to believe that cot lLis ion exists 40 among the Bidder9; Bidder is an intettiestcd party to any litigation againgt CIty, 41 City or Bidder may have a cIaiin againsI Ilse other or be engaged in Iifigatioii, 42 8iddcr is iri arrears on any exiRtIng contract car hat; defau[ted ❑tl a previous 41 cuniract, Bidder Ila-s pc:rFonned a prior coatract in an wisatkfactory manner, or 44 B 1ddet has uncompleted work wh ich in the judgment of the City wil l prevent or 45 hinder the prompt complei ion of additionaaI work if awarded, 46 CITY OF FORT WORM RISJM R'ROAD ROM MCCART AVE TO CRO EY tD STANDARD a ONSTRUC ION SPrCrF 147 ATION DQQtJMENT..S (1 2;i'J Rtvi;ed.August 21. 2015 M2.113-9 Pago I?of9 1 17.2. C1tly may consider the qualifications and experience of Subc-antractors, 414pp11ers, and 2 other d organizations propnsed for Ihos4; portions of the Work as to which 3 the identity of S►ibcontractors, SLip p]ica.s, and other persons and organizations must 4 Liu sLibmittod as provided in the Comract DucLim ants or Lip aa the requeo 4t the City. 5 Cily RISO may consider the operating Cxisi'+, tnoiniunancc requirements, performance b dma riled guarantees of mnior items of nialei'ials and equ.ipnitW proposed for 7 incorporation in the WGrk when such data. is requited to be submitted prior to the 8 Notico-of Award. 1l1 173. City. may conduct such investigations as City deems nuce��ary ILI rissisl in thV ova luadofi of any Bid ai1d tv establish the responsibility, qua I ifkafl oils, and financial kF abiIlty of 9idders, peoposed Sube:oiatlU01-9, SuPpliers1I.nci other perSolis and 13 organiz.,1tion 9 to perform and furTriA the Work in accordance with the ConIraC1 14 Documcras to City's sal is fact ion vvithin the prescribed tiine, 15 16 1?.A. Cmtnacwr shall poi'form with his own organization, work of a value not less then 17 35° o of the value embracW on [Ile Contract, unless otherwise approved by the City, 18 19 17.5, If Iha Contract is to ix aw'ardod, it will he a warded lu lowest responsible and 29 responsive Biddgr whose evil Iwit ion by Cite it dic�Ites that the award will be in the 21 best interests ofthe City. 22 23 17.6. Punivant to Tdxng 06vernnient Code C:hrlpter 22.5 ,001, the City will IIol a avd 24 contract to a N4oi nre3 iden I Bidder unless 1 he Nonreside nt Bidder's hid is IGIM:r than 25 1 he lowest bid submitted by a rtsponsib]k� Tex }s 9idcWT— by the o me =0LIM that a 26 Texas resident bidder would be required. to underbid a Noaresident Bidder to obtain -a 27 i oniparablc colanct in the state i,� which the nonresident's principal place of 28 business is lQimcd. 29 30 113. A cnntrEwt is Prat awardt!d anti k Rim a I City Council authorization. ff the Contact is 31 to bL awarded, City will award the Cantraet within 90 days after the day of the Bid 32 opeiijng tjvIess extc-nded in wilting, hio other act of City or others will constitute 33 a>Tceptance of Bid, Upon (he, coniractor i Ward a Notice oFAward will be issued by 34 1U City. 35 36 17.8. Fa lure or refusal to comp]y with the requirements may result in rejection ofBid. 37 38 18. Signing of Agreement 34 When City issues a Notice vF Awlard to the Successful B idder, it will be accompanied by the 40 1'equired inm1her of u ns lgned counwrpart*oF11te AD{r,e:ment, Within 14 days thereafter 41 C ontractor shah t;lgri and deliver the required number of counterparts kif the Agreement to 42 City with the i�egkiired Boads, Certificates of Insurance, and all other required d6cu inc atat ion, 43 City shaII thereafter deliver one hikly sigiicA counterpart to 0 intrnctoj'. 44 45 46 47 )GNU OF SECTION CITY O? FURT WORTH RISI rG111 ROAD FROM MC(-Ak'I' AVF- TO ROWI-FY RD. STANDARD CONSTRUCTION SPECIFICAVON 00 )LNTS' Mr 9 RDA50d Au9LL91.2I, 20J 5 SECTION 40 42 43 PROPOSALFORM UNIT PRICE BID {IR 42 41 RIUVROMSAL Np 1 43 Bidder's Application PrnjacI.ILaw M4rn1yUod HiLkIveN i'lehvzAl Didlin ilxln:�u. rV4rr11LLMn I speallientioli �C�11nn No. UnI. u1 Minimum (JsV1a11Ly UnilPt<re Bid V#Iwc UN It I: Wa�tea Im rovomantg 1 0241 1351 Sa1Vage 16" %Nis ter Valais G2 4 T '14 EA i 2 3305.0:109 rf$nch Safaly 33 05 10 LF 1095 3 3305_0110 kltiliIW Markers 33 65 26 L S 1 4 331 1. 0001 DUQQ ile Iron Wale F lilinga V Realm Int 33 11 11 TON 5 3311.0161 6" PVC Water Pipe 3311 12 L� $ 6 3311.0261 8" PVC Waler Pipe ,33 11 12 LF 634 .7 3311.0461 12"PVC Water P1" 3311 12 l.F 422 8 33?ZOG01 Fire Hydrant 33 1240 EA 1 9 3312.0117 Connertlan to ExWing 4"-12" Water Mai 33 12 26 EA 17 10 2312.2001 1" VVaaer Serv!W, Meier Reconnarkm 331210 �A 2 11 3312,2003 1" WallarSrsrasce 33 12 10 EA 2 12 3&4112,2004 1" Private Water Sarwca 33 12 t0 LF 66 IS 3312.3002 6" Cola helve 33 12 20' EA 1 14 3312/003 11" Gate Vf Ive 33 12 20 EA 4 16 3312.3005 12" Gale -Valve 33 12 20 �A 1 10 3312.31(16 1S' Gut -in Cute Vatwe wl Vault 33 12 20 EA 1 17 09RO.0001 16"A"GuWrLTee 331113 EA 2 Unit i, Water im rovemenls SubtDbi U n It R; Sanlilag S ower I rnp rovainuals 18 3301.MD.2 Posf-CCTV inspecllon In 01 31 LF 592 16 3301.a! 01 Mionhoto Veauum Teatlng .1301 30 UA 3 20 3305.4116 Ullilly Markers 33 05 26 21 3305,0109 TrerSuh Saiety 33 65 10 LF 552 3331,4116 a" Sewar Pipe. CSS Sackf& 33 $1 10, 22 32131 12, LF 3331 20 35 23 33�31.4126 S" biP S r Oe. Gs bar*f111 3311 is LF 535 24 3331.4206 10" DIP S1 W: er Pipe, C S 13acklfli 3a t i is LF 19 25 3339.600# Epoxy Manhole Llrler 33 39 60 VP 20 20 3339,1001 4' Manhole 3339 to, EA 333.920. 2 27 3339.1003 4' EWa Depih Manhal@ 33 39 la. VP 33 39 20 3.0 28 3330.1004 4' Shallow Merlhola 33 39 10, EA 333920 Unit 11: Sanij!yy Sower Ins rovmcnIs Subtotal Unit II,, Pavkig and Drainage Im rovemenis 29 0170.0100 Mob111zaUon 01 70 00 1.5 t $350,400_00 350,000.()o 30 DM-N29 CuMtn.Letlan Aliawanee 00 73 00 FA 210000 5210.000,60 1�1 0135_0101 Rnilmad CDO(dinodon 01 35113 LS 1 32 01a5,0'k02 Radjead Flagmen Allowinerw D1 3513 EA 100000 $1.00 $tWO.p;"iQ.00 33 0241.0100 Remove Sidewalk 6241 13 SF EUaS 34 0241.0300 Rein ova AQA #tamp Cl2 41 13 EA $ 35 0241 Q401 PF--MDVi& CQrrcreie tl&13 r72 41 13 SF 6763 36 0241 a500 Remove Force 0241 18 LF 2615 37 0241,1000 Rr�rrlova Cane Pvmt 0241 15 SY I32R 38 0241.1100 Remove Asphalt Pvrnt 0241 15 SY 1£033 3!� 0241.1300 Remove 6on�: Curb&GEltter 02 41 15 LF 61151 CrrY OF L-NL7 W(i1ErH SrANL]Raj) CLKT1LUCrNSr4%Nn'EFiC'A1'rUNTM]i,MJWris Vann Keyik d 2p1'iG1IQ oo+l Vi _aa AJI 1.1 aa+341]_Wa']f aa4s E2_49 1113_DjaP[Mml %V6Mu&m1. SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 04 q2 43 Rm P4lr1P{ ;FAL Bidder's Application Prairc t Twin TuruTRidtlall fStd s Prapogul Hldhs{ IkBCFIPCIOf SpeEi atmn r?n11 iFf lAid Quauluy, LInrl 11r3rr Wd Vidur 4a111 1i1, ScolorlINQ 20twcsre 40 0241 301 I Remove 15" Storm Lena LF 37 02 11 14 41 0241.3013 Remove 18" StOFm Lira! 0241 1+4 LF 36 42 0241.3015 Remove 24" Storm Llrle 0241 14 LF 21 43 0241.3017 Romowe 30" Storm Line 0241 14 LF 57 44 989€1,0002 Riemoue 5' Curb Inlet 0241 14 EA 1 46 9999.0003 Remove 5' Ri3c©ssed Inlet 0241 14 EA 1 46 0241.4102 F umove 15' RrAcessed Inlet 0241 14 EA 1 47 0241.4302 Remove T Orate bilei 0241 14 EA I 46 O 41.4401 Remove HeadwalllSET 0241 14 EA 2 49 2605.0111 Fumlohnstall Elec Sery Pad eslel 260500 EA 7 60 26a5.3_J15 71 GON 1 PVC SC11 BQ (Ti 26 05 33 LF 13037 51 2605.3016 2" CONDT fl1k SCH 80 (S} 26 05 33 LF 309 52 2605.3925 3" CONOT P\(C SCH 130 {T} 260533 LF 260 53 26115.5026 3" CONI]T PVC S :H 80 (8) 26 05 33 LF 606 04 26015,3033 d" CONOT PVC SGF180 tT} 216.05.03. LF 1949 55 3110.0101 site cleating 31 10 bU LS 1 613 3123.0101 4fnctasslfled Excavation by Plan 31 23 -16 CY 41769 57 3124.0101 EmbaRkmeni by Plan 31 24 00 CY -18E0 58 3125.0101 SVdPPP > 1 acre 312500 LS 1 5S 31370103 Large Stone R1prap,.grained 31 37 00 SY 167 60 3211 0113 6" Flexible Base. Type A, OR-1 32 11 23 SY 2053 6'1 3211.0400 Hyd;eted LLrnE 32 11 29 TN U85 62 3211.0502 8' Llme 'f•reatment 32 11 ?9 SY 3G852 &3 32120302 2' Asphalt Ovmmi Type 0 32 12 10 SY 482 64 �121;?.03MA 4- A-Dph;M Rwn1 Type Ur 32 12 16 SY 1563 65 3212.0404 HMAC Trerml6on 3212 16 TN 56 68 3212.0501 4" AsphaR Base Type ID 32 12 15. SY 6714 67 3212,06D6 B" Aspllall Baas Type S 32 12 10 SY 156:3 69 3213.0103 1 S" ConC pVMt 32 13 13 SY 33179 69 5999_0004 3" 1xQ0T CROP Pvmt TY DOT 360 SY '12a0 70 3213.0301 +i" Cnrsc Idevralk 32 13 2�1 .9F 909�i4 71 3213 4403 8" Ccmue;e Driveway a2 13 Zfl 3F 33131 72 3213.060S Barrier free Ramp. Type P-1 32 1320 EA 42 73 $213.4510 Barrier Fraa Romp, Type C-3 37 13 20 EA 2 74 9599.0005 Detac;lbla 10' WarnInq Slripls 32 13 20 EA 4 75 3217.0001 4" SLD Pont McAing HAS (W) 3217 23 I-F 705 76 3217.0002 4" SLD Pwrrlt Merklrtg HAS (Y) 321723 LF 1090 77 3217.00133 4" SRI< i3vmt M4ifkin0 HAS ( ) 32 17 23 LF 3086 79 3217.D201 a" SLD PuN Marlting HAS S4Ui 32 17 23 LF 2899 79 3217.D501 24" SLD Ruf111 WTking HAE (W) 32 17 23 Lr 1OB4 80 3217 10Di tans Lend RR 32 17 23 EA 4 61 9999 0006 Lar1e Legero-d RR for Sidewalk 32 17 23 EA 2 92 3217.1602 Lana Le$and A';Fr6w 32 1723 EA 8 93 3217 1004 Lana Logefid 611y 32 17 23 EA 4 84 3217.2162 RUL Raised Marker TY I-C 32 17 23 EA 98 85 3217.21 W REFL Rim iced Ma rker TY I -A-A 32 17 23 EA 24 66 n17,2104 REFL Rained Market TY 11•C<R 32 17 23 EA 313 _ 87 3217,4301 Remwa 4- Pvrnt Marking 32 17 23 LF 195 wTANhA41T>CVN. X1.47r1}tiMr.inr-ATIONC10mmoh& Form rlt+arli 4 l i67 7D o0dru.,u]u11ypDd2dl -on o3)7_uua5uJin35u_iiiarnvwiiwokk ak,u SECTION U0 42 4.3 PROPOSAL FORM UNIT PRICE BID N4Z-14 Jim TwrwuAL Bidder's Application I-rulocI INnk Lnfamadnn 0Idderk I"ropaxd I3idlimi 1Lem:#o. Lte�crF�riP4 SlW6110tiarL SfLown No Unlr of MranifG t3td [AwunLF4' Uri 11PrLce Bid VIktUC 881 3217.4304 Remova 12' Pvmt Mariung 32 IT 23 LF dn9 89 3217,436e Removs 24" Pvrnt Marking 33 17 23 LF 114 90 32174347 Rarriove Ra!3ed Marker 32 1723 5A 667 91 3217. 402 Remove- Lane Legend Arrow 32 1723 EA 1 92 3231.0113 6' Cham L.ank, Steel. 32 31 13 LF Tau 93 k31.0211 Sarhed Uti o Fence, Metal Polls a2 31 76 LF 532 94 3231.0412 F Fanr M. WWd 3231 29 IF 28 95 9999.0007 6' SI3ee1 Metel Force 3231 13. 1..F 37 96 8599,0009 Wlru Cable Fence 3231 13 LF 35 97 @999.0W9 32' Gate. Show malal 32 $1 13 EA 1 W 9999_i]410 46' Gate, Chain L_InIR SteeI 32 31 13 EA 1 N 9999 0011 48' Gate, Chain tin[( Sleal 3231 15 EA 2 1 W 0999.0012 67 Gote, Chain UP* Sleal 3231 T 3 EA 3 1.01 9999,Q013 Tafnporary 8' Fenw, Oa4n Link 32.31 T3 LF 391 102 32§1 01N Tnpsoll 32,91 19 cy 7478 T03 3252.0100 E1M' + Sad Placement 329211 SY 20235 T04 3292-6404 Seeding, Hydremulctk 329211 5Y 12530 105 $292-0500 5eadarsg, Solt ketkon Wankel 3252 13 SY 61 Do'' 106 3293.GiD4 Mant4' Trey 32$343 1=A 1 107 =5-0109 Trench Safely 33 05 10 I*F 53N 10'9 33q&b1. 2 t:altLadlo Proteown Test 81atian 0305 14 EA 100 3305,0111 Vialve Sox Adjuatmenl 330514 EA 23 1'l0 3305.0114 Man 4uhaAd[uatmenl,MajorwiCover 33D51.4 EA 5 lit 3305-010B Mlac StrucljIreAdjuutrnum- VaLilt - 1330614 Risirqior STA 14+83.07 FA 1 112 3nfi.0108 Mlsc- Structure AdittsLmsnt - ARV- 3305 14 EA RksanQief STA 16+53.71 1 113 3308-0108 Mh1 n Strudwa Adjustment - ARV- 33 05 T4 EA 8Wngar.$TA 174-W.76 1 t14 3305,0108 Misr.6truclLlreAdjustment-Vi�uit- 330614 EA RW.rjppr STA 22i63 41 1 115 3305-4110 Mist Stwdura Adjustment - V201- 33 05 14 Risinger.$TA 39+33 64 1 .I 16 3u65.0108 Mier., Structure Adjustmurlt - Vaud - 330514 ` Rlsinper STA 40+86-06 1 117 330SAfi06 Mc. Stmmtore Adjusiniemt - ARV - 53 05 14 EA Risirkger STA 41+11.2.9 i I s6 33Q6,4108 Mims. Structure Adjuslment - Vaull - 3306 14 J;A S I i 9 3305.0108 Meae- Structure Adjumment - ARV - 330514 EA RIsEnger STA 41 + ,13 ? 120 3305-0108 Mia. Sltucture Atlku51ment - Vault - 33 05 14 EA RJgingpi STA 4R+Q4.22 fi 121 3345.4117$ Misc. Structure Ad}uslmenl-irsutt - 38 05 1-; E4 RWoger STA 57+71.LM 1 122 3305 0106 M1Ec- 5tmcWre Adjuvmen! - ARC+- 33 0514 EA RlatngerSTA57+01.82. 1 123 3W5.0106 MWc Siructure Adjuratmenl -A RV 33 Qua id EA R it lnoer STA 57+2Q.46 1 124 3.3U.0108 M&. Slrurdure Adjustmenl - ARV - 330514 EA R1150wlaTSTA 67++49, 8 1 Crry oC 90R'r-wriarH sexnrohMr.❑ 7L0Cn0xRECIRCA710HDOCLlr.Drre Cvrnl Ra�bed 20 11A1 16 m � L w,W *1 u-64AI-i] 410-k1 J7 0.41 11-6h M 7 L. &0 Fwpk.] wwib..k.�h IIII -1_ a7 nlrrPRPMY -m. Pima x ni 9 SFOTION 40 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Fr%wt llcm 1nFornmLian I BLddceE Prapmjil HAIIME 4 m No QtACrilrillgl 5pe[LG[ulrnll S oiow rya} ;Pail of imulaul@ 1i[dtluuRt[ty [J�u1 Prl�o 6�d Va1oc 'E25 3341.0103 1J - RCP_ Class 411 3341 10 LF 4 t26 3341,020"4 21.. RCP. Glass lit 3541 10 LF 851 127 9999.0614 2 1 " RCP, Clans III - Water TJghl Joints 33 41 10 LF 141 128 A41'.0 5 2,4" RCP, Class III 3341 1 O LF 930 129 3341.0302 W" RCP, Class 1.11 0341 10 LF 917 130 3341.0306 33" RCP, C3ase III 33 4 t 10 LF 425 131 5341.0309 W RCP_ Class -III 3341 10 LF 31D 132 33-11.0402 42' RCP. Class tll 33 41 10 LF 663 133 9909.0415 42" RCP, Glass 111- b'11alerTighi Joints 3341 10 LF 31)3 134 3341.1001 U2 Box Culvert 3341 10 LlF 200 1.35 9999.0016 4x3 Box Culvert - Water Tight Joln!s 3341 10 LF 94 13b 999g,001 J $x3 @ox CuNefI - Watet Tigh4 JDIRL% 334, 10 LF 301 !37 3340.00fl1 4' 8tarm JLin ciian Sax 3349 10 F-A 5 13$ 3349.0GO2 5' Storm .Janclion Box 33 49 11) FA 3 139 3349.0102 4' Manhole Riser 3349 10 EA 2 140 3349 4001 SET, Type I for Ebx Culvurtr, - 334940 CY 0 141 3349.6001 1Q' Recessed Inlet 33 49 20 EA 27 1-42 3:14g.6002 15' Recessed Inlet 33 49 20 EA 3 1143 3441,10W Head Assrr bly 3441 10 �A 12 144 3441.1011 Pad Signal Head Assmbly 3441 TO EA 12 145 3+441 1031 Audlble Pejestnarl Pushbutton Station 3441 '10 EA 10 1413 3443 1200 Fuml5tillnsialt ESU SyTfj nm EXT Maunlad 34 41 10 EA 1 147 34el 1215 1=umish0slall Fly#rid Detert4nn 5yMem 344-1 '10 APR 4 146 344-1.1217 Funs+shrJnatall Hf brld Delertlon Cattle 34 41 1U L,F 1040 149 3441.12�4 FurmimNltrstall Preemption Cable 3441 10 LF 290 150 3441.1226 Fumish+Jnetall Model 722 Preetnptian 3441 10 EA 1 151 3-141.1310 41C 14 A1WG Mulb,6onductor Cable 34 41 10 1 F 1620 152 3441.1311 51C 14 AVV Mu14-Conduclor Cable 3441 40 LF 7.25 163 3441. T315 2WC 14 AWG MuHI-Conductor Cable 3441 xD LF 760 154 3441 1322 WC 14 A G Multi -Conductor Co -able 'KO 3441 10' 1940 155 3441 11106 6ltlsulaled Elec Condr 34 41 'IQ LF �U 156 3441 1409 HQ 8 lnsulatad Eiac Cpndr 34 41 10 LF 1840 157 3441.1414 NO 8 Rara Ftae G"dr 3441 10 LIF 1385 168 3441 1502 Grvurlcl fax Type.ff. wiAprorl 3441 10 EA 72 159 34d1.1503 Ground Box Type D, wlApron 3441 10 1=A 15 180 3441.1505 Ground Box Tppe DS �TxJOOT). wl Apron 3441 10 EA 16 161 3441 1603 Furnishllns4all 10' - 14' Ped Pole Assmbly 1441 10 FA 6 162 3441 1614 FirrnishlIhslall Type 4.1 Signal Poie 3441 10 EA 1 IV 3441.1615 Furnishllnsta11 Type 45 819 rig I tale 34 41 10 EA 3 164 3441 1524 FurnlshllnemIt Marit At 40' • 49' 34 41 10 EA 1 105 3441.1625 FuroIshI1r6sta11 Maw Arm 52' - 65' 3fi 41 10 EA 3 165 3441 1701 TY 1 Signal Foundalirm 34 41 10 EA 5 167 3441.1704 TY 4 Signal Found-9tion 3441 10 EA 1 189 3441.1705 TY 5 Signal Foundat1or1 34 41 10 £A 3 165 3441.t716 Signal CJ kbinet Fouredatlon -352J a 3RU 1441 'I0 EA .1 171] 3441.4725 FurnlsWIns(a11 ATC Signal Controller u 41 10 EA. 1 171 3441.1T+41 Furfflshllns2a113521GontroliuC21binsl 3A.1110 E4 1 172 M41.1752 FurnlshllnMalr Typm41 13reakaway 34 41 20 EA 41 CITY Of FORT wripi. if s k ANDARD CON3TA9JMDN SRtCHMAF.�YN t5ui'1,??A" roam 1lavilal 20 rm 17O Uo- 41 114: 4A 11 12_qq 42 41_U4 41 37_03 Al 12_[rd35 q_ 314 PMpomk Wordbook yii SECTION 100 42 43 PROPOSAL FORM KNIT PRIDE BID DO 4141 33571 mal-6SA1. rwL+: mots Bidder's Application P'rAW1 11V611 Hiddaes PrOJIMAi 1911114st Item No. tk"d'ptIOU sprul4rnL1011 kcdan NLI 11111L al Klemule F1iil C�uatully unit I'rlue EIW Value 173 3441.1771 Furn4shnnoWl 120-240 Vail Single Phase 34 41 20 EA I 114 3441.2001 Salvsge Traffic Signal 3441 '13 ]—=4 I 175 3441 3002 Rdwy Mum Assmbly TY 6.11,D-25, and D, 34 41 20 FA 3 176 3441 3003 Rdwy Ilium. As5mbly TY 18, S6A.IiD, end D- 34 41 20 EA 38 t77 3441 3050 rurnlahlInrrlall LED Lrghting FlAure (0 3441 20 EA 1 T78 2441 3061 Fafthllnslall LIED Llghting Flxlllre (137 34 4 T 2fl EA 13 17e 3441, un1 RdwX I Ilum Fourldaimn TY 1, 2, and 4 04 4 T 20 EA 3 1190 M41.3342 Rdwy Ilium Foundal713n TY 3,5,$, and 8 3441 20 EA 38 101 3441.3404 2-2-2.4 0uadploxAlum E1ecGcnductur 3441 20 LF 7567 182 34+41.3411 Recannszt Conductor 34 41 20 LA 3 1133 3441.3601 So Naga SEreat Light Pole 34 41 24 lEA 3 184 999$.Wl 9 $QWige StFi st Light km and Laminair& 34 41 20 EA 4 189 3441 4001 Furnishllrlsfali Alum Sign Mast Arm Mount 3441 30 EA 8 186 3441 d002 FumisWlns�0 Alum Sign Ground Mount 34 41 30 EA 2 187 3441.4pQ3 FL1ri11shAnsla14Alum Sign Ground Mount 3441 36 EA 15 1'$fl 3441,a10 Remawe S4Ori Panel and Pest 34 41 3Q' EA 06 189 301 0001 Triffi C❑rLlra4 3471 13 LS 1 1.00 W".0019 M❑ oRhlG Nose 32 13 13 SF 1277 491 9999 0020 Pa mad Concrote TXDOT 638 SF 266.2 t92 9999.0021 Remove IIIum4rlatron Ground Box 0241 13 EA 1 183 0999.0022 Remove Banicade 0241 13 LF 276 184 "89.0023 Ramdua Bollard 02 41 13 EA 7 195 9999.0024 4' eril❑ve and Replace Bollard 42 41 13 EA 7 106 99901=5 Remove Loading Dock 0z 41 13 EA 2 197 9999,0070 Remove and Raplace Mall: Box 0241 13 EA 2 198 9999.0027 Rerndve and Replace Pirivale Billboard 0241 1? EA 1 199 8S99.0028 Floating Turbidity Farrler THDOT 5S LF 1,51) Unit IM. Paving and 0rainn L1m rowementsSubtlotal $660,00060 Bill Summary Rave llthl Unit I: INatio r Im rovarnont>s Subtotal Vnit If: Sanitary Sewer Im rowemanls Subtotvll Unit Ill: Paving and Drainage Im rovDments Subtotal Tau 00Q,,00 — Towl ELnsc 1131L1 $850. 4U.OU 1rNbOF5EM- (}N M,nt c1r TOIL'{ W011171 STAWAMcOIC MI FCT40N$P8C1?l(1xrjwf nncunimrs Forni Exvord }917b1#IF 0a41UUW41L7_464245_0b415)-110-*313_00J51 AILLPropamljaihhwk,x4 4PD 52 43 - I Agraciilant NO I of 5 AGREEMENT 4 THIS ACl1tE1l:MENT,-mithorized-00 is made by and between the City of Furth S W{1ilh1 a `!'cxss lionia rule municipality, acting by and tfirougJi Its duly xtrtliurized City ICI#eager, ('C itv"), aald 7 tititliorized to do business in Texas acting by tmd through its drily utrtfierizud representativu, 8 ("Contractor"). 1) City and Contriwtor, in consideration of the mutual eaveaanls hereiva-fter stt rbilb, agrbc as 10 follows- 1 J Article 1, WORK 12 Contractor shall waiplow all Wojrk'm speciried oi' indithted if3 ilia Contract Documents for' the 13 Project idetnfilied herein. ICI Art i0e 2. PROJECT 15 -Pte pit gjcet fbr Which the Work under the. Contract Do�trwai may be the whole or only a part is 16 generally described as follaws: 17 IUSINQER ROAD FROM MCCA RT AV1 NUE TO CROWLEY ROAD is ii2?3 19 Ari ale 3. CONTRACT PRICE 20 {Jity agree -s to pay Contractor ftsr liwrfnrmane6 oFIlie Work in FIccordnnce with.Ilie CoTiIract 21 Do011ments an amount, in current funds, of ]�olaal's ?2 0 1, 23 Article 4. CONTRACT TIME 24 4.1 Final Acceplanre. '25 The Work will be complete ror FIna I Acesptsnee within . days after thu- date when the 26 Contract Time com mcnee& to riln, as provided in Paragraph 2.03 (if the General Conditions, 27 pias any cxtcn5ion diemof allowed ii'i Aoxrdan6r with Article 12 of [lie C'eilerai 28 Conditions, 29 4.2 Liquidated Damages 30 Cnntractar recognizes that !acme is 'the g s�-?Pce for completion € f Milestones, if arq, and 31 to achieve Final Acceptance: of the Work arld Uity wi II suffer financial lass if the Work is 32 not completed within the lime(s) -apeoAM iii Paragraph 4. I �bO�e'.. 'File C`ontractor also 33 mcognizes the* € eliay& exp-t ruse Find difficulties involved Jn proving in a l-gal proceeding, 34 the actual lo.0,9 suffered by tine City if the Work is not cumpteted en time. Accordingly, 35 Instead of t+ayniring any such proof, ontractol- agree [lint as Iagtuidated damage for 16 delay (Drat not as a paiialty). Contactor shill pHy Cily Ong Thousand three hualdred 37 Dc)ilars (S1,300) fOr each day that expires aver the time speciff d in Paragraph 4,1 For 38 Final Acceptane until the Uy ismos the Fhial Latter DfAcceptnace. MY or FORT W(.)WI'H RJSINOER ROAD. PROM A-0l.'CAxr A V F TO CROW IXiV R11. STAN DARD CONSTRUCWN SPLCiFICATION DOU JMMTS' 43Z3� IRcwiad 9S242-? J rQLg5 et Pie 34 Article 5. CONTRA CT 1)0CIME, ITS 40 5.1 CONTENTS: 41 A. -nic Contraci Dacunlews' which comprise the entire agree ment be welt City and 42 Contractor corlcerning the Work consist of tie fbltowing: 43 1. This Agrees unt. dd ?, Attachmentt to this Agreement; 45 a. Biel Form 46 1) Proposal Form 47 ?) Vendor Compliance to State Law Non -Resident Bidder 48 3) PregLialMeat ion Sfatement 49 4) State and Federal dacumentg (pnyea specific) 50 h, Currow PrLyniling VWagc Rate 'rabic 51 e. Insurance ACORD FGnn(a) 52 d. Payment Bond 53 a. performance Bortd 54 l•_ Maintenance good 55 g, bower o(Anorncy for the BLin s 56 h, Wox,kerls Compensation Affidavit 57 i. MRE andlor SBE Utilization .Form 59 3. Crtneral Condition% 59 4. Supplementary Conditions, 60 5. Specifications specifically made a part of Ilse Contract Documents by attachmeni 61 ar. if tint attached, as incorporated by rererenee and -de.scribed in the 'rabic of 62 Contents *f the Project's Contmel Doctunt:nts, 63 6. Drawings. fro 7. Addenda. 65 8. Doc ►unenlation snhmitted by Contmctor prior to Notice of A► ord, 66 9. The following whicli may be dellyared ar issued ul]er the Effective Bate of the 67 AgreemenI and, if issued, hown3e an ittc rp{rxated part of thie Contract Doc tuneIns, 68 it, Native t€+ Prl ecd. 69 h. Field Orders. 70 c. change tinders, 71 d. Letter of Final Ac{captaoce, 72 73 Article 6. TFwiil.ENINLPICAITON 74 6,1 CCnntraetor covenants and agrees to indemusify, holes harmless and defend, ut its Ilwn 75 expense, tht city, its I}lflicers, servants sand eniployeam. from and againAt any and all 76 claims arkinp out of, or alleged to arise o u I of, the wnrlc and sorviu8 to be performed 77 by the conirrssetar. its offlicers, skgenis, employees, subeuntractors, licettseN or invitees 78 under this ennlriml. This indempirly gation rovision- is .StFeCilirully intended t+1 operate 79 anti he elTretiye evyn if it is Aleapd ar nrgven that all ar some of the damages being 90 sought were caused. in whole .o►' inI onrt. by sny act, omissiuu or neglit�enee of Ilse vile, 81 Thie indemnity Vl-0Visi10n is inteaeled to Include, willioul limitation, lrlderitltily For 92 cosh, expenses sand lgal feet incurred by the city in defending agidwo each clnims and 83 cause -it of actions. 84 rlTY C7I, FORT W RT'H RESIHCri=R ROAD- PROM WCOTAVE TO47Rb Yt.L•'Y Ra "iTANIIARR CONSTRUCTION SPEC IF'ICATIUN DOCUKEYPS 132239 Rcvikod 1 I.15.17 fill 12 43 - 3 Apeeinv It Vjig 3 Of 1 85 6.2 Contractor covenants and ngreres to indemnity and Ilold hart11lerS, at its p n expense, 86 the city, its afficer w, servan IN and ernpIoyeres, from rend Against any and all lass, damage 87 or degtrurtion of prupe;rty of the cite, arising uui of, or aIIege<d to Arbe out of, the work 88 and services to be peribrme=d by the coutractor, its officers, agernis, employees, 84 subconirxctors, lieens"s or inviter'.s under this contract. This indemirdrication 90 proyilsian is gp(!ciTca11y intended to operate and be effective evert it it is alleged or 91 provest 0hat n1l or some of the damages behip, sought were eauged in whole ur in part, 92 hi a3e.�• act, ur ds5ion ar 11eglip-coce of the city, 93 991 Article 7, MISCELLANCOU9 95 7.1 Terms. 96 Terms used in thi;; Agr�emunl which are definbd in Articii I of the Ciipnoral Conditions will 97 have the meanings Indicated to the General Conditions. 98 7.2 Assignment of Contract, 91? This Agreement, including all 6f the C.C)IlWacl Douumenis natty not be assigned by the 100 Contractor without the advuneed express wdttCtt i €ontiunt of the Cily. 101 7..3 Successors and Assigns. 102 Cily and Contractor each bind; itself, Its piinnurs, sofxe:ssors, ;assigns and legui 103 representatives to the other party hereto, in respect to all covenants, agreenients and IN obligations-Qontained In [lie Con Iract Doeoments, 105 7.4 Sevcrabifity, 106 Any provision or par[ of tho Corivwt Docmmenu held to be unconstitutional, acid -or 107 iinenfoi'ecable by a unit of competent jurisdiction shalf be dueniud stricken, grid -all 108 mmaining pi-ovisiori3 shall teontinuc to be valid and binding upon OTY and 109 CONTRACTOR. 110 7.5 Govenring Law and Venue; 111 "this Agreement. inoladiag all of tltc Comi-act Doutirnenis is. pertbrmable in the State 1f 112 Texas. Velluu shall be Tarrant Counq% Texas. or the United States Dktrict Court for the 113 Northern Di-trlot ofToxas, Fait Weir h DiYision. 1 14 7.6 Authority to Sign. 1 i5 Contractor shall ameh ovide;npo of authority to sign Afirev ment iI'signed by someone: other 1 1is than the drily aathariced signataiy of the Contractor, III 118 7.7 Prohibitiop Ott Contracts With Companies Bbycotfing ismo1, 119 ConIrador acknGwledges that in ac,�-ordanee witli Chapter 1270 of the Texas Gavrrnnienl 120 Code, the City is prs)hlbited from entering; into a contract with u company for goods or 121 services unless the contiaal contains 4tl written vie Hficat.it+tt front the company that it: {.1) 122 does not boycott Israel, and (2) will not boycott Israel during the term of 311e conti=t. C IT Of N )KT W[)RTI I RISTNGIG R ROAD FROM MCCART AVE_ O CROW LEY Kr), Revkod 1 1.I S. 17 1Ai243-4 Aj rTmunr page 4 fif 5 123 The terrn� "boycott Isri#el" and "coinpsny shall have the nt air ings ascribed to Ihose terms 124 in Se4ion 808.N I of the Tkrxas Government Cade, BY signing this coodract, Cal+✓tractor 125 corly7e • that Casanretor',s signature provides wrr"llen verlf cation r+rr the CIO; 11artf 126 Contractor: (I) does not lwycoff Israel; and (2) will iiat buVcom krae} drrrlrtg flee Irrijr fy 127 Ilse cataract. 128. 129 7.8 linrnigratiun Naianality Act. 130 Can -tractor shall vorify the identity and employment eligibility or its employees who 131 perform work under this Agreement, including completing the Fiiiployment Eligibility 132 Verification f=omi (1-9}, Upon request by City, Contractor Shal l provide City with copies of 133 all ll-9 farms and sup�xirlilig eilgibility docunumlation for each employee who performs 134 work 4iider this A greement. Contractor slla11 adhere to a I I Federal and Sfine laws as well as 135 establish appropriae, pmccdures and controls sir that no services will be perrorvtcd by any 126 Coinlriactur employee who is not legatly eligiblrr to perform such servic4z. 137 O TRACTOR 'SHALL INDEYINWY CITY AND ITOT,D CITY HARN LESS 138 FROM ANY PENALTIES, LIABLLITMS, OR LOSSES ]DDT . TO VIOLATIONS OF 139 'ITS PARAGRAPH BY CONTRACTOR, C'ONTILkCTOR'S EMPLOYEFA, 141.0 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, Fipon wrlften notice to 141 Contractor, shall have the right to immediately terminate this Agreement for violations of 142 this provision by Contractor, 143 144 7.9 No Third->isrty Be33�floial tee. 145 This Agreement gives no rights or benefits to anyone offer than the City and the Contractor 146 and there ate no third -party beneficiaries, 147 148 7.10 No Caase of-Actiort Against Engineer. 149 C`.ontractnr. its quhcDntrrjc1ars and equipmunl and materials suppliers on the PRO1ECT-ar their 150 sureties. shall maintain no dJrect nction against the Engineer. its officers. eitrployees, and 151 subcontr•ardots, for any claim arising taut of, in eon"Letion with, or reLiulting From the 152 engineering services peifonned. Only thrr City will be the beneficiary of any undertaking ley. 153 tlic Erngi leer. The presence or duties of the Engineer's perHonnel tit a conarwiQn site, 154 wliethier as ern -site repr+eseotatives or otfiefvwiwe, do not make the Engineer or its persomiel 1 �5 11i any way responsible for those duties that belong to Fhe City and/or the City's construction 156 contractors or other entities, and do not relieve the construction contractors or arty other 157 entity of their obligation.% duties, and respolasibilitxes, i luding, but not limited ta, all 158 collMrtiction methods, means. tediniques, sequences, and procedures iieceqsary for 159 coordii7nl in and completing .roll parttons or the consmiction work in accordance with the 160 Conlract Documents and rely hoalth or safety pmcautrons requived by Such- construction 161 work. -nke Engineer and its pemontirrl have no authority to exercise any control oyc1' any 162 construction contractor or other entity or their tmplo ecs in carirrec#ioil w1111 tile ir work or 163 any hu;iith or surety peecautic ns. 164 165 51GNATU RE PAGE TO FOLLOW 166 C1TYOF FORT WORTH HIS INGF R ROAD FROM MCCAF7 AW TOMOW LFY R0. STANDARD C'OWITKI1Cl 0K !-jP€CTFICAT1e14 DOCUMENM (M-39 Rovl6ed 11_I5_17 W 168 169 170 171 172 173 l 7L1 175 176 177 17e 179 00 U 43 - 5 I'ngu S or i IN WITNESS WHEILEOF, City and Contractor have ea0,lr executed [I}i, Agmemont to be el"tectrVe aS of tltc hate: cLubscvibed by [lie Cify's designated Assistant City Manager ("Effective Date"). colliractor; (Signature) (Printed Nnme) "fine: Address; city/.%TOlZip: Date City of Fort Wolth By: Date Susan Alnnis lssistant City Matiager Attes(: City Sevretwy (Seal) ivy&C Tate, Form 1295 No, Cont-act Comp iiance MalnageT': By signing, I acknowfi:dge that I am the person rest)nasihIt for the monitor illg and adminisiratiurr �yf thia contract, inc Iuding cri:4uring al I performaml a and reportIng regttiremems. JoAnne K I arnman, P.E., CPM Program Manager Approved as to Farrn'And Legal ity: Dmigias W. Black Assistant City Attorney APPROVA1, RECDM1 ENDED; Steve Cooke NTERiM DIRECTOR, TvanspGdutian and Public Wor'ka .C[TY 01" FORT WORTH R1SrNGFA ROAD FROM MUCART AVE. TOrROWLEY RD_ xrANPA RP cONMU ION SKEC]P[CA J'1014 t3t)CUMFNFS a2239 R 04• d 11.15.17 iib 7� r1Q - 1 SUPPLEMENTARY CONDEilOM 1% SCC TION 00 73 Uu 9 UP PLEM ENTA R Y CONT)TTIONS 3 TO 4 0 ENEf AL C[iNDITIONS 5 G Snpplem"ury 4coeAltions 7 8 T11me 5upplerimnlnry Condi#Cans r6odify and suppletnuat Session 00172 00 - C;enieral Conditions, marl r ifier 9 PIVvim io,3n oftile Conlrti t Documents m indicated b0ow, All Provisiens of the Ckneral Conditions that are 10 modified ar suppIomtnEed remain in i L I [ i ray a and oiffect as sa inodified yr suppierninted. All pruvisloa3 l l ufthe General Conditivns which are not so modified ursupplemented remain in full farce Rild e#i'cet. 12 13 Defined Terms 14 LS The terrier; used in th&gq� SUPPlemenlary C ondIIion9 which are defined in the General Conditions have the 1-6 meaning assigned to them in the Geiicral CondI1inrss. 41IJtss .specifically noted herein. 1.7 18 Mod icatiana Anal Supplemvnis 19 2D Tht` fnI[ow ing, are instruttiari.� that modify ur supplenit ni speuitic Paragraphs in tho General Ccrid itions and PI ut1nrCo11htetDocumemA. 22 23 Sty-3.03B.2, 1'R6sr}lving I)kj!repanci n 24 25 Plansgovernavur5peciticatians_ 26 27 SCAU1A 28 29 Easement litnW shown Po the Drowino are OPPMxinuite and were provided to aatnhtlsh a basis tier bidding. 30 ljpnii receiving the final easements de50rJp6a114. COntraelor shall eoTilpArc them ro the lines shown irri the 31 CnntrAct DrawingR. 32 33 SC"4.01A- ., "Av11112hility of Gau&" 34 35 The Folltwing is 1s list of known oiu8tanding right-af sway, andlcrr a eriteats to be 4cgnitud, iFany.a�.of 36 hanuary 28, 2019: 37 38 0ub(aadIng Right-O! Way, andlur Ensemairts to Be Aegaired PARC:F,I, OWNER: `l'ARCIFT DATE NUINIBER OF POSSESSION i[oTle 39 The Curitrnour undeiytnnds and agrne i that the dates listed above are estinidi�s only, are not gulimnteed. 40 and 110 nut binLi the City. 41 42 If Contractor rwnsiders the final rammunts provided to differ materially &OM the representa€ions aTs the 43 Cuntram Drawings, Contractor shall within live (5) Bu!ilnoss Days and befuro pr€scecding with the Work, 44 riotily C1ty in writing assnciatad with the diflIvring easement 11nu localions. 45 46 SC-4.01A.2, "Aviiilability of LaudN" 47 MY OF FORT WORTH RMINOF4R ROAb FROM MCC,ARTAVE T)D [: ROW LFY RD_ STANUr1RDMNSTRUC'110NS�E(CIFICA'(JONI)OCIJMt 1E 4 U.ti239 RewlseLl Junftddv 22, 2(3]e, SI.JPPt.FIuIF�1TA�I Y C'UAIDITIC}�JS �� z �►r � I lltilitien u r arhstrwtious to he ivnioved, atdjuted, andlor relpegted 2 3 The follpWing is li.,t of aitilities andlor obstructicans that have not beetl rIangved, adjusted, andlor relocn#od 4 as 0rJanuary 28, 2019 5 EXPECTED UTILITY AND LOCATION OWNER None TA RGET DATE OF ADJUS`F[VSLNT G The Contractor understnatds nitd agrees Ihot Or-, dativa IIsIu l tiboy v rive estlruaates tinly, nre not guaranteed, 7 and do aoL lurid the City. 9 9 SC;-4.I 2A..'' subsurface find Physical Comulltlnns" 10 1 1 The following are repoa'is of expinlatlejns and lasts 0l'saa rLTr(kc vviditions nt the sitr 01'rltr Work: 12 13 A Geotechnical Report, haled October 2OJ4 }tr pEwod by C J Englstccring, a s*-;1-.0n511ltna1t ofHalff 14 AssacWes Inc., a a~onsultant of tltc City, pvoviding nddihomI information on a-gooterhriicaI engineering [ 5 steely tbr paventerit impruv�.-nu�nls-to W.-R15inger Rood Fort Worth, Texas, 1'6 17 'flee ful lowing are driiwings ul'phyzdeal coodatiom In or re[tit Ing to uxialhig surrke and subsurface 18 structures (=api Undurgeuuaid Facilities) which nrei at or contiguous to Ikv Fite of the Work 19 Diane 20 21 SC4.46A., " Hazard iDun Eisvirutitnenial Ccikditiupl; akt Site" 72 23 The Cc116ving are reports and drawings ()f exi Sling ]t,i/ardraus C n v iruanlomaj coradiIions known to t1w City; 24 Mane 25 2� SC,5.03A, "Certifientes or Insurance„ 27 28 The erWti cis 11sted be]o%v are "addliional In§.iwi {Js as their Inca rasa rmsy ttppnar` including lWr respective 29 officers, directors, agents Land Mployees, 30 31 (1) City. 32 (2) Cansultoni. HalffAssociates,Inc. 33 (3) Other. BNSF 1 iL'uad 34 35 SC-5.0 4A.. "Con truetor'x Insurance" 36 37 The llrniis of liability for the ingurance required by Paragraph GC-5.D4 shall provide tlac following 38 (overagw for not less than the fol[nwIng pneotants or greater whore required by law; and regulptlom' 39 40 3MA. W rkeWCompent±at[on, under P=gmph C"sC-5.04A. •11 42 Sf1,r12irfiru'MION 441 L:urplulvj,fs hubdir5- 44 $100.000 i:u[Jr rtax'rrlirrf.'�,�-� fir, + ��rcc 4�N1 5 5100.0 McLrsV - V'� elO C?Hjj)l0 114e 46 S500-OW L)JseL1.9C - jRffl1:1' /f1Jj11 47 48 C-5.04B., "Cantrador's Insurance" 49 Cvry OF FORT WORTH RISHN6ER ROAD 1--ROM MCCART AVE_ TO CRO LFY Rt7, STANMARD COMSTRUCTION IPECIFIiC'ATION DOCUMENTS QZ239 11CO cd .1wit3 ry 22.: Ol 6 I 4 5 b 7 8 9 11i 11 1.2 13 14 1s lfi 18 A 20 21 22 3 24 25 26 27 2S 29 30 31 32 33 34 35 36 37 38 39 40 41 4 43 44 45 46 47 48 49 50 51 52 53 SDI 55 Oil 73 00 - } SUPPLEMENTARYCON D TiONS poxa4lr6 5.04B. CommercinI [3enera I Liability, wader Pmia$raph ZC-5A413..CntrEk-=ea Liability insnratfce umd:er Paragraph GC-5.P4B.,-whlch shoII be on a per project basis covering the CawtAuvr with minimum limits at` 51,00V.fV0 ectt.'hoccrm,Lm�v. S2.ijj7f1,f+r10 aggrregrrti llmiu 'Erne policy muss have an eadorsemcnt (Amendmem —Aggro to L.lmits of lktsuraltce) making rite Oeneral Aggro to Limiks apply s4parutely to each job site. The Commercial Ctentrcl Lklhillty Insumuce policies 9'hall provide " X", "C", and "U" coverage's. Varii icflLdori of loch cov rage mmit be shown in the Remnrks Article (if lb Cw1ficate orTnz;ur3nc-e, SC 5.04C., "Co ittraetor".i Ins rim cc" S.U-SC. AutomobRe Liability, under Nragraph GC-5.04C, Contractor's LiubiIJty Insurance under Paragraph GC-5.04C:., which shall km in an umount not leas than the Following amounts; (1) Aufflrnoblle Liability - it xammarcial btisin & policy shall prot+ide coverage on "Any Auto", def~inad as autos owned, himd' and nm-awned, 51.000JAM each Iona rumbIned 3i Jgie If 'nit basis, Split Iimits are actuptable.if=limil-.<are-at least: SC-5.€ 4D., " anTrgelor's Insurun ee" Tfie Cunt ractor's mastructinii activities will regkuirc its rmployecs, agems, subcontractors, equipmcia, end material deliveries to cripss raiIT-oaal properties and tTaeks owned and operated by BNSF Railroad_ The Contractor s1mlJ conrinat its apun. tions on rallroad properties in Nuch a nnanncr &� not to interfere with, hinder, or abstma the railroad company to any manner whnisciever in tier use or 4pemtioll 0f itslthuir trains ar other property_ Such apermiorm on milroad properties m-q require that Contractor to execute a "RPght of Entry Agreeracnt" with the particular railroad Aampany or companies Iuvolved, and tc7 this end the Contractor aikould satisfy ItseIrms to the requlreit nii--, of each mIIroad company and he prepared to execute the right-of-c try (if any) rt.Lgtiired by a raJIroad company_ The requirrrntnis specified herein Jikewist- rOate to the Cimmi elor's um of pri"Ie andlrsr coil struc6ll access muds gms.&ing said railrcmd company's propertles, The Contractual Lability coYcnge required by Paragraph 5,LmD of iiie Genaml Conditions 9h4iJJ pro v'Ide coverage for not less than Lhe follo;+ring nmoums, issued by Companies satisfuctcri,y to the City and to the Railroad Company ihr a term that mmimus far ro lung m th.c Comm Vtor's npemtiohss and work cross, ocvupy, or touch r"road property - (I ) Genernl Aggre tc- () Fach OCC;Urrenm. h'��r��r�rt+cljf+r &M r.'r,orlwur ;iL'a��rj �.r�lx ti+rllr ,4c�i��r r} =t���frrri� f.1JM�f,l. xr lh R,13 tgd 'girls respul to 11w tibovu outlined Instrr nice rtquiretrtantr,, the IalkwLug 9111111 govern; CITY OF FORT WCIRTI-i RIS i1VGFM ROAP'M, 0M MCCAIZTAVH TO CROWLEY RD. STAN DAKD CnNSTRUCMON SSPECIFiCATIONU0C,LIMEWS 02239 'ltsvlywdJ"my 2Z 2416 1 2 1 4 5 7 8 9 10 11 !2 13 14 IS 1G 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 00 73 00 - 4 SUPPLEMENTARY CONDIT]ONS PAW 4 U H5 1. 1W11ere.a single raiload cathpoy.it involved, the Colrl"ctor shAiI prbvidf one I nsumnce-- pal ley in ait: riame of 'thew railroad company, Hnxvfvt:r, it mc)Fv than rpne grade separation irr ut-grade crossing is acted by the Pr6JjOct al eniirel} separate locations on the fine or lines of the same mitruad compally,'separate cnverage may be required, each in the ammini stated above, 2. When; Mare float one railroad rbmpany is operating an the same right-of-%vuy or wturc several railroad companies are involved and apeitted on iheir own separate rlghts-al=way, the CorMraetnr runty be required to provide separate insurance policies in the name of each M11Mad.corripur1y- 3. 1r, in addltit}ri to a glide seixa.ratiun or an at -grade crossing, other -work or ar-tivity is proposed un a raihraad company's right-ofway at a location en[3rely s-bpavate from the ode sepm,al lvrE or at- gratie orris€ng, insurance coverage for this work inrist be Included in the policy covering the grade separatirrn, 4- If tia glade sepai-ation is Involved but other work Is prapused on a mill-oad compaily,z, right -or - way, ell such other work may ise covered In a single policy for thW railroad. even thvugb d v� work May bu at two or more separate locations. No work or Activities an Et railroad company's property to be per -funned by the Contt'uctor shatI be eommenred until [lie Cantrrictor has furnished Ilse C€ty kvit€i an origival Policy or policies Df the insmnce for each railroad company nanied. as required Above. AI I such lilnuance must be nppi-ovod by the City and escli affected Railroad C:0111pany prior to the contractor's beginning w 1ark. The insurance specified above must be cwTi�ed until all Work to be performed bn thn railroad right-of4ay has been completed and thie grade crossing, if any, is no longer used by the CrFritrwar. Tn addition, Insurance must be tarried during all inniatenence andlor repair work performed in the railroad right-of-way. Such Insurance ma51 name the railroad company as the [nsured, Iogether }with any toll ant or lessee of the railroad company operating over trades involved m the Pivjccl- SC-6.04., "Prujcet Scltadule" Project schedule shall be tier 3 far the project. S -6.07„ "Wage Dates" Tate following is the prevailing wne'rute #able{a) 4gplicable to this project Arid is provided Jn the Appendixes: See Appendix GC-6.07 Wage Rates SC-6,09., "Permits roil LlMMts„ SC-6.09A., "Conti-Retur oblai"d permits and lirerists" The following are knu%% rn pcmiits and/or Ilcimses mquimd by the Connmet to be aquired by the Contractor: lit+ne SC- .09B. "City obtained perm hs rind lieeu-9cs" The following Rre known permits aridfor Ilcensea required by the Contract to be acgairod by. [he Ciity.: I . TxDOT driveway access permlt 2. BNSF rai€road peFMJt SC-6,09C. 110abtaildIng permits land Ileenses" The FulIowing is a list or known outstanding pennits anchor licenses to be acyuird. ifany �is of Jaminry 28, 201 rl= ouIstaudiing Permits 2nWor Licenses to Be Acquired MY OT FORT WURTTJ RTS;NGER ROAD FROM MCC-MT AVE TO CtR0WLJ-Y i F). STANDARD C1-13W FRUL'i ON fil'] C1129'ATIUN J7Ut'UME-NTS 4223�k R'aYiscd.rwkuur} 2�-,fit}16 1 2 3 4 S 7 Jl 9 t t} 11 12 13 14 15 16 17 19 19 20 21 22 23 24 25 6 27 28 29 30 31 32 33 34 35 36 37 38 3 40 41 OWNER TxIT 5C-7.02., " ourdlan3ian" 00 73 ep - S nWLEtwiENNARY CONNAITJONS PERI&T OR LICENSE AND LOCATION TAR+C1ET DATE OF POSSESSION Driveway arrows permit February 201.9 The individuals or ent€tics listed below have catltmutc with the City for the perloTmance of otter work at the Site, - Vendor, & GrWork Co6rdinistion Ainthorl JRN F Cr6sl in& panels gates and lafluse j "VTY" SC-8.01, "COMM u6iCUtillPS 10 01111rn4tgr" pone SC-9.01., "City}9 FroJeet manRW5 The C;1ty's Pro [cc I Manager Ior this t~.oMnwt zs U. Auldridge, PX., P.M,P,, or his1her sut�eswr Pursuant to WrlHem notir*cFitidu Cram the nirecto r of Trans partstiotr and Puhlie Works. SC-11.42., "Allowances" Consfructlan A#tvwFince Construction AIlowmice &hall eorrsi3l a r mi sceUAneous construction and odder non-sab.ddiary itc= requested for rorwruction by the City ol• Ffmt Worth and the Project Eggineer. Payment for allowance w6rk small he made by lump Surn price agreed on in writing by the Etigimsctr and the. C oarnetor and approved by the City of Fort Worth before raid work is commenced, srtbject to alb other GondNuns of'the writn. �t. The Coin ttutoI- will urlly.ch�irge the fractirm of the allowance that yields this agreed upon Prite which wlIt be corps payment in fuI l for rlII Jnbnr, materials, tools equipment and IneldentaIs and a t I xuperintendents' and I imekeepers' serviecs, all hisurnnuo, bond aQd all other overhead expense incar d in IhU peYfarrualti2rt orIhe ex-M work, Any 1)emaimhg rrinncy left In this �iIlcwnrice budget -Fit the conclusion of the project will be kupI by the City of Fprt Worth, SC-13.03C.,I'Tc5is Find lnspeetiaPi" None 9-C-16.01C.1, "Me Ihads Find Proced res' twlbO E, ND OF S CITO CITY 01' RAT WORTH Itt51N❑ER tR0AF3 FkOM MCCAR7 AVE.TO C�C��i1 UY RQ. STANDA-RD M- >� n NsToN SPECtFK,A-r;(JN MJCU 'ts 02239 Rev49eld huluury 22, 2016 0073 RBI?=fi 5l1[VLFM1=h1T ATtY CONDITIONS Vnge b aid 4 Revisiort Log DATE NAME SUMMARY OF CHANGE is 112=016 F. Griffin C -B-0 1 -, "Cfty'a Project Rep re &enl Effiva" word]nsg ch;�rl4ed to ity's Project Mar��gor CTTY OF FORT WQR-rFt RIMGM ROAD FROM MCCART AVF. TO CHOW a.Y PD. STATEDARD.UONSIRUL-T1t)NSPEUPICATILINE]C3['U WEhTT 0227�J I{4'V rEcd Junu6ry 22. 201.6 a].3f13-I SPEW L PRfMEC'T 11AMF D[A3 ES h" 1 Arai I SEcr ION 0135 13 2 SPECIAL PRC],TFCT PROC MTRES 3 -PART 1 - GENFRAL 4 1.1 SUMMARY S A, Seceion laaiudes: 5 1. The propedua`es for special project Circumstiinm titut includes, but'is not`liinitcd to: 7 a, Coord i natiari wii h lite Texas Dtparlment of Traitt;portation s L Woiih near High Vottage Liner, 9 C. Confined Space Fiti-ry Pr min 10 d. Air 1`011011ori Watch Days 11 e. Use of Explosi yes. Drop Weight, Etc. 12 i'. Water Deparnneni Notification' 13 g_ Pub lic-Not ificalion Prior to ftinn.ing [:ox4striicl_ion 14 lf. Coordina6un with United States Array Corps of Engineers 15 i. Coordination withia Railroad perniita areas 16 j. Dust Control 0 k. Employee Parking 18 B. Deviations,fmm this City of 1=oil Worth Standard 5 tticatiort 19 1. 1.2.A.2-1 ilroad Flo men 20 C� Related Speciltcstion Seci!on g include, but aru not Necessarily Iiiniwd lo: 21 1. Division 0 - Bidding Requirements, Comi=1 Forms and Conditions of the C:cmtracl 22 2. Divisimt I - General Requirements 23 3. Section 33 l2 25--Cormectlon W Existing Water W Iris 24 1.2 PRICE AND PAYMENT ENT PROCEDURFS 2s 26 27 2B 29 30 31 12 33 34 35 16 37 38 ;4 40 41 42 A. Measurement and P4Vinetit 1, Coordination within Rnilrmd permit areas a. Measurement I) Measurement far this. Item will be by lump sum, b. Payfitcnl lj The work performed and materials Nmished in accordance with this ttcm wilt be paid for at the Ium1) suits price Laid for Railroad Coei'dinati(m. e. The price, laid shall include: 1) Mobilization 2) Impuclinn 1) Safety trmining 4) Additional Insurance. 5) Insurance Cer#ifieales 6) Other raguircmen s associated with general eaordinatiou with Railrmd, ineInd ivg add iik)naI employees rewired to protect rig11t-of-way and properly of III Railroad fl'OnL damn a arising out of -and/or fro in the coils truai all or the Project. Emilroaci I'la inva AllowaU1 CIrr �r- FORT Wi]1i N Rf.SJNGFR ROnh FROM MCCAM AV TO nOWLJ:V Mi. STANDARD CONSTRUCT1UN;ik'L-:CNFICATiON DOCUMF-NT5 [i�2iV KcvImJ Dcutakhrr20, 2012 01 35 1.3 -.z. SI+C 71AL PRCU ;C7' 1#R{)eEl?t KET T14ge Z of 9 Al Measurement 2 I) Met9suremen t Fear this Item wjll bg per euv�.. 3 b, I_ aymem 4 1) Thg Contrac[or will only chearU the Fraction- ofthe allowance that yields I 5 price of the --ga agI work pertarnled. Ail rem ainin y left in N5 6 a Ilowauoe budget at the wricIusion of the pipigut will he kept by the City of 7 Fort Weith. a c. The price hid shall include: 9 1) Coordit}ation fiDr scliedutirxg flagmen 10 2) Flagmen 11 3) Other requlremvnts associawd with Railroad 12. 3. All -other items 13 a. Work assOciated with these llem_� is 1 amidered subsidimy to the various Items 14 bid, No scpatrate pRym ,iiI wil l bu al low&d for ITi is Item, 15 1.3 REFS REN ES 16 A, .RefvTcnce tanda ads 17 1 _ Refdrunce 9taudurds cited lrr III iq Spe :ifImtim r�fer to the k�urreni reforeace i standard pubIiShed at Ilse time of the latest revision date logged at the end of this 19 Specif cation, unless a date is spa cificaIly eited. 20 2. Health xnd Sa&ty {:ode, Title 9. Safety, Subtitle A. Public Sa fety, Chaptea• 752. 21 High VoIl ago Overhead Lines, 22 3. North Central Texas C'ouPic II srfGi vrr ova nis (NCTCO(r) •- Clean Construction 23 Specification 24 1.4 ADMIN I `i`RA'TIYF REQUIREMENTS 25 A. Coordination with the -re\ s Depaatnlent of Transpmiation 26 1- When work in the right-of-way which is under thojurlsdiction aftbe Texas 27 Departmen 1 0rTra n.9portrltkvn jxDOT) - 28 o. Notify the Texas Departnii -nI arTranspoila'Iion prior to uoininoncing any work 29 therein in a£condance wilh the provisions of the permit 30 b. rail work perfonw-d in (lie Tx DOT ri gl Mt -of -way shaII be performed in 31 compliance with mid subjaact to approval firom the Texas Department of 32 Tranaape}nation 33 13. Work near High Vollagc Lines 34 1. Regulate y Requirements 35 a. Ali Work neaaa' High V61tage Lines (mare than'6 1 valis mewui-ed bet wri 36 corlrluctors or bot ec ii a condtwtor and the ground) dull he in accovdance with 37 Health and Safety Cade; Ti tic 9, Sri W1e A, Chapter 752. 38 2, wanting sign 39 a. Provide sign of sufrciew size ineoting all OSHA aveluircments. 40 3. Equipment operating within 10 feet of high vol Inge Iines wiI I require the roIlow ing 41 safcly Features 42 a. inset lating cage -type of gilud abaut the brem or arm 43 b. Ittsulmoi- IiAs on the Iitl Book C{]E noctions for buck hoes or clippee-.s 44 c. Equiprneni must meet the safety requ immenrs as set forth by OSHA and the 45 safety reaeluirume ills of the: owner aF the High vintage Iines. CITY01, PORI, wok'T'll KININGER ROAD FROM luIL:CART AVE'a'OCROWU�Y RD STANDARD CONSTRU MON SPECIFICATION DOCUM ENTS 02239 KuPsled 17rceuslscr M. 2012 t 3 4 5 6 7 R 9 k t} ll 12 13 14 15 14 17 1a 19 20 2k 22 23 24 25 26 27 28 24 30 31 32 33 34 35 36 37 39 41 42 43 44 45 '16 0115 J.3 -3 SPECIAL PRDJWT PRM-EDURESS r�� a oiR 4. Work within 6 feet afltigil.volEorge alectric lille$ Idot1Gcation shaII bo givA_n lo: l ) The power cornpaay (example: O COR) a) Maintain an accurate lag of all such calls to power company and record action taken in each caso. b. Cgcprdina jtion with power eaompany I ) After not rication cobrdinate v+ith the po+wel' edillpnlxp tc: 4) ErCcI turn porzry niechanlcal barriers, de -energize the Iims, or raise car kywee the lilies .r, No per oimel moy work within -fee( of El high voltage line before -the above requirements have been met. C. Confined Space Entry Program I. Provide and fol love approved Conirttned Space Entiy Program hi aceoi`dance W id, OSHA requirements. 2. Confined Spaces include: A, Manholes b, A I I other azn rincd spaces- in Ewcordance with O HA's Permit i &quid for ConFincd Soacus D. A1r Pollutibn Wutc,h Days 1 _ General a, OhL trve I I w following guidelines relating to working on City construction sins .ail days designated as "AIR POLL LIT ON WATCH DAYS". b, Typical Ozone Season l) May I through Octuber 31, c. Critical Lmimion Time 1) 6;00 -a,m. to I 2. Watch Days a_ The Texm Corn inission on Envlei)nmeraI Qpalit (TEE }, in cuorclinaticn with the NatiDnaI Weather Service, wiI I issue the Air Pollution Watch by 3:00 r.m. on the afternoon prior to the WATC1.1 day. b. Requiremeilts 1) Begin work after 10:00 a.m. whenever conatructiou pifasing requires (lie u9e of mo(orized cgtlipment fQr periodpr in e=ess k3f I l)otjr. 2) Howove r, the Contractor may hcgin work Prior tr} C 1),00 a-rn. if, a) Use of motorized equipment is k':ss than L Dour, or 1 } if equipment is new and certified by EPA as "Low EntittinV% or equipment burns Lllt,'a Low Sulfur Diesel {ULSD}, clics l trnuIsions. err aItern$tive furl; xuc11 as ONG, E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction awtiviiies par requirrm,unls lrfTC'EQ. F, Use Df Explosives, Da -pp Weight, Elu, When Contract Documtt nts permit can the project thr, fallowing will apply: a. Public Notification 1) Sobinit norice to City and proofaf adequate instga<nce cove, 24 hours prior to commencing. 2) iviinirmiin 24 holir public nodfwoIlon iri accordance with Secii*n 01 3 1 13 CITY -CIF EORT WORTH Ki Sr, GER ROAD Fri UM MC CART AVE TO CROW LEY RD. STANDARD CONSTRUtMF MCIFIVATION CJ[!M.>wNn. 02U) R47y*cd Ncembu al), 7{t.r 2 SPECIAL PFt0JF,C'T PRUC.'EDURES Pap aofB G, Water Departmeni Coordination 2 1. During tfie Construction of this project, it wlll be owcessary to deactivate, for a 3 period of tiipie. c�xiatilig Iints. Tlie Cantraetar shall he required to coo rdirinte wi111 4 the Water Del}artmorLt [c Mom ine the best times for deactivating,and activating 5 1hosu finch. 6 2. Coordinate any Cvent th9L wiII mNtiire ccnnecting to nr [he operation of an existing 7 C'.ity water line. system witlI thf: C'4Y q rcpl.asentat iye. 8 a, CooMivation slhafl be i i i accordance with Section 33 12 25. 9 b. if needed. obtain a hydrimt woei- meter from the Fatter Depariment for use 10 during the li#� of named project, i c_ Ia the eyunt That a water valve on an exisOng live .Bystem be tw-ned off and on 12 to accommodate tk construction of thu pc -eject is rCquired, c:anrdinnie this 13 activity through the appropriatp City rppresentative. H 1) ❑o not operatc water line valves of existing water system. 15 a) failure to comply iwiII render the CQ13traciLir in violation of Ttxa� Pedal 16 Code Title 7. Chapter 2 8 M (Criminal misellief) and the CCoutirktor 17 %vial k prowcuted to the Full extenI ofihe law: 18 b) I addition, the t)ntraotar wiII asstillie all liabilities anti 19 re9ponsibi1Idea as a reSUIt of these. xetions. 20 R Ptcblic Notificatana Prior to Beginning Comm -action 21 1. Prior to beginning construcaimi on any block in thc pro ,icct, on a blo-A by block 22 balms, pre paiv and deliver a notice or flyer of the pending construction to [lie front 23 door of each residence or bus ine- that w i J I he 4mpactad by con StrLietion. The notice 24 shall he pizpared as follows: 25 a. Post notice r,r Jiycr 7 days prier to beginning avy ganaftc#ion F1aiVity Oil each 26 Flock in the p]'ojed area. 27 1) pri p,atc flyer pan the ContrEictar}s letterhead and include the following 28 in formation. 29 a) Name of Project 30 b) City Project No (UN). 31 0) Scapa of No'ject (Le. type of conoructlen-act ivity) 32 d) Actual wnsmiction duration within the black 33 c) Mime 4ft1w coat ador',i foreman and phone noniber 34 f) Nome: of the C'iiy+'s inspector and phone numb;r 35 g) City's afwr-hcitu's phone numbt;r 35 2) A sample of the `pre-c:onstrkirtiw notiNiition' flyer is. atlra hO aq Kxhi bit 37 A, 38 3) Sabn►it ,L lIwduI1 - oho wing the eolistruction staii anal finish ilme #'car eacl1 39 black ol'the proiect ID die inspector, attt 4) Deliver flyer to the City inspector for rc:vit-w prior to dtstrihtnion, 41 b. No construction w]II be al k)wtA to begili a any block ant cl the flyer is 42 delivered to aft ivsidenIs-of the block, 43 I. Public No if eatim ofTempomry Ws16r Service Ii)ierruption during Construction 44 1. In the event It becomes necessary to tern perariIy shut down water service to 45 residon6q or 1)LiM 7LmRes during corlmruction. pi-epare and deliver a notice car dyer of 46 [lie pendiing interruptiari to the front door of each affected resident. 47 2, Pi•epiired notice as follows.- C`.ITY Or FORT WOW I#ISINOR ROA1-3 FROM WC ART XVE. TO CR4iWLEY RD, STANDARD CONSTRIX-MON SPECIFICATJON DQQJWNVUi23� Rn,lod Dccelnb-�t ? U,1012 0135la-S SFEC1ALPRaE(7TPJ-2DURES prge -i ors I a. The not ificatiun or flyer shtrll be posted 24 hours' prior to the tempura 2 intelTuption, 3 h, Pmpare fiver can the c€Dntractkir's Ieiterhead -and include the fallowing 4 i n rarmal i Gn, 5 1) Narne ofthu pmjea 6 2) City Project ]Number 7 3-) Date of the interrupl ioct of service 8 4) Period the interruptiort will lake place 9 5) ]dame of the contmctor's forenian and }phone number 10 6) blame of the City's inspew or and phone number l I c. A sample ufthe tcmr)rary WaW.r sier'vice interruption notification is attached as 12 Exhibit B. 13 & f I fiver a col3y 0f the temOrary interruption notil idMion to the City inspector 14 for re ieW prior m reins distribufdd. 15 e, No inton-uption of water service can ncc:.ur until the flyer has heen delivered to 16 all E fl'ected residetils and businesses. 17 F, E,I,p conic versions of the smile flyers can he obtained fFom the Projeci Is Construction Inspector- 19 J. C oordinatign with United States Anny Carps of Engineers (USA F) 20 1. At locations in (lie Project where Construction activities Occur in amw WhOLV 21 USACE permits am roquimL meat all racluirerhents set fonli in each.designnted 22 permit. .3 K. Coordination within Railroad Permit Areas 2d 1, A t Ineat ions in the project whore cLim truction i citivitles occur in aa�eas where 25 railroad permit. are required, mfct a k I mquireman is set forth in eu�Qh .designjLied 26 railroad pxIYnit. This includes, but is not jhnitO to; provisions for: 27 a. Fln&n aeu 28 b. Inspector's 29 e. Snfety training 30 d. Addilioiml insurance 31 e. hisurimcecertificati5 32 l 0111tr eTTIPJOyees required to protect tJre right�f--way aad pi-opei-ty of tlrc 33 Railroad Company from dalnage arising out of anWur frarn tlae ccnstruction cif 34 the projwi- Pmper uill ity clearaacu procedures shal I lv ugiA in accordance 35 with the permit guidelines. 36 2. Obtain any supplementai information needed to comply wish the railrjaad's 37 rquh-eincnts, 38 3. Railroad lilagnien 39 a_ Suhinit receipts to City for vorifEcation of working davR that miImad flagmen 4D were present on Site. 4.1 L. Dust Control 42 1, Use Acceptable measures to control dust #t the Site. 43 a. It 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 ofsluny. 45 M. Employee Puking 46 1. Provide parking for ernpkiyeer nl locations approved by the City. CITY OF FORT WORTH RISINGER RDAD.FROM MCC:ART AifT-- TD CROWLEY IUD, STANDARD CONSTRUCTION SPE=C'IFICATIQN DOCUMENTS I}�23SI Uv1-icd C.tcccmher 2a, 20 E.2 ill 350-a S1!RC kLPRiGJLECTPkGCL-Di1R -S Posga G Of it I I.S SU1f RITTALS[NOT USEDf 1.6 ACTION SUHIV MALSITNFORMATIONAL SUBMITTALS 114 T USE DI 3 1.7 CLOSTOUT SUBMITTALS INOT USED1 4 1.8 NIAINTENAN E MATERLAL SUBMITTALS [NOT USTD] 5 1.9 QUALITY ASSURANCE [NOT US ED] 6 1.10 DEL IV»RY, STORAGE, AND IIA N MIND INOT USED) 7 1.11 FIELD JSTTTJ CONDITIONS SNOT USED] 8 1.12 WARRANTY [NOT USED1 4 PART 2- PRODUCTS I NOT USED I 10 12 13 PART 3 r EXECUTION [NOT USED1 END OF SECTION kevi.sion Log DATE NALME SUMMAkV OF CHANGE B 3112012 DL Johnson IA.B—AdOcd rcgIrcrnoift orccarnp auca %viiti Hua1th nrid Safcty CDde, -I'idcY)- Saf'ty, Su title A. PuhIic Safety, Chu&.r 752. High VAtage overheiul 1.1rms. I AE — Addud CoTrtraelor vnim sibi I ity for note inJltg a TCEQ AJ r Pennit CITY OW FORT WORTH KIStt40FR ROAD FROM MCC'ART AVE'iTQ CROW -LEY RB. S'i'ANDAftf) C-ONSI-RIX-110N SPECIFICATION 022,3$ lia[sea DLoclokbu 2{I, 2011 |4 |§ |n |7 is |§ 20 2| 22 23 2§ 26 27 28 29 !U 31 32 34 35 @ 2 m -7 SPECIAL m%ECT FRCCEDU�S m■7#a EXima A (To be pf@edonContractor's Letterhead) Date: CPN NO.: Project Name- Mapsco Location, Limits ofCon ru|0 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ONUTILITY LINES ONOR AROUND YOUR PROPERTY, CONSTRUCTION WILL G@GIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS SECURITY, SAFETY OR ANY OTHER ISSUE. PLEASE CALL: mE <co RACTO S SUPERINTENDENT> AT <TELEPHONE NO> OR M E <QTY I NS PECTOR> AT < TELEPHONENO, AFTER4:0 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PL FA S£ KEEP T13 FLYER AIVDy tAl6FN YOU CALL CITY OFF WoUV R IS INU EX ROAD FROM MCCART AVIE. TO CROW LEY RD. ANbAk>Vlii-R UC-RON SPODA %@N DOCU MEN M39 R+a DtceUr 212 3 a] umal FORT WORTH DOE lmo, xxxx Projact Mama. (I1 M 1a-4 SP12CIAL PRO)VCT PROt7L.DUITL•S Pago 9OFFS NOTICE OF TENPOFLARY WATER SERVICE IMTERRUPTI N DUE TO [MLFTY IMPROVKMENTS iN VOLPR KEIGHBORHOOD. YOU[t WATIER SERVICE WlIAL P13 TNTERRLPTED ON BETWEEN THE Hd]Ji78 OF AND IF YOU IiAVK QlESTIOINS ABOUT Tff15 SHUT -OUT, FOLEASK CAL MR. _ AT (CONTRACTORS SUPERTNTENDEN-11) (TELEPT ONK NUMBERI OR Mlt. AT {CITY INC>PTCTM ("f eLL;PH0N K NIJ11BER) THIS IN1vONVENMNCE W" 13JK AS SI[ORT A5 POSSIBLE. THANK YOU, 'CONTRACTOR CITY Y OF FORT WORTH RisiNc;[=iR RuAD mom mccAirr AVE, TO CRf.>WLEY RD, irAHI)AN 1)(IONSTR€ICTTONSPEt:IFiCAfION DOCUM(NTS U223�i Rraw Dccambu 20, 2Q 12 ~ EX IBIT 11C11 FORM, PP 102 (Reprised 091031201 ) CONTRACTOR REQUIREMENT 1.01 General: 1.01.01 The Conlractor rroust cooperate with BN F RAILWAY COMPANY, hereinafter referred to as "Railway" Where work is over or under on or adjacent to Railway prcpedy and/or right-of-way, hereafter referred to as "Railway Property", during the construction of roadway ap ?roachas, curbing. an d sIdewaIks for Rlainger Road toOT.No. 020467Ei crossIng loclocaked at railroad mileuost 336.24 on Railway's Fort -worth SubdIvislon, Line Senment 7500 in Fort North Texas in Tarrant Coon - - - 1.01.02 The Contractor must execute and deliver to the Railway duplicate copies of the Exhibit hC-1 " Agreement. in the fora attached hereto, obligating the Contractor to provide and maintain in full force and effect the insurance called For under Section 3 of said Exhibit ` -1". Questions regardIng procure man I of the Railroad Protective Liabiiity Insurance should be directed to -Ros a M_q rtinez at-, - ars hLI S A 214-3D3-8519, * 1.01.03 The Contractor must plan, schedule and canduct all work aclivilies so as not to interfere with the rnovement of any trains on Railway Property, 1.01.04 The COAtrBdOft right to eater Railway's Property is subject to the absolute right of Railway #o cause the ontractar's warn on Rall ay's Property to cease if, in the opinlon of Railway, GontracWs actiuitles create a hazard to Railway's Property, employees, andlor operations. Railway will have the right to stop construction work cn the ProleCt if any of the following events kake place: (I) Contractor (or any of Its subcontractors) performs the Project wiork in a manner contrary to the plans and specif3ca[ion s appraved by RaiWay, (ii) Contractor (or any of i I s subcontractors), in h ailway's opinion,, prosecutes the Project work in a manner w h ich is hazardous to Railways property, faciIft€as or I hie sale and expeditious movement of railroad traffic; (iil) the insurance described €A the attached ExhIblt C-1 is canceled during the course of tree Project; or (lv) Contractor fails to {gay Railwy for the Temporary the Construction License or the Easomenl. The work stoppage will continue until all necessary actions are taken by Contractor or Its subcontractor to rectify the situation to the satisfaction of Rash ay's I)Msion Engineer or until additlonal insuranoe has been delivered to and accepted by Railway- In the event of a breach of (i) this Agreement, (ii) the Temporary Constructicn License, or (ili) the Easement, Railway ma Immediately terminate the Temporary Construction License or the Easement. Any such worst stoppage under this provision will not give rise to any liability on the part of Railway. Railway' right to stop the work is hn addition to any other rlghts Railway may have Including. but not timIted la, actions or suits for damages or lost pro#lts. In the event that Railway desires to step construction work on the Project, Railway agrees to immediately notify the following individual in wrifing- r*yf �! FVt r Name: Leon Wilson. Jr,' P.E. Title; Senior Professional Ennineer ARency: Cit� of Fort Worth Address: Transiportation and Public 4+Vorke Dint Address: 1(100 Thrackmorton Street Address: Eio Tex s 76102 PJhona: 817-392-QBB3 E-mail. Leort.Wilson fortwQrxhexas.oav 1.01.05 The Contractor is responsible for determ[nIng and complying with all Federal, State and Local Governmental laws and regulations, IncludIng. but not limited to envIranrnental laws and regulations (Including but not limited to the Resource Conservation and Recovery Act, as amended; the Gleam Water Act, the Oil Pollution Act, the Hazardous Materials Transportation Act, EEC ), and health and safety laws and regulations. The Contractor hereby Indemnifies, defends and holds harmiess Railway for, from and against all fines or penaktles Imposed or assessed by Federal, State and Local Governmental Agencies against tha Railway which arise out of Contractor's work under this Agreement. • 'f .01.06 The Contractor must notify City of Fort Wo h(Loon Ise at #fice # aj 7-3!3 - 8983 and RaIIway's Manager Public Projects, Office # 817-352-2902 at least thirty (30) calendar days before cornmencing any work on Railway Property. Contractor's oalfricatlon to Railways must refer to Railway's We, 020467E, 1.01.07 For a ny Bridge demoll ticrrr and/or faIsew ork above any tracks or any excavations located with any part of the excavations located within. whichever is greater, twenty-five (5) feet of the nearest track or intersecting a slope from the plane of the top of rail on a 2 horizontal to 1 vertical slope begInninp at eleven (11) Feet from centerllne of the nearest track, Loth measured perpendicular to censer line of track, the ContF'actor must furnish the Rallwayr Five seas of working dra fngs showing details of construction affecting Railway Property and tracks. The working drawing must include the proposed method of installation and removal of false ark, sharing or cribbing, not Included Ire the contraCt plans and two sets of structural calculations of any faisework. shoring or cribbing, For all excavation and shoring submittal plans, the current `8NS -UPRR GuIda 11ties for Temporary Shorfng" roust be used for determining the design laadIng condihons to be used in shoring design, and all calculations and submittals must be in accordance with the current "BN F-UPRR Guidelines for Temporary Shoring All submlt#al drawings and calculalions must be stamped by a registered professional engineer licensed to practice in the state the project Js located, All calculations must fake Into consideration railway surcharge loading and must be designed to meat American Railway Engineering and Maintsnance-of-Way Association (previously known as American Railway EngineeNrsg Association) Coopers E-80 live loading standard. All drawings and calculations must be stamped by a registered professional engineer licensed to practice in the state (tie project is located. The Contractor must not begirt work until notified In the railway that plans have been approved, The Contractor will be rectuired to use IIf~iing devices such as, cranes andlor winches to P1a oe a to remove any fa Ise ork over Rallwayr's M AS I7lW' ffAdrwA r tracks. In no case wilt the Contractor be relieved of re3ponsihility for resulls obtained by the implementation of said approved plans, ■ 1.01.08 Subject to the movement of Ralt ways trains, Railway will cooperate with the Contractor such that the work may be handled and perfarmed in arc effrclent manner, The Contractor will haves no claim whatsoever for any type of darnages or for extra or additional compensation in the event hls work is delayed by the Railway. 1-02 Contractor Safety Orientation 1.02.01 No employee of the Contractor, its subcontraCtom, agents or Invltoes may eater Railway Property without first havinig completed Railways Fnglneering Contractor Safety 0rierrta1:1on, found can the web sIte w w.bnsfcontractor.corn. The Contractor must ensure that each of its employees, subcontralotvrs, agents or Invitees completes Railway's Engineering Contractor Safety Orientation through Internet sossions before any work Is performed on the Project. Additionally, the Contractor must ensure that each and every one of Its employeias, subcontractors, aijants or invitees possesses a card certifying compledon of the Railway Contractor Safety Orientation before entering Railway Property. The Contractor is responsible for the coat of the RaIIway Contractor Safety Orientation. The Contractor must renew the Railway Contractor Safety Orientation annually. Further clarification can be found on the web site or from the Railway's Representative, 1.03 Railway Requirements 1.03.01 The Contractor must take protective measures as ars necessary to keep faif ay facilities. including track ballast, free of sand, debris, and other foreign oblocts and materials resulting front his cperat[ans. Any damage to railway facilities resulting from Contractor's operations wi11 be repaired cr replaced by hallway and the cost of such repairs or replacernerit artist be paid for by the Age ncy- • 1.03.0 2 The Contractor must notify the Railways Division Engineaf ftnnIe ALnderaan at Office # 817.35 -2907 and provide biaating plans to the Railway for review seven (7) calerrdar days prior to conducting any blasting operalinns adjacent to or on Railway's Property. • 1.03.03 The Contractor mast abide by the Fallowing temporary clearances during construction: 15'-0* Harizontalhy from centerline of nearest track 21'-F Vertically above top of rail 7'-CI" Vertically alxove top of rall for electric wires carrying less than 750 volts 28'-U' Verticalfy above top of rail for electric wires c.arryJng 754 volts to 15,000 votts 30'-0" Vertically ahove top of rail for electric wires carrying 15r000 v011s to 2 0, 000 volts 34'-Q" Vertically above top of rail for electric, wires carryir*g more than 20,000 volts A5W~-9WAV=' &.� J wA r * 1,0 .04 Upon completion of construction, the following clearances shall be maintained, 5' Harizeatally from centerline of nearest track 23' 6" Vertically above top of rail 1.03.05 Any infringernent within State statutory clearances due to the Cuntractor's operat€ens must be submitted to the Railway and to the City of Fort Worth, Texas. and mu-st not be undertaken until approved in writing by the railway, and untli Ilia City of Fart Worth, Texas has obtained any necessary+ authorization from the Mete Regulatory Authority for the InfringernerMt, No Px1ra compensation will he allowed in the event the Contractor's work is delayed pending Rallway approval, and/or the State Regulatory Afrthorlty's approval. * 1.03.06 In the case of Impaired verlical clearance above top of rail, Railway will have the opilon of installing tell -tales or other protecllve devices Railway deems necessary for protection of Railway operations_ The cost of tell -tales or protective devices will be borne by the Agency. 1.03.07 The datalIs- of construction affecting the kaMay's Property and IraCks r+ot included In the contract plans mast be submitted to the Railway by City 9f Fort Warth. Texas for approval before work is undertaken and this work must not be undertaken until approved by the Railway. 1.03.08 At other than puristic road crossings, the Contraclor must not move any equIpment or materials across Rallwar 's tracks until permission has been obtained from the Railway, The Contractor mast obtain a "Temporary Construction Grossing Agreement" from the Railway prior to Movfng his equipment or materials across the Railways tracks, The temporary crossing must be gated and locked at all times when not required for use by the Contractor, The temporary crossing for use of the Contractor will be constructed and, at the comptetlon of the project, removed at the expense of the Contractor. 1,03.09 Discharge, release or spill on the Railway Property of any hazardous substances, oil, petraleum, constituents, pDllulants, contaminants, rir any hazardous waste is prahibited and Contractor must Immediately notify the Railway's Resource Operations Center at 1#800- 832.54S2, of any discharge, release or spills in excess of a reportabte quantft , Contractor must not allow Railway Property to become a treatment, storage or transfer faculty as those terms are defined In the Resource Conservation and Recovery Act or any state analogue. 1.03.10 The Contractor Upon miryplet Ion of the work covered by this contract, Must promptly remove from the Raliway's Property all of Contractor's tools, equlpmen t, Implemenis and ether materials, whether brought upon said property by said Contractor or any Subcontractor. employee or agent of Contractor or of any SubcantraCtOF, and must cause Railway's Property to be left In a condition acceptable to the Railway's representative. 1.04 Contractor Roadway Worker on Truck Safety Program and Safety Action Plan: w.�ui wAr 1.04-01 Each Contractor that will perform work withirf 25 feel. of the centerline of a track must develop and 1mplerr Ant a roadway 1 orker Protection/On Track Safety Program and work with Railway Project Representative to develop an an track safety slrategy as described In the guidelines Ilsted In the on track safety portion of the Safety Orientation_ This Program must provide Roadway Worker protecthonlon track training for all employees of the Contractor, US subcontractors, agents or invitees, This training is reinforced at the job site through jab safety briefings. Additionally, each Contractor musl develop and im&rnent the Safety Action Plan, as provided far an the web site www.bnsfcantractor.com, which will be made avadaInle to Railway prior to commancernent of any work on Railway Property. During the performance of work, the Contractor must audit its work activities, The Oontf-actor must designate an on -site Project uper0sor who will serve as the contact person for the Railway and who will maintain a copy of the Safety Action flan, safety Audits, and Material Sarety Dalasileels (MSD ), at the jab site. 1.04.02 Contractor s h a I I have a background investigation performed on all of Its employees, subcontractors and agents Who will be performing any servfces for Railroad under this Agreement which are determined by Railroad In Its sole discretion a) to be on Railroad's properly, or b) that require access to Railroad Critical Infrastructure, Railroad Critical Information Systems, Railroad's Employees. Hazardous Materials an Railroad's property or Ps being transported by or otherwise III the custody of Railroad, or Freight in Transit irivolving Railroad. The reC[uired background screening shall at a minlmum meet the rail industry background screening criteria defined by the a -RAIL APE Program as outilned at www.e-railsafe.com, In addltiDn to any other applicable regulatory requirements. Oontractar shall obtain written consent from all its employees, subcunlracters or agents screened in compliance with the e-RAILSAFE Program to participate In the Program on their behalf and to release completed background information to Railroad's designee. Contractor shall be subject to periodic audlt to ensure cornpllance. Contractor subject to the e-RAIL AFE Program hereunder shall not permit any of ils employees, subcontractors ar agents to perform serviC S hereunder who are not first approved under e- RAIL AFE Program standards_ Railroad shall have the right to deny enlry onto its promilses or access as described in this section above to any of Contractor's employees, subconlraclors or agents who do not display the authorized ideri fication badge Issued by a tmckground screening service meeting the standards set forth in the e-RAIL AI=E Progran', or who in Railroad's opinion, which may not be unreasonable, may pose a threat to the safely or securlty of Rallroad's operations, arssais or taersonnel. Contractors shall be responsible for ensuring that its employees, subcontractors and agents are United States citizens or legally working in the United States under a lawful and appropriate work V1 SA or other work authorization. I,SJ�' 1.05 Railway Flagger ervlo a: 1.05.01 The ConVactor must give Railway's Roadmaster Rodney Adams at Office # 817-224- 7009 or Mobile # 402-416.99 7 and e-mail: RPdney.Adams0.8NSF.com a minimum of thirty (M calendar days advanm notice when flagging sorvices will be required so that the Roadmaster can make appropriale arrangements (i.e., bulletin the flagger's posltlon}. if flagging services are scheduled ire advance by the Contractor and It Is subsequenVy determined by the parties hereto that such services are no tonger necessary, ilie Contractor must give the Roadmaster five (5) working days advance notice so that appropriate arrangements can be made to abolish the position pursuant to union requirernents, 1.0 .02 Unless determined otherwise by r=tail ay's Project Representative, Railway flagger grill be required and furnished when Contractor's work activities are located over, under and/or within twenty-five (5) feel measured hortaontally from centerline of the nearest track and when cranes or slmllar oquIpment positioned beyond 2 5-feet from the track centerline could foul the track In the event cf Iip ova or other catastrophic occurrence, but not limited thereto for the folIowing canditions; • 1.0 .0 a When, upon Inspection by Railway's Representative, other conditions warrant. • 1.05.02b Wien any excavation is perfon-ned beer the bottom of tie elevation, if, In the opinion or Railway's representat[ve, track or other Railway facillties may be subject to movement or settlement. • 1.05.02c When work in any way Interferes with the safe operalion of IraIns at 11metable speeds, • 1.95.02d When any hazard is presented to Rallway track, communications, signal, electrical, or other facilities either dt,e tc persons, material, equlpmeri or blast] ng in the vlclnft. * 1.05.02e Special permission niust be oblained from the Railway before mooring heavy or curnbersoMe objects or equipirent which might resuR In making the trade impassable, • 1.05.03 Flagging services will be performed by qualified Rallwny fiacggers, 1.05.03a Flagging crew generally consists of one employee. However, additional personnel may be required to p{mtecl Rallway Property and operations. if deemed necessary by titre Railways Representative, W 1.05.03b Each time a flagger is called, the minimum period for billing will he the eight (6) hour basic day. 1,05.03c The cast of flagger services provider) by the Railway will be beme by CONTRACTOR, The esilmated cost for one (1) nagger is approximately between 800,0041,600, 1 for art eight (8) hour basic day with time and ono -half ter double lime for overlime, rest days and halid a s. The estimated cast far each flagger Includes vsGat Ian allatr,rance, paid holidays, railway and unemploy(nent inaurance, public llahility and property damage insuranca, health and welfare benefits, vehicle, transportatlon. meals, fedging, radio, equipr+nen1, supervision and aIher costs incidental to performing flagging services. Negotlations For Railway labor or collecllve bargaining agreements and rate changes authorized by appropriate Federal autharities may increase actual or astimated flagging rates- THrz FLAGGING RATE IN EFFECT AT THE TIME OF PERFORMANCE BY THE CONTRACTOR HEREUNDER WILL BE USED TO CALCULATE THE ACTUAL COSTS OF FLAGGING PURSUANT TO THIS PARAGRAPH. 1.05.03d The average train traffic on this route is 38 freight trains per 24-hour period at a timetable speed 55 MPH and 2 passenger Irains at a timetable speed of 5 MPH. 1.06 Contractor General Safety Req Irements 1.06.01 Work in the proximity of railway track(s) Is potentially hazardoi,s where movement of trains and equipmerd can occur at any time and in any direction. All work performad by contractors within 25 feet of any track must be in compillance wish rµRA Roadway Warker Protectlon Regulations, 1.06.42 Before beglnning any task on Railway Property, a tharough fob safety briefing must be conducted with all personnel involved with the task and repeated when the personnel or task changes, If the task is wlthin 25 feet of any track. the Job briefing Must Include the RaRway's flagger, as applicable, and include the procedures the Contractor w.1li use to protect its employees. subcontractors, agents or invitees from moving any equipment adjacent to 0r acfoss any Railway track(s)- 1.06.03 Workers niust not wofk within 25 feet of the centerline of any track without an on track safety strategy approved by tiie RaI[way's Project Representative. When authority is provided, every contractor employee mt.rst know. (1) who the Rallway [nagger is, and how to contact the flagger, (2) limits of the authority, (3) the method of corn manlcation to stop and resume work, and (4) location of the designated places of safety, Persons or equipment entering flag/work limits that were n a I pre via usty jot} briefed, rnust notify the flagger immediately, and be giver} a job briefing when working within 25 feet of the c nter Ilne of track. 7 M/0.4 A' XAMWAr ■ 1.06.04 When Cantraclor enlployrees are required to work on the Railway Property after normal working hours or on weekends, the Railway's representative In charge of the project must be nolified. A minimum of two employees most be present at all times. 1.06.05 Any employees, agents or Invitees of Contractor or its subcnntfactors under suspicion of being under the Influence of drugs or alcohol, or In the possession of same, will be removed from the Railway's Property and subseg1,1ently released to the custody of a representative of Contractor management. Future access to ihp- Railway's property by that employee will be denied. 1.06.06 Any damage to hallway Property, or any hazard noticed on passing trains must be reported immediately to the Rail ay's representative in charge cr the project. +Any vehicIe or machine which may come In contact with track. signal equipment, or structure (bridge) and could result in a train derailment must be reported immediately to the Railway representative In charge of the project and to the Rallwayr'S Resource Operations Center at 1(840) 83 -5452. Local emergency numbers are to be obtained from the Railway representative in charge of the project prior to the start of any work and Must be posted at the job site. 1.06.07 For safety reasons, ail persona are prohibited from having packet knives, fErearrrts cr other deadly weapons in their possession while working on Railway's Property. 1.06.08 All personnel protective equipment (PPE) used on Railway Property must meet applicable OSHA and ANSI specifications. Current Railway personnel protective equipment requirements are listed on the web site, www.brtsfcontractor.com, however, a partial list of the requirements include; a) safely glasses with pe;,rnanently affixed side shields (no yellow lenses), b) hard hats. c) safety shoe with, hardened toes, above -the -ankle Iaca-up and a defined #reef, and d) high visibility retro•.reflect Ive work wear_ The Railway's representative in charge of the project is to be contacted rag arding local specifications for meeting requirements relating to hi-visibiIiiy work waar_ Hearing protection, fall protection, gloves, and respirators musI be worn as required by Slate and Federal regulations_ (NOTE —Should there be a_dis repancy between the Information contained on the web site and the information In this paraciraph, the wets site will govern.) 1.06.09 THE CONTRACTOR MUST NOT RILE OR STORE ANY MATERIALS, MACHINERY OIL EQUIPMENT CLOSER THAN 25'-0" TO THE CENTER LINE OF THE NEAREST RAILWAY TRACK. MATERIALS, MACHINERY OR EQUIPMENT MUST NOT BE TOI;tEE) OR LrZFT WITHIN 750 FEET OF MANY HIGHWAY/RAIL AT -GRADE CROSSINGS OR TEMPORARY CON TRU TtON CROSSING, WHERE STORAGE OF THE SAME WILL OBSTRUCT THE VIEW OF A TRAIN APPROACHI NG THE CROSSING. PRIOR TO BEGINNING WORK, THE CONTRACTOR MUST ESTABLISH A STORAGE AREA WITH CONCURRENCE OF THE RAILWAY'S REPRESENTATIVE. • 1.06.10 Machines or vehicles must not be left unattended With the engine running. Larked machines or equlprnent must be in gear wrth brakes set and if equipped wilb blade, pan or bucket, they must be lowered to the ground. All machinery and equipment left unattended on ailway's Property must be left inoperable and secured agaiinst movement. (See intemet Engineering Contractor Safety 0rfentaticn program for more detailed specifiications) 1.06.11 Workers must not create and leave any conditlons at the work site that; would interfere with waiar drainage. Any work performed over water must meet all Federal, State and Local regulations. • 1,06.12 All power Jfne w1res must be considered dangerous and of high voltage unless informed to the contrary by proper aUthodty, For all power fines the minimum clearance between the lines and any part of the equipment or load must be; 200 KV or below - 15 feet; 200 to 350 KV - 20 feet-, 350 to 500 KV - 25 teat; 600 to 750 K - 35 tee#; and 750 to 1000 KV - 45 feet. If capanity of the line is not known, a minirnum clearance of 45 feet must be trrainlained. A person must be designated to observe clearance of the equipment; and give a timely warning for all operations where it is dif Ult far an operator to maintain the desired clearance by visual rneans. 1.07 Excavation: 1.07.01 Before excavating, the 0 onIra ctor must determine Whether any underground pipe lines, electric wires, or ceblea, IncIudIng fiber optic cable systems are present and located Wlthin the Project work area, The Contractor must determine whether excavation on Railway's property could cause damage to burled cables resulting in delay to Railway traffic and disrupilon of service to users. Delays and disruptions to service may cause business interruptions Involving loss of revenue and profits. Before common cing excavation, th0 Ccntraotor must con taot: a INS F"s Mr-yon a at Office # 817-224-7043, All underground and overhead wires will be considered HIGH VOLTAGE and dangerous until vedfied with the cornpany having owners#flp of the line, It Is the Contractor's responsibility to notify any outer companies that have underground uttlltlas In the area and arrange for the location of all underground utiliti" before excavating, 1.07.0 71ie Contractor must cease all work and nutffy the Railway Jmmedlately before conlinuing excavatlon in the area if obstructlons are encountered which do not appear on drawings. 1f the obstructlan Is a utility and the owner of the Ality can be IdentMed. then the Contractor must also notify the owner immediate. ff there is any doubt about the location of underground cables or lines of any kind, no work must be performed until the exact location has been determined. There will be no exceptions to these Instructions, 1.07.03 All Mavations mast be conducted ID COMP liartce with appNCable OSHA regulations and. reigardless of depth, mast he shored where there [s any danger to tracks, structures or personnel_ • 1.07.04 Any excavations, holes or trenches on the Rall ay's Property must be covered, guarded andfor protected when not being worked on. Whan leaving worm site areas at night and over weekends, the areas must be secured and left In a condition That will ensure that Railway employees and other per,orinel who may be working or passing through the area are prolocted from all hazards. All excavations must be back filled as soon as possible. 1.08 Hazardous Waste, Substances and Material Reporting: 1.08.01 if Contractor discovers any haxardoLls waste, hazardous substance, petroleum or other deleterious material, including but not limited to any non-contaitredzed carrimodity or material, an or adjacent to Rat ay`s Prope rty+, in cr rear any surface water, swamp, w tlands or waIeruvay+s, while performing any work under this Agreement, Contractor must immediately: {a) notify the RaMay's Resource Operations Center at 1(800) 832-545 , of such discovery: (h) take safeguards neoessaryr to protect its employees, subconiractors, agents andlor third parties: and {(:) exerelse due care with respect to the release, induding the taking of any appropriiate measure io Min IMIZe the Impact of such release, 1.08 Personal Jnjury Reporting 1.09.01 The Railway is required to report certain injuries as a part o! compllance with Federal Railroad Administration (R) reporting requiremenis. Any personal Injury sustained by an employee of the Contractor, subcontractor or Contractoes invitees while on the Railway+'s property must be reported immediately (by Phone mall If unable to contact in person) to the Railway's represeniative In charge of the project. The Nori-Eniployree Personal Injury Data Collection Form contalned herein Is to be completed and seat by Fax to the Railway at 1(817} 352-7595 and to the Rail ay's Pfiaject Representative no later than the close of shift cm the date of the Injury. In w RA /Z WA rNON-EMPLOYEE PERSONAL INJURY DATA COLLLCTIU 01 il>f XIes ore In-mmuffun wilh roll eqo 1pmnl lg4wuy roil urarle uraZtnl aeuldiml or autamande ffcddut mure 0101 bpproppisio IrI[m,mslipn ht oh*d. futon completed and that dni Entry perun rlel aro nwere I h a I injuries relate tii toot "edfic sveni.I lryure,d Pal -si m type: �� Nassei�gar rrn iraJn ��} � l�ni�•�mlialayr?e �H� E] rAHIIVW!tUr/.alely senaltltir: (F} Q gwir'actorlrrrrn-sAly sanslNve (0) 0 Vtkrlteerl�;nfuty siw ilave (11) F] VRbntesr/*gr r♦am•mtnty sensiiive 00, El flan•iresmssnr R to mvludo hlphway wets Involved in higliway tjA prsdi3 rramina =ldmnts vhii did not pq oround ar thrflugh gales Iris assar 1E)-to la Iudu Ilighwm as€rsinVillved in highway rad gri do err)ymr1q aer.irl11niswho wuIrt oruwId er IIwo auII gates ElHwtrP.spassi;r Q - OF railroad properiy If train irrw ivad Irairr 10: Transmit altaehad tnfurmatlun to AvuidentllnIderri Routing Cirninr hy; Fax 1-917-352-7505 or by Phony I-aflu•113V P736 or omakl tm Acridffnt-RepartlrinLentni9HZcmrn AND COPY TO: ROADMA TER FAX 61T111•t023 A RAILWAY MANAGER PUBLIC PROJECTS rAK E 17,362,2212 .... _ Ofl ur Pr Iw Jng In#rMotiurr_ i�omtl� � fi`uspluKe2 Hn � ;plirnn �j REPORT PREPARED TC COMPLY WR11 FFRERAL ACCIDENT RFMf RNF REMREMEHTS AND PRE M U FROm oism0 SURE PLUM TO 0 U.S.13. 7A903 AND 83 U-SX. 490 rr�r�s raw r RON-EMPUYEE PERMNAL NJURY DATA COLHI TION ImIg IgdllllOK REtlIIIRtc I f•. 9f COI kEETI R PURSUANT 10 FURAL KGJA AIIQN. 11 SII9ULQ RE U0 f OR GIINPHANI { M fit E1 OFOX RFfiRIilW9'flX[y AND I ; IIRT IMIIN0E010PRESUME ACCIPtK1! 0( REVIIIISI8II ITY OR III MLFFY 14-[Uv ul f,11+J5gI Cn.u+tt { rf nun 0.91F Mk Pml II Nmlens 5 aHvu'c Ur uae No'Wd stitd mr p{Uer 10 E Awml Il.lkt lirak 110 Ad&rRtlr cR} M iyl Itace�llllrl� arClor � a Illnder: 1+t �wa�irbte] 2 Izuir Ie�,prrai��� Time. i �heashtr SSN Ingwhd); $;cuf NLIIgIW- r lota 5 Int+� p0 9olp earl hE laroratlW CILI Tie VnIVIL1 h 0dicrbihA eI 4r3dant I1aIrrrlLkh IaeeRln,t ieclna. rrivik rc} 17 Tromvhj il. E M A41* Rogslir�dllddlG�l�r�gnaat 0rkv Midirol I1'ulslacnt I Rr W#m 4Atu I_ Ur bdaren Sheet City a Iiffixo ul Name !6. Rn�ritsf #dot $Iraa#r I.+tr SM. +G G�. �irp�lasla; 12 MYS)RT PREPARED TO COMPLY wrYTH rFDEIPLAL ACCIDENT REPOR-11NG HVQIEMEMENTS A" PROTECTED rkt).1 T!#SCI.oS(;RE 1PITRSI iAW TO 49 V S.C, 20M h h1D 03 VS.C. 490 EXHIBIT INC-1 IN FORM. Pig 103 (Rovised OSM31 013) Right of Entry Agreement Between BNSF RAILWAY COMPANY and the CONTRACTOR Railway Flle, 0 0467E Agency Project: Construction of RisingaRr Road crossing at RNSF Rallwayr (he+`eiriafter called "Contractor" ), has entered Into an agreernant (hereinafter called "AgreemeW) dated , wiih the N of Fort Worth, Texas for the performance of certain work in connection witil the following project- canstruetion of roadways a roaches, curbIna, and sIdowaIks for Rlisinger Road {DOT No. 0.20467E] crassIna located at railroad milepost 336.24 or eilwa 's Fort W2rtb Subdivision, Line SeaMent�7640 In Fort Worth, Texas in Tarrant County. Performance of such wofk will necessarily require CGntractor to eater BINS F RAIL'y1kfAY COMPANY (hereinafter called "Railway") rig lit cf way and property (hereinafter ca[le d °Railway Prop erty"j, The Agreement provides that no work wilI be commenced within Rallway Properly Until the Contractor employed hi connection with said work for the City of Fort Worth. Texas (i) executes and dalivers to Railway an Agreement in the form hereof, and (ii) provides insurance of the coverage and limits specified in such Agreement and Section 3 herein, If this Agreernsnt is executed by a party who is not the Owner, General Partner, President or Vice President of Camractcr, Contractor roust furnish evidence to Railway certifying vial the signatory is empowered to execute this Agreeman t on behalf of Contractor_ Accordingly: in consId ration of Railway granting permission to Contractor to enter upon Railway Property and as an inducement for such entry, Contractor, effective on the date of th,e Agreement, has agreed and does hereby agree with Railway as foflows- 1) IRELEASE OF LIABILITY AND LhfDEMN 1` Contractor hereby valves, releases, indemnities, defends and holds harmless Railway far ail judgments, awards, claims, demajids, and expanses (lnoludtng attorneys` fees), for in)ury or death to all persons, InC1Ud111g RaI ay's and ontractor`s officers and employees, and for loss and damage to property betonging to any person, arising in any manner from Contractors or any of Contractor's subcontractors' acts or omissions or any work performed on or about Rail ay's property or right-of-way. THE LIABILITY ASSUMED BY CONTRACTOR WILL NOT RE AFFECTED BY THE FACT, IF IT IS A FACT, �..o;—w THAT THE DESTRUCTION, DAMAGE, [DEATH, OR INJURY WAS OCCASIONED BY OR CONTRIBUTED TO BY THE NEGLIGENCE OF RAILWAY, IT AGENTS, SERVANTS, EMPLOYEE S OR OTHERW{SE, E CEPT TO THE EXTENT THAT SUCH CLArIM1S ARE PROXIMATELY CAUSED BY THE INTENSIONAL MISCON0UCT OR GROSS NEGLIGENCE OF RAILWAY. THE INDEMNIFICATION OBLIGATION ASSUMED BY CONTRACTOR JNCLUDES ANY CLAIMS, SNITS OR JUDGMENT$ BROUGHT AGAINST RAILWAY UNDER THE FEDERAL EMPLOYEE'S LIABILITY ACT, INCLUDING C L AIMS FOR STRICT LIAEIILITY UNDER THE SAFETY APPLIANCE ACT OR THE LOCOMOTIVE INSPECTJON ACT. WHIEENEVER SO CLAIMED. Q)nIra etor further agrees, at ilia empense, in the name and on InthaIf of Railway, Thal it w I I I adjust and s8Ilie a I I claims matte agalnsl Railway, and wile, at RaH ay's dkscretlDn. appear and defend any suits or aclIons of law a In equily hrr ughl against Railway on any claim of cause of action arisIng a growing out Qf or in any manner connected with any liability assumed by Contractor under this A� re9men I for which Railway is Iiable or is alleged lc� be liable. Railway will give notice to Contractor, {a wHJIng, of the receipt or dapendtoijcy.of such claims and thereupon Contractor mu at proceed io adjus! anal hartdle to a conclusion such olalms, and in they event of a suit being brc ugH against Riiilwoy Railway inay for4aard suninnans and c6rnplaint or ether }process In cannectlon Iharaw lth to i:ontraotor, and Contractor, at Railway's discrellon, mr jst defend, adjud, or settle such suits and protect, indernTiIfy, and save harmless RRiWay from and against all darrrages, Iudgment!�, dacrees, attorney's lees, costs. W'd expenses geovwJrtq out of or rrtsuIling from or Ir;aide nI to Dny aucli clalraaa or auizs_ In add Rion to any other provlsmn of IfiIs Agreement, in the event $hat all CH any porti(�n of this ArIlsle shall ♦ o deemoil to tie i1)apPIInable for any reason. Inducting wlthou I limitation as a result of a dezision of an applicahie noun, "Islalive enactmofII or roigulotory order, the parties agree th M this Aftis sha11 t ]nteTrM�d fig ragold M9 Contractor to Indenin11y Rahway To the NJle51 extent parmMed by applicable law. THROUGH THIS AGREEp1IENT THE PARTIES EXPRESSLY INTEND FOR CONTRACTOR TO iNOEMNWY RAMLWAY FOR RAILWAY'S ACT OF NEGLIGEN C E. 11 is miftuWly underslood and agreed thAt M6 assuniption of ltabllltias arld indemnIFi lion provided foF in this Agreement surviye any lerminaban &'lii,; Agreement, 'rlUunrry r. enpanji r No other endorsements limiting coverage as raspects.abligations under this Agreement may �e Included an the policy with regard to the work piing performed under thK agreernc! nt. S. Business Automobile Insurance. This insurance shall contain a wrnblined single limit of at least $11,000,000 per arxurrence, and include coverage for. but not limited to the following. • Bodity injury and property damage • Any and all vehicles owned, seed or hired The policy shall also contain the. foliowlnrg endorsements or language, which shall be Indicated on the certificale of insurance. I aivar of subrogation in favor of and a me ptaable to R a I Way, • Additional Insured endorsement In favor of and acceptable to Railway s Separation of insureds, • The polIcy small be primary and non-contributing with respe Ct to any lnsuranc& carried by Railway. G. Workers Compensat.lon and Employers Liability insurance Including coverage for. but not limited to: • Contractor's statutory Liability under the worker's compensation laws of the state(s) in which the work is to be performed. If optional under State law. the insurance must cover all amployees anyway. + Emplayers' Uabilify (gait 0) with limits of at least 500,GOO each accident, $5GO,000 by disease policy I#m1t, $500,0O0 by disease each employee. This policy shal also contaln the fol(owfng endorsements or language, which shall bl! indicated on the certificate of Insurance; # Waiver of subrogation In favor of and acceptable to Railway. D. Railroad Protective LIabII4 insurance naming arty the Railway as the Insured with coverage of at least IZ&20 Ofl per occurrence and L6,L00,00 in the aggregate, The policy Must ba Issued on a alandard ISO form CG OQ 35 1 and Include the rollowing; • Endorsed to include the Pollu Gon Exclusion Amendment 4 Endorsed to include the Limited Seepage and Pollution Endarsemant. 4 r.r,� rrr r t Endorsed to remove are V exclusion fog' punitive damages, # No other endorsemenjs restricting coverage may be added. • The original policy must be provided to the Railway prior to perforrning any work a services under this AgreemenI • Definition of 'Physical Damage to Property" shall be endorsed to read' "ireans direc:l and accidental loss of or damage to all property awned by any narned insured and all property in afiy named Insured' carer custody. and Control arising oul of the acts or ornlssions of the contractor named on the Declaration& In lieu of providing a Rafiread Pretecflve Llability Palfcy, Ucensee may participate (if avai;able) In Ra11wa+(s Slanket Railroad Protective Llablllty Insurance Policy. Other Raqulrements: Where allowable by law, all policies (applying to coverage iisted above)shall contain no excluston for punitive damages. Contractor ag rees to Waive its rlght of recovery against Railway for a I I claims acid suits against (Railway. In addition, its Insurers, through the tefms of the polICy a policy endorsement, Wa1Ve their right of subrogation against Railway for all claims and suits. Con lroctor further wai is its right of recovery, and Its ins vrers also waive their right of subrogation against Railwayfor toss of its owned or leased property or properly under ContraotoF's care, custody or control. A]located Loss Expanse smell be in addition to all policy Iimits for coverages referenced above. Contractor is not aIlawed to self -insure wlthauI th0 prior written consent of Railway, If granted by Railway, any self -insured retention or other financial responslblllty for clelms shall he covered directly by Contractor irr tteu of insurance. Any and aft Railway liabilities that would ollierwise, In accordance with the provisions of this Agreement, be covered by C onlractor's Inatlrance will be covered as if Contracter elected not to include a ded4lctilbla, self` Insured retention or other financlaI n�spensUlfty for claims. Priar to commencing services, Gontrarctor shall fumIsh to Rellwey an aoceptable certificates) of insurance from an authorized representative evidencing the required coveracge(s), endorsers► nts, and amendments. The cerlificate should he directed to the following address' BN F Raftay Company eJo. Caerll=ocus P.O. Box 140528 Kansas City, M0 64114 7 Fee: 877-576- 378 Fax number: 817-840-7487 Ernall; BN 'OPoMPPUS.Com www,certfoctis.com Contractor shall nolffy Railway in wrlti€ g at least 30 days prior to any cancellation. non -renewal, substitution or material alteration, Any insurance policy shall be written by a reputable Insuf-ante company acceptable to Railway or with a current Best's Guide Rating of A- and Glass V II or better, any# aathorized to do business to the states) In which the service is to be provided, If coverage Is purchased on a "claims made" basis, Contractor hareby agrees to maintain coverage In fame for a Ininirnum of three years after expiration, caneeltaition or termIna tton df this Agreement. Annually Contractor agrees to provide evidence of such coverage as required hereunder. Contractor represents that this Agreement has been thoroughly reviewed by Contractor's insurance a9ant(a)1hrokar(s), who have been Instructed by Contractor to procure the insurance coverage required by this Agreement - No I more frequenfly khan once every five years, .Rellway may reasonably modify the required Insurance coverage to reflect then -current risk management practices In the railroad Industry and UnderwritIng practises in the insurance Industry. If arty pork of the operation Is to be su bcontraclod by Contractor, Gon1raclor shall require that the subcontractor shall provide and maintain Insurance coverage(s) as set forth herein, naming Railway as an additional Insured, and shall require that the sutbcoritractor shall release. defend and Indemnify Railway to the same extent and under the same terms and ccndi#ions as Contractor is required to Wease, defend and Indemnify Rellway herein. Failure to provide evidence as required by this sectlon shall entitle, but not requilre, Rafrtwayto term Inato this Agreement Irnrnediatety. Ac4aptence of a coriificate that does not comply with this %ecllon shall not operate as a waiver of Contraclor's obligatJons hereunder. The fact that Insurance (including. wlftut limilation, self Insurance) is obtained by Contractor shall not be deenned to release or diminish tha III ab11ity of Contractor including, wCthout Ilniltation, liability under the Indemnity provisions of 6 ,rwr. uc+r r this Agreement, Darmagos recoverable by Railway s,hali not be Iirnited by the amount of the regUired Insurance coverage. [ri the event of a claim or lawsuit 1nvalving Rallwsy arising out of this agreement, Cori Iractor will make available any requirrfd polloyr covering such claim or laws ull. These insurance provislons are Intended to be a separate and distinct obligat[on an tine par! of tha G oillrsclar,-Merefare, those provisions shall be enforceable and Contractor shaI1 I)e hound thereby regardless of whether or not [nderrtnlly provisions are deterrnIned to be enforceable in the jurisdiction in which the work covered hereunder is performed. For purposes of this section, Railway shall mean "Burlington Northenl Sanla Fe LLC', "8NSF Raktl ay Company` and the sulis[diades, successom, assigns and affiliates of each. 4) SALES AND OTHER TAXES Jn the everll rappllt-,able sates taxes of a skate or pottdcaI sLib divisien of a state of the UnIled States are levied or assessed In connecllon with and directly related to any amounts invoiced by Contractor to Railway ( Sales Taxes"), Rail ay shall be responsible for paying only the Sales Taxes that Contractor separately states on the [rmvatce or other billing documents provided to Railway; provided, howevef that (i) notliing herein 9 ha1I p{ec:lude Railway front claiming whatever Sales Tax exemptions are appIlea ble to amounts Coniractor bills Railway. (11) Gontrar-lor shall be responsibie for all sales, use, axclse, consurnp#tan, services and other taxes which may accrue on al[ aervioes, materials, equ[pment, s upplies or fixtures chat Contractor and its subcontractors use or consume lrr the performance of thks Agreement, (M) Contractor shall he responsible for Sales Taxes {together with any penafties, fines or interest thereon) that Contractor fails to &eparately stale on the Invoice or otkier bill[ng documermts provided to Railway or falls to cotiect at the time of payment by Ra[t ay of Invoiced arnourftc (except where Railway claims a Sales Tax examption), and (1v) Contractor shall be re sponslble for Sales Taxes (together with airy penalties{ fines ar Interest thereon) if Gantractor falls to Issue separate invoices For each state [n which Contractor deilvem good a. provides services or, If appl[cable. Iransfers intangible righls to Railway. Upnn request, Contractor shall provide Rai[way satisfactory evidence that all taxes (tog el lie r with arty penalties, ffnes or interest thereon) that Contractor is responsible to pay under this Agreement have been paid. If a written clairn is made against Controctor for Bales Taxes with respect to which RaIWay may be liable for under lh[s Agreement, Contractor shall promptly notify Railway of such claim and provide Railway copies of all correspondence raceiv4sd from the taxing +rrtnawr authority. RaUway shall have the right to contest, protest, or c131m a fe1wnd, In Railway's own narn8, any Bales Taxes paid by Railwayr to Contractor or for wh[ch Railway might otherwise be responsible for under this Agreement; provided, however, that if Railway is not permitted by law to contest any such Sales Tax in its own name, Contractor sha11, if requested by Railway at RaMay's sale cast and expense, contest in Contractor's own name the ua10Jty, appi icabilityr or amount of such Sales Tax and allow Raftway to control and conduct such contest. Railway retains the right to withhold from payments made under this Agreement afnounts required to be withheld under tax taws of any jurisdiction. If Contractor is claiming a withholding exemption or a reduction In the withholding rate of any Jurladiction on any payments under this Agreement, before any payments are made (and in each succeeding period or year as required by law), Contractor agrees to furnish to Railway a propedyr completed exemption farm prescribed by such jurisdiction, Contractor shall be responsible for any toxes, interest or Penalties assessed against Raftay with respect to withholding taxes that Railway does Trot withhold from payrw.nts to Contractor. 5) EXHIBIT" CONTRACTOR REQUIREMENT The Contractor must observe and comply wl#h ail provisions, ObIlgations, requirements anti IImitations contained in the Agreement, and the Cont{actor Requkements set forth an Exhibit `C" attached to the Ag reement and this Agreement, including, but not be limited ta, payment of all costs incurred for any damages to Rafhmayr roadbed. tracks, ar}dlor appurtenances thereto, resu ting frorn use, occupancy, or presence of its employees, representatives, or agents car subcontractors on or about the conatructioq site. Contractor shall execute a Temporary Construction CrossIng Agreement or Private Crossing Agreement (www. rrrrit* -reaJtatab, for anyr temporary crossing requested to aid In the construarion of this project. if approved by BN F, 8) TRAIN DELAY Contractor is responaMe for and hemby Indemnifies and Folds harmless RaItway (Including its affiliated railway companies, and its tonanis) for, from and against all damages arising iron) any unscheduled delay to a freight or passenger train which affects RaMay's ability to fully utilize its equipment and to meet customer service and contract obligations. Contractor will be bIlled, as farther provided below, fer the economIc losses arlsinp frorn loss of use of equiprnent, contractual loss of Incen#ive pay and bonuses and contractual pen aloes aresuiting from traln delays, whether caused by Conkactcr, or subcarntractors, or by the Railway performing work under this Agreement. Rail lay agrees that It wilt not paTform any act to unnecessarily cause train delay. 0' Ail -A WA For loss of use cf equlpment, Contractor will be billed the cufrartt freight tray " hour rate per tra In as deterrninod from RalWays records. Any disruption to train trafflc inuy cause delays to mu11[pla trains at the same time for the same period. Add ltlona11y, the parties acknowledge that passenger, U.S. mail tra ins and certain other gMID, WOr'modal, coat and freight trains operale under inceniivelpenally Can traets between RaiWay and its custorper(s). Under these arrangements, if Railway floes not meet its contract service commitments, Railway may suffer lass of perFormancre a incentive pay andfor I)e subject to pen altyr payrnenIs. Contractor le responsible for any train performance and incentive penalties or other contractual economic losses actualty incurred by Rall;r,ray which are a"'bulable to a train delay caused by Coniractor or ft subcontractors. T'be contractual ralat! onshIp between raiWay and Its customers is proprlatary and confidential, In the event of a train delay covered by this Agreement, Railwayr wl11 share infarmatlon ralevant to arty train delay to ilie extern consistent with Railway confidentiality obligations. The rate then in effect at the time of performance by the Contractor hereunder will be used to calculate the actual casts of train delay pursuant to this agreement. 00cntractor and its s u boon tf actors must give Ralf ay's Roadmaster Rgdnev Adams at office # 17-224-700 or Mobile # 40 =116-9927 and e-rrralt: RodrreV.Adams BN$F_com tour (4) weeks advance nct1ce of the limas and dates for proposed work windows. Railway and Contractor wN establish mutually agreeable work windows for the project. Railway has the right at any t1mc to revise or change the work windows due to train operations or service obfigaiicns, Rallway will not be responsible for any additional casts or expenses resulting from a change in work windows_ Additional costs or expenses resulting from a change in work windows shall be accounted for In Contractor's expenses for the Project. ol3tractor and subcontractors must pfan, schedule, coordrnafe and conduct all Contractor's work so as to not cause any delays to any trains. 9 ' AA IPrAr tN WITNESS WHEREOF, each of the parties hereto has caused this Agreement to axe execut6d by Its duly authorized offloar the dayr and year f mt mare written. Contractor By; -- Printed game; Title: Address: City: State: zip: Fax: office. - Contact Person: Mobile: E-rnaW to GNSIF Railway Company Ey-, Marne: Huya Manager Pubic Projects Act;epted and effective this �cfay of , 00 11 13-1 INVITATION TO BIDDERS Page I of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of RISINGER ROAD FROM McCART AVENUE TO 5 CR; �V:: " T will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street 10 Fort Worth, Texas 76102 11 until 1:30 P.M. CST, Thursday, March 28, 2019, and bids will be opened publicly and read aloud 12 at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the (approximate) following: 16 17 Unit I: Water Improvements 18 634 LF 8" PVC Water Pipe 19 422 LF 12" PVC Water Pipe 20 21 Unit II: Sanitary Sewer Improvements 22 535 LF 8" DIP Sewer Pipe, CSS Backfill 23 24 Unit III: Paving and Drainage Improvements 25 41,769 CY Unclassified Excavation by Plan 26 1,860 CY Embankment by Plan 27 33,179 SY I I" Cone Pvmt 28 90,954 SF 4" Cone Sidewalk 29 4,549 LF 18"- 42" RCP 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 htip://www.fortworthtexas. og_y/purchasin i 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: 47 Halff Associates, Inc. 48 4000 Fossil Creek Boulevard, Fort Worth, Texas 76137 49 CITY OF FORT WORTH RISINGF.R ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 001113-2 INVITATION TO BIDDERS Page of2 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with half size drawings: $100 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: March 18, 2019 TIME: 9:00am, CST PLACE: City Hall 200 Texas Street Fort Worth Texas 76102 LOCATION: Room 270, 2°a Floor CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be sent via email by March 25, 2019, 2:00 PM and should be addressed to the following: Attn: J.T. Auldridge, P.E., P.M.P., City of Fort Worth Email: jt.auldridgeLa)foriworthtexas.& Phone: 817-392-7252 AND/OR Attn: David Smith, P.E., Halff Associates, Inc. Email: dsmith a)halff.com Phone: 817-764-7486 ADVERTISEMENT DATES February 28, 2019 March 7, 2019 END OF SECTION CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 22, 2016 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 5 1.1, Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 L2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents, 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving — Requirements document located at; 40 https:iiprojectpoint.buzzsaw.comltbrtworthgov, Resources/02%20- 41 %20Construction%2ODocuments/Contractor%20Pregualification/TPW%2OPavina 42%20Contractor%2OPrequalification%2OPro&ram/pREQUALIFICATION%2OREQ 43 UIREMENTS%20)~ OR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 46 httus:r/projeetpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %o20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavinng 48%20Contractor%2OPrequalification%2OProjzram/PREQUALIFICATION%20REQ 49 UIREMENTS%20FOR%20PAV1NG%2000NTRACTORS.PDF?public CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CRO WLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 21,2015 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 2 3.1.3. Water and Sanitary Sewer Requirements document located at; 3 htips://projectl2oint,buzzsaw.com/fortworthgov/Resources/02%20- 4 %20Constr-uction%o2ODocuments/Contractor%2OPregualification/Water%20and%2 5 OSanitary%2OSewer%20Contractor%2OPreclualiiication%20Program/WSS%2Opre 6 qual%20requirements.doc?public 7 9 3.2, Each Bidder unless currently prequalified, must be prepared to submit to City within 10 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalifcation should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 18 bidder(s) for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested, may be grounds 26 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 33 34 4.1. Before submitting a Bid, each Bidder shall: 35 36 4.1.1, Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents (including "technical data" referred to in 38 Paragraph 4.2. below). No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 43 site conditions that may affect cost, progress, performance or furnishing of the 44 Work. 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress, performance or furnishing of the Work. 48 49 50 4.1.4.OMITTED 51 CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE, TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 21, 2015 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 1 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish. All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents. No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.6. Perform independent research, investigations, tests, borings, and such other means 11 as inay be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request, City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations, tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations, investigations, tests and studies. 17 18 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work, time required for its completion, and obtain all information 20 required to make a proposal. Bidders shall rely exclusively and solely upon their 21 own estimates, investigation, research, tests, explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima -facie evidence that the 24 Bidder has made the investigation, examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents, 34 35 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of. 36 37 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. those drawings of physical conditions in or relating to existing surface and 44 subsurface structures (except Underground Facilities) which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 21, 2015 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents, but the "technical data" contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any "technical data" or 7 any other data, interpretations, opinions or information. 8 9 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 10 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means, methods, techniques, sequences or 13 procedures of construction (if any) that may be shown or indicated or expressly required 14 by the Contract Documents, (iii) that Bidder has given City written notice of all 15 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 17 etc., have not been resolved through the interpretations by City as described in 18 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work, Etc. 28 29 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities, construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 40 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right -of= 45 way, easements, and/or permits, and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 6. Interpretations and Addenda 50 CITY OF FORT wORTI1 RISINGF;R ROAD FROM MCCART AVE. TO CROwLFY RD, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 21, 2015 0021 13 -5 INSTRUCTIONS TO BIDDERS Page of9 1 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 3 received after this day, may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents. 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 City of Fort Worth 12 200 Texas Street 13 Fort Worth, TX 76102 14 Attn: J.T. Auldridge, P.E., P.M.P., Transportation and Public Works 15 Fax: 817-392-2533 16 Email: jt.auldridge@fortworthtexas.go� 17 Phone: 817-392-7252 18 19 20 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 21 City. 22 23 6.3. Addenda or clarifications may be posted via City of Fort Worth Purchasing website. 24 25 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 26 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 27 Project. Bidders are encouraged to attend and participate in the conference. City will 28 transmit to all prospective Bidders of record such Addenda as City considers necessary 29 in response to questions arising at the conference. Oral statements may not be relied 30 upon and will not be binding or legally effective. 31 32 7. Bid Security 33 34 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 35 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 36 the requirements of Paragraphs 5.01 of the General Conditions. 37 38 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 39 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 40 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 41 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 42 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 43 other Bidders whom City believes to have a reasonable chance of receiving the award 44 will be retained by City until final contract execution. 45 46 8. Contract Times 47 The number of days within which, or the dates by which, Milestones are to be achieved in 48 accordance with the General Requirements and the Work is to be completed and ready for 49 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 50 attached Bid Form. 51 CITY OF FORT WORTH RISINGFR ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 21, 2015 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 9. Liquidated Damages 2 Provisions for liquidated damages are set forth in the Agreement. 3 4 10. Substitute and "Or -Equal" Items 5 The Contract, if awarded, will be on the basis of materials and equipment described in the 6 Bidding Documents without consideration of possible substitute or "or -equal" items. 7 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- b equal" item of material or equipment may be furnished or used by Contractor if acceptable to 9 City, application for such acceptance will not be considered by City until after the Effective 10 Date of the Agreement. The procedure for submission of any such application by Contractor 11 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 12 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 13 14 11. Subcontractors, Suppliers and Others 15 16 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 17 12-2011 (as amended), the City has goals for the participation of minority business 18 and/or small business enterprises in City contracts. A copy of the Ordinance can be 19 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 20 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 21 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 22 Venture Form as appropriate. The Forms including documentation must be received 23 by the City no later than 2:00 P.M. CST, on the second business days after the bid 24 opening date. The Bidder shall obtain a receipt from the City as evidence the 25 documentation was received. Failure to comply shall render the bid as non- 26 responsive. 27 28 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 29 or organization against whom Contractor has reasonable objection. 30 31 12. Bid Form 32 33 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 34 obtained from the City. 35 36 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 37 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 38 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 39 price item listed therein. In the case of optional alternatives, the words "No Bid," 40 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 41 written in ink in both words and numerals, for which the Bidder proposes to do the 42 work contemplated or furnish materials required. All prices shall be written legibly. 43 In case of discrepancy between price in written words and the price in written 44 numerals, the price in written words shall govern. 45 46 12.3. Bids by corporations shall be executed in the corporate name by the president or a 47 vice-president or other corporate officer accompanied by evidence of authority to 48 sign. The corporate seal shall be affixed. The corporate address and state of 49 incorporation shall be shown below the signature. 50 CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 21, 2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 2 partner, whose title must appear under the signature accompanied by evidence of 3 authority to sign. The official address of the partnership shall be shown below the 4 signature. 5 6 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 7 member and accompanied by evidence of authority to sign. The state of formation of 8 the firm and the official address of the firm shall be shown. 9 10 12.6. Bids by individuals shall show the Bidder's name and official address. 11 12 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 13 indicated on the Bid Form. The official address of the joint venture shall be shown. 14 15 12.8. All names shall be typed or printed in ink below the signature. 16 17 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 18 which shall be filled in on the Bid Form. 19 20 12.10. Postal and e-mail addresses and telephone number for communications regarding the 21 Bid shall be shown. 22 23 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 24 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 25 to State Law Non Resident Bidder. 26 27 13. Submission of Bids 28 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 29 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 30 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 31 envelope, marked with the City Project Number, Project title, the name and address of 32 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 33 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 34 envelope with the notation "BID ENCLOSED" on the face of it. 35 36 14. Modification and Withdrawal of Bids 37 38 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 39 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 40 must be made in writing by an appropriate document duly executed in the manner 41 that a Bid must be executed and delivered to the place where Bids are to be submitted 42 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 43 are opened and publicly read aloud, the Bids for which a withdrawal request has been 44 properly filed may, at the option of the City, be returned unopened. 45 46 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 47 time set for the closing of Bid receipt. 48 CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 21, 2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 00 1 15. Opening of Bids 2 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 3 abstract of the amounts of the base Bids and major alternates (if any) will be made available 4 to Bidders after the opening of Bids. 5 6 16. Bids to Remain Subject to Acceptance 7 All Bids will remain subject to acceptance for the time period specified for Notice of Award 8 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 9 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 10 11 17. Evaluation of Bids and Award of Contract 12 13 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 14 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 15 and to reject the Bid of any Bidder if City believes that it would not be in the best 16 interest of the Project to make an award to that Bidder, whether because the Bid is 17 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 18 meet any other pertinent standard or criteria established by City. City also reserves 19 the right to waive informalities not involving price, contract time or changes in the 20 Work with the Successful Bidder. Discrepancies between the multiplication of units 21 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 22 between the indicated sum of any column of figures and the correct sum thereof will 23 be resolved in favor of the correct sum. Discrepancies between words and figures 24 will be resolved in favor of the words. 25 26 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 27 among the Bidders, Bidder is an interested party to any litigation against City, 28 City or Bidder may have a claim against the other or be engaged in litigation, 29 Bidder is in arrears on any existing contract or has defaulted on a previous 30 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 31 Bidder has uncompleted work which in the judgment of the City will prevent or 32 hinder the prompt completion of additional work if awarded. 33 34 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 35 other persons and organizations proposed for those portions of the Work as to which 36 the identity of Subcontractors, Suppliers, and other persons and organizations must 37 be submitted as provided in the Contract Documents or upon the request of the City. 38 City also may consider the operating costs, maintenance requirements, performance 39 data and guarantees of major items of materials and equipment proposed for 40 incorporation in the Work when such data is required to be submitted prior to the 41 Notice of Award. 42 43 17.3. City may conduct such investigations as City deems necessary to assist in the 44 evaluation of any Bid and to establish the responsibility, qualifications, and financial 45 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 46 organizations to perform and furnish the Work in accordance with the Contract 47 Documents to City's satisfaction within the prescribed time. 48 49 17.4. Contractor shall perform with his own organization, work of a value not less than 50 35% of the value embraced on the Contract, unless otherwise approved by the City. 51 CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE, TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 21, 2015 0021 13 -9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 2 responsive Bidder whose evaluation by City indicates that the award will be in the 3 best interests of the City. 4 5 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 6 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 7 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 8 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 9 comparable contract in the state in which the nonresident's principal place of 10 business is located. 11 12 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 13 to be awarded, City will award the Contract within 90 days after the day of the Bid 14 opening unless extended in writing. No other act of City or others will constitute 15 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 16 the City. 17 18 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 19 20 18. Signing of Agreement 21 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 22 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 23 Contractor shall sign and deliver the required number of counterparts of the Agreement to 24 City with the required Bonds, Certificates of Insurance, and all other required documentation. 25 City shall thereafter deliver one fully signed counterpart to Contractor. 26 27 28 29 END OF SECTION CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 21, 2015 003215-0 CONSTRUCTION PROGRESS SCHEDULE SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDULE PART1- GENERAL 1.1 SUMMARY Page 1 of 10 A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Project Schedule B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD SPECIFICATION 02239 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier 1: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as -needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail (generally Level 3) and in CITY OF FORT WORTH RISIN{,ER ROAD FROM MCCART TO CROWLEY RD. STANDARD SPECIFICATION 02239 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. The Contractor issues to the City, updates of their respective schedule (Progress Schedule) at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a "baseline" schedule and issue monthly updates to the City Project Manager (end of each month) as a "progress" schedule. The Contractor prepares and submits each schedule type to fulfill their contractual requirements. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the `Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 00 32 15.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the "Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non -acceptance notification. An example of a Progress Schedule is provided in Specification 00 32 15.2 Construction Project Schedule Progress Example. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. A. Schedule Framework The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. B. Schedule File Name CITY OF FORT WORTH RISINGER ROAD FROM MCCAR7" 1'O CROWLEY RD. STANDARD SPECIFICATION 02239 Revised JULY 20, 2018 0032 15-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. Baseline Schedule File Name Format: City Project Number Project Name _Baseline Example: 101376 North Montgomery Street HMAC_Baseline Progress Schedule File Name Format: City Project Number Project Name YYYY-MM Example: 101376 North Montgomery Street HMAC 2018_01 ® Project Schedule Progress Narrative File Name Format: City Project Number _Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN_2018_01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials m Aviation ® Neighborhood Streets • Sidewalks (later) ® Quiet Zones (later) ® Street Lights (later) a Intersection Improvements (later) 0 Parks o Storm water ® Street Maintenance 0 Traffic o Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD SPECIFICATION 02239 Revi sed J U LY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. Contractor is required to utilize the City's WBS structure and respective project type template for "Construction" as shown in Section 1.4.1-1 below. Additional activities may be added to Levels I - 4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution" that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.I below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. F. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 20 working days. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. G. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. H. City's Work Breakdown Structure CITY OF FORT WORTH RISINUER ROAD FROM MCCART TO CROWLEY RD. STANDARD SPECIFICATION 02239 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 „ Conceptual Design (30%) ' XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.SO Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting ##2 (required) 3260 Preliminary Design Complete CITY OF FORT WORTH RISMOER ROAD FROM MCCART TO CROWLEY RD. STANDARD SPECIFICATION 02239 Revised JULY 20, 2018 00 32 I5 - 0 CONSTRUCTION PROGRESS SCIIEDUI.E Page 7 of 10 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 SUBMITTALS A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .x1s or .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic farm (in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice ofAward. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD SPECIFICATION 02239 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCIIFDUI.E Page 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date ® Baseline Finish Date o % Complete O Float • Activity Logic (dependencies) o Critical Path o Activities added or deleted • Expected Baseline Finish date ® Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: ® Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) ® Explain variances from the baseline on critical path activities ® Explain any potential schedule conflicts or delays ® Describe recovery plans where appropriate Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT WORTH RI SINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD SPECIFICATION 02239 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 ® Schedules and Monthly Construction Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Construction Project Schedule Submittal Process. o Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the Contractor's Project Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the Contractor's scope of work. C. The Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Example Spec 00 32 15.3 Construction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD SPECIFICATION 02239 Revised JULY 20, 2019 00 32 15 - 0 CONSTRUCTION PROGRESS SC14EDULE Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH RISIN G3R ROAD FROM MCCART TO CROWLEY RD. STANDARD SPEVIFICATION 02239 Revised JULY 20, 2018 0032153 - 0 CONSTRUCTION PROGRESS SCHEDULE— BASELINE EXAMPLE Page 1 of 5 SECTION 00 32 15.1 CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule, See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20, 2018 0032 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2 of 5 ---------- ---------- i ---------- ---------- 1 ---------- i ---------- t --------- i ---------- i... 4' ----------- ! I ----------------------------- ........................ .......... I .......... .......... I ----------- L-- ---------- L --------- j ------------ ---------- ---------- ---------- I -----------.......... I ........... L .................... ------------ ------- --------- ---t ---------- t ---------- I I ---------- ---------- --------- -------- ----------- ---------- 1� ----------- ---------- ----------------------------------- II - ----------------------- T ---------------- ---------------------- F' ......• .... -- - --- ------ - rh----- KW ------ --------- -- ---- — -------- — ----- --------------- ---------- ---------- do S.L I', I'D in P� 4m ij U tj !rd .11;n if r FI 44 ti 0 IA R 0 rl as FBI TF wi u r 0 + �L' - rr. r9 J 104 X3 ilip w TTT IliI rp Li CITY OF FORT WORTH RISINOER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20,2018 0032 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 3 of 5 ---------- i --------- I ----------- t ---------- t --------- ---------- t --------- ---------- ----------- ---------- ----------- ---------- ------ co ----------------- ------------ - ---------- -------------------------------- -------------------- -- ....... -------- ----------- ---------- ---------- ----------- --------- ----------- --------------- ....... ------------ --- 1-1-1-1-4 --------- A ----------- I ---------- 4 --------- 4 ------ ----------- J ----------- ------ ---------- --------- -------- ---------- ------- -4 ---------- — ------ ----------------- ------------ ....... ------ ------- ---- --------- ---------- ---------- ---------- ---------- — -------------------- ------ ....... ------- in t4 41.1 4n 40 44 A :j ? 7 A i;. 4'.6 Fi zi w .j fl C. •> ir fi 13; F a. 2, gq G U" tj ha 0 C3 42 Az I Ir. 3 CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20,2018 00 32 15, 1 - n CONSTRUCTION PROGRESS SCHEDULE — BASFI.INE EXAMPLE Page 4 of 5 CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20,2018 003215.1 -0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20, 2018 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCI IEDULE — PROGRESS EXAMPLE Page i of 4 SECTION 00 32 15.2 CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule.. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20, 2018 0032 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 2 of 4 '• — - •' — -----------I---------- e '----------- ------- ----------- '-----------i--------------------i--._..------_..._-.;.._.._..._.i_.. ?U ....._ ------------- ---- ----- ------ ----- ------ ------------ ------ - ---'_.1 ---------�---------� ------ -�----- -----------------1--------1•--------1-._....._-_.G-•-------4.._......_.l_......._..L......._..4......_..._.1_.. - -- I 7O,1Q I=a ,13 y IG ri:1Y I FI'rl I mI •Y1 N i{li •: Ir'1-1•''?4,N ry,1, i-1 1w,V N lV,N li.i-1 14 Ni- }N y ,� 'Tus 1 I I 11Y i - 111 dr,:41-ILr I_I 4} 4,14.`` FyL 16 r� 1. ■� r� Ice f� li 13 FI #i. i3 To P UL tii q Fw ep �' G1:lls;l n a a rcr ' F[ m:4 I� .1 w' I I I�• �.� r a�.*. m ,_ — n: . £ ,.. .: !r'��€'�7 }� �': �ii :�I:�i i�l � �� ].�},qI P� F+`�.�1 i •y'�py11 i'y1yM+� `i 3 •�''I �1 "' ', 4- 'T.I = w F, k rIl '1 �j I. 11I�I I. iyIL ■ IL 1 Y lµ, ..1 I 1® 22 N Alin n „� ., h .� 7 r1 n, „i 1f1 b li" K. hi ei f Yi :rt u a.l :, :1 II f' fl F 1.1I ` .� V i Fl 111 ;ri�11 '1� i�1 '- li :1� ' � I.:'C'L •4 1. '�"` r■ #1 it .i - ., ' 1 N g. Yr 11113 w 11 I r"i 4 ' 1 !` 'fJ •� 1r1 .i ii� i }1 " Pb Ir. .wj II I I Pi S r� I ?}pl, rl' ' EL a 1�i1 ,i ,F if 11 17 I1 P? - R F � I d � � Cr L CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20, 2018 9 0032 15.2-0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 3 of 4 'n -N!N N 44 N Nt" m NjN N N cqicq.m N C4 !N!cq ;44!N N 'N N 11 !NJ 14 10, t4 WIN,- cq I r4 tr4 :C4 C4 i 835 0 I 14 9 9 pr.. r 0 Q'i cl, as a. 0.0 �Ul 2'. 00 05 ul -I all I 51 A A T V., g c g g 9 4 p R it PP. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20,2018 0032 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jairell Initial Issue CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20, 2018 00 3215.3 - 0 — PROGRESS NARRATIVE Page 1 of 1 SECTION 00 32 15.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project dame: Company blame: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. List of activities accomplished in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) 13. List of activities to be accomplished in the next reporting period 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) D. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects TPW Official Release Date: 7.20.2018 Page 1 of 1 RISINGER ROAD FROM MCCART TO CROWLEY RD. 02239 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page I of 7 SECTION 00 32 15.4 CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS PART1- GENERAL The following information provides the process steps for the Contractor to follow for submitting a project baseline or progress schedule for a capital project to the City of Fort Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. If you are not a registered CFW Buzzsaw user, please email or contact: Fred Griffin, Buzzsaw Administrator City of Fort Worth Fred.Griffin@fortworthgov.org 817-392-8868 Using your registered username and password log into the City's Buzzsaw Site https://�ro"ectt oint.buzzsaw.com/client/fortworthgoN Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 00701-Flaxseed Drainage Improvements project is used for illustration. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20, 2018 ar Fidl rxw ludr Nye �I�,lM rlhgav elm 003215.4-0 CONSTRICTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 2 of 7 - t ' ' �-Haxseed U P^nQr EfR+m� s F fsld Forms ' `I 91d Respatses ' _ 1 Construction Consultants 1_1 Contractor I�I correspondeme I I_ 1 General Gnlra_t Dl mimrn wSk II Project Drat.:.rgs I LI PUP -Meetings r r_j Real Propett- F +A (� VA Des I -A 00706-trlri�5d+y0FCCnxfC4111+1 r A M7 A Ak Dw. 400Ki:ylm / Ckolu + L11 00706-UroanCagesSELkoiwe"r # �1 00706-Ilriran lt"ages SE CkYRr ti41� r'f' 'lfl favl+rSA'ml RNrlbC��s t I_I 00768-DirksRoad LYrrlki++�YfS+� a r 60778-Lebow Channel r C_1 00707-GranburyRoad -Alhm.!�a1.0. /Ih h14 t -Yi..F+. Lr y41r .ill. ire r � } r uldon MgpEIJ- I �jbl . Abu. + ' r.R Tm* Index.xls Fred Griffin 16,384 r4a000PRExce1W... Two files will be uploaded for each submittal. A native schedule file format either Primavera .xer or MS Project .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701-FlaxseedDrainageImprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY_MM' for example: 00701-FlaxseedDrainageImprovements-2009_01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select Wd Document CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20, 2018 Fde Edit View Tools HOC; ,r jj Add . J Dray Yia trrpla4 FoO Elk aVy F1.1 Note Link j Felder I 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 3 of 7 X lD ' � X ,',j' 'tx -13 Moi 'A -L mt W . J �7n1-FlaxseedOsainagei::.araveme, 4 �+4. 1 Bid Fui n -- L_L Bid Responses + i,�.J construction Consultants CL Contractor I_::j Correspondence + i_�J General ContrartCoruments and Sped Project Draw-;gs } Real Property i j Schedules lndexAs _j iJrL¢au 00705 -Urban Villages Central Cluster Sixf t L 00705 - Urban Y"ages Central (luster Soul L! t 00706 -urban V-ages sE Cluster Beery-iiv + t 00706 - Urban V.,Ages SE Cluster Near Eas W ;-j 00730 -Sanitary Sewer Rehab Contract UI i+] i 1 uo7s5-Mesquite Rd 2004CIPYear I (Des f+i- 1 00763-Dirks Road- Bryant irvdn to Granlx ;iJ- : 1 00778 -Lenow Channel p 1007aG -Summer Creek &Sycamore school u RiMmi► Gxicx.xls Fred Grrkn 16,384 !!,rosoh Select Browse and go to the location of the files on your desktop. Select Open _ ,1 L-1 {; E355ettdlocrniWitsIp'pdd b 4id R'oled rxb lid r" ta., dln 40:111-1m,P I {a'pPlJrrariK .. �Ae �i��r I�Lao�wF Fkdl..aN — ,4'UrtlhCCfnlwvd �n19nM giYY6otseti Documents adjeEt 'idmanager Pro7 Idy computer ,Musicnotes Player lfiJFl *A F51 f fetwork Places _ Active Projects alrrtJ id!*_- Acrobat 8 Professional ' '`BoardngPass.pdF ' Wrn CDs&DV03 #CiWType T4a'.xJ r I; 11 huzsdw 2ooa Cool Record Edit No "" I CFI2MHILL VAN 1Cxossr'id PW Exam Sim 7J i WZ2+M_nl GrystalReports 2008 i GuogleEarth r.'Deg QuickReferenceQ:&.pdf tip Photasmart Expresst?isk0efragmenier fwlc�r+h�niE NpPhotosme-tPremier Ef. Free Sound Recorder �iDl-P Sr' Jtion Center IvReeSowrdRecorder.exe )30assConnect ®LaptopSeLuity f�I GrtS'nd� .1:ruries �foc'a.JPG Microsoft Visio Version 2002Inside Out e800k 4Netmeeting x fLrsina I� nmolpY* Fvl-Pkat'.7 The file will appear in the Buzzsaw Add to Project — Select Documents window Select Next. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised IULY 20, 2018 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE —SUBMITTAL PROCESS Page 4 of 7 Do not select Finish at this time. #,; U SWleadaor,ir.9ror*edd4PdIe vwr ode Yad apn gmaid toaDdarrce LRe; aer4.Pbmaq tJ00111MMLS dpadrCat+uent i��AX}nFJa lesset irrrmo4ClmRrn'R1r��rF_ �_7ir, pf C.VWmp rn%wd._ TA/Z.. 7417M uIrA lloIllipt(pn Crxx el I Ikya You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. Enter the Project ID -Project Name -Submittal in the Subject Line. Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone Number. Select Next. --i r"yC{eelea�hlndllkat tr�rlullx vn�rde�4'011nrl arRl �r'GI IAr1�111Rln fsr llrrr k^d mdded has 14M w ophnrO :-ew9Ca,ur�ents r- JWOmmrrdiurrewAux"an F JY#F&CII t.,`rrI,rIent e. P 1-1-V 101 f A LJ -1941 1 1 A 5ngrdBaal I ��1}7UlFla�acedl}arrq In4rW/a„nlp&*ckne HpLleatlru� — — U`e 5dredule �#a4tral barn'Cdrrpr y ,o I'ontmi Name Contact Phone X Jpdate Schedule Submittal frum'Fompany Name` for work performed up to January 31, 2009 !�ontact Name mtactPhonel CITY OF FORT WORTH RISINGF.R ROAD FROM MCCARF TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20, 2018 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page of You will be placed into the Send Email Notification window. Select To and the Select Recipients window will appear with a list of Project Contacts. Select the Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. I'"J`aoiilt�++,.ryr,l�,��SUw,r4M.,ixhr..�YMrnF.4r 1i�wtArll.l--I+� rlir.Irlrry,II+.M F J..&J,I µ.. wwi.ri 1 no&4-Na "ia Trey St... T... 5... C.... N2... PrG..• T Y ]a J Jac Nk Tror •v... U.B. N... Vandal... WCTor... T... w... U.., fl... Y... T... VM T.,, -ea-... B @.. CF... pF... Ne... ah... t/5... Pra... Pro... Vwat,o .. W... P... W NO... C.., W.I. i... W... I... CF— I2/... Le... Y—R. ... Y... rP-... PST ill... Z.0, F,.. Z.,, F.., Na. -' Nk... Clu... aseAal... M... M... Na... Adb,e ... A... N... l3i... II@... :Mustsr Si,t F Sa +64kf ,.1 n�,*YS I .:'fit. . UA a Be�.ssatw yk i. s... g.., ql• LIB... L,f... of Near Eas Cd1VACt LN Fy�.tN �IIIMiin Fill. I Select the Paste Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20, 2018 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 6 of 7 {rl 0Send a —.Id to admr,rarcL L � Bill Mfttffq liven, Of Lhw rr-,.,u UVU11-d hot. FIVL 4AM H s,Ift+4 54t_i C#LLrmertts h �. .F:riJrtnmmci�t-- I 4t4dsramret I :,, .s I owl 1141 rtjsenLlenreq ia�.. ��rede�l;Ffin r-C„ +rRragact6w,;Team `-+�I�tF IfiG�StFdr�e�dDru�ec�ry'ernsrjtc�aselne rdx sd�edul- Submittal fram'CIi"np H*r Contact Flame Contact Phone ry 1pdate Sd7edt"2 Submittal from Company Name far work perfanned up io January 31, 2009 :oNtart Name ;DntartPhone The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. F1r Got kry T MF}� ++w� � 1aMrR,lhnnv 4UJtRJn • DOM l+air�ail LYar�r,r N1►�*yw+! A M Forma • _'� WResponses • J C91 "Ctlan • iI Constants .IContrador J Ca m pavlence •. J Project Dravrtn<ps r' � q/r�: Meetk�gp • J Real Property J Sdoedules Index.A uhfi- 1bI wvs-"ion Mtfpn CA"10ae.W 5bF . �I ©o7os�1rr1N�FCeWlttirilivd , 00706-LBSanwages S£4k. RWyi �I o0706 celloWWMsFQmtvrN.e* • �I oo7aay�rr.ra.,~,n#carlr�nllr 1 11A*F - V&PA94 - W WftAh W3LV& r y 00770-Leb..Channel Upload the PDF file using the same guideline. A.Nri Nan.., Nutt MR Fir j,IF"ItI 7h END OF SECTION CITY OF FORT WORTH RISINGER ROAD FROM MCCART'ro CROW LEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20, 2018 0032 15.4 - 0 CONSTRUCTION PROGRESS SCIIEDULE --- SUBMITTAL PROCESS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised JULY 20, 2018 00 35 13 BID FORM Page 13 of 13 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. httr)://www.ethics.state.tx.us/forms/CIQ.r)d f httr),I/www.ethics.state.tx.us/forms/CIS.r)df ❑ CIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary 0 CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Jackson Construction, Ltd. By: Troy L. Jackson 5112 Sun Valley Drive Signature: Fort Worth, Texas 76119 Title: President CND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 Risinger Rd from Mccart to Crawley Rd ADM#1 - FTW.xis 00 41 00 BID FORM Page 1 of 13 TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 2239 SECTION 00 41 00 BID FORM Risinger Road from McCart Avenue to Crowley Road Units/Sections: Unit is Water Improvements Unit II: Sanitary Sewer Improvements Unit III: Paving and Drainage Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150621 Risinger Rd from Mccart to Crowley Rd ADM#1 - FTW.xIs 0041 00 BID FORM Page 2 of 13 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 Distribution, Urban and Renewal, 12-inch diameter and smaller b. Sewer Collection System, Urban/Renewal, 12-inches and smaller c. Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) d. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 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 Farm, Section 00 42 43 d. Vendor Compliance to State Law Ikon Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Risinger Rd from Mccart to Crowley Rd ADM#1 - FTW.xls 0041 00 BID FORM Page 3 of 13 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid 7. Bid Submittal This Bid is submitted on 3/2812019 Respectfully submitted, By: :Z42"�em (Sign ure) Troy L. Jackson (Printed Name) Title: President Company: Jackson Construction, Ltd. Address: 5112 Sun Valley Drive Fort Worth, Texas 76119 State of Incorporation: TX Email: officeiicDiacksontx.net Phone: 817-572-3303 END OF SECTION $1,059,733.31 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: X Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Risinger Rd from Mccart to Crowley Rd ADM#1 - FTW.As SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 6 of 13 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description I Specification I Unit of }aid Quantity Unit Price Bid Value Item No. Section No. Measure Unit I: Water Improvements 1 0241.1351 Salvage 16" Water Valve 0241 14 EA 1 $1,200.00 $1,200.00 2 3305.0109 Trench Safety 33 05 10 LF 1065 $1.00 $1,065.00 3 3305.0110 Utility Markers 33 05 26 LS 1 $3,700.00 �3,700.00 4 3311.0001 Ductile Iron Water Fittings wl Restraint 3311 11 _ TON _ 3.01 $10,000.00 $30,100.00 5 3311.0161 6" PVC Water Pipe 33 11 12 LF 9 $55.00 _ _$495.00 6 3311.0261 8" PVC Water Pipe 3311 12 LF 634 $56.00 _ $35,504.00 7 3311.0461 12" PVC Water Pipe 3311 12 LF 422 $57.00 $24,054.00 8 3312.0001 Fire Hydrant 33 12 40 EA 1 $3,600.00 $3,600.00 9 3312.0117 Connection to Existing 4"-12" Water Main 331225 EA 17 $2,000.00 $34,000.00 _ 2 10 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA $200.00 $400.00 11 3312.2003 1" Water Service 33 12 10 EA 2 $975.00 $1,950.00 12 3312.2004 1" Private Water Service 33 12 10 LF 55 $15.00 $825.00 13 3312.3002 6" Gate Valve 331220 EA 1 $940.00 $940.00 14 _ _ _ 3312.3003 8" Gate Valve 33 12 20 EA 4 $1,270.00 $5,080.00 15 3312.3005 12" Gate Valve 33 12 20 EA 1 $2,340.00 $2,340.00 16 3312.3106 16" Cut -in Gate Valve w/ Vault 33 12 20 EA 1 $25,000.00 $25,000.00 17 9999.0001 16"x8" Cut -in Tee 3311 13 EA 2 $14,000.00 $28,000.00 Unit 1: Water Improvements Subtotal $198,253.00 Unit If: Sanita Sewer Improvements 18 3301,0002 Post -CCTV inspection 3301 31 LF 592 $3.00 $1,776.00 19 3301.0101 Manhole Vacuum Testing 3301 30 EA 3 $250.00 $750.00 20 3305.0110 Utility Markers 33 05 26 LS 1 $550.00 $550.00 21 3305.0109 Trench Safety 33 05 10 LF 592 $2,00 $1,184.00 3331.4116 8" Sewer Pipe, CSS Backfill 3311 10, 22 3331 12, LF 33 31 20 38 $102.00 $3,876.00 23 3331,4120 8" DIP Sewer Pipe, CSS Backfill 3311 10 LF 535 $148.00 $79,180.00 24 3331 A206 10" DIP Sewer Pipe, CSS Backfill 3311 10 LF 19 $151.00 $2,869.00 25 3339.0001 Epoxy Manhole Liner 33 39 60 VF 20 $240.00 $4,800.00 26 3339.1001 4' Manhole 33 39 10, EA 33 39 20 2 $3,800.00 $7,600.00 27 3339,1003 4' Extra Depth Manhole 33 39 10, VF 33 39 20 3.0 $140.00 $4. 0.00, 28 3339.1004 4' Shallow Manhole 33 39 10, EA .333920 1 $2,200.00 _ $2,200.00 Unit II: Sanitary Sewer Improvements Subtotall $105,205.00 Unit III: Paving and Drainage Improvements 29 0170.0100 Mobilization 01 70 00 LS 1 _ $350.000.00 $350,000.00 30 9999.0029 Construction Allowance 00 73 00 EA 210000 $1.00 $210,000.00 31 0135.0101 Railroad Coordination 01 3513 LS 1 $45,000.00 $45� 000,00 32 0135.0102 Railroad Flagmen Allowance 01 3513 EA 100000 $1.00 $100,000.00 33 0241,0100 Remove Sidewalk 024113 _ SF 665 $1.40 $931.00 34 0241.0300 Remove ADA Ramp 0241 13 EA 8 $120.00 $960.00 SF 35 0241.0401 Remove Concrete Drive 0241 13 6763 $1.50 $10,144.50 36 0241.0500 Remove Fence 0241 13 LF 2615 $2.00 $5,230.00 37 0241.1000 Remove Conc Pvmt 0241 15 SY 1328 $13.50 $17,928.00 38 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 18033 $7.00 $126,231.00 39 0241,1300 Remove Conc Curb&Gutter 0241 15 LF 6051. $6.00 $3,630.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIE1CATION DOCUMENTS Form Revised 20120120 Risinger Rd from Mccan to Crowley Rd ADM#1 - FTW.xls SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 7 of 13 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 40 0241.3011 Remove 15" Storm Line LF 37 $27.00 $999.00 0241 14 41 0241.3013 Remove 18" Storm Line 0241 14 LF 36 $31.00 $1,116.00 42 0241.3015 Remove 24" Storm Line 0241 14 LF 21 $35.00 $735.00 43 0241.3017 Remove 30" Storm Line 0241 14 LF 57 $41.00 $2,337.00 44 9949.0002 Remove 5' Curb Inlet 0241 14 EA 1 $750.00 $750.00 45 9999.0003 Remove 5' Recessed Inlet 0241 14 EA 1 $760.00 $750.00 46 0241.4102 Remove 15' Recessed Inlet 0241 14 EA 1 $1.900.00 $1,900.00 47 0241.4302 Remove 3' Grate Inlet 0241 14 EA 1 $750.00 $750.00 48 0241.4401 Remove Headwall/SET 0241 14 EA 2 $500.00 $1,000.00 49 2605,0111 Furnishllnstall Elec Sery Pedestal 26050.0 EA 1 $6,300.00 $6,300.00 50 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 13037 $8.00 $104,296.00 51 2605.3016 2" CONDT PVC SCH 80 (B) 26 05 33 LF 309 $13.00 $4,017.00 52 2605.3025 3" CONDT PVC SCH 80 (T) 26 05 33 LF 260 $14.00 $3,640.00 $18.00 53 2605.3026 3" CONDT PVC SCH 80 (B) 26 05 33 LF 605 $10,890.00 $20.00 54 2605.3033 4" CONDT PVC SCH 80 (T) 26 05 33 LF 1946 $38,920.00 55 3110,0101 Site Clearing 31 10 00 LS 1 $156,877.00 $156,877.00 56 3123.0101 Unclassified Excavation by Plan 31 2316 CY 41769 $13.00 $542,997.010 57 3124.0101 Embankment by Plan 31 24 00 CY 1860 $1.00 $1,860.00 58 3125.0101 SWPPP > 1 acre 31 2500 LS 1 $30,000.00 _ $30,000.00 59 3137.0103 Large Stone Riprap, grouted 31 3700 SY 167 $94.00 $15,698.00 $19.00 60 3211.0113 8" Flexible Base, Type A, G_R-1 .321123 SY 2053 _$39,007.00 61 3211.0400 Hydrated Lime 3211 29 TN 8_85 $180.00, $159,300.00 62 _ 3211,0502 8" Lime Treatment 32 11 29 SY 36852 $3.50 $128,982.00 63 _ _ 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 482 $12.70 _ $6,121.40 64 3212.0304 4" Asphalt Pvmt Type D 32 12 16 SY 1563 $23.80 $37,199.40 65 3212.0404 HMAC Transition 32 12 16 TN 55 $250.00 _ $13050A0 _ 66 3212.0501 4" Asphalt Base Type B 32 12 16 SY 5714 $22.00 $125,708.00 67 3212.0505 8" Asphalt Base Type B 32 12 16 SY 1563 $49.70 $77,681.10 68 3213.0106 11" Conc Pvmt 32 13 13 SY 33179 $58A0 $1,924,382.00 _ 9999.0004 9" TxDOT CRCP Pvmt TxDOT 360 SY 1250 $94.00 $117,500.00 _69 70 3213.0301 4" Conic Sidewalk 3_213.0403 8" Concrete Driveway .321320 32 13 20 SF SF 90954 33131 $4.40 $8.00 $400,197.60 _ $265,048.00 _71 72 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 42 $2,200.00 $92,400.00 73 3213.0610 Barrier Free Ramp, Type C-3 32 13 20 EA 2 $2,200.00 $4,400.00 74 9999.0005 Detectible 10' Warning Strips 32 13 20 EA 4 $650.00 . $2,600.00 75 3217.0001 4" SLID Pvmt Marking HAS (W) _ 32 17 23 LF 705 $1.10 $775.50 76 3217.0002 4" SLD Pvmt Marking HAS (Y) 32 17 23 LF 1099 $1.10 $1,208.90 77 3217.0003 4" BRK Pvmt Marking HAS (W) 32 17 23 LF 3085 $1.10 $3,393,50 78 3217.0201 8" SLD Pvmt Marking HAS (W) 32 17 23 LF 2899 $2.00 $5,798.00 79 _ _ 3217.0501 24" SLD Pvmt Marking HAE (W) 32 17 23 LF 1084 $7.50 $8,130.00 80 3217.1001 Lane Legend RR 32 17 23 _ EA 4 $600.00 $2,400.00 32 17 23 EA_ 81 9999.0006 Lane Legend RR for Sidewalk 2 $500.00 $1,000.00 82 3217.1002 Lane Legend Arrow 32 17 23 EA_ 8 $150.00 $1,200.00 83 3217.1004 Lane Legend Only 32 17 23 EA 4 $150.00 $600.00 84 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 98 $7.00 $686.00 85 3217,2103 REFL Raised Marker TY II -A -A 32 17 23 EA 24 $4.00 $96.00 86 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 313 $4.00 $_ 1.252.00 87 3217.4301 Remove 4" Pvmt Marking 32 17 23 LF 1951 $1.00 $195.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Risinger Rd from Mcc rl to Crowley Rd ADM#1 - FTW.xls SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page S of 13 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure 88 3217.4304 Remove 12" Pvmt Marking 32 17 23 LF 409 $2.50 $1,022.50 89 3217.4306 Remove 24" Pvmt Marking 33 17 23 LF 114 $4.00 $456.00 90 3217.4307 Remove Raised Marker 32 17 23 EA 667 $1.00 $667.00 91 3217.4402 Remove Lane Legend Arrow 32 17 23 EA 1 $100,00 $100.00 92 3231.0113 6' Chain Link, Steel 3231 13 LF 1638 $30.00 $49,140,00 93 3231.0211 Barbed Wire Fence, Metal Posts 3231 26 LF 532 $8.00 $4,256.00 94 3231.0412 6' Fences, Wood 3231 29 LF 28 $36.00 $1,008.00 95 9999.0007 6' Sheet Metal Fence 3231 13 LF 37 $98.00 $3,626.00 96 9999.0008 Wire Cable Fence 3231 13 LF 35 $60.00 $1,750.00 97 9999.0009 32' Gate, Sheet Metal 3231 13 EA 1 $9,000.00 $9,000.00 98 9999.0010 40' Gate, Chain Link Steel 3231 13 EA 1 $6,200.00 $5,200.00 99 9999.0011 48' Gate, Chain Link Steel 3231 13 EA 2 $6.000.00 $12,000.00 100 9999.0012 52' Gate, Chain Link Steel 3231 13 EA 3 $7,000.00 $21,000.00 101 9999.0013 Temporary 6' Fence, Chain Link 3231 13 LF 391 $9A0 $3,519.00 102 3291.0100 Topsoil 3291 19 CY 7478 $27.00 $201,906.00 103 3292.0100 Block Sod Placement 329213 SY 26235 $4.00 $104,940.00 104 3292.0400 Seeding, Hydromulch _ .329213 SY 12530 $1.30 $16,289.00 105 3292.0500 Seeding, Soil Retention Blanket 32 92 13 SY 6100 $1.80 $10,980.00 106 3293.0104 Plant 4" Tree 32 93 43 EA 1 $1,200.00 $1.200.00 107 3305.0109 Trench Safety .330510 LF 5304 $2.00 _ $10,608.00 108 3305.0102 Cathodic Protection Test Station 33 05 14 EA 6 $300.00 $1,800.00 109 3305,0111 Valve Box Adjustment 33 05 14 EA 23 $400.00 $9,200.00 110 3365.0114 Manhole Adjustment, Major w/ Cover 33 05 14 EA 5 $2,600.00 $13,000.00 EA 111 3305.0108 Misc. Structure Adjustment - Vault - 33 05 14 Risinger STA 14+83.07 1 $2,000.00 $2,000.00 112 3305.0108 Misc, Structure Adjustment - ARV- 33 05 14 EA Risinger STA 16+53.71 1 $4.000.00 $4,000.00 113 3305,0108 Misc. Structure Adjustment - ARV- 33 05 14 EA Risinqer STA 17+83.76 1 $5,000.00 $5,000.00 114 3305.0108 Misc. Structure Adjustment - Vault - 33 05 14 EA Risinger STA 22+63.41 _ 1 $2,00.0.00 $2,000_.00 EA 115 3305.0108 Misc. Structure Adjustment - Vault - 33 05 14 Risinqer STA 39+33.64 1 $2,00000 $2,000.00 116 3305.0108 Misc. Structure Adjustment - Vault - 33 05 14 EA Risinger STA40+86.06 _ 1 $4,000.00 $4,000.00_ 117 3305.0108 Misc. Structure Adjustment - ARV - 330514 EA Risinqer STA 41+11.29 3305.0108 Misc. Structure Adjustment - Vault - 330614 EA 1 1 $5,000.00 $2,000.00 $5,000.00 $2,000.00 118 119 3305.0108 Misc. Structure Adjustment - ARV - 33 05 14 EA _ Risinqer STA 41+59.13 1 $5,000.00 $5,000.00 120 3305.0108 Misc. Structure Adjustment - Vault - 33 05 14 EA Risinqer STA 49+04.22 1 $2,000.00 $2,000.00 121 3306.0108 Misc. Structure Adjustment - Vault - 33 05 14 EA Risinqer STA 57+71.38 1 $4,000,00 $4,000.00 122 3305.0108 Misc. Structure Adjustment - ARV - 33 05 14 EA Risinqer STA 57+91.82 1 $5,000.00 $5,000.00 123 3305.0108 Misc. Structure Adjustment - ARV - 33 05 14 EA Risinger-STA 67+20.46 1 $5,000.00 $5,000.00 124 3305.0108 Misc. Structure Adjustment - ARV - 33 05 14 EA Risinqer STA 67+49.08 1 $5,000.00 $5,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT$ Form Revised 20120120 Risinger Rd from Mccart to Crawley Rd ADM#I - FTW As SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 9 of 13 Bidder's Application Project item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 125 3341.0103 18" RCP, Class Ill 3341 10 LF _4 $75.00 $300.00 _ $76.00 126 3341.0201 21" RCP, Class III 3341 10 LF 851 $64,676.00 $95.00 127 9999.0014 21" RCP, Class III - Water Tight Joints 3341 10 LF 147 $13,965.00 128 3341,0205 24" RCP, Class III 3341 10 LF 930 $76.00 $70,680.00 129 3341.0302 30" RCP, Class III 3341 10 LF 817 $88.00 $71,896.00 130 3341.0305 33" RCP, Class I I 1 3341 10 LF 425 $135.00 $57,375.00 131 3341.0309 36" RCP, Class ill 3341 10 LF _319 $155.00 $49,445.00 132 3341.0402 42" RCP, Class III 3341 10 LF 663 $196.00 $129,948.00 133 9999.0015 42" RCP, Class III -Water Tight Joints .3341 10 LF 393 $215.00 $84,495.00 134 3341.1001 3x2 Box Culvert 3341 10 LF 300 $138.00 $411400.D0 135 9999.0016 4x3 Box Culvert - Water Tight Joints 3341 10 LF 94 $243.00 $22,842.00 136 9999.0017 6x3 Box Culvert - Water Tight Joints 3341 10 LF 361 $377.00 $136,097.00 $32,500.00 137 3349.0001 4' Storm Junction Box 33 49 10 EA 5 $6,500.00 138 3349.0002 5' Storm Junction Box 33 49 10 EA_ _ 3 $10,600.00 $31,800.00 139 3349.0102 4' Manhole Riser 33 49 10 EA 2 $4,300.00 $8,600.00 140 3349.4001 SET, Type I for Box Culverts 33 49 40 CY 4.3 $1,200.00 $5,160.0_0 141 3349.6001 10' Recessed Inlet 33 49 20 EA 27 _ $5,400.00 $145,800.00 142 3349.6002 15' Recessed Inlet 33 49 20 EA _ _3 $8,800.00 $26,400.00 143 3441.1001 3-Sect Signal Head Assmbly 344110 EA 12 _ $1,100.00 $13,200.00 144 3441.1011 Ped Signal Head Assmbly 3441 10 EA 12 $800.00 $9,600.00 145 _ 3441,1031 Audible Pedestrian Pushbutton Station 3441 10 EA 10 $1,200.00 $12,000.00 146 3441.1209 Furnish/install BBU System EXT Mounted .3441 10 EA 1 $7,000.00 $7,000.00 4 147 3441.1215 Furnish/install Hybrid Detection System 3441 10 APR $7,500.00 $30,00.0.00 _1040 148 3441.1217 Furnishllnstall Hybrid Detection Cable 3441 10 LF $3.00 $3,120.00 _ $435.00 149 3441.1224 Furnish/install Preemption Cable 3441 10 LF 290 $1.50 150 3441.1226 Furnishllnstall Model 722 Preemption 3441 10 EA 1 $6,000.00 $6,000.00 151 3441.1310 41C 14 AWG Multi -Conductor Cable 3441 10 LF 1620 $1.20 $1,944.00 152 3441.1311 51C 14 AWG Multi -Conductor Cable 3441 10 LF 725 $1.50 --$5.00 _ $1,087.50 153 3441.1315 20/C 14 AWG Multi -Conductor Cable 3441 10 LF 760 $3,800.00 ' $1.20 154 3441.1322 31C 14 AWG Multi -Conductor Cable 3441 10 LF 1940 $2,328.00 155 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 60 $2.00 $120.00 156 3441.1409 NO 8 Insulated Elec Condr 3441 10 _ LF 1840 $1.50 $2,760.00 157 3441.1414 NO 8 Bare Elec Condr 3441-1-6 LF 885 $1.50 $1,327.50 158 3441.1502 Ground Box Type B, wlApron 3441 10 EA 22 $600.00 $13,200.00 _ _$4,500.00 159 3441.1503 Ground Box Type D, wlApron 3441 10 EA _6 $750.00 160 3441.1505 Ground Box Type DS (TxDOT), wl Apron 3441 10 EA 16 $3,000.00 $48,000.00 161 3441.1603 Furnish/install 10'- 14' Ped Pole Assmbly _ 34 41 10_ _ EA 6 $1,000.00 $6,000.00 162 3441.1614 Furnish/install Type 44 Signal Pole 3441 10 EA 1 $4,000.00 $4,000.00, 3441 10 _ EA_ 3 163 3441.1615 Furnishllnstall Type 45 Signal Pole $7,000.00 $_21,000.00 164 3441.1624 Furnish/Install Mast Arm 40' - 48' 3441 10 _ EA 1 $3,000.00 _ $3,0_00.00 165 3441.1625 Furnishlinstall Mast Arm 52' - 60' 3441 10 EA 3 _ $6,000.00 $18,000.00 166 3441.1701 TY 1 Signal Foundation 3441 10 EA 6 $1,000.00 $6,000.00 167 3441.1704 TY 4 Signal Foundation 3441 10 EA 1 $3,500.00 $3,500.00 168 3441.1765 TY 5 Signal Foundation 3441 10 EA _ 3 $4,000.00 $12,000.00 169 3441.1715 Signal Cabinet Foundation - 352i & BBU 3441 10 EA _ 1 $3,500.00 $3,500.00 170 3441.1725 Furnish/Install ATC Signal Controller 3441 - 10 EA 1 $4,000.00 $4,00_0.00 171 3441.1741 Furnishllnstall 352i Controller Cabinet 3441 10 EA 1 $17,000.00 $17,000.00 172 3441.1752 Furnishllnstall Type 41 Breakaway 34 41 20 EA 41 $500.00 $20,500.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Rovised 20120120 Risingur Rd from Mecart to Crowley Rd ADM#] - FTWAS SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 10 of 13 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No, Measure 173 3441.1771 Furnish/install 120-240 Volt Single Phase .344120 EA 1 $6,000.00 $6,000.00 174 3441.2001 Salvage Traffic Signal 3441 13 EA 1 $4,000.00, $4,000,00 176 _ 3441 3002 Rdwy Illum Assmbly TY 8,11,D-25, and D- 34 41 20 EA 3 $1,600.00 $4,800.00 176 3441.3003 Rdwy Illum Assmbly TY 18,18A,19, and D- 3441 20 EA 38 $2,000.00 $76,000.00 177 _ 3441.3050 Furnish/install LED Lighting Fixture (70 3441 20 EA 1 $500.00 _ $500.00 178 3441.3051 Furnishllnstall LED Lighting Fixture (137 3441 20 EA 13 $600.00 $7,800.00 179 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 34 41 20 EA 3 $1,000.00 $3,000.00 180 3441.3302 Rdwy Illum Foundation TY 3,5,6, and 8 34 41 20 EA 38 $1,300.00 $49,400:00 181 3441.3404 2-2-2-4 Quadplex Alum Elec Conductor 3441 20 LF 7567 $3.00 $22,701.00 182 3441.3411 Reconnect Conductor 3441 20 EA 3 $150.00 $450.00 183 _ 3441,3501 Salvage Street Light Pole 3441 20 EA 3 $300.00 $900.00 184 9999.0018 Salvage Street Light Arm and Luminaire 3441 20 EA 4 $150.00 $600.00 185 3441.4001 Furnishllnstall Alum Sign Mast Arm Mount 3441 30 EA 8 $400.00 $3,200.00 186 3441.4002 Furnish/Install Alum Sign Ground Mount 3441 30 EA _ 2 $450.00 $900.00 187 3441.4003 Furnishllnstall Alum Sign Ground Mount 3441 30 EA 15 $350.00 $5,250.00 188 3441,4108 Remove Sign Panel and Post 34 41 30 EA _ 36 $80.00 $2,880.00 189 3471.0001 Traffic Control 3471 13 LS _ 1 $60,000,00 $60,000,00 190 9999.0019 Monolithic Nose 32 13 13 SF 1277 $20.00 $25,540.00 191 9999.0020 Patterned Concrete TxDOT 538 SF 2652 _ $13.00 $34,476.00_ 192 9999.0021 Remove Illumination Ground Box 02 41 13 EA 1 $250.00 $250.00 193 9999.0022 Remove Barricade 0241 13 LF 2_75 $4.00 $1,100A0 194 _ _ 9999,0023 Remove Bollard 0241 13 EA 7 $30.00 $210.00 195 _ _ 9999.0024 Remove and Replace Bollard 0241 13 EA 7 $300.00 $2,100.00 196 9999.0025 Remove Loading Dock _ 0241 13 EA 2 $2,800.00 _$5_600.00 197 9999.0026 Remove and Replace Mail Box 9999.0027 Remove and Replace Private Billboard 9999.0028 Floating Turbidity Barrier 0241 13 0241 13 TxDOT SS EA EA LF 2 1 150 $200.00 $300.00 $25.00 $400.00 198 $300.00 $3,750.00 199 Unit III: Paving and Drainage Improvements Subtotal $7,345,973.40 Bid Summary Base Bid Unit I: Water Improvements Subtotal $198,253.00 Unit It: Sanitary Sewer Improvements Subtotal $105,205.00 Unit III: Paving and Drainage Improvements Subtotal $7 345 973.40 Total Base Bid $7,649,431.40 END OF SECTION CITY OF FORT- WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20I20120 Risinger Rd from Mccart to Crowley Rd ADM# I - FTW.xls West, Jennifer From: Jose Contreras <josec@jacksontx.net> Sent: Friday, June 21, 2019 4:32 PM To: West, Jennifer; 'Carmen Estep' Subject: RE: CO2239, Risinger Road from McCart Avenue to Crowley Road Follow Up Flag: Fallow up Flag Status: Flagged Good afternoon Jennifer, The correct contract amount is $7,649,431.40. Let me know if you have any questions. Thanks Jose Contreras Jackson Construction, Ltd. 5112 Sun Valley Dr. Fort Worth, Texas 76119 Phone #817-572-3303 Fax #817-478-0443 From: West, Jennifer <Jennifer.West@fortworthtexas.gov> Sent: Friday, June 21, 2019 3:17 PM To: Carmen Estep <CarmenE@jacksontx.net> Cc: 'Jose Contreras' <josec@jacksontx.net> Subject: RE: CO2239, Risinger Road from McCart Avenue to Crowley Road My apologizes. I've attached a copy. If you need anything else, let me know. Thanks, Jennifer From: Carmen Estep [mailto:CarmenE@jacksontx.net] Sent: Friday, June 21, 2019 3:12 PM To: West, Jennifer <Jennifer.West fortworthtexas. ov> Cc: 'Jose Contreras' <josec@iacksontx.net> Subject: FW: CO2239, Risinger Road from McCart Avenue to Crowley Road Jennifer: There is not an attachment of the bid documents. Will you send it? Thank you, Carmen Estep A� _W7 i �2 Jackson Construction, Ltd 5112 Sun Valley Drive Fort Worth, TX 76119 817-572-3303 Office 817-478-0443 Fax From: Jose Contreras [mailto:iosec@iacksontx.net] Sent: Friday, June 21, 2019 2:26 PM To: 'Steve Haberstroh' <steveh@iacksontx.net> Cc: 'Carmen Estep' <CarmenE(@jacksontx.net> Subject: FW: CO2239, Risinger Road from McCart Avenue to Crowley Road Please read below Jose Contreras Jackson Construction, Ltd. 5112 Sun Valley Dr. Fort Worth, Texas 76119 Phone #817-572-3303 Fax #817-478-0443 From: West, Jennifer <Jennifer.West@fortworthtexas.go_v> Sent: Friday, June 21, 2019 2:20 PM To: office@iacksontx.net Cc: TPW Contracts<TPWContracts@fortworthtexas,gov>; Auldridge, JT<JT.AuIdridge @fortworthtexas.gov>; Striker, Karen R. <Karen.Striker fortworthtexas. ov> Subject: CO2239, Risinger Road from McCart Avenue to Crowley Road Mr. Jackson, The executed contract for City Project No. CO2239, Risinger Road from McCart Avenue to Crowley Road is ready to be picked up. We are located downtown in City Hall on the second floor of the southeast corner of the building, If you need assistance with directions, this hyperlinl< to City Hall will bring you to Google Maps. There is a discrepancy between the Bid Form (00 4100.) total bid amount and the Proposal Form Unit Price (00 42 43) total bid amount. The Bid Form (00 4100) shows $1,059,733.31 while the total bid amount on the Proposal Form is $7,649,431.40. 1 have attached a copy of the bid documents for your reference. Please confirm the total bid amount that should be reflected in Section 6 of the Bid Form (00 4100). You may confirm the total bid amount by replying to this email. This email will become part of the contract and placed immediately following the Bid Form. If you have any questions or need assistance, please don't hesitate to ask. Thank you, Jennifer West Capital Deliveiy Contract Coordinator Transportation and Public Works 200 Texas Street Fort Worth, Texas 76102 817.392.7233 Phone 817.392.8092 Fax Jennifer. West ,fortworthtexas. ggv Bid Bond CONTRACTOR: (Name, lcgrrl slalrrs arrd rrdrhti=.ss) Jackson Construction, Ltd 5112 Sun Valley Drive Fort Worth TX OWNER: (Name, legal status arrd addr ass) City of Fort Worth 200 Texas St. Forth Worth 0cumont A31OTM - 2010 Conforms with The American Institute of Architects AIA Document 310 SURETY: (,'�'iurr¢, lc�grrl strrtrrs rrrrdlrr�rrcrlrullrlacc rfhtr.+frreti:�) The Hanover insurance Company 440 Lincoln Street 76119 Worcester MA 01653 TX 76102 This document has Important legal consequences. Consultation with an attorney Is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. BOND AMOUNT: $ 5% (GAB) Five Percent of the Greates Amount Bid PROJECT: (Sane, location or addross arrd 1'r-g1ec1 r umber; !f aryl} Risinger Road from McCart Avenue to Crowley Road. Project#02239 - City of Fort Worth The Contractor and Surety are bound to the Owner in tits amount set forth above, for the paylnont of wilicit the Contractor and Surety bind theinsclves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. Tile conditions of this Boad are such that if the Owner accepts the bid of the Contractor within the time specified in ilia bid documents, or within such iinic period its may be agreed to by ilia Owner and Contractor, and Ilia Contractor either (1) e[tters into a contract with Ilia Owner in accordance with the ternis ofsuelt bid, and gives such bond or bonds as may be specified in ilia bidding or Coatract Iocuments, wills a surety admitted in the jurisdiction of ilia 1'roicct and otherwise acceptable to ilia Owner, for the faithful performance of such Contract and for ilia prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to ilia Owner the difference, not to exceed the atnoluit of this Bond, between tita amount specified ill said bid arrd such larger amount for which the Owner may in good faith contract with another party to pedbrnt the %vork covered by ~aid bid, then this obligation shall be null and void, otherwise to remain in 1it11 force and ell'eet. The Surety hereby waives any notice ol'an agreement between the Owner and Contractor to extend the time in which [lie Owner stay accept the bid. V4'aiver of notica by [he Surely shall not apply to any extension exceeding sixty (60) days in Ilia aggregate beyond tie time lbr acceptance of bids specilied in the bid documents, and the Owner and Contractor shall obtain the Surety's consent litr an extension beyond sixty (60) days. If this Bond is issued ill connection with a subconlractor's bid to a Contractor, the term Contractor is this Bond shall be deemed to be Subcontractor and the term Owner shall be decntod to be Contractor. When this Bund has been Burnished to comply with a statutory or other legal requirement in file location ol'the Projecl, any provision in this Bond conflicting with said slatu[a y or legal requirement shall be deemed deleted heretrom and provisions conlbmting tat such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall bo construed as a titatutor%, bond and not as a common law bond. Signed and scaled this 28th day of March, 2019 Jackson Construction, Ltd. �. (Pr�rrcfpaf) (5c�alj By. With') - reM[ t ' The Hanover Insurance Company A".,.,.0 hSrnct3) (,Serr1J ibs (I!'lr►rcs:tiy euta un By 1! . ack M. rowley hey -in -Fact 5-00541AS 8110 THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE. PRESENTS: Thai THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMP,.NY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Steven R. Foster, .tack M. Crowley, Patricia A, Smith and/or Made Perryman of Dallas, TX and each is a true and lawful Attorneys) -in -fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Thirty Five Million and No/100 ($35,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on Its behalf as Surety any and all bonds, recognizance$, contracts of indemnity, waivers of citation and all otherwritings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Atturneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be seated with their respective, corporate seals, duly attested by two Vice Presidents, this 5th day of December 2011. �„ Yrn�+ru,� �asm- y„axunrnr c3��.4y1 THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. THE HANOVER INSURANCE COMPANY MAE>5ACHUSE' 8 BAY INSURANCE COMPANY CITIZENS SURANCE 0MPANY OF AMERICA . 4, Robert Thomas. Vice Prtn idont 1o<, bretts1rum, Vict; President On this 5th day of December 2011 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations, 13ARDARA A, GARUCK Wary PUMC y� CemmonrreaflhotMaSSR0901ie t,�y Gormnsticn l:i�ir�s 6crF..2l, 295e . Barbara A. Garlick, Notary Public My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and torrent copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and cedificalion in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one :or rriore of any such signatures thereon may be facsimile.` (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14,1982 -Massachusetts Bay Insurance Company; Adopted September7, 2001 - Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this day of /4" 20 / c . THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA I fin Margoslan, Vice President f 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 11 of 13 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 Stare Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , our principal place of business, are not required to Underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 0 BIDDER: Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth, Texas 76119 END OF SECTION By: Troy L. Jackson (Signature) Title: President Date: z 1 01 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Risinger Rd from Mccart to Crowley Rd ADM#1 - FTW.xis 004511-1 BIDDERS PREQUALIFICATIONS Page I of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements . a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 004511 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should; (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time anew financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequaliflcation Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "NIA" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequaliflcation. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance, c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 0045I1-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. 111►11=I] W1 DEN Y [110 CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Urban and Renewal, 12-inch diameter and Jackson Construction, Ltd. 4/30/2019 smaller Sewer Collection System, Urban/Renewal, 12-inches and Jackson Construction, Ltd. 4/3012019 smaller Concrete Paving Construction/Reconstruction Jackson Construction, Ltd. 4/1/2020 (15,000 square yards and GREATER) Roadway and Pedestrian Bean Electric, Inc. 3/12/2021 Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Jackson Construction, Ltd. By: Troy L. Jackson 5112 Sun Valley Drive eairiJ el (S' nature) Fort Worth, Texas 76119 Title: President Date: 3 Z Z S Z0 t �1 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Risinger Rd from Mccart to Crowley Rd ADM#1 - FTW.xIs 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 02239 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Jackson Construction, Ltd. By: Troy L. Jackson Company (Please Print) 5112 Sun Valle, Drive Signature: Address Fort Worth Texas 76119 Title: President City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersi ned authority, on this day personally appeared Ip W"n _ _ , known tome to be the person whose name is subscribed to the foregoing instrumend cn wledged to me that he/she executed the same as the act and deed of lv for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this op� day of 201q . Nicole McCollum My Commission Expires 1013012022 ID No. 12906MB END OF SECTION Public in and for the State of Texas CITY OF FORT WORTH RISINGER ROAD FROM MCCARI' AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July I, 2011 00 45 Gila . ) Mimrity BLAness Diterprise Speci Ficuliups Page 1 irf? I SECTION 110 45 40 2 Minority Business Enterprise Specifications 3 APPLIC 'r [ON OFPOLICY 4 If the tested dollar value of Cite contest is greater than $50,000, Cheri a MBF subQontracting goal is 5 applicable. 6 7 POLla STA'TLr FlV`IE' S It i5; the policy of thu City of Fort Worth to ensure (tic Ball -and equitable pwtieipoion by Minarity 9 Business Enteiprises (MBE) in the: procurement of all goody and services. All requirements and in rogulatious stated in the City's current BwilneSss Diversity Ettte:rprise Ordinances 4apply to This bid. I 12 MBE PROJECT GOALS 13 Tlie City's MBE goal on this project is 20 of the total bid value of the contrael (Bass bid applies to 14 Parks and Community Services), 15 Cb Mote: If both MBE and SBE suboontrseting gaols are cstablinhed for this project, then an Offeror 17 muikt suhmiI both a MBE Utllization Form and a SBE UtillaoIion Form to be deeinM rnponaive. 18 20 On City contracts $50,000 or more where a MBI, suhcontract,iug goal is Itpplicd, f?Mrors are tequired to 21 coin ply with the intent of the City's Business Diversity Enterprise Ordinance by one of thv €eellowing; 22 1. Meet or exceed the ahave stetted )CBE goal through MBE subcon trad Ing pardeipation, or 23 2. Meet or exceed the abave stated NIB goal thritugh M 0K Join Venture parlicipalion, 01- 24 3. Caod Faitb Effort dociemen tation, or; 25 4. Prime Wniver documentation. 26 27 28 29 30 31 32 33 34 "B VIITTA1, O1E+ REQUIRED DO UMENTATI The; Applicable documents Lneft be n=ived by the Purchasing Division, within the €ollowing, times a I kic a Ied, ill order for the entire bid it, be considered reslxon,ive to the-,peG [fic w ion s. The 0Mrpr oball doIiYer the 1 .13 E d"umewinor.i0n in person tn. 111c appropriWe employer of the purob 4ing. divinion and obutin a dateltimer cri: Opt. Binh mceipt shall hn cvidoncp rhar i b v City rw3jv4d thv, d4ownIatiort in ft time aIIneated. A fined and/or umal led c0T1Y WIN 110t be arcdePh d. 1. Snbcontrnetor Utilthmilian Fern. if received no later than 2.00 p.m., on [lie second City business gnat is met or exceeded; day after the bid opening date, exclusive of the bid opening data. 2. Good C'slfh Effort and r oived no later than 2:00 p.m., ou the second City busine m Subcontractor Utilization Foam, if day agar the bits ope,iing date, exclusive of the bid opening participation is less than staledgoal: date;. 3. Gaud Faille Effort and received no later ihan 2,00 p.m., on the second City business ubeontractor Utilization Farm, if flo days after the bid upon ing dotes, exclusi+e of the bid opening [GIBE artici alion: date. q. Prime Contractor Waiver Porrrw, mceivod no later than 2:GD p.m., an the: sewnd City bkisinos3 if you will pf rform all day after the bid opening date, exclusive of the hid opening contracti; gWjiippl i.e.r work: date. CITY Of PORT WORTH W INC E R ROAD FROM MCC -ART A Vr. TO CROWLE, V RU_ STANDAW) CONSTRUCTION SPW3FICA►11ON 0000MEN7'd 02239 Rtvised Junes 9.2015 2 3 a S 6 HAS44-r Minotily 1 njikesrL Lhtmpixc Spe6fleutimm psw z of2 5. Joint Venture Form, if goal is mec received no later than 2:09 p,m„ on the sroond City bnsirress or exceedod_ day alter (lie laid ope4ling date, exclusive of the bid opening duty. FAILURE TO COMPLY WITH THE CIT'Y'S BUSINESS DI EitSM ENTLRIIRISE ORDINANCE WILL RESULT IN T14U 131D BEING CONSIDERED NO-M FSONS IV E TO SP E CirICATIONS. FALLIIILE TO SU8MI'T THE REQU[RE D MBE DOC11MENTATION WILL RESULT IN THE III BEING CONSIDERED NONRESPONSIVE. Ar SECOND FALLUAG WILL RESULT IN 1'NE OFFEROR BEING DI&QUALIFIED riOR A PERIOD OF ONE VEAR.'IHREE )FAILURES IN A DIVE YEAR PFRIOD WTH. kKS1;LT IN A DTSQUALTPIC:AI'roN PER 10 b OF T14RL?E YEARS. 7 Any Qursflow, Please CanfiteI The NMDE Mee it (817) 212-2,674. 8 K-ND OF SECTION 9 10 1I U Y 017 x0RT WORTII RiSINGER ROAD FROM MCCARTAVEA'D CROWLEY HD- wANPATM WNS'TA11'1710N gREC IFICA-110N JWUMEKS 07.239 Rewl.wA lu15p 9, 2014 00 52 43 - 1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on s��j 1 L is made by and between the City of Forth 5 Worth, a Texas horde rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and Jackson Construction, Ltd., authorized to do business in Texas, acting by and 7 through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 RISINGER ROAD FROM MCCART AVENUE TO CROWLEY ROAD 17 02239 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds, of Seven Million Six Hundred Forty -Nine Thousand 21 Four Hundred Thirty-one and 40/100 Dollars ($7,649,431.40). mm 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 365 days after the date when the 25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General 27 Conditions. 28 4.2 Liquidated Damages 29 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 31 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 33 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 34 instead of requiring any such proof, Contractor agrees that as liquidated damages for 35 delay (but not as a penalty), Contractor shall pay City One Thousand three hundred 36 Dollars ($1,300) for each day that expires after the time specified in Paragraph 4.1 for 37 Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised 11,15.17 005243-2 Agreement Page 2 of 5 38 Article S. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6, Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damaees being sought were caused, in whole or in hart. by anv act, omission or neElilfence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised 11.15.17 00 52 43 - 3 Agreement Page 3 of 5 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city, its officers, servants and employees, from and against any and all loss, damage 86 or destruction of property of the city, arising out of, or alleged to arise out of, the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended to operate and be effective even if it is_alleged_ or 90 proven that all or some of the damages being sought were caused, in whole or in part, 91 by any act, omission or negligence of the city. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon CITY and 108 CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the State of III Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 115 than the duly authorized signatory of the Contractor. 116 1 ] 7 7.7 Prohibition On Contracts With Companies Boycotting Israel. 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or 120 services unless the contract contains a written verification from the company that it: (1) 121 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised 11.15.17 00 52 43 - 4 Agreement Page 4 of 5 122 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 123 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 124 certifies that Contractor's signature provides written verification to the City that 125 Contractor: (l) does not boycott Lvrael; and (2) will not boycott Israel during the terra of 126 the contract. 127 128 7.8 Immigration Nationality Act. 129 Contractor shall verify the identity and employment eligibility of its employees who 130 perform work under this Agreement, including completing the Employment Eligibility 131 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 132 - all_ 1-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 134 establish appropriate procedures and controls so that no services will be performed by any 135 Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 138 THIS`` PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 140-- s, Contractor, shall have the right to immediately terminate this Agreement for violations of 141 this provision by Contractor. 142 143 7.9 No Third -Party Beneficiaries. 144 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 145 and there are no third -party beneficiaries. 146 147 7.10 No Cause of Action Against Engineer. 148 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 149 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 150 subcontractors, for any claim arising out of, in connection with, or resulting from the 151 engineering services performed. Only the City will be the beneficiary of any undertaking by 152 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 153 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 154 in any way responsible for those duties that belong to the City and/or the City's construction 155 contractors or other entities, and do not relieve the construction contractors or any other 156 entity of their obligations, duties, and responsibilities, including, but not limited to, all 157 construction methods, means, techniques, sequences, and procedures necessary for 158 coordinating and completing all portions of the construction work in accordance with the I59 Contract Documents and any health or safety precautions required by such construction 160 work. The Engineer and its personnel have no authority to exercise any control over any I61 construction contractor or other entity or their employees in connection with their work or 162 any health or safety precautions. 163 164 SIGNATURE PAGE TO FOLLOW 165 CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised 11.15.17 166 167 168 169 170 171 172 173 174 175 176 177 178 005243-5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date'). Contractor: Jackson Construction, Ltd. By: 1 �� (Sig Lure) Troy L.Jackson (Printed Name) Title: President Address: 5112 Sun Valley Drive City/State/Zip: Fort Worth, Texas 76119 i V Date City of Fort Wort' By: . f, fI*,.Assistant City Manager Date Attest: City S1 (Seal) M&C Date: Form 1 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting r uirements. JoAn a M. Kamman, P.E., CPM Program Manager trov For and Legality: Douglas W. Black Assistant gity Attorney Steve ke " "` - INT) RIM DIRECTOR, Transportation and Public Works ®FFIC9AL RECORD CITY OF PORT WORTII RISINGER ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 jff K1VDA�KMgEY RD. FI. wowf H, Ix 02239 0061 13 - 1 PERFORMANCE BOND Bond #1074812 Page I oft I SECTION € 0 61 13 2 PERFOR LANCE BOND 3 4 TEE STATE OF TEXAS § 5 § KNow ALL 13Y THESE PRESENTS, 6 COLNTY OF TAR ANT § 7 8 That we, Jackson Construction Ltd. , known as 9 "Principal" herein and The Hanover Insurance Company , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as I 1 "Surety" herein (whether one or more); are held and firmly bound unto the Cite of Fort Worth, a 12 municipal corporation created pursuant to the laws of 'Texas; known as "City" herein, in the penal 13 sum of, Seven Million Six Hundred Forty -Nine Thousand Four Hundred Thirty-one and 40/100 14 Dollars ($7.649,43.1.4-0), lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our 16 heirs; executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 Ws,.ER-F.,4S, the Principal has entered into a certain written contract with the City 19 awarded the day of;A!-- 2© ; which Contract is hereby referred to and 24 made a pat hereof for all purposes as if fully set forth herein, to furnish all rnaterials, equipment 21 labor and other accessories defined by ]aw, in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as Risinger Road from McCart Avenne to 23 Crowley Road, 02239. 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Drders, under the Contract; according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void; otherwise to remain is full force and effect. 30 FRE V-MED FURTHER, that if any legal action be E:e-d on this Bona, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth DivisioTi. CrTY OF FLIRT WORTH R1SIl+lGER ROAD FROM MCCART AVE. TO CRt N1Iri.EY RD, STANDARD CONSTRUCTION SPECIFICATION DOCUV ENTS 07734 Revisd 1u1y I, 2011 006113-2 PERFORMANCE BOND Nee 2 of 2 l This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Govom.ment Code, as amended, and all Iiabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN W NTESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrumeint by duly authorized agents and officers on this the 3rd day. of July 6 ,20119 . 7 8 9 10 12 13ATTEST: 14 R 15 v 16 tPrio ipal) Seer 17 18 20 21 22 l9 tt, A,Fs Prin,cipal 23 24 25 26 27 28 29 30 31 32 33 3 35 36 37 rtness as to Surety 38 39 40 PRINCIPAL: JaCksorE CCMSU 4 CF 60n, Lid Troy L. Jackson, President Name and Title Address: 512 Sure Valley Drive Fort Worth Texas 76119 SURETY: The Hanover Insurance Company Jack M Crawley, Attorney in Fact Name and Title Address: 15305 Dallas Pkrays 01100 Addison TX 75001 Telephone Number. 972-385-9800 41 *Note: If signed by art 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 UTT,' OF FORT WORTH RISMER ROA17 FROM MOCART AVE. TO CROVr'LEY RD. STANDARDCONSTRUCT?ON SPECIFKADON fYOCUMENI-S U27 o Revisvt )ufy !, 2031 Oa 61 14 - 1 PAYMENT BOLD Pa_ee 1 of 2 Bond #1074812 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW A-L BY THESE PRESENTS: 6 COUNTY OF T,4RRANT § 7 8 That we, Jackson Construction. Ltd. known as 9 "Principal" herein, and The Hanover insurance Company , a 10 corporate surety (sureties); duly authorized to do business in the State of Texas, known as 11 -Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the penal sum of Seven Million Six Hundred Forty-Nirle Thousand Four Hundred Thirty-one 14 and 40/100 Dollars ($7,643.431.40), lavaful.money of the United States; to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sure well and truly be evade, we bind ourselves, 16 our heirs; executors, administrators, successors Dd assigns, jointly and severally, firmly by these 17 presents: 18 0 i AAVV EREAS, Principal has entered into & certain written Contract with City, awarded the 19 p'-J day of = , 20 ' , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein; to fiimzish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as Risinger Road from McCart Avenue to Crowley Road, 02239. 23 NOW, THEREFORE, THE CONDI T 1ON 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 GDveT-nMb-lt 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 RISNGIER ROAD FROM MiCC4RT AVE. TO CROWLEY R.D. STANDARD CoNsTRucnoN SPECIFICATION DOCUM04TS 02239 Revised July 1., 261 I 0061 14 -2 PA YMENT BOND Page 2 of 2 I IN WITNESS WHERE€?F, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 3rd day of j —_Jaly.__._....._. _ _ , 20 19 4 5 6 7 8 4 10 IF 12 ATTEST: (Principal) Secretary Ytclev� i ess as to Principal ATTEST: (Surety) C Wiliness -S to Surety, PRINCIPAL: Jackson Construction. L,td. a Troy L.Jackson- President Name and Title Address. S 12 Sun Valley Drive Fort Word- Texas 76119 SURETY: The Hanover Insurance Company i BY: Sig .Tack M Crowley, Attorney in Fact Name and Title Address: L 3_QDalian Pkw , ff 1100 _Addison. TX 75001 Telephone Number: 72 2-385-9800 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety�s physical address is different from its mailing address, bath must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF PORT WORTH RISFNGER ROAD FROM MiCCART AVE To Ck2DW -EY RD. STANDARD CONSTRUCTION SPECtFtCA'nGX DOCUMENTS 02234 Rn ised July k. 20k 1 006114-1 hiAiNTENANCE BOND Page 1 of 3 Bond #1074812 1 SECTION 00 61 19 2 MANTENTANCE BOND 3 4 THE STATE € F TEXAS � 5 § NNOW ALL. BY THESE PRESENTS: 6 COUNTY OF TAR ANT § 7 8 That we Jackson Construction, Ltd. known as 9 "Principal" herein and The Hanover Insurance Company , a corporate surety 10 (sureties,- if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly baund'into the City of Fart Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas; known as "City" herein, 13 in the sun, of Seven Million Six Hundred Forty Nine Thousand. Four HLmdred Thirty-one and 14 40/100 Dollars ($7.649,431.40), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we !Sind ourselves, our beirs, executors; administrators, successors and assigns, jointly 17 and severally, frrmly by these presents. 18 19 W_#E1AS, the principal has entered into a certain written contract with the City awarded 20 the day of it As %�b - - , 20 . ' , which Contract is hereby 23 referred to and a made part hereof for all purposes as if fully set forth Herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as Risinger Road from McCart 25 Avenue to Crowley Road; and 26 27 ValEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the dale of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal birds itself to repair or reconstitict the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORT? RISINGER ROAD FROM MCCART AVE_ TO CROWLEY RD, STANDARD CONSTRUCTION SPECIFICATION D DC MENTS OM9 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 15 17 18 T 20 0061 19 - 2 NEAT MNANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligations shall become null and void; otherwise to remain in full force and effect. PRGVMED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH RIS114GER ROAD FROM MCCART AVE, TO CROWI,EY RD. STANDARD CONSTRUCTION'' SPECIFICATION DDCf_ MEhTTS OMg Revimd .inky 1, 2011 006119-3 MIMNTENANCE BOND Page 3 of 3 IN WITNFSS era-F-ERFGF, the Principal and the Surety have each SIGNET? and. SEALED this 2 instrument by duly authorized agents and officers on this the 3rd day of Jul 3 , 20 19 . a 5 6 7 8 9 10 11 ATTEST: 12 , 13 14 ( ' cipal) Seere 15 16 17 18 19 20 W' ss as to Principa 21 22 23 24 25 26 27 28 29 ATTEST: 30 31 32 (Sur etas 33 J, — 34 35 Witness as to S 36 PRINCLPAL: Jackson Construction. Ltd. Troy L. Jackson. President Name and Title Address: 512 Sun Valley Drive Fort forth. Texas 76119 SURETY: The Hanover Insurance Company Jack M Crowley. Attorney In Fact Name and Title Address: 15305 Dallas PkwT, #1100 Addison, TX 75001 TelephDne Number. 9 7 2-385 —98 00 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 CfTY OF FORT WORTH RISINGER ROAD FROM MCCART AVE, TO CROWLEY RD. ST.A_NDARD CON'STRUCT)ON SPECINCATION DOCUMENTS 022.39 Revised July 1, 2011 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Steven R. Foster, Jack M. Crowley, Sonia Lara and Teuta Luri Of Willis of Texas, Inc. of Dallas, TX each individually, if there be more than one named, as its true and lawful attorneys) -in -fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizance$, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Five Million and Nol100 ($35,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all otherwritings obligatory in the nature thereof, with powerto attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America) 1N WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 10th day of April, 2019. Th3 "anoverinsurance Campany Nassarhasetts Bay Ins+anre r" m_pany CWmens Insurar a Campany of America �J I John C. Ror m F—P ami?iemdent a x"ram!,` -cc aye+ lard THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. Tha i-ia never lrvsur — C--p—y M�rssa ch,�,se[[s Say Za.s�ranceCta'rc�pa ny C@rezgns .Zn�sura nce Company of Avn,e a 3ames13..K2%- ,�ck-i; l-isxFresident On this 101h day of April, 2019 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Caroorations. f?tAFdB J. Rik�i13y9 �vK of �sa�b �r ��� Roane J-.. x o„rcxxn= Pi�327is 102 Commo .,ion Expui , 111an-.h 2(1'2 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 3rdday of June 2019 CERTIFIED COPY: 111=k l4; 6. h`la(i (•_ Y c� C rr.ldrob f - 7Y�e Hanover Insurance Group, The Hanover Insurante Company 1440 Lincoln Streek Worcester, MA 01653 Citizens insurance Company of America 1645 West Grand River Avenue, Howell, MI 4BB43 Texas Complaint Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call The Hanover Insurance Company/Citizens Insurance Company of America`s toll -free telephone number for information or to make a complaint at: 1-800-608-8141 AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de The Hanover Insurance Company/Citizens Insurance Company of America's para informacion o para someter una queja al: 1-800-608-8141 You may also write to The Hanover Insurance Company/ Usted tambien puede escribir a The Hanover Insurance Citizens Insurance Company of America at: Company/Citizens Insurance Company of America al: 440 Lincoln Street Worcester, MA 01615 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. D. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://wwwtdi.texas.gov E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the com- pany 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 con- dition of the attached document. 440 Lincoln Street Worcester, MA 01615 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-2 52-3439 Puede escribir al Departamento de Seguros de Texas: P. Q. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.ctate.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un rec- lamo, debe comunicarse con el agente o la compania primero. Si no se resuelve [a disputa, puede entonces comunicarse con el departamento (fDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 181-145715112) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy 2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent..................................................................................................................................... . ........ 8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... I I 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..............................................o................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities ......... 6.01 Supervision and Superintendence .......................................................................19 .......................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMF..NTS Revision; Febtumy2,2016 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 WOR'11-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnia y2, 2016 Article 10 Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost ofthe 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 STANDARDCONSrRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnuay2,2016 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: Fcbmy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page I of 63 ARTICLE 1 — DEFINITIONS AND TERMINOLOGY t .O1 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 treasured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2,2016 00 72 00 - 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febmuy2,2016 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. 29. 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 WOR'1'11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februn2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item -- An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award --The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 72 00 - 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: Febnoy2,2016 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 1.023 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuary2, 2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: L 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 DOCUMFNTS Revision: Febniary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwary2,2016 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 Crry OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febmaiy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: I . Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febany2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. if there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 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: Fcbmary2, 2016 00 72 00 - 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; CTTY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2,2016 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: I. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Aid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT W01M I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2, if City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall- include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 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: Fehnufry 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2, other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnwy2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City, 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City, In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehnaary2, 2016 007200-1 GENERAL CONDITIONS Page 18 of63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuvy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. , CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaaty2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORT] I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 21 of63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) It 1s at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy Z 2016 007200- 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Pagc 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: if a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.8. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febtumy2,2016 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 OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fobmary2,2016 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. Duly 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. Penally.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 woR m STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbmary2,2016 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: Febmuy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. 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: Febnjary2,2016 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. bttp://www.window.state.tx.us/taxinfo/taxforms/93-forms.htiA 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: Februmy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmazy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2, all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CrrY OF FORT W0R77-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmwy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 31 or63 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: Febnuary2,2016 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: Febniaiy 2, 2016 007200-1 GENERAL CONDITIONS Page 33 of63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALL INTEND D 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 DR_I1N PART, BY ANY ACT. 0 LS-SION 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: Febnimy2,2016 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 O 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: Febmay2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felnuary2,2016 007200-1 GENERAL CONDITIONS Page 36 of63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Vebnimy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is <, insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here 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 DOCUMFNTS Revision; Febmaty2, 2016 007200-1 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmwy2, 2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FOR"1' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnxary2,2016 00 72 00 - 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 fiuther resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARDCONSTRUCI'ION SPECIFICATION DOCUMENTS Revision: Febn=yZ2016 00 72 00 - 1 GENERAL CONDITIONS Page 41 of63 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 11.01.13, 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: Febntwy2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. S. 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. £ 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: Fdmay2,2016 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.1 or specifically covered by Paragraph 11.0LAA, 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 SPECTFTCATION DOCUML;NTS Revision! Febmmy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency 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: Februmy2,2016 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 S250 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 CONSTRUCr10N SPECIFICATION DOCUMENTS Revision: Febntay2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2, where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Revision: Febmary2,2016 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 11.01.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 11.0 LA.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 Delayv 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: Febmay2, 2016 007200- 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehmmy2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2, 2016 007200- 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4, satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkuy 2, 2016 0012 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction. period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision! Febnwy 2, 2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE t4 — 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 FOXI' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuy2,2016 00 72 00 - 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: Febmaiy2,2016 007200- I 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: Febfumy2,2016 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: Febniary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 56 of63 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision; Februwy2,2016 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: FebmayZ2016 00 72 00 - 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 #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 72 00 - 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; Febnay2,2016 007200-1 GENERAL CONDITIONS Page 60 of63 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 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: Febmay2,2016 00 72 00 -1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIF..NTS Revision: February2,2016 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. 1f 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! Febnvuy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 t7.04 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: Febmmy2,2016 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page I of 6 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 I l of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 t5 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 January 28, 2019: 37 38 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2, "Availability of Lands" 47 CITY OF FORT WORTH RISINGF..R ROAD FROM MCCART AVE. TO CROWLIY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 22, 2016 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 6 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of January 28, 2019 EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report, dated October 2014 prepared by CMJ Engineering, a sub -consultant of Halff Associates Inc., a consultant of the City, providing additional information on a geotechnical engineering study for pavement improvements to W. Risinger Road Fort Worth, Texas. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Halff Associates, Inc. (3) Other: BNSF Railroad SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $700,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" CITY OF FORT WORT11 RISINCER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 22, 2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 I 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance 2 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 3 minimum limits of: 4 5 �' I, 000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the 9 General Aggregate Limits apply separately to each job site. 10 I 1 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C., "Contractor's Insurance" 15 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 16 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 19 defined as autos owned, hired and non -owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250, 000 Bodily Injury per person / 25 $500, 000 Bodily Injury per accident / 26 $100,000 Property Damage 27 28 SC-5.04D., "Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 31 material deliveries to cross railroad properties and tracks owned and operated by BNSF Railroad. 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a "Right of 36 Entry Agreement" with the particular railroad company or companies involved, and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy, or touch railroad property: 46 47 (1) General Aggregate: $Conform Limits with Railroad 48 49 (2) Each Occurrence: $Confirm Limits with Railroad 50 51 X Required for this Contra(, Not required for this Contract 52 53 54 With respect to the above outlined insurance requirements, the following shall govern: 55 CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: See Appendix GC-6.07 Wage Rates SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. TxDOT driveway access permit 2. BNSF railroad permit SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of January 28, 2019: Outstanding Permits and/or Licenses to Be Acquired CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION TxDOT SC-7.02., "Coordination" Driveway access permit February 2019 The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority BNSF Crossing panels, gates and house "CITY" SC-8.01, "Communications to Contractor" None SG-9.01., "City's Project Manager" The City's Project Manager for this Contract is J.T. Auldridge, P.E., P.M.P., or his/her successor pursuant to written notification from the Director of Transportation and Public Works. SC-11.02., "Allowances" Construction Allowance Construction Allowance shall consist of miscellaneous construction and other non -subsidiary items requested for construction by the City of Fort Worth and the Project Engineer. Payment for allowance work shall be made by lump sum price agreed on in writing by the Engineer and the Contractor and approved by the City of Fort Worth before said work is commenced, subject to all other conditions of the contract. The Contractor will only charge the fraction of the allowance that yields the agreed upon price which will be considered payment in full for all labor, materials, tools equipment and incidentals and all superintendents' and timekeepers' services, all insurance, bond and all other overhead expense incurred in the performance of the extra work. Any remaining money left in this allowance budget at the conclusion of the project will be kept by the City of Fort Worth. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 22, 2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 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 RISIMER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 22, 2016 SECTION 01 11 00 SUMMARY OF WORK PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 01 11 00- 1 SUMMARY OF WORK Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH RISINOER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 01 Il 00-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as apart of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. S. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH RISINGF.R ROAD FROM MCCART TO CROWLEY RD, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS ]NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction e) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method. 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor; 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINCER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm _ Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date _ Remarks Date Rejected CITY OF FORT WORTH RISINGF.R ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 SECTION 0131 19 PRECONSTRUCTION MEETING PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 013119-I PRECONSTRUCTION MEETING Page I of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruetion Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 17, 2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 c. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 lb and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing cc. Record Drawings f£ Temporary construction facilities gg. MIWBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH RISINGLR ROAD FROM MCCAR'I' TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 17, 2012 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS ]NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised August 17, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 31 20 PROJECT MEETINGS 013120-1 PROJECT MEETINGS Page I of 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 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting I . After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues c. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts £ Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1} Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 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 S 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 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 3233- 1 PRFCONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY Rb. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 SECTION 0133 00 SUBMITTALS PART 1- GENERAL 1.1 SUMMARY A. Section includes: 01 33 00 - 1 SUBMITTALS Page 1 of 8 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing c) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH RI SINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of S d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-charaeter submittal cross- reference identification numbering system in the following manner: a. Use the first & digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have detennined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/z inches x 11 inches to 8 '/z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Draw ingslSamples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTII RISINGER ROAD FROM MCCART TO CROW LEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of S 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10, Identification by highlighting of revisions on resubmittals 1 L An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings I . As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions C. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data I . For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTIi RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 0133 00 - 4 SUBMITTALS Page 4 or 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than I hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WOR'1'11 WINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 013300-6 SUBMITTALS Page 6 of S 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. 1�ONSTOW 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH RISINGLR ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 01 33 00 - 7 SUBMITTALS Page 7 of 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01"and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. S. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE ]NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS 02239 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH RISINGL='R ROAD FROM MCCART TO CROW LEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 0135 13- 1 SPECIAL PROJECTPROCEDURES Page I of 8 1 SECTION 0135 13 2 SPECIAL. PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. 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. 1.2.A.2-Railroad Flagmen 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 --W General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen Allowance CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 02239 Revised December 20, 2012 0135 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per each. 3 b. Payment 4 1) The Contractor will only charge the fraction of the allowance that yields the 5 price of the actual work performed. Any remaining money left in this 6 allowance budget at the conclusion of the project will be kept by the City of 7 Fort Worth. 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 RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 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-energizc 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 I 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 RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 0135 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 I 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 L 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 RISINGER ROAD FROM MCCART AVE. '1'O CROWLEY RD. STANDARD CONS'rRuc,rION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 0135 13 -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 I 1 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 (USAGE) 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 RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 0135 13 -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 12 13 END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13— Added requirement of compliance with Health and Safety Code, 'title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE, OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> DaLl Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 7 3 4 EXHIBIT B FORTWORTH Date. 01 35 13 - 8 SPECIAL, PROJECT PROCEDURES Page 8 of 8 DOE NO. XXXX wNroject HOTICL OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL - MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 4 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 45 23 -2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute I hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. ❑ate of delivery c. Material delivered B. Inspection I. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.9 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July I, 2011 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of ,SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY R.D. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of a d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance, D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH RISTNGER ROAD FROM MCCART TO CROWLEY R.D. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY ]NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS ]NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [oft] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY R.D. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 5000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3,12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS INOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY R.D. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL. PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 55 26 - 3 STRFFT USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROW LEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -- General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH RISINCER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR 150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF PORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION IRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 01 58 13 - 1 TEMPORARY PROJECT SIGNAGE Page I of 3 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY INOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS ]NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 58 13 -2 TEMPORARY PROJECT SIGNAC}E Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1.2 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 - 1 PRODUCT REQUIREMENTS Page I of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources102 - Construction Documents\Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List, D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. L5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH RISINGER ROAD FROM MCCIRT TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH RISINCJER ROAD FROM MCCIRT TO CROWLEY RD, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND I IANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or -equipment to receive the delivery. CITY OF FORT WORTH RISINGER ROAD FROM MCCART r0 CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE. AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment, a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4, Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off. -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OFF FORT WORTH RISINGFR ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD lolr] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July I, 2011 01 6600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OFF FORT WORTH RISINGER ROAD FROM MCCARI" TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page I of 5 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised November 22, 2016 017000-2 MOBILIZATION AND RCMOBILIZATION Page 2 of 5 I 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order I I b) Site Cleanup for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.1 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item will be measured by the lump suns or each as the work 31 progresses. Mobilization is calculated on the base bid only and will not be 32 paid for separately on any additive alternate items added to the Contract. 33 2) Demobilization shall be considered subsidiary to the various bid items. 34 b. Payment 35 1) For this Item, the adjusted Contract amount will be calculated as the total 36 Contract amount less the lump sum for mobilization. Mobilization shall be 37 made in partial payments as follows: 38 a) When 1% of the adjusted Contract amount for construction Items is 39 earned, 50% of the mobilization lump sum bid will be paid. 40 b) When 5% of the adjusted Contract amount for construction Items is 41 earned, 75% of the mobilization lump sum bid will be paid. Previous 42 payments under the Item will be deducted from this amount. 43 c) When 10% of the adjusted Contract amount for construction Items is 44 earned, 100% of the mobilization lump sum bid will be paid. Previous 45 payments under the Item will be deducted from this amount. 46 d) The price for "Mobilization" has been predetermined and is 47 specified in the project bid proposal. CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised November 22, 2016 017000-3 MOBILIZATION AND RF.MOBILIZATION Page 3 of 5 e) The Lump Sum bid for "Mobilization — Paving/Drainage" shall NOT 2 include any cost or sum for mobilization items associated with 3 water/sewer items. Those costs shall be included in the various 4 water/sewer bid Items. Otherwise the bid Items shall be considered 5 unbalanced and a cause for consideration of rejection. 6 0 The Lump Sum bid for "Mobilization — Paving" shall NOT include 7 any cost or sum for mobilization items associated with drainage items. 8 Those costs shall be included in the "Mobilization — Drainage" Lump 9 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 10 and a cause for consideration of rejection. 11 g) The Lump Sum bid for "Mobilization — Drainage" shall NOT 12 include any cost or sum for mobilization items associated with paving 13 items. Those costs shall be included in the "Mobilization — Paving" 14 Lump Sum bid Item. Otherwise the bid Items shall be considered 15 unbalanced and a cause for consideration of rejection. 16 2) The work performed and materials furnished for demobilization in 17 accordance with this Item are subsidiary to the various Items bid and no other 18 compensation will be allowed. 19 20 2. Remobilization for suspension of Work as specifically required in the Contract 21 Documents 22 a. Measurement 23 1) Measurement for this Item shall be per each remobilization performed. 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 per each "Specified Remobilization" in accordance with Contract 28 Documents. 29 c. The price shall include: 30 1) Demobilization as described in Section 1.1.A.2.a.1) 31 2) Remobilization as described in Section l .1.A.2.a.2) 32 d. No payments will be made for standby, idle time, or lost profits associated this 33 Item. 34 3. Remobilization for suspension of Work as required by City 35 a. Measurement and Payment 36 1) This shall be submitted as a Contract Claim in accordance with Article 10 37 of Section 00 72 00. 38 2) No payments will be made for standby, idle time, or lost profits associated 39 with this Item. 40 4. Mobilizations and Demobilizations for Miscellaneous Projects 41 a. Measurement 42 1) Measurement for this Item shall be for each Mobilization and 43 Demobilization required by the Contract Documents 44 b. Payment 45 1) The Work performed and materials furnished in accordance with this Item 46 and measured as provided under "Measurement" will be paid for at the unit 47 price per each "Work Order Mobilization" in accordance with Contract 48 Documents. Demobilization shall be considered subsidiary to mobilization 49 and shall not be paid for separately. CITY OF FOWF WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised November 22, 2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 5 1 c. The price shall include: 2 1) Mobilization as described in Section 1.1.A.3.a.1) 3 2) Demobilization as described in Section 1.1.A.3.a.2) 4 d. No payments will be made for standby, idle time, or lost profits associated this 5 item. 6 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 7 a. Measurement 8 1) Measurement for this Item shall be for each Mobilization and 9 Demobilization required by the Contract Documents 10 b. Payment 11 1) The Work performed and materials furnished in accordance with this Item 12 and measured as provided under "Measurement" will be paid for at the unit 13 price per each "Work Order Emergency Mobilization" in accordance with 14 Contract Documents. Demobilization shall be considered subsidiary to 15 mobilization and shall not be paid for separately. 16 c. The price shall include 17 1) Mobilization as described in Section 1.1.A.4.a) 18 2) Demobilization as described in Section 1.I.A.3.a.2) 19 d. No payments will be made for standby, idle time, or lost profits associated this 20 Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS [NOT USED] 24 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 19 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 PART 3 - EXECUTION [NOT USED] 33 END OF SECTION 34 Revision Log CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised November 22, 2016 01 70 00 - 5 MOBILIZATION AND REMOBILIZATION Page S of 5 DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page I of 5 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 1.9.A Construction Staking 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be scaled by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 01 7123 -2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Construction Staking l . Construction staking will be performed by the Contractor. The Contractor shall provide, at his own expense, all construction staking required to perform the work as described in the plans and specifications. for City capital projects, control staking will be performed by the City. The Contractor staking shall include all necessary staking to construct the improvements including but not limited to the following: set excavation and fill stakes on or near the right-of-way, all stakes necessary for utility relocation and storm drain placement, off -set back of curb stakes for subgrade stabilization and paving, and intermediate grade stakes (i.e. blue topping, fill, or cut stakes) on the centerline. 2. All staking shall be subject to inspection by the City. While the City shall have the right to inspect, it shall have no duty to inspect. The Contractor will be responsible for any discrepancies from the plan alignment and/or grade. 3. Calendar days will not be adjusted due to the lack of available crews or due to the negligence of the Contractor or vandalism that causes the replacement of stakes. 4. Coordination a. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 5. General a. Contractor is responsible for preserving and maintaining stakes. B. Construction Survey l . Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records, CITY OF FORT WORTH RiSINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 b. The Contractor will need to ensure coordination is maintained with the City to 2 perform construction survey to obtain construction features, including but not 3 limited to the following: 4 1) All Utility Lines 5 a) Rim and flowline elevations and coordinates for each manhole or 6 junction structure 7 2) Water Lines 8 a) Top of pipe elevations and coordinates for waterlines at the following 9 locations: 10 (1) Every 250 linear feet 11 (2) Horizontal and vertical points of inflection, curvature, etc. (All 12 Fittings) 13 (3) Cathodic protection test stations 14 (4) Sampling stations 15 (5) Meter boxes/vaults (All sizes) 16 (6) Fire lines 17 (7) Fire hydrants 18 (8) Gate valves 19 (9) Plugs, stubouts, dead-end lines 20 (10) Air Release valves (Manhole rim and vent pipe) 21 (11) Blow off valves (Manhole rim and valve lid) 22 (12) Pressure plane valves 23 (13) Cleaning wyes 24 (14) Casing pipe (each end) 25 b) Storm Sewer 26 (1) Top of pipe elevations and coordinates at the following locations: 27 (a) Every 250 linear feet 28 (b) Horizontal and vertical points of inflection, curvature, etc. 29 c) Sanitary Sewer 30 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 31 the following locations: 32 (a) Every 250 linear feet 33 (b) Horizontal and vertical points of inflection, curvature, etc. 34 (c) Cleanouts 35 c. Construction survey will be performed in order to maintain complete and 36 accurate logs of control and survey work associated with meeting or exceeding 37 the line and grade required by these Specifications. 38 d. The Contractor will need to ensure coordination is maintained with the City to 39 perform construction survey and to verify control data, including but not 40 limited to the following: 41 1) Established benchmarks and control points provided for the Contractor's 42 use are accurate 43 2) Benchmarks were used to furnish and maintain all reference lines and 44 grades for tunneling' 45 3) Lines and grades were used to establish the location of the pipe 46 4) Submit to the City copies of field notes used to establish all lines and 47 grades and allow the City to check guidance system setup prior to 48 beginning each tunneling drive. 49 5) Provide access for the City to verify the guidance system and the line and 50 grade of the carrier pipe on a daily basis. CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 6) The Contractor remains fully responsible for the accuracy of the work and 2 the correction of it, as required. 3 7) Monitor line and grade continuously during construction. 4 8) Record deviation with respect to design line and grade once at each pipe 5 joint and submit daily records to City. 6 9) If the installation does not meet the specified tolerances, immediately notify 7 the City and correct the installation in accordance with the Contract 8 Documents. 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS [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 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL 21 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 22 City in accordance with this Specification. 23 B. Do not change or relocate stakes or control data without approval from the City. 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 FoRTWORTH,,,.,, Section 01 71 23.01- Attachment A Survey Staking Standards February 2017 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://Qnlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table ®f Contents I. City of Fort Worth Contact Information II. Construction Colors Ill. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER IIL Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 Ill. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/`itsolutions/GIS/ Look for `Zoning Maps'. Under 'Layers', expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. ll. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983 StatePlane_Texas_North_Central_FIPS-4202_Feet Projection: Lambert —Conformal —Conic Fa Ise_Easting: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude_Of_origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format Axt csv dwg .job G. Preferred Data Format P,N,E,2,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv 0ASpecs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.15.01_Attachment A_Survey Staking Standards.docx Page 6 of 72 U <L Cn V rY m w � � m � z w I rr �-D O J m w 1015 EL. = 100. OU r- J �1 J €_ J it_- r3 W CE L_ iZ FY [`} kk � r , = ll 3 —} w C!J O OtLC w = w � W tfY C-3 C) O CE3 Ld � CP #1 N-5000.00 E=5000M ---- V. Dater Staking Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a SOD nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Vales & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 2 § y\ / § o� f o/ t w/ 7 m \ z@ f O { #/ \ y� I SaW+, �} \ \ \ a§ `� \ \ \j \ LJ )( Ld R \ e } 0 CL j U$ \ ] ># & z E e+ / . _ / 2� e § ¢ �] LO } Id 2 jLO 0E ( &�2 L �e \ § m § \ & § }] g z VE Sanitary Sewers akin O: a- m Governance Rmme\TempoawSpec Re\Cepi IDIi r CpDli R D&OG01 71 2I16J1-Attachment A Su Re Stakingkandaesdax Page e«22 A. Centerline Staking— Straight line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes �SLS* r ifl Loa =M '. ! 'C. S 9TA=3i TI�Jl rti C^4&. C--A&II �"�� J,a' w Cr -IL IL y F-- � tu - M W k wax } oo zaaz4 L� 12t3/5 SS��II�:2 SA—+71VajL rv, C-3� 11 3 . 2-3 li 0� f ILA 9 $ z 1 1 L� W z < W t� W TVI $ 'S wee C) - 7' O/S SS JI o� I- L_L__ w �_ w1 2 W 6 !q 2� x it! a r x � az ry W� W Wt' F F� o a3b O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 11 of 22 (Al f 'o W 4 z� W F ¢ELL �Ja VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00'total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT (SIDE FACING ) BACK ('90E FAMC IF.aW.) POINT } 1 HL9 Ei.EVAi1R1 � I HUB IMTH TACK - - BACK OF CUF6 — — — — FLOALINE — — EDGE OF PAVEMENT If.! LILU OF PINK PAINTED L.Al n 0 m 0 m z r --I z BACK {SME FA13NC H.B.W_) IDENTIFIES WHICN END OF THE WIND POINT F -� BEING STAKED rn II INLET STATION Hue ElEwnm a + (IF NOTED ON PLANS) TC :DENTiflES GRADE TO TOP CF CURB -n 0 0 P IDENTIFIES GRADE TO FLDMJNE FRONT (BIDE FACING q-) 8 0 W _L--_�- DISTANCES FOR INLETS STANDARD 10' - 1B' RECESSED We - 2d STANDARD DUJBLE 10' m 2&57' RECESSED DUJBLE I O' m 30-57 i I I BAW OF INLET , I eNHOLE .: I FACE OF INLET EDGE OF PAVEMENT i+ .S FACE OF INLET EME OF PAVEMENT O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 IDENTIFIES WHICH END OF THE WNG .BEING STAKED BACK OF CURB— — — FLOWLINE — — — EDGE OF PAVEMENT — bill. Curb and Gutter Staking A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 FRONT (SIDE FACING (L) BACK (SIDE FACING R.O,W,) POINT # g i HUB ELEVATION o BACK OF Q }CENTMES GRADE IS W TOP OF CURB FRONT (SIDE FACING 4) ox FRONT iQENT]F1FS START PG &DE FACING TE) P4FJT OF Ol1RVA111RT" { 3 1 + 70 0 Example Curb & Gutter Stakes IUENrinE3 oFFSET I3 To BACK CF 01JR9 Ck F/C FOR FACE of Cuto u� T N E II I III I III I W GRAM ON0 RADIUS PANTS l 1 FRONT uNnRm m (SUE FACING } POINT OF ct /rynlc�lr ec m PT r/D t� I ti IN LIE-t I 017 El I•l I'; RAIN iF l_I !_ A fH CURBCQ _ FACE OF CURES L FLOKINE EDGE. OF PAVEMENT T Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 r e.� � � $§a• 0 1 7A j A+r �a °� � . . ± - — -- -- � ®R /[ 1 �7t /" § }§\L a ® k y \ ^ nmAD _FI e§/& §Q® 45 }\ § ( ° GUM £ move SEA a»na3 ° §// ° � x %J (_x ® ) . y ) � );§ k) %m \� o: e- m mmancePmas#T mpo ewspcgG\Capi |Dli ryC pDeli R Div O#o171 . a Attachment A Su9e Staking kanda@sdoJ Page 1By22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANTICONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURD UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED -CUT + FILL -LTI+RT GRADE ELEV. 0:\Specs-Stds Governance process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As -built Surve A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section 1V. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Piles\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. 0:\Specs-Stds Governance Process\Temporary Spec riles\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 9Z66•X �ulKelofax+v 4 rtdv Ot610'AY 193ftlPrd ll+�.. �f1iAI Ime .-.1�'.. 3 3,TYid d .uNPS I s Yyy - I f II I OASpecs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 20 of 22 SrA, p :IOP lE'WL I&! CWiP:l RM STA 0*FAV -• OWL IFUIYD DW 51'A.a;IDG ^ li+fYLIFIWD M REL.'WE & V.LVAGE EXIST. W 1Rol Il:'�i'ATER OWEIEVA E EX� gR IN Ll' hV5rAll, I-I2StX0 SLEEVE STAD DI» 1OWL rlFx !2'TEE rlmX S REDLCER lMBfAILr $'IVG'rle 1R12.Fe 1 4 /L�a I-Ird TE YAWE rI!'�3VENf C�END STAO{.7ni6 -• catitxs FICl N•694T095E9lD N•63f1Q713125 16ffiT1J.4 Egg }Tf9192 E•94S M794 C P?U'S3Awo r1P`X &Ikr�JJCIr7JEE � rFrRE lA'pR,4yT•�- wr M ftr HLF �1r♦'A4iWI' LE'AO fowmh .. ° � dT °� r 11�O.ift0M ,� W6 =L-w 161 �, bd '4 y ,4 Y a'2 P38B Ea ` QQ IDT I Rack" RA} w.F, 1~h Dfi74IQ.i9ATD� 4 ' BLX S a EL? Few Op IDT N'1:-� 1zs:rnr W RUWETjw EXIST L F re �¢aa Tall ci_`rzzrr Tau +l PROPOSED •R:41NE �• sAWAs� �'�. SAN rAW S r UISKWE VAWE � h, SCE SHE X&TAUj LOT A F1�aFiVER1:61:'ND gip'=1�a:srarcarn Nfi4SfOlfed994 oe,n�u,ur E=PP9fi3l53'QfE �•`Ctxis,,a1 TA O(h7fA7 - 0111 IF'O D DRI STA WAX- Ije SIA oft4ra 9 Ir 1XSTU, M CMa X1WTAUj t- -i L 4X1D SlI YE r 1� 6�VF,A7: +#CN1 !• lY. 43 VEk7: i1lIAD IVLF QF I_,V�M PIPE M-6947 -"-9 N4941'O�iY m GGG-IFCT Tip Z•XIST.I VA'M F.-P2�F'^�9.813 z pyye*^E831D lr�941I43.a.:79 "~ >7" 22°E3:09.9T.S6 fL O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 � r r 23.16.41—Attachment A —Survey Staking Standards.docx Page 22 of 22 Obviously the .csv or Axt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO, NORTHING FASTING ELEV_ DESCRIPTION 1 69462Si,18y 2296079.165 726.09 SSMH RIM l_ 2 6946260.893 2296062.141 72.5,668 GV RIM F 3 b946307.399 2296038,306 726.85 GV RIM (/+ 1 .00v-Ni,i 65-1; C- 4 6946220,5u2 2296011.025 723.358 SSMH RIM 5 6946195,73 1296015.116 722,123 GV RIM ` } 6 6946190.528 2296022.721 722,325 PH iJ A4 b . i 18 ? 7 6946136.012 229S992.115 719.448 WM RIM 8 6946002.267 2295919,133 713.33a WIw RIM -FX. L 9 6946003.056 2295933.418 713.652 CO RIM 2--t>iC I t 2-z)Z 10 6945984.677 2295980.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710,046 WM RIM 12 6945895,077 2295860,962 707.72 WM RIM 13 6945896.591 2295862,188 708.205 WM RIM�C 14 6945934,286 2295841,925 709,467 WM RIM 15 6945936,727 2295830.441 710.084 CO RIM COO -b 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827,011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM i J A v t, 19 6945768,563 2295778,424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723,219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621,902 2295669.471 723.76 WM RIM 24 6945643,407 /.295736.03 719.737 CO RIM C At �' �__�� 25 6945571,059 2295655.195 727,514 SSMH RIM 26 6945539.498 2295667,803 729.123 WM RIM 27 69w5519.834 22956.0,49 732.,r89 WM RIM 28 6945417,879 2295580,27 740.521 WM RIM 29 6945456.557 2295643.145 736,451 CO RIM L t C-Te tj 3u 6945387,356 2295597,101 740.756 GV RIM "71^4-- ? t 1PS 31 6945370.688 2295606.793 740.976 GV RIMS 6- 32 6945383,53 2295610.559 740,408 PH 33 6945321.228 2295751.105 746.34 WM RIM 34 6945319,365 2295539,728 746.777 CO RIM 35 6945242.289 2295570,715 748.454 WM RIM 3b 37 6945233.624 6945206.483 2295544,626 2295529.305 749.59 SSMH RIM 751.058 WM RIM 38 6945142.015 2295557,666 750.853 WM RIM 39 6945113,445 2295520.335 751,871 WM RIM 40 6945049.02 2295527.345 752,257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM 42 6945038.878 2295552.147 751.8E WM RIM SAY 43 6945006.397 2295518.135 752.615 WM RIM 44 6944944.782 2295520,635 752.801 WM RIMjq_ 45 6944943,432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM � 1 l�y O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Fifes\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 lit -- ------- - ..... ....... ....... ....... ..... . ....... ------- ----- - 4110 O:\Specs-StdoGovernance Prwceuy\TemporarySpec F||es\[apita|Ue|ivery\[apDelivery Div Oz\0171 23.1h.01_AttachmnentA—SunayStaking Standan1c.docx Page 26nf26 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 CLEANING Pagel of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 --- General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 7423 -2 CLFANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 017423-3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10, Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. S. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. ,Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF PORT WORTH RISINGF,R ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 7423 -4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USEDI 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGF,R ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 77 19-1 CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 77 19-2 CLOSF,OUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGF,R ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of S SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/z inches x 1 I inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. c. Provide fly -leaf for each separate product, or each piece of operating equipment. l) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents, 2. Product Data a. include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROW LEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMCNTS 02239 Revised December 20, 2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer l) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 01 7823 -4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH RISINUER ROAD FROM MCCART TO C:ROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log . DATE NAME SUMMARY OF CHANGE 8/31 /2012 D. Johnson 1.5.A. I — title of section removed CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised December 20, 2012 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly, 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements I . Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED IoR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. e. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerlinc of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July I, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE4NSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RISINGER ROAD FROM MCCART TO CROWLEY RD, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 31 23 16-1 UNCLASSIFIED EXCAVATION Page 1 of 4 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 3. Section 31 24 00 — Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Excavation by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position, this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per cubic yard of "Unclassified Excavation by Plan". No 36 additional compensation will be allowed for rock or shrinkage/swell 37 factors, as these are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Excavation 40 2) Excavation Safety 41 3) Drying 42 4) Dust Control CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY R.D. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 28, 2013 31 23 16-2 UNCLASSIFIED EXCAVATION Page 2 of 4 1 5) Reworking or replacing the over excavated material in rock cuts 2 6) Hauling 3 7) Disposal of excess material not used elsewhere onsite 4 8) Scarification 5 9) Clean-up 6 1.3 REFERENCES [NOT USED 7 A. Definitions 8 1. Unclassified Excavation Without regard to materials, all excavations shall be 9 considered unclassified and shall include all materials excavated. Any reference to 10 Rock or other materials on the Drawings or in the specifications is solely for the 11 City and the Contractor's information and is not to be taken as a classification of 12 the excavation. 13 1.4 ADMINSTRATIVE REQUIREMENTS 14 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 15 01. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Excavation Safety 22 1. The Contractor shall be solely responsible for making all excavations in a safe 23 manner. 24 2. All excavation and related sheeting and bracing shall comply with the requirements 25 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 26 110 DELIVERY, STORAGE, AND HANDLING 27 A. Storage 28 1. Within Existing Rights -of -Way (ROW) 29 a. Soil may be stored within existing ROW, easements or temporary construction 30 easements, unless specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. When the Work is performed in active traffic areas, store materials only in 34 areas barricaded as provided in the traffic control plans. 35 e. In non -paved areas, do not store material on the root zone of any trees or in 36 landscaped areas. 37 2. Designated Storage Areas 38 a. If the Contract Documents do not allow the storage of spoils within the ROW, 39 easement or temporary construction easement, then secure and maintain an 40 adequate storage location. CITY OF FORT WORTII RISINGFR ROAD FROM MCCART AVE. TO CROWLFY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 28, 2013 31 23 16-3 UNCLASSIFIED EXCAVATION Page 3 of 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 1.11 FIELD CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 2.1 OWNER -FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 19 D2487 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 CONSTRUCTION 25 A. Accept ownership of unsuitable or excess material and dispose of material off -site 26 accordance with local, state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 28 during construction with eh exception of water that is applied for dust control. 29 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 30 properly dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 32 proposed or existing structures. 33 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 34 City. 35 F. Shape slopes to avoid loosening material below or outside the proposed grades. 36 Remove and dispose of slides as directed. CITY OF FORT WORTH RISINGF.R ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 28, 2013 3123 16 - 4 tJNCLASSIFIED EXCAVATION Page 4 of 4 1 G. Rock Cuts 2 1. Excavate to finish grades. 3 2. In the event of over excavation due to contractor error below the lines and grades 4 established in the Drawings, use approved embankment material compacted in 5 accordance with Section 3124 00 to replace the over excavated at no additional 6 cost to City. 7 H. Earth Cuts 8 1. Excavate to finish subgrade 9 2. In the event of over excavation due to contractor error below the lines and grades 10 established in the Drawings, use approved embankment material compacted in 11 accordance with Section 3124 00 to replace the over excavated at no additional 12 cost to City. 13 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Subgrade Tolerances 18 1. Excavate to within 0.1 foot in all directions. 19 2. In areas of over excavation, Contractor provides fill material approved by the City 20 at no expense to the City. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 27 28 29 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 1). Johnson 1.2 —Modified Bid item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH RISINGLR ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 28, 2013 312400-1 EMBANKMENTS Page 1 of l SECTION 3124 00 2 EMBANKMENTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of- 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 1 l d. Site Grading 12 e. Any other operation involving the placement of on -site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. 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 l7 2. Division 1 —General Requirements 18 3. Section 3123 16 — Unclassified Excavation 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Embankments by Plan Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of measurement are shown on the Drawings. 2) When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Embankment by Plan". No additional compensation will be allowed for rock or shrinkage/swell factors, as these are the Contractor's responsibility. c. The price bid shall include: 1) Transporting or hauling material 2) Placing, compacting, and finishing Embankment 3) Construction Water 4) Dust Control 5) Clean-up CITY OF FORT WORTH RISINGLR ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 28, 2013 312400-2 L•:M13ANKMENTS Page 2 of 9 1 6) Proof Rolling 2 7) Disposal of excess materials 3 8) Reworking or replacement of undercut material 4 1.3 REFERENCES 5 A. Reference Standards 6 1. Reference standards cited in this specification refer to the current reference standard 7 published at the time of the latest revision date logged at the end of this 8 specification, unless a date is specifically cited. 9 2. ASTM Standards to a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, l 1 and Plasticity Index of Soils 12 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 13 Wax Method 14 e. ASTM D698-07e1, Standard Test Methods for Laboratory Compaction 15 Characteristics of Soil Using Standard Effort 16 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 17 Characteristics of Soil Using Modified Effort 18 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 19 Weight and Water Content Range for Effective Compaction of Granular Soils 20 Using a Vibrating Hammer 21 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In -Place 22 by the Sand Cone Method 23 1.4 ADMINSTRATIVE REQUIREMENTS 24 A. Sequencing 25 1. Sequence work such that calls of proctors are complete in accordance with ASTM 26 D698 prior to commencement of construction activities. 27 1.5 SUBMITTALS 28 A. Submittals shall be in accordance with Section 01 33 00. 29 B. All submittals shall be approved by the City prior to construction 30 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 31 A. Shop Drawings 32 1. Stockpiled material 33 a. Provide a description of the storage of the excavated material only if the 34 Contract Documents do not allow storage of materials in the right-of-way or the 35 easement 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage CITY OF FORT WORTH RISINGER ROAD FROM MCCAR'I' AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 28, 2013 312400-3 EMBANKMENTS Page 3 of 9 1 1. Within Existing Rights -of -Way (ROW) 2 a. Soil may be stored within existing ROW, easements or temporary construction 3 easements, unless specifically disallowed in the Contract Documents. 4 b. Do not block drainage ways, inlets or driveways. 5 c. Provide erosion control in accordance with Section 31 25 00. 6 d. When the Work is performed in active traffic areas, store materials only in 7 areas barricaded as provided in the traffic control plans. 8 e. In non -paved areas, do not store material on the root zone of any trees or in 9 landscaped areas. 10 2. Designated Storage Areas 11 a. If the Contract Documents do not allow the storage within the ROW, easement 12 or temporary construction easement, then secure and maintain an adequate 13 storage location. 14 b. Provide an affidavit that rights have been secured to store the materials on 15 private property. 16 c. Provide erosion control in accordance with Section 3125 00. 17 d. Do not block drainage ways. 18 1.11 FIELD CONDITIONS 19 A. Existing Conditions 20 1. Any data which has been or may be provided on subsurface conditions is not 21 intended as a representation or warranty of accuracy or continuity between soils. It 22 is expressly understood that neither the City nor the Engineer will be responsible 23 for interpretations or conclusions drawn there from by the Contractor. 24 2. Data is made available for the convenience of the Contractor. 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [NOT USED] 28 2.2 PRODUCT TYPES AND MATERIALS 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Materials 1. Acceptable Fill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 2. Blended Fill Material a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 3. Unacceptable Fill Material CITY OF PORT' WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 28, 2013 312400-4 EMBANKMENTS Page 4 of 9 1 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 2 D2487 3 4, Select Fill 4 a. Classified as SC or CL in accordance with ASTM D2487 5 b. Liquid limit less than 35 6 c. Plasticity index between 8 and 20 7 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 8 2.4 ACCESSORIES [NOT USED] 9 2.5 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 - EXECUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION [NOT USED] 13 3.3 PREPARATION 14 A. Protection of In -Place Conditions 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost 2. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct embankments in a manner such that there is no damage to the tree canopy. c. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipment specifically designed for tree pruning or trimming. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. 4. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPF,CIFICATION DOCUMENTS 02239 Revised January 29, 2013 312400-5 EMBANKMENTS Page 5 of 9 3.4 INSTALLATION 2 A. Embankments General 3 1. Placing and Compacting Embankment Material 4 a. Perform fill operation in an orderly and systematic manner using equipment in 5 proper sequence to meet the compaction requirements 6 b. Scarify and Ioosen the unpaved surface areas, except rock, to a depth of at least 7 6 inches, unless otherwise shown on the Drawings 8 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 9 deleterious materials 10 d. Bench slopes before placing material. 11 e. Begin filling in the lowest section or the toe of the work area 12 f. When fill is placed directly or upon older fill, remove debris and any loose 13 material and proof roll existing surface. 14 g. After spreading the loose lifts to the required thickness and adjusting its 15 moisture content as necessary, simultaneously rccompact scarified material 16 with the placed embankment material. 17 h. Roll with sufficient number passes to achieve the minimum required 18 compaction. 19 i. Provide water sprinkled as necessary to achieve required moisture levels for 20 specified compaction 21 j. Do not add additional lifts until the entire previous lift is properly compacted. 22 2. Surface Water Control 23 a. Grade surface horizontally but provide with sufficient longitudinal and 24 transverse slope to allow for runoff of surface water from every point. 25 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 26 created. 27 c. Install temporary dewatering sumps in low areas during filling where excess 28 amounts of runoff collect. 29 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 30 free from humps and hollows that would prevent proper uniform compaction. 31 e. Do not place fill during or shortly after rain events which prevent proper work 32 placement of the material and compaction 33 f. Prior to resuming compaction operations, remove muddy material off the 34 surface to expose firm and compacted materials 35 B. Embankments for Roads 36 1. Only Acceptable Fill Material will be allowed for roadways 37 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 38 the finished grade of the street 39 3. Construct generally to conform to the cross section of the subgrade section as 40 shown in the Drawings. 41 4. Establish grade and shape to the typical sections shown on the Drawings 42 5. Maintain finished sections of embankment to the grade and compaction 43 requirements until the project is accepted. 44 C. Earth Embankments CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 28, 2013 312400-6 FMBANKMENTS Page 6 of 9 1 1. Earth embankment is mainly composed of material other than rock. Construct 2 embankments in successive layers, evenly distributing materials in lengths suited 3 for sprinkling and rolling. 4 2. Rock or Concrete 5 a. Obtain approval from the City prior to incorporating rock and broken concrete 6 produced by the construction project in the lower layers of the embankment. 7 b. No Rock or Concrete will be permitted in embankments in any location where 8 future utilities are anticipated. 9 c. When the size of approved rock or broken concrete exceeds the layer thickness 10 place the rock and concrete outside the limits of the proposed structure or 11 pavement. Cut and remove all exposed reinforcing steel from the broken 12 concrete. 13 3. Move the material dumped in piles or windrows by blading or by similar methods 14 and incorporate it into uniform layers. 15 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 16 ensure there are no abrupt changes in the material. 17 5. Break down clods or lumps of material and mix embankment until a uniform 18 material is attained. 19 D. Rock Embankments 20 1. Rock embankment is mainly composed of rock. 21 2. Rock Embankments for roadways are only allowed when specifically designated on 22 the Drawings. 23 3. Construct rock embankments in successive layers for the full width of the roadway 24 cross-section with a depth of 18-inches or less. 25 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 26 case. Fill voids created by the large stone matrix with smaller stones during the 27 placement and filling operations. 28 5. Ensure the depth of the embankment layer is greater than the maximum dimension 29 of any rock. 30 6. Do not place rock greater than 18-inches in its maximum dimension. 31 7. Construct the final layer with graded material so that the density and uniformity is 32 in accordance compaction requirements. 33 8. The upper or final layer of rock embankments shall contain no material larger than 34 4 inches in their maximum dimension. 35 E. Density 36 1. Compact each layer until the maximum dry density as determined by ASTM D698 37 is achieved. 38 a. Not Under Roadway or Structure: 39 1) areas to be compacted in the open, not beneath any structure, pavement, 40 flatwork, or is a minimum of l foot outside of the edge of any structure, 41 edge of pavement, or back of curb. 42 a) Compact each layer to a minimum of 90 percent Standard Proctor 43 Density. 44 b. Embankments under future paving: CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 28, 2013 312400-7 EMBANKMENTS Page 7 of 1 1) Compact each layer to a minimum of 95 percent standard proctor density 2 with a moisture content not to exceed +4 percent or -2 percent of optimum 3 moisture or as indicated on the Drawings 4 c. Embankments under structures: 5 1) Compacted each layer as indicated on the Drawings 6 F. Maintenance of Moisture and Reworking 7 1. Maintain the density and moisture content once all requirements are met. 8 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 9 percentage points below optimum. LO 3. Rework the material to obtain the specified compaction when the material loses the 11 required stability, density, moisture, or finish. 12 4. Alter the compaction methods and procedures on subsequent work to obtain 13 specified density as directed by the City. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION ]NOT USED] 16 3.7 FIELD QUAILITY CONTROL 17 A. Field Tests and Inspections 18 1. Proctors 19 a. The City will perform Proctors in accordance with ASTM D698. 20 b. Test results will generally be available to within 4 calendar days and distributed 21 to: 22 1) Contractor 23 2) City Project Manager 24 3) City inspector 25 4) Engineer 26 c. Notify the City if the characteristic of the soil changes. 27 d. City will perform new proctors for varying soils: 28 1) When indicated in the geotechnical investigation in the Appendix 29 2) If notified by the Contractor 30 3) At the convenience of the City 31 e. 'Embankments where different soil types are present and are blended, the 32 proctors shall be based on the mixture of those soils. 33 2. Proof Rolling 34 a. Embankments under Future Pavement 35 1) City Project Representative must be on -site during proof rolling operations. 36 2) Use equipment that will apply sufficient load to identify soil spots that rut 37 or pump. 38 a) Acceptable equipment includes fully loaded single -axle water truck 39 with a 1500 gallon capacity. 40 3) Make at least 2 passes with the proof roller (down and back — 1 pass). 41 4) Offset each trip by at most 1 tire width. 42 5) If an unstable or non -uniform area is found, correct the area. 43 6) Correct 44 a) Soft spots that rut or pump greater than 3/4 inch. 45 b) Areas that are unstable or non -uniform CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 28, 2013 312400-8 EMBANKMENTS Page 8 of 9 1 7) If a non -uniform area is found then correct the area. 2 b. Embankments Not Under Future Paving 3 1) No Proof Rolling is required. 4 3. Density Testing of Embankments 5 a. Density Test shall be in conformance with ASTM D2922. 6 b. For Embankments under future pavement: 7 1) The City will perform density testing twice per working day when 8 compaction operations are being conducted. 9 2) The testing lab shall take a minimum of 3 density tests, but the number of 10 test shall be appropriate for the area being compacted. 11 3) Testing shall be representative of the current lift being compacted. 12 4) Special attention should be placed on edge conditions. 13 c. For Embankments not under future pavement or structures: 14 1) The City will perform density testing once working day when compaction 15 operations are being conducted. 16 2) The testing lab shall take a minimum of 3 density tests. 17 3) Testing shall be representative of the current lift being compacted. 18 d. Make the area where the embankment is being placed available for testing. 19 e. The City will determine the location of the test. 20 f. The City testing lab will provide results to Contractor and the City's Inspector 21 upon completion of the testing. 22 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 23 h. Test reports shall include: 24 1) Location of test by station number 25 2) Time and date of test 26 3) Depth of testing 27 4) Field moisture 28 5) Dry density 29 6) Proctor identifier 30 7) Percent Proctor Density 31 B. Non -Conforming Work 32 1. All non -conforming work shall be removed and replaced. 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION 41 CITY OF FORT WORTH RISIN6ER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised January 28, 2013 312400-9 EMBANKMENTS Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. 02239 347113-1 TRAFFIC CONTROL Page I of 5 1 SECTION 34 71 13 2 TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. The price bid for this item is amended to read Lump Sum. The contractor is to 9 design, implement and maintain traffic control devices for the entire project 10 and for the duration of the project. All other applicable provisions of Spec 11 Item 34 71 13 shall apply. 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. Installation of Traffic Control Devices 18 a. Measurement 19 1) Measurement for Traffic Control Devices shall be per month for the Project 20 duration. 21 a) A month is defined as 30 calendar days. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement' shall be paid for at the 25 unit price bid for "Traffic Control". 26 c. The price bid shall include: 27 1) Traffic Control implementation 28 2) Installation 29 3) Maintenance 30 4) Adjustments 31 5) Replacements 32 6) Removal 33 7) Police assistance during peak hours 34 2. Portable Message Signs 35 a. Measurement 36 1) Measurement for this Item shall be per week for the duration of use. 37 b. Payment 38 1) The work performed and materials furnished in accordance to this Item and 39 measured as provided under "Measurement" shall be paid for at the unit 40 price bid per week for "Portable Message Sign" rental. 41 c. The price bid shall include: 42 1) Delivery of Portable Message Sign to Site CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised April 1, 2015 3471 13 - 2 TRAFFIC CONTROL Page 2 of 5 1 2) Message updating 2 3) Sign movement throughout construction 3 4) Return of the Portable Message Sign post -construction 4 3. Preparation of Traffic Control Plan Details 5 a. Measurement 6 1) Measurement for this Item be per each Traffic Control Detail prepared. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 shall be paid for at the unit price bid per each "Traffic Control Detail" 10 prepared. 11 c. The price bid shall include: 12 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 13 longer 14 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 15 (TMUTCD) 16 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 17 4) Incorporation of City comments 18 1.3 REFERENCES 19 A. Reference Standards 20 1. Reference standards cited in this Specification refer to the current reference 21 standard published at the time of the latest revision date logged at the end of this 22 Specification, unless a date is specifically cited. 23 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 24 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 25 Transportation, Standard Specifications for Construction and Maintenance of 26 Highways, Streets, and Bridges. 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 30 implementing Traffic Control within 500 feet of a traffic signal. 31 B. Sequencing 32 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 33 approved by the City and design Engineer before implementation. 34 1.5 SUBMITTALS 35 A. Provide the City with a current list of qualified flaggers before beginning flagging 36 activities. Use only flaggers on the qualified list. 37 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 38 Engineering Division, 311 W. 10th Street. The Traffic Control PIan (TCP) for the 39 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 40 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 41 C. Traffic Control Plans shall be signed and scaled by a licensed Texas Professional 42 Engineer. CITY OF FORT WORTII RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised April 1, 2015 3471 I3-3 TRAFFIC CONTROL Page 3 of 5 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor will be responsible for having a licensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets. 4 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. 5 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 6 changes to the Traffic Control Plan(s) developed by the Design Engineer. 7 G. Design Engineer will furnish standard details for Traffic Control. 8 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED lots] OWNER -SUPPLIED PRODUCTS [NOT USED] 17 2.2 ASSEMBLIES AND MATERIALS 18 A. Description 19 1. Regulatory Requirements 20 a. Provide Traffic Control Devices that conform to details shown on the 21 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 22 Device List (CWZTCDL). 23 2. Materials 24 a. Traffic Control Devices must meet all reflectivity requirements included in the 25 TMUTCD and TxDOT Specifications — Item 502 at all times during 26 construction. 27 b. Electronic message boards shall be provided in accordance with the TMUTCD. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 EXAMINATION [NOT USED] 32 3.2 PREPARATION 33 A. Protection of In -Place Conditions 34 1. Protect existing traffic signal equipment. CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised April 1, 2015 3471 13 - 4 TRAFFIC CONTROL Page 4 of 5 1 3.3 INSTALLATION 2 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 3 the Drawings and as directed. 4 B. Install Traffic Control Devices straight and plumb. 5 C. Do not make changes to the location of any device or implement any other changes to 6 the Traffic Control Plan without the approval of the Engineer. 7 1. Minor adjustments to meet field constructability and visibility are allowed. 8 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 9 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 10 covering, or removing Devices. 11 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 12 and that retroreflective characteristics meet requirements during darkness and rain. 13 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 14 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 15 lights, signs, or other precautionary measures for the protection of persons or property), the 16 Inspector may order such additional precautionary measures be taken to protect persons 17 and property. 18 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 19 or in conflict with the proposed method of handling traffic or utility adjustments, can be 20 constructed during any phase. 21 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 22 distance of drivers entering the highway from driveways or side streets. 23 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 24 be erected and mounted on portable supports. 25 1. The support design is subject to the approval of the Engineer. 26 1. Lane closures shall be in accordance with the approved Traffic Control Plans. 27 J. If at any time the existing traffic signals become inoperable as a result of construction 28 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 29 approved by the Engineer, to be used for Traffic Control. 30 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 31 turn-ons, street light pole installation, or other construction will be done during peak traffic 32 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 33 L. Flaggers 34 1. Provide a Contractor representative who has been certified as a flagging instructor 35 through courses offered by the Texas Engineering Extension Service, the American 36 Traffic Safety Services Association, the National Safety Council, or other approved 37 organizations. 38 a. Provide the certificate indicating course completion when requested. 39 b. This representative is responsible for training and assuring that all flaggers are 40 qualified to perform flagging duties. 41 2. A qualified flagger must be independently certified by I of the organizations listed 42 above or trained by the Contractor's certified flagging instructor. CITY OF FORT WORTH RISINGF,R ROAD FROM MCCART AVE. TO CROWLLY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised April 1, 2015 1 2 3 4 5 6 7 8 9 I0 11 9 13 14 15 16 17 18 19 20 21 22 23 24 347113-5 TRAFFIC CONTROL Page 5 of 5 3. Flaggers must be courteous and able to effectively communicate with the public. 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMUTCD. 5. Provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. M. Removal 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used for work -zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RE -INSTALLATION [NOT USED] 3.6 FIELD loa] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING [NOT USED] 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CRO WLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised April 1, 2015 -.,� � ,r' �ti i "1 1�� 7:1 �1 �F ��� yr I-_. I •I� 'I �h �}�'. �' \ _ r•- .I _ — -# _ _ _ ,a. _ ter! i i AD IMF * -Jti F. aL_u A '�-�, - i * 'i 't i — _ y _ . ■i 'r.- •+ - a --, to ^ . ^"� + "'I f + '.�.-4 Ir dlL NN or �� CITY E M AI T— 4 IN v POTEN 1T11 L DI E T I 1 r_ a � > 1 f' .• ,'- 13E I I PROJECT (SINGLE AMItY 8wFr trjr,L' . � CONNECT T E T1N TO RESIDENTIAL IDENTIAL FEE Chi+ MENT . Ba.�i - - - - B-6 - 8-3 - Bed 5 ' B-2 Jr - er a 103-1 PROPOSED M PIT ROW I PROPOSE[)' CI_ETRIC g ,fib' Y EASEMENT �± T I LIP. 1 ;,�1 A T-F I IN EF r _ ? -� R _uu . �1 r �� R F#J�T L FEE F # BY DEVELOP lhrL EAIILF r _ter, d 'C 1 IIiD THIS f1FtA FLUODPLAINS aka PARKVIEW a (SINGLE FANI«Y `AF T— I IN EI �P- i f:f�IlDE �sTfi '- ly M..er f PLAN OF BORINGS Cm JENGINEER]NG, iNc. PAVEMENT IMPROVEMENTS - WEST RISINGER ROAD PLATE FORT WORTH, TEXAS A. IA CM,I PROJECT No. 117-14-184 —� GAS- RE— 4i4� g A a i 4 r 1 i I , I p t } Y t _ I I F 1 t r JJ l��/•1` 1 f ; - 4 1 / it , EXISTING GAS PJF EL INE A te. I F �` L x" � _ - # , F y- , �' j• L ; ` f �. { 1 _ _ .. _ ti , ;41� , ,� AND �c� EASEFAENT C Ir I I 1 1 kt ! i � • .5 i k U r �. *•53 i� f/ yr/. S i k .`� 7 ;H LJ-IUT� ile I I I `/r•J}r •KV LL (INDUSTRkAfi.) i ! I SMETALS CORP� , G. r 1 ,� ,ff1} ! F�OF'CFD RA1LFA I.0 r� ILILt ram* r JSTING AT -GRADE CROSSING +r, F I � 16" Wv TER 1�r j 1; 5 �' •I. ECISTkNG � 4� IMPROVEMENTS -41 I ; r " lk I EXISTING i�VT:7A. a • L _ , 'A LINE , r - 4- ; .,. -Tom- -- 1 O ATE N 60' +�+ /! t� - - - - - - - - -Tt - - ` - _ G� , }, r,. YVILLIA k1G HAb`!Kkl+lS - - - B-7 " 1-�� dog f '�= r� 04 _� Y 755 - _ � � 4... n � �f rTIC' g 7 x DOT I >; i I ti .�r,3' ir r :,,� ' V, ���+1 `� � � � i _ � �{�I � �'�,k'. SYSTEM op DEAD-END FIX ISIIhi 72X 1 �EDRO HERREF -�y "� A -' n— r. ETL# h#DRM11 i ALLEN 5 _ 7x1717� E}F I �SYSTEM "IDENTIAIdCOIbihAFRCIAL) C�ALJIVIt�ARJDNER * CC T-RI IN E LP. ,� �; y. ` k' I � & JURY ' MC ART -RI IN E1 r _ _ •---_ EKISTING C AS PIPCLINE 1+YI �1 4Lr1' ''_ AND 30' EASL-MEIVT 7J � 0 � � Ef r' I r�yy ++rr p .~r c _ + 11 ,•• - I+ y �}r L .. ' �...• { ri /fV CON EXTENSION�r 4 DEVELOP rIlk ji CITY OF . FORT WOR THI F.SEE INSETW ,'F THIS SHEET FOR ,. OF TM�-,411T �� UJ H . LTERNATE ALIGNME.IVT y _0 �;� r f1E 0WERSUST�4 100, + �' `+lam +t t , *'''' `:* ' i AM �� .., _— _ �� - -I• ,. I ' ■ �� 5'I� i J �' �} }� � ! I r:' f� '.'*+•#virFi'/iP _./fr PLAN OF BORINGS �1V1 JENGINEERUNG, INC. PAVEMENT IMPROVEMENTS - WEST RISINGER ROAD PLATE FORT WORTH, TEXAS A.1e CMJ PROJECT No. I17-14-184 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July I, 2011 GC-4o0I Availability ®f Lands TTTIS (PAGE DEFT INTENTIONALLY LLY BLANK CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July I, 2011 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No.1 ROW CITY PROJECT No. 02239 9901 CROWLEY ROAD, FORT WORTH, TEXAS CHARLES MARTIN SURVEY, ABSTRACT No.1022 EXHIBIT "A" Being a 0.468 acre tract of land situated in the Charles Martin Survey, Abstract No. 1022, City of Fort Worth, Tarrant County, Texas, said 0.468 acre tract of land being a portion of a 149.364 acre tract of land (by deed) deeded to BN Development Company, Inc. as recorded in County Clerk's File No. D206387272 of the Deed Records of Tarrant County, Texas, said 0.468 acre tract of land being more particularly described by metes and bounds as follows: BEGINNINNG at 5/8 inch iron rod with cap stamped "Dunaway & Assoc." found for the northwest corner of said 149.364 acre tract of land, said 5/8 inch iron with cap stamped "Dunaway & Assoc." being the intersection of the existing southeasterly right-of-way of Crowley Road (F.M. Hwy 731, a variable width right-of-way) with the existing south right-of-way line of West Risinger Road (a variable width right-of-way); THENCE North 89 degrees 35 minutes 09 seconds East, with the existing south right-of-way line of said West Risinger Road and with the north line of said 149.364 acre tract of land, a distance of 3 83.3 6 feet to a ROW marker set for the intersection of the existing north right-of-way line of said Risinger Road with the proposed south right-of-way line of said Risinger Road; THENCE South 00 degrees 24 minutes 51 seconds East, with said proposed south right-of-way line of West Risinger Road, a distance of 48.16 feet to a ROW marker set for corner; THENCE South 89 degrees 40 minutes 23 seconds West, with said proposed south right-of-way line of West Risinger Road, a distance of396.71 feet to a ROW marker set for corner; THENCE South 74 degrees 36 minutes 52 seconds West, with said proposed south right-of-way line of West Risinger Road, a distance of 79.92 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for corner in the westerly line of said 149.364 acre tract of land, said 5/8 inch iron rod with cap stamped "Dunaway & Assoc." being the intersection of said proposed south right-of-way line of Risinger Road with the existing southeasterly right-of-way line of said Crowley Road, from which a 5/8 inch iron rod with cap stamped "Dunaway & Assoc." found for a corner in the west line of said 149.364 acre tract of land bears South 27 degrees 05 minutes 14 seconds West, a distance of 457.59 feet; Exhibit A Page 1 of 2 THENCE North 52 degrees 36 minutes 05 seconds East, with a northwesterly line of said 149.364 acre tract of nand and with said existing southeasterly right-of-way line of Crowley Road, a distance of 113.37 feet to the POINT OF BEGINNING and containing 20,366 square feet or 0.468 acres of land, more or less. Notes: (1) A Plat of even survey date accompanies this legal description. (2) ROW Markers along the proposed right-of-way are 5/8 inch iron rod. set with cap stamped "GORRONDONA" unless noted otherwise. (3) All bearings and coordinates are referenced to the Texas Coordinate System., NAD-83, The North Central Zone 4202. All distances and areas shorn are surface. Date: March 9, 2015 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT ,sB 9F PARCEL No. 1 ROW S A & M G RR CO SURVEY 'P ABSTRACT No. 1462 p FND 1410 ACRES (BY DEED) CAL—DAN INVESTMENTS VOLUMF 9144, PAGE 581 D.R.T.C.F EXISTING RIGHT OF --WAY WEST RISINGER ROAD (A VARIABLE WIDTH RIGNT—OF—WAY} sc ACQUISITION AREA 20,306 SO. M I LOT 17 ' �GCK 13 Y �DITIGN 5GUTII38$ � T g3 LOT 18 EXISTING RIGHT—OF—WAY APPROXIMATE LOCATION OF SU VVEEY LINE SET ROW J J.J© K K jV 8`3 J7 td� f O EXISTING ". --OF— A' MAK k .. :{3.:• 'r.C•'•:•''•'...*:•v{iirii{ac'ri:i}ii;•� catis}: ram. ::•': , :{'r:': titiCi '9- 4I3.16 1 cf:: �= MASET RKER =J=—_- — SET ROW/ PROPOSED MARKER S 74'36'52*W RIGHT —OF --WAY r----- 79.92' I FND S/8"IR W/CAP------------- — 50.0PERMANEN; WATER MAIN EASEIAENT ! "DUNAWAY & ASSOC' LL 50.0' PERMANENT EASEMENT TO THE CITY CE FORT WORTH ! TO HARNETT GATHERING, L.P. C.C.F. No. D203105743 •� .. cis YY .C.F. ia0.D20a2i33Ha Is•R•T.cY, Al F ❑.R,T.C.T. �V EXISTING RIGHT —OF --WAY FND 5/8"IR W/CAP 'DUNAWAY & ASSOC" 149.364 ACRES (HY DEED) BN DEVELOPMENT COMPANY, INC. C.C.F. No. ID206387272 D.R.T.C.T. v I`t ��N R G� P��R NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED, 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-113, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. �uR 1ti2Z 19 100 50 0 100 SCALE IN FEET PARCEL- 1 ROW SUBJECT TRACT & ACQUISITION LOCATION City of Fort Worth 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 761.02 EXHIBIT A SHOWING RIGHT-OF-WAY ACQUISITION OUT OF A 149.364 ACRE TRACT OF LAND SfTUATED IN THC CHARLES MARTIN SURVEY, ABSTRACT NO. 1022 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK FILE NO. D206387272 DEED RECORDS OF TARRANT COUNTY, TEXAS STe CItTI S SMITH i ate` 5494- .Q& SMITH 7 PROFESSIONAL LAND SURVEYOR DATE: MARCH 9, 2015 GORRONDONA & A PROJECT -NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 2 ROW CITY PROJECT No. 02239 9740 CROWLEY ROAD, FORT WORTH, TEXAS CHARLES MARTIN SURVEY, ABSTRACT No.1022 .A. Being a 0.593 acre tract of land situated in the Charles Martin Survey, Abstract No_ 1022, City of Fort Worth, Tarrant County, Texas, said 0.593 acre tract of land being portion of a 2.268 acre tract of land (by deed) and being further described as Tract 1 deeded to Allen S. Baumgardner, Sr. and Judy A. Baumgardner as recorded in Volume 14124, Page 371 of the Deed Records of Tarrant County, Texas, said 0.593 acre tract of land being more particularly described by metes and bounds as follows: BEGINNINNG at PK Nail found in asphalt for the northeast corner of said 2.268 acre tract of land, said PK nail being in West Risinger Road (an undedicated right-of-way), said PK Nail also being in the existing northwesterly right-of-way line of Crowley Road (F.M. Hwy 731, a variable width right-of-way), said PK Nail also being the beginning of a non -tangent curve to the left having a radius of 1492.40 feet, a central angle of 03 degrees 57 minutes 24 seconds and whose chord bears South 42 degrees 09 minutes 39 seconds West, a distance of 103.04 feet; THENCE with the southeasterly line of said 2.268 acre tract of land, with the existing northwesterly right-of-way line of said Crowley Road and with said non -tangent curve to the left, an are length of 103.06 feet to a 5/8 inch iron rod with cap stamped "Transystem" found for the intersection of the existing northwesterly right-of-way line of said Crowley Road with the proposed south right-of-way line of said West Risinger Road, from which a PK nail found for the west corner of a 0.844 acre tract of land further described as Tract II deeded to Allen S. Baumgardner, Sr. and Judy A. Baumgardner as recorded in. Volume 14124, Page 371 of the Deed Records of Tarrant County, Texas, bears a chord bearing of South 32 degrees 36 minutes 22 seconds West, a distance of 393.63 feet; THENCE South 89 degrees 40 minutes 23 seconds West, with said proposed south right-of-way line of said West Risinger Road, a distance of 236.28 feet to a ROW marker set for the beginning of a curve to the right having a radius of 1255.00 feet, a central angle of 03 degrees 13 minutes 37 seconds, and whose chord bears North 88 degrees 42 minutes 48 seconds West, a distance of 70.67 feet; THENCE with the proposed south night -of -way line of said West Risinger Road and with said curve to the right, an are length of 70.68 feet to a ROW marker set for corner in the west line of said 2.268 acre tract of land; Exhibit A Page 1 of 2 THENCE North 00 degrees 27 minutes 13 seconds West, with west line of said 2.268 acre tract of land, a distance of 73.93 feet to a point for the northwest coiner of said 2.268 acre tract of land, said point being in said West Risinger Road; THENCE North 89 degrees 39 minutes 48 seconds East, with the north line of said 2.268 acre tract of land and with said West Risinger Road, a distance of 376.68 feet to the POINT OF BEGINNING and containing 25,852 square feet or 0.593 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) ROW Markers along proposed right-of-way are 5/8 inch iron rod set with cap stamped "GORRONDONA" unless noted otherwise. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202_ All distances and areas shown are surface. Date: March 9, 2015 Curtis Smith Registered Professional Land Surveyor No_ 5494 Texas Firm No. 10106900 6; CURTIS SMITH 94 ' .S U� Exhibit A Page 2 of 2 EXHIBIT 11B 1 9 PARCEL No. 2 ROW CURVE TABLE CURVE lU5 DELTA BEARING CHORD ARC C�-�1 1492.40' O3'S7 24" 3 4T09'39`W '103.04' 1.03,0.6' C-2 1255-00' 03'1337" N 88'42413�IY 70,67' 70.68' C-3 1492.40 15'09 22 S 32 36 22`W 393.63' 394.78' PERMANENT WATER MAIN EASEMENT 40.2 ACRES (BY DEED) TO THE CRY OF FORT WORTH THOMAS 0. GIBBS C.C.F. No. D203105747 VOLUME 14366, PAGE 199 O-P,R.T.C.T, n R.T.C.T. I , F N 89'39 48 E _37$ N 00'27'13V-- 73.93' SET ROW MARKER , , � T ._SE � 30.0' nIPEL!NE EASEMENT MARKER OW TO PARNET) GATHERING, f..P. C.C.F. No. 07.082.3a$ RIGHT —OF —WA o ACQUISITION ARI EST UNDEDICATED RIGHT-( A & M G RR CO SURVEY ABSTRACT No. 1462 5.00 ACRES (BY DEED) WILUAM KING HAWKINS C.C.F. No. D204302243 O,P.R.T C.T. -s9•*b'2-� -2X2V— - 20.0' EASEMENT TO 9ARNErT GATHERING, L.P. C.C.F. No. D208213383 Y O.P.R.T.C.T. ' e Lei I pr) o d 31 to 4 i 25,052 SQ. FT. > w�o� -1 1 OR 0.5 1 c. n dCamF: a �Ncq Mai p°n:o rlM 0 a Ld o I J 0 �� '3 ! I I iZ < t7KV LIJ E aI m cc 1! 00 50 o I 10 SCALE IN FEET 93 ACRES cj c; Q ry�IV 4�� �.6 1/D PK / NOTES_ 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 51r 1RON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL HEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. —fc---"--- 17 — APPROXIMATE LOCATION OF SURVEY LINE rN G D 5/8"IR W/CAP "TRANSI'STEM" Y LsJ EXISTING RIGHT-OF-WAY 0 in Z < '`r - ♦ f .....I Ln Li_ m Q I PARCEL No. 2 ROW 7 SUBJECT TRACT & LOCATION OF ACQUIS17ION City oF Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISMON OUT OF A 2,269 ACRE TRACT OF LAND SITUATED IN THE CHARLES MARTIN SURVEY, ABSTRACT NO, 1022 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 14124, PAGE 371 DEED RECORDS OF TARRANT COUNTY, TEXAS CURTIS SMITH. 5494 ' O SU JOB No. HALF1403.00 I DRAWN BY. JLC - R - . - - REOISTERED PROFESSIONAL LAND SURVEfOR DATE: MARCH 9. 2015 1 EXHIBIT B PAGE 1 OF 1 1 SCALE: 1"-! DO' "p. 5494 TEXAS FIRM No. 1 M J59'j0. GORRONDONA & ASSOCIATES. INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76118 • $17--496-1424 FAX 817-49,5 1768 PROJECT NAME. R[SINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 2 TCE CITY PROJECT No. 02239 9740 CROWLEY ROAD, FORT WORTH, TEXAS CHARLES MARTIN SURVEY, ABSTRACT No. 1022 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR. Allen S. Baumgardner, Sr. and Judy A. Baumgardner GRANTOR'S MAILING ADDRESS: 3601 RIDGLEA COUNTRY CLUB DR FORT WORTH, TARRANT COUNTY, TX 76116-9344 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Charles Martin Survey, Abstract No. 1022, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being portion of a 2.266 tract of land (by deed) deeded to Allen S. Baumgardner, Sr. and Judy A. Baumgardner as recorded in Volume 14124, Page 371 of the Deed Records of Tarrant County, Texas,, said temporary construction easement being more particularly described in Exhibits "A" and "B": Grantor, for the consideration paid to its successors and assigns, the use easement situated in Tarrant County attached as Exhibit "A", and ingress shown on Exhibit "B". Grantor, hereby grant, bargain and convey unto Grantee, and passage in, over, and across, below and along the Texas, in accordance with the legal description hereto and egress over Grantor's property to the easement as Temporary Construction Easement 03/09/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of road construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease_ TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement D3109/"15 GRANTORS: Allen S. Baumgardner, Sr. Judy A. Baumgardner STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Public in and for the State of Texas ACKNOWLEDGEMENT Temporary Construction Easement 03/09/2015 STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20— Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 2 TCE CITY PROJECT No. 02239 9740 CROWLEY ROAD, FORT WORTH, TEXAS Tract la, CHARLES MARTIN SURVEY, ABSTRACT No. 1022 EXHIBIT "A" Being a temporary construction easement situated in the Charles Martin Survey, Abstract No. 1022, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being portion of a 2.268 tract of land (by deed) being further described as Tract 1 deeded to Allen S. Baumgardner, Sr. and Judy A. Baumgardner as recorded in Volume 14124, Page 371 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at PK Nail found in asphalt or the northeast comer of said 2.268 acre tract of land, said PK nail being in West Risinger Road (an undedicated right-of-way), said PK Nail also being in the existing northwesterly right-of-way line of Crowley Road (F.M. Hwy 731, a variable width right-of-way), said PK Nail being the beginning of a non -tangent curve to the left having a radius of 1492.40 feet, a central angle of 03 degrees 57 minutes 24 seconds and whose chord bears South 42 degrees 09 minutes 39 seconds West, a distance of 103.04 feet; THENCE with the southeasterly line of said 2.268 acre tract of land, with the existing northwesterly right-of-way line of said Crowley Road and with said non -tangent curve to the left, an arc length of 103.06 feet to a 5/8 inch iron rod found with cap stamped "Transystem" found for the POINT OF BEGINNING of the herein described temporary construction easement, said 5/8 inch iron rod with cap stamped "Transystem" being the intersection of the existing northwesterly right-of-way line of said Crowley Road with the proposed south right-of-way line of said West Risinger Road, said 5/8 inch iron rod with cap stamped "Transystem" being in the beginning of a non -tangent curve to the left having a radius of 1492.40 feet, a central angle of 00 degrees 45 minutes 12 seconds and whose chord bears South 39 degrees 48 minutes 21 seconds West, a distance of 19.62 feet; THENCE with the southeasterly line of said 2.268 acre tract of land and with said non -tangent curve to the left, an arc length of 19.62 feet to a point for corner, from which a PK nail found for the west corner of a 0.844 acre tract of land and further described as Tract II deeded to Allen S. Baumgardner, Sr. and Judy A. Baumgardner as recorded in Volume 14124, Page 371 of said Deed Records of Tarrant County, Texas, bears a chord bearing of South 32 degrees 13 minutes 43 seconds West, a distance of 374.13 feet; THENCE South 89 degrees 40 minutes 23 seconds West, a distance of 108.52 feet to a point for corner; Exhibit A Page 1 of 3 THENCE South 00 degrees 19 minutes 37 seconds East, a distance of 5.00 feet to a point for corner, THENCE South 89 degrees 40 minutes 23 seconds West, a distance of 76.40 feet to a point for corner; THENCE North 00 degrees 19 minutes 37 seconds West, a distance of 5.00 feet to a point for corner; THENCE South 89 degrees 40 minutes 23 seconds West, a distance of 38.71 feet to a point for the beginning of a curve to the right having a radius of 1270.00 feet, a central angle of 01 degrees 22 minutes 51 seconds and whose chord bears North 89 degrees 38 minutes 11 seconds West, a distance of 30.61 feet; THENCE with said curve to the right, an are length of 30.61 feet to a point for corner; THENCE South 00 degrees 27 minutes 13 seconds East, a distance of 48.79 feet to a point for corner; THENCE South 89 degrees 32 minutes 47 seconds West, a distance of 40.00 feet to a point for corner in the with west line of said 2.268 acre tract of land; THENCE North 00 degrees 27 minutes 13 seconds West, with the west line of said 2.268 acre tract of land, a distance of 65.50 feet to a ROW marker set for corner in the proposed south right-of-way line of said West Risinger Road, said ROW marker being the beginning of a non -tangent curve to the left having a radius of 1255.00 feet, a central angle of 03 degrees 13 minutes 37 seconds and whose chord bears South 88 degrees 42 minutes 48 seconds East, a distance of 70.67 feet; THENCE with the proposed south right-of-way line of said West Risinger Road and with said non -tangent curve to the left, an arc length of 70.68 feet to a ROW marker set for corner; THENCE North 89 degrees 40 minutes 23 seconds East, with the proposed south right-of-way line of said West Risinger Road, a distance of 236.28 feet to the POINT OF BEGINNING and containing 6,872 square feet or 0.158 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this legal description. (2) ROW Markers along proposed right-of-way are 5/8 inch iron rod set with cap stamped "GORRONDONA" unless noted otherwise. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface_ Date: March 9, 2015 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 3 of 3 PARCEL No. .2 TCE CURVE TABLE CURVE RADIUS DELTA BEARING CHORD ARC 0-1 1492.40' 03'57'24" S 4209'39 ! 103.I}4 103.06' C-2 1492.40' 00'45'12" S 39 82T"W 18.62' 19.62' C--3 1492.40' 14'24'04" S 32'13'43W 374.13' 375.11' C-4 1270,00' 01'22'51" N 89'38'11"W 30.61- 36.61' C-5 1255.00' 03'13'37' S SS-42'48E 70.67' 70.68' 40.2 ACRES (BY DEIEO) THOMAS 0. GIBBS VOLUME 14366, PAGE 199 N 00'27'13`°W- 73.93' EXIS71NG SET R04 RIGHT-OF-WAY MARKER 30.0' PIPELINE EASEMENT - TO BARNETT GA-HERING, L.P. C.C.F. No. D2082.3383 P O..R.T.C-T.' TEMPORARY > w z n n 'CONS"UCTION cy- "n M ,,, MDAENT AREA m¢nm Z o U j 0 6,572 SQ. FT a I Ei OR 0.155 ACRES � O c ?io � � I ��5 N 0Lu LuU Q ri .� v Q ��3�P G cx 0- � � � �, . G P U m , � II `I'��O��k. Off. 100 50 0 100 END PK NAIL SCALE IN FEET & M. G. RR CO. SURVEY ABSTRACT No. 1462 A 5,00 ACRES (8Y DEED) WILLIAM KING HAWKINS r%n C RI.. Il AA.7A1 OA2 APPROXIMATE LOCATION OF SURVEY LINE Li �o B. V) r R W/CAP STELA ° 2: EXISTING � k t,,..-, RIGHT-OF-WAY Q < 5 -1V) Cl rJ LINE TABLE LINE BEARING DISTANCE L 1 S 89.40'23W 108.52' L-2 S 00'19'37 E 5.00- L-3 S B9'4013"W 76.40' L.-7 N 00.19'37W 5.OD' L-5 S 89'40 23"W 38.71' L--6 IS 0172713E 48.79' L-7 I S BW32'47"W 40.00' I L-8 IN 00.27'13`W 65,50' SUBJECT TRACT & LOCATION OF EASEMENT Cityz oF Fort Worth 1.00.0 THROGKMORTON STREET • FORT WORTH, TEXAS 76102 O(HIBFT SHOWING TEMPORARY CONSTRUCTION EASEMENT OUT OF A 2.268 ACRE TRACT OF LAND SITUATED IN THE CHARLES MARTIN SURVEY, ABSTRACT NO. 1022 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VO W ME 14124, RAGE. 371 DEED RECORDS OF TARRANT COUNTY, TEXAS G 15 Tr K CURrtTS SMfTp 1 iA y 5494 t 5 tq lJ No. HALF1 SURVeYO;i PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 3 ROW CITY PROJECT No. 02239 9632 CROWLEY ROAD, FORT WORTH, TEXAS S. A. & M. G. RR. CO. SURVEY, ABSTRACT No.1462 EXHIBIT "A" Being a 0.295 acre tract of land situated in the S. A. & M. G. RR. Co. Survey, Abstract No. 1462, City of Fort Worth, Tarrant County, Texas, said 0.295 acre tract of land being portion of a 5.00 tract of land (by deed) deeded to Michael William Hawkins as recorded in County Clerk File No. D216175299 of the Official Public Records of Tarrant County, Texas, said 0.295 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 3/4 inch iron rod found for the southwest corner of Lot 1, Block 1, Clardy Addition, an addition to the City of Fort Worth Tarrant County, as recorded in Volume 388-214, Page 38 of the Plat Records of Tarrant County, Texas, said 3/4 inch iron rod being an the interior ell corner in the east line of Lot 1, Block 1, Gibbs Industrial Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 6409 of said Plat Records of Tarrant County, Texas; THENCE South 00 degrees 30 minutes 38 seconds East (radial bearing) a distance of 300.91 feet to a 1/2 inch iron rod found for the northwest corner of said 5.00 acre tract of land, said 1/2 inch iron rod also being an interior ell corner in the east line of said Lot 1, Block 1 of Gibbs Industrial Addition; THENCE South 00 degrees 29 minutes 37 seconds East, with the west line of said 5.00 acre tract of land and with the most southerly east line of said Lot 1, Block 1, Gibbs Industrial Addition, a distance of 193.41 feet to a point for the southeast corner of said Lot 1, Block 1, Gibbs Industrial Addition, said point being in the most southerly east line of a 40.2 acre tract of land deeded to Thomas D. Gibbs as recorded in Volume 14366, Page 199 of the Deed Records of Tarrant County, Texas; THENCE South 00 degrees 33 minutes 27 seconds East, with the west line of said 5.00 acre tract of land and with the most southerly east line of said 40.2 acre tract of land, a distance of 164.78 feet to a ROW marker set for the POINT OF BEGINNING of the herein described 0.295 acre tract of land, said ROW marker being in the proposed north right-of-way line of West Risinger Road (an undedicated right-of-way), said ROW marker being the beginning of a non -tangent curve to the left having a radius of 1145.00 feet, a central angle of 04 degrees 24 minutes 26 seconds and whose chord bears South 88 degrees 07 minutes 24 seconds East, a distance of 88.05 feet; THENCE with the proposed north right -of --way line of said West Risinger Road and with said non -tangent curve to the left, an arc length of 88.08 feet to a ROW marker set for corner; Exhibit A Page 1 of 3 THENCE North 89 degrees 40 minutes 23 seconds East, with said proposed north right-of-way line of West Risinger Road, a distance of 336.76 feet to a ROW marker set for the intersection of the proposed north right-of-way line of said West Risinger Road, with the existing northwesterly right-of-way line of Crowley Road (F.M. Hwy 731, a variable width right-of-way), said ROW marker being in the southeast line of said 5.00 acre tract of land; THENCE South 45 degrees 00 minutes 21 seconds West, with the southeasterly line of said 5.00 acre tract of land and with said existing northwesterly right-of-way line of said Crowley Road, a distance of 23.60 feet to a point for corner, said point being the beginning of anon -tangent curve to the left having a radius of 1372.59 feet, a central angle of 00 degrees 46 minutes 20 seconds and whose chord bears South 44 degrees 37 minutes 11 seconds West, a distance of 18.50 feet; THENCE with the southeasterly line of said 5.00 acre tract of land, with the existing northwesterly right-of-way line of said Crowley Road and with said non -tangent curve to the left, an are length of 18.50 feet to a point for the southeast corner of said 5.00 acre tract of land, said point being in said West Risinger Road; THENCE South 89 degrees 13 minutes 55 seconds West, with the south line of said 5.00 acre tract of land and with said West Risinger Road, a distance of 394.76 feet to a point for the southwest corner of said 5.00 acre tract of land, said point being in said West Risinger Road; THENCE North 00 degrees 33 minutes 27 seconds West, with the west line of said 5.00 acre tract of land, passing at a distance of 0.49 feet a point for the southeast corner of said 40.2 acre tract of land, passing at a distance of 32.56 feet, a 5/8 inch iron rod found for reference, in all, a distance of 36.11 feet to the POINT OF BEGINNING and containing 12,861 square feet or 0.295 acres of land, more or less. Exhibit A Page 2 of 3 Dotes; (1) A plat of even survey date accompanies this legal description. (2) ROW Markers along proposed right-of-way line are 5/8 inch iron rod set with cap stamped "GORRONDONA" uriless noted otherwise. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: April 25, 2017 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 CURIES SMITH su�z� Exhibit A Page 3 of 3 III PARCEL No. 3 ROIL' LOT 1, BLOCK f CLARDY ADDITION VOLUME 388-214, PAGE 38 P.R. T. C T. P.O.C. FND 3/4"II -_ LOT 1 BLOCK f � ,& CIBBS INDUSTRIAL ,ADDITION M -g CABINET A, SLIRE 6409 A. m F.II'. T. C. T. m� �a o� o u 0 100 50 0 100 SCALE IN FEET i FND 1 f 2"IR �. -ti 5.00 ACRES (BY DEED) S. A. & M. G. RR. CO. SURVEY �I MICHAEL WILLIAM HAWKINS ABSTRACT" No. 1462 W C.C.F. No. D216175289 .I 0,P.R.T.C.T. TCH LOVE O N NOTES- 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT--OF—WAY LINE ARE AA 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SY5TEM. NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. City Fort Wortll 1000 THROCKMORTON STREET • FORT WORTH. TEXAS 76102 EXHIBIT SHOWING RIGHT-OF-WAY ACQUISITION OUT OF A 5.00 ACRE TRACT OF LAND SITUATED IN THE S. A. & M. G. RR. CO. SURVEY, ABSTRACT NO. 1462 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D216175289 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS CURTIS SMITH s`A 5a94 _ t s cuRT15 smgH REGISTERED PROFESSIONAL LAND SLYRVEYOR NO. 3494 TEXAS nEm mv. i D 11 mace • 817•-496-1424 FAX 817---496-1766 EXHIBIT 99B 9� MA TCH LINE PARCEL No. 3 ROW W 1, BLOCK i GIBES IND�TSTIiIAL aMi d •ADDITION N "� CAiiINLT A. SLIDE 8408 $ P.R.T.C.T. CURVE TABLE CURVE RADIUS DELTA SEARING CHORD ARC C-1 1145.00' 04'24'26 S 88'07'24"E 88.05' BB.OB' C-2 1372.59' OD'46'20" S 49•'37'11`4Y 18,50' 18.50' LINE TABLE LINE BEARING DISTANCE L-1 S 45'00'2i"W 23.6fl' L-2 N 00'33'27hY 36.11' 5.00 ACRES (BY DEED) S. A. & M. G. RR. CO. SURVEY Lu (L'i MICHAEL wILLIAM FlAwIt1NS oma C.C.F. No. D215175289 AQSTRACT No. 1462 m � � Q.P.R.T.C.T. RIGHT—OF—WAY W j ACQUISITIONAREA O ~ N I 12,861 SGI, 1'T. - •- ��� M P.O.R. CAR Q. � - _ •��' a a SET ROW G� _ SEE-, � a MARKER PROPOSED DETAIL'A" L GHT-'of—wAY � "'.-.... .. •�� � M_ ARKER �I B9*40'23*E //336.76* MARKER �?h� � . .iM1: J: Y.1S. 'G^:�. ..Y.:'1::: :::::::'Cy.••.Y't.Y.'.:•:t.:'!.'.::.....J.;....y L' 1 �y •••.i' �.:� •�: '::.: �:_•.'�: �:.•:'.•:': �:._.::.-:.�:� �.":'-�".��:�.s�:. �::'. �:�:::::1 �:.::::. �.:�:::�:::.::'1:•: ::Il: �:Ilt':::.•.':ta::5' ': ............ ':1.::::�: t. �: t•• L•t'::::t4.'.•SJM1.:.'.'tLtt t':: t.tt':. hYYl:: t.:t':Y.:l: t::': L':'.'1::.. ... �: �':: ::.:::::::. - . .......... . —�—'��r- •.- �-•-�. � �� 1��FJJ�11" ��$.��� .�.� APPROXIMATE LOCATION WEST RISINCER READ OF SURVEY LINE I j � (AN UNOEDICATEO RIGHT-OF-WAY) Q > � TRACT 1 0)" j � � 2.268 ACRES (BY DEED) X o ALLEN S. BAUMGARDNER, SR. & � � � JUDY A BAUMGARDNER U VOLUME 14124, PAGE 371 y �� S A /' a 3: Q O.R.T.C:T. w z ��a�v� dF- p 1-- 0 � ) -1% 0 EXISTING !�" �� � � � Q Q < R J RIGHT -'OF -WAY V} J PARCEL No. 3 oa sa a as : =�. v.,�. �--��•'.. �'':U °-Q - "PASSING A SCALD IN FED AT 32.58'-:::_.:.•r.:_,::.:.;.:::::.-.,;.:,.., SUBJECT TRACT & � 1�..............a`::'i::ft�;�;;;: LocATlanr O---------------------------------- F AcaulsrrroN NOiES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE AREA 5/8" IRON ROD SE'i WITH BLUE CAP STA:iPED GORRONpONA" UNLESS OTHERWISE NOTED. 3_ ALL, BEARINGS AND COORDINATES ARE REFERENCED TO THE TE3G45 COORDINATE SYSTEM, NAD-53, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. &q;�w =PASSING AT (.49', A POINT FOR SE cdR. •..ao.z AeRE TR .. DE t'AIL.'°AA . NOT TO SCALE 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING RIGHT—OF—WAY ,4CG1U151TIQN OUT OF 5.00 ACRE TRACT OF LAND 51TIJRTEI3 IN THE S. A. & M. G. RR. CO. SURVEY, ABSTRACT NO. 1462 CITY OF FORT WQRT1-t, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE Na. 13216175289 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS JLC REGISTERED PROFESSIONAL LAND �awc4z,erruioriWe..ogaussrr•�tr_i�:�+w�ni3sm=!asrmav,isfamimc�n I.:1111111115 as] :a="ucu:�*_�i:yfrv:% 107a.irar..vz.�T,c�wrs Lrm��7e� r GRANTORS: GRANTEE: City of Fort Worth Michael William Hawkins Jesus J. Chapa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Public in and for the State of Texas ACKNOWLEDGEMENT Temporary Construction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 3 TCE CITY PROJECT No. 02239 9632 CROWLEY ROAD, FORT WORTH, TEXAS S. A. & M. G. RR- CO. SURVEY, ABSTRACT No. 1462 EXHIBIT "A" Being a temporary construction easement situated_ in the S. A. & M. G. RR. Co. Survey, Abstract No. 1462, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being portion of a 5.00 tract of land (by deed) deeded to Michael William Hawkins as recorded in County Clerk File No. D216175289 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 3/4 inch iron rod found for the southwest corner of Lot 1, Block 1, Clardy Addition, an addition to the City of Fort Worth Tarrant County, as recorded in Volume 388-214, Page 38 of the Plat Records of Tarrant County, Texas, said 3/4 inch iron rod being an the interior ell corner in the east line of Lot 1, Block 1, Gibbs Industrial Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 6409 of said Plat Records of Tarrant County, Texas; THENCE South 00 degrees 30 minutes 3 8 seconds East (radial bearing) a distance of 300.91 feet to a 1/2 inch iron rod found for the northwest corner of said 5.00 acre tract of land, said 1/2 inch iron rod also being an interior ell corner in the east line of said Lot 1, Block 1 of Gibbs Industrial Addition, THENCE South 00 degrees 29 minutes 37 seconds East, with the west line of said 5.00 acre tract of land and with the most southerly cast line of said Lot 1, Block 1, Gibbs Industrial Addition, a distance of 193.41 feet to a point for the southeast corner of said Lot 1, Block 1, Gibbs Industrial Addition, said point being in the most southerly east line of a 40.2 acre tract of land deeded to Thomas D. Gibbs as recorded in Volume 14366, Page 199 of the Deed Records of Tarrant County, Texas; THENCE South 00 degrees 33 minutes 27 seconds East, with the west line of said 5.00 acre tract of land and with the most southerly east line of said 40.2 acre tract of land, a distance of 149.73 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the beginning of a non - tangent curve to the left having a radius of 1130.00 feet, a central angle of 04 degrees 28 minutes 09 seconds and whose chord bears South 88 degrees 05 minutes 32 seconds East, a distance of 88.12 feet; THENCE with said non -tangent curve to the left, an are length of 88.14 feet to a point for comer; THENCE North 89 degrees 40 minutes 23 seconds East, a distance of 351.93 feet to a point for corner in the existing northwesterly right-of-way line of Crowley Road (F.M. Hwy 731, a variable width right-of-way), said point being in the southeast line of said 5.00 acre tract of land; Exhibit A Page 1 of 2 THENCE South 45 degrees 00 minutes 21 seconds West, with the southeasterly line of said 5.00 acre tract of land and with the existing northwesterly right-of-way line of said Crowley Road, a distance of 21.34 feet to a ROW marker set for the intersection of the existing northwesterly right-of-way line of Crowley Road with the proposed north right-of-way line of West Risinger Road (an undedicated right-of-way); THENCE South 89 degrees 40 minutes 23 seconds West, with the proposed north right-of-way line of said West Risinger Road, a distance of 336.76 feet to a ROW marker set for the beginning of a curve to the right having a radius of 1145.00 feet, a central angle of 04 degrees 24 minutes 26 seconds and whose chord bears North 88 degrees 07 minutes 24 seconds West, a distance of 88.05 feet; THENCE with the proposed north right-of-way line of said West Risinger and with said curve to the right, an arc length of 88.08 feet to a ROW marker set for corner in the west line of said 5.00 acre tract of land, said point being in the east line of said 40.2 acre tract of land, from which a 5/8 inch iron rod found for reference bears South 00 degrees 33 minutes 27 seconds East, a distance of 3.56 feet; THENCE North 00 degrees 33 minutes 27 seconds West, with the west line of said 5.00 acre tract of land and with the east line of said 40.2 acre tract of land, a distance of 15.05 feet to the POINT OF BEGINNING and containing 6,487 square feet or 0149 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) ROW Markers along proposed right-of-way line are 5/8 inch iron rod set with cap stamped "GrORRONDONA" unless noted otherwise. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances. and areas shown are surface. Date: April 25, 2017 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Finn No. 10106900 Exhibit A Page 2 of 2 EXIIIBIT �9B f PARCEL No. 3 TCR i� LOT 1, 1 BLOCK 1 CLARDY ADDITION - s.D' UTILITY EASEMENT VOLUME 388�--.214, PAGE 38 VOLuME 396-214, PAGE 38 P.R. T. C. T. P.R.T,C.T. LL—= — — —_ P.O.C. FND 3/4"V .LOT t BLOCK f c c CIBBS INDUSTRIAL ADDITION M CABINET A, SLIDE 6409 W P.R. T. C. T. _ m Mg o� ri 0 100 50 0 100 SCALE IN FELT o o ® - fNI) R 5.00 ACRES (BY DEED.) MICHAEL WILLIAM HAWKINS w C.C.F. No. D216175289 O.P.R.T.C.T. o 0 ■ .TCH LINKS NOTESt 1. A LEGAL. DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 3/8" IRON ROD SET WfI]i BLUE CAP STAMPED °GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL $PARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD--03, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. tl� S_ A. & M. G. RR. CO. SURVEY ABSTRACT No. 1462 PARCEL No. 3 TOE SUBJECT TRACT 8c LOCATION OF EASEMENT City (ofF Fort Wiorth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT A SHOWING 15' TEMPORARY CONSTRUCTION EASEMENT OUT OF' A 5.00 ACRE TRACT OF LAND SITUATED IN THE S. A. & M. G. RR. CO. SURVEY, ABSTRACT NO. 1462 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D216175289 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS 0 ' If CURTIS SMIT# f A r _ 949 4 .- S 03 APRIL PROFESSIONAL LAND SURVEr.)R IT MATCH Sa�1m LiLlI�IJJ 99B 99 PARCA,L No. 3 TCE -LOT 1, .BLOCK 1 clBBs INDUTSTRIAL ;T ADDITION c' h CADINE'T A, SLIDE 5449 0 P.RR.T.C.T. 40.2 ACRES (BY DEED) N i� THOMAS D. GIBBS VOLUME 14366, PAGE 199 0 V D.R.T.C.T. c ^� FT O.B.,, 1 SET ROW - ...._ — — j MARKER FND 5/$"IR 611S. S 00'33'27"E-3.56' -J r SET ROW - ...._ — — j MARKER FND 5/$"IR 611S. S 00'33'27"E-3.56' -J r CURVE TABLE CURVE RADIUS DELTA SEARING CHORD ARC C-1 7i30.00' 04'28'09' S 88'05'32"E 88.12' 88,14' C-2 i 145.00 O4'24'26" N 86'07'24`IY 8€3.05' 88.fle' 11 S. A. & M. G. RR. CO. SURVEY 5.00 ACRES (BY DEED) ABSTRACT No. 1462 MICHAEL WILLIAM HAWKINS 1W TEMPORARY C.C.F. No. D216175289 CONSTRUCTION O.P.R.T.C.T. EASEMENT48y Q. AREA p``f C--�1 N 8740'23�E 351 -PROPOSED S 89'40'23'W 336.76 RIGHT-OF-WAY SET ER -WEST RISINCER ROAD MARKER (AN UNDEDICATED RIGHT-OF-WAY) in a A !.�! Ld �wW ¢ v =m� wQ ti I o O �L.L a�� U o r ED F- V Q `'� f � 12E TRACT 1 2.268 ACRES (BY DEED) ALLEN S. BAUMGARDNER, SR. & JUDY A 13AUMGARDNER VOLUME 14124, PAGE 371 D.R.T.C.T. 1}} EXISTING RIGIT -1 OF -WAY 100 50 0 100 SCALE IN FEET NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT -OF --WAY LINE ARE A 5/8- IRON ROD SET WITH BLUE CAP STAMPED-GORRONDONe UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, A -IL NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE', K-- L.-1 SET ROW MARKER 4N �APFRt1� xIMATE LOCH OF SURVEY LINE 4 I; ©��C Z Z �O y g U J (n Q Q U PARCEL No. �s TeE SUBJECT TRACT & LOCATION OF EASEMENT City f Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT A MOWING 15' TEMPORARY CONSTRUCTION EASEMENT OUT OF A 5.00 ACRE TRACT OF LAND SITUATED IN THE S. A. & M. C. RR. CO. SURVEY, ABSTRACT NO. 1462 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. 0216175289 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS 'IS SMITH 5494 Q S LINE TABLE. LINE BEARING DISTANCE L--1 S 45'DO'21°�! 21.34' L-2 N Op'33'x7'�7 15.0"a' PROFESSIONAL LAND SURVEYOR Z GORRONDONA & ASSOCIATES. INC. - 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 0 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 4 ROW CITY PROJECT No. 02239 1925 W. RISINGER ROAD, FORT WORTH, TEXAS JACOB WILCOX SURVEY, ABSTRACT No. 1743 EXHIBIT "A" Being a 0.147 acre tract of land situated in the Jacob Wilcox Survey, Abstract No. 1743, City of Fort Worth, Tarrant County, Texas, said 0.147 acre tract of land being a portion of a 3.256 acre tract of land (by deed) deeded to Pedro llerrera and Norma Herrera, husband and wife as recorded in County Clerk's File No. D209236836 of the Deed Records of Tarrant County, Texas, said 0.147 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a MAG nail found for the most easterly northeast corner of a 6.26 acre tract of land (by deed) described as Tract One deeded to 2201 Risinger, L, L.C. (50% undivided interest) as recorded in County Clerk's File No. D209049450 of said Deed Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in. Volume 9931, Page 1980 of said Deed Records of Tarrant County, Texas, being further described in County Clerk's File No. D208403925 of said Deed Records of Tarrant County, Texas, said MAG nail being an angle point in the existing south right-of-way line of West Risinger Road (an undedicated right-of-way); THENCE South 00 degrees 49 minutes 07 seconds East, with the east line of said 6.26 acre tract of land and with the existing south right-of-way line of said West Risinger Road, a distance of 164.20 feet to a point for the northwest corner of said 3.256 acre tract of land, said point being an angle point in the existing south right-of-way line of said West Risinger Road; THENCE South 47 degrees 20 minutes 19 seconds East, with the north line of said 3.256 acre tract of land and with the existing south right-of-way line of said West Risinger Road, a distance of 48.57 feet to a 5/8 inch iron rod found for an angle point in the north line of said 3.256 acre tract of land, said 518 inch iron rod being an angle point in the existing south tight -of -way line of said West Risinger Road; THENCE North 89 degrees 04 minutes 47 seconds East, with the north line of said 3.256 acre tract of land and with the existing south right-of-way line of said West Risinger Road, a distance of 180.31 feet to a R.O.W. marker set for the POINT OF BEGINNING of the herein described 0.147 acre tract of land, said R.O.W. marker being the intersection of the existing south right-of- way line of said West Risinger Road with the proposed south riight-of- a.y line of said West Risinger Road; THENCE North 89 degrees 04 minutes 47 seconds East, with the north line of said 3.256 acre tract of land and with the existing south eight -of -way line of said West Risinger Road, a distance of 244.00 feet to a point for the northeast corner of said 3.256 acre tract of land; Exhibit A Page 1 of 2 T UIENCE South 00 degrees 37 minutes 13 seconds East, with the east line of said 3.256 acre tract of land, a distance of 44.01 feet to a R.O.W. marker set for the intersection of the east line of said 3.256 acre tract of land with the proposed south right-of-way line of said West Risinger Road, said. R.O.W. marker being the beginning of a non -tangent curve to the right having a radius of 1255.00 feet, a central angle of 11 degrees 19 minutes 40 seconds, and whose chord bears North 80 degrees 41 minutes 10 seconds West, a distance of 247.72 feet; THENCE with the proposed south right-of-way line of said West Risinger Road and with said non -tangent curve to the right, an arc length of 248.12 feet to the POINT OF BEGINNING and containing 6,382 square feet or 0.147 acres of land, more or less. Notes: (1) A .plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 518" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. Alt distances and areas shown are surface. Date: October 20, 2015 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT 99B 99 PARCEL No. 4 ROW CURVE TABLE CURVE RAD1U5 DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH C-1 1255.00' 11'1940" N BO"41F10NW 247.72 1 248.19' LINE TA13LE _. LINE I BEARING DISTANCE I L-1 3 47" 20' 19"E S.57 L-2 N B9'04'47"E 244,OC RIGHT-OF-WAY I t �o N p'coll Gl No. 1 a � n I °' I 60' Rrl,%D FA3EIJr-N1 In f.1I'I3M:AII L7 TO 111F USE Iti-Ni hl OF THI• t'UBLIC---y--I A It 0AD EASEMENT I I ,ji D ijK6 5168. PAGt )lit I TRACT ONE U,R.I.C;.'I, I 6.26 ACRES (SY DEED) 1 2201 RISINGtER, L.L.C. I (50% UNDIVIDED INTEREST) C.C.F. NO. D209049450 D.R.T.C.T. PAMCLA L. ANDERSON, TRUSTEE OF THE ANDERSON MARITAL TRUST (5()% UNDIVIDED INTEREST) VOLUME 9931, PACE 1980 AND LOT LINE 40.2 ACRES (BY DEED) PARCEL N.,—[ 4 ROW SUBJECT TRACT & THOMAS D. GIBBS LOCATION OF ACQUISITION �• I C.C.F. NO. D200111309 • I O.R:T.C.T, •y' �62 NO A�sv, ` �, 1 `• [V J I•, •1 •• LLI �� \ ' ~� • `• PERMANENTWATER i •//NTAt'N EASEMENT Tp rHE ILo • 5 I Y OF FORT WORTH •• F . NO. D10,3105741 I,1.I I D.R. T.C.T. RIGIHT'-- OF -WAY H� `• ACQUYUISITION ACRTEA �* (]R 0.14 ACRES V EXISTING �. APPROXIMATE LOCATION RIGHT -OE -WAY Q OF SURVEY LINE ` I t. WEST RISINGER ROAD j r AN UNDEDICATFD RIGHT-OF-WAY) - �_ -N 89'04'47"E 180.39- I--_ --- .I FND. 51WIR C.C,F_ NO. D208403925 D.R.T.C.T. L- - 'r,.O' ONCOR DECTRIC nF.I kv,: 2Y COMPANY EASEMENT" - I.C.E. 140. U'210041776 IF.1I I.i 3.256 ACRES (BY DEED) PEDRO HERRERA AND NORMA HERRERA, HUSBAND AND WIFE C.G.F. No. D209236836 D.R.T.C.T. NOTES: - - - -- - — 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM; NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE, &vp d. O.B. SET R.O.W. MARKER RIGHT -OF --WAY 60' 30' 0 60 SCALE IN FEET City Fort 1000 THROCKMORTON STREET" * FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT--OF—WAY ACQUISITION OUT OF A 3.256 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT Na_ 1743 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. Q209236836 DEED RECORDS OF TARRANT COUNTY, TEXAS 1" - 60' ING WORTH, TX. 761 , D • g 1 SMITH EXHIBIT 9'B " PARCEL No. 4 RDA" CURVE TABLE CURVE I RADIUS DELTA ANGLE I CHORD .6EARING CHORD LENGTH I C-1 1255.00' 11'19 40' -N 80'41'10'W 247.72' 2a_ 20' FASL•MENT TO BARNETT GATHERING, LP— C.C.F. No, D2082 t 3381 ; O.P.R.T.C.T. f I l I 40.2 ACRES (BY DEED) 1 s THOMAS D. GIBBS I 1 C.C.F. NO, D200111309 I D.R.T.C.T. i I I l I I i F-ERMANENT WATER MAIN EASEMENT TO THE CITY OF FORT WORTE1 1 'EXISTING C.C.F. NO. D103105741 I RIGHT-OF-WAY I 1 APPROXIMATE LOCATION WYES I IRISINGER ROAD OF SURVEY LINE 1Pld ItV V�1 (AN UNDEDICATED RIGHT--OF--WAY) PROPOSED-/ c-i RIGHT-OF-WAY �a4V�jv L---------- WI C Na. 1 � 20.0' PIPEL€NE EASEMENT — 1AA�5� roBARNETT C.C,F. No. GD2082133i�2.P. RIGHT—OF—WAY o.P.R.T.C.T. ACQUISITION AREA 6,362 SQ. FT: IINC TABLE LINE BEARING DISTANCE L_2 N 89'04'47"E 244,00' L-3 S 00'37'13"I 44.01' 3,256 ACRES (BY DEED) PEDRO HERRERA AND NORMA HERRERA, HUSBAND AND WIFE C.C.F. No. D209236836 D.R.T.C.T. NGTH12' & Mo G. PACRLOW o: f::�7 462- v No. I SUBJECT TRACT & I ACl LOCATION OF ACQUISITION 60' ROAD EASEWN1 OEDICATED TO I`HF USE 5.00 ACRES (BY DEED) AND BENEFIF OF THt:, PUBLIC WILLIAM KING HAWKINS AS A ROAD EASEMENT C.C.F. No. D204302243 VOLUME 5168, PAGE 278 D,R.T.C.T. O.R. T.C.T. PERMANENT WATER MAIN FASEMENT- f0 THE CITY OF FORT WORTH APPROXIMATE LOCATION C.C.F, No. D203105'747 OF SURVEY LINE M7- o y -_ - ------------- ------ - - .30.0' PIPELINE EASrMVNT t _- a� TO BARNETf GATHERING, L.P. a r C.C.F. No. D208213M3 ❑ #I U.P,R.T C.'f. sET'R.O.W. --MARKER-- --~ _-,- ---- _,--- - -- --- ------ -f - -- --�- 20.0' EASEMENT 1`0 BARNETT GATHERING, L.P.- G-C.F, No. 0208213383 (L � SVR2 .4 �C1N GHATS Rc A$ TRACT 1 0 2.268 ACRES (BY DEED) ALLEN S. BAUMGARDNER, SR, AND JUDY A. BAUMGARDNER VOLUME 14124, PAGE 371 7 D.R.T.C.T. NOTES: _ — 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT -OF --WAY LINE ARE A 5/8" IRON ROD Wmi BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL HEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, HAD-10, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. CO' 30' 0 6( SCALE IN FEET cityof ForcWorth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT--OF—WAY ACQUISITION OUT OF A 3.256 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D209236836 DEED RECORDS OF TARRANT COUNTY, TEXAS OF CURTIS SMITH -YW, 5494 S CAD PROFESSIONAL LAND • 817-496-1424 FAX 81 PROJECT NAIVE: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 4 TCE. CITY PROJECT No. 02239 1925 W. RISINGER ROAD, PORT WORTH, TEXAS JACOB WILCOX SURVEY, ADSTUCT No. 1743 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: PEDRO HERRERA and NORMA HERRERA, HUS0AND .AND WIFE GRANTOR'S MAILING ADDRESS: 1925 W. RISINGER ROAD FORT WORTH, TARRANT COUNTY, TX 76134-5664 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FOR`[' WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Jacob Wilcox Survey, Abstract No. 1743, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 3.256 acre tract of land (by deed) deeded to Pedro Herrera and Norma Herrera, husband and wife, as recorded in County Clerk's File No. D209236836 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits A and R. Temporary Construdion Easement 03/01120 i 5 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B" It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of road construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction tilsemeni 03(01M1'IS GRANTORS. Pedro Herrera and Norma Herrera Pedro Herrera Norma Herrera- - - STATE OF TEXAS � COUNTY OF TARIRANT § GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared-- _ _, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said -_ -_� for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this clay of 2g Notary Public in and for the State of Texas Temporary Constr(ICUOa PaSCinCnt OVOW20I5 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of _ and that he/she executed the same as the act of said ---for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAT, OF OFFICE this day of 20 Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL. OF OFFICE this day of Notary Public in and for the State of Texas 'l'euiporary Construction >rMMOnt 031090015 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROADTo MCCART AVENUE PARCEL No. 4 TCE CITY PROJECT No. 02239 1925 W. RISINGER ROAM, FORT WORTH, TEXAS JACOB WILCOX SURVEY, ABSTRACT No. 1743 EXHIBIT "A"' .Being a temporary construction easement situated in the Jacob Wilcox Survey, Abstract No. 1743, City of Fort Worth, 'Tarrant County, Texas, said temporary construction easement being a portion of a 3.256 acre tract of land (by deed) deeded to Pedro Herrera and Norma Herrera, husband and wife, as recorded in County Clerk's File No. D209236836 of the Deed Records of Tarrant County, Texas, said temporary construction easement tieing more particularly described by metes and bounds as follows: COMMENCING at a MAG nail found for the most easterly northeast corner of a 6.26 acre tract of land (by deed) described as Tract One deeded to 2201 Risinger, L.L.G. (50% undivided interest) as recorded in County Clerk's File No. D209049450 of said Deed Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in Volume 9931, Page 1980 of said Deed Records of Tarrant County, Texas, being further described in County Clerk's File No. D208403925 of said Deed Records of "Tarrant County, Texas, said MAG nail being an angle point in the existing south right-of-way line of West Risinger Road (an undedicated right-of-way); THENCE South 00 degrees 49 minutes 07 seconds East, with the east line of said 6,26 acre tract of land and with the existing south right-of-way line of said West Risinger Road, a distance of 164.20 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the northwest corner of said 3.256 acre tract of land, said point being an angle point in the existing south right--of-way line of said West Risinger Road; THENCE South 47 degrees 20 minutes 19 seconds East, with the north line of said 3.256 acre tract of land and with the existing; south right-of-way line of said West Risinger Road, a distance of 48.57 feet to a 5/8 inch iron rod found for an angle point in the north line of said 3.256 acre tract of land, said 5/8 inch iron rod being an angle point in the existing south right-of-way line of said West Risinger Road; THENCE North 89 degrees 04 minutes 47 seconds East, with the north line of said 3.256 acre tract of land and with the existing south right-of-way line of said West Risinger Road, a distance of 180.31 feet to a R.O.W. marker set for the intersection of the existing south right-of-way line of said Nest Risinger Road with the proposed south right -of. - way line of West Risinger Road, said R.O.W. marker being the beginning of a none tangent curve to the left having a radios of 1255.00 feet, a central angle of 11 degrees 19 minutes 40 seconds, and whose chord bears South 80 degrees 41 minutes 10 seconds last, a distance of 247.72 feet; Exhibit A Page 1 of 3 THENCE with the proposed south right-of-way line of said West Risinger Road and with said non -tangent curve to the left, an arc length of 248.12 feet to a R.O.W. marker set for the intersection of the proposed south right -of way line of said West Risinger Road with the east line of said 3.256 acre tract of land; THENCE South 00 degrees 37 minutes 13 seconds Last, with the east line of said 3.256 acre tract of land, a distance of 15.04 feet to a point for the beginning of a non -tangent curve to the ,right having a radius of 1270.00 feet, a central angle of 10 degrees 25 minutes 58 seconds, and whose chord bears North 81 degrees 11 minutes 03 seconds West, a distance of 230.93 feet; THENCE with said non -tangent curve to the right, an arc length of 231.25 feet to a point for corner; THENCE North 89 degrees 08 minutes 09 seconds West, a distance of 95.12 feet to a point for corner; THE, South 00 degrees 15 minutes 01 seconds West, a distance of 5.00 feet to a point for corner; THENCE North 89 degrees 11 minutes 42 seconds West, a distance of 40.00 feet to a point for corner; THENCE North 00 degrees 15 minutes 01 seconds East, a distance of 5.00 feet to a point for corner; THENCE North 89 degrees 11 minutes 42 seconds West, a distance of 96.65 feet to a point for corner in the west line of said 3.256 acre tract of land, said point being in the east line of said 6.26 acre tract of land; THENCE North 00 degrees 49 minutes 07 seconds West, with the west line of said 3.256 acre tract of land and with the east line of said 6.26 acre tract of land, a distance of 46.41 feet to the POINT OF BEGINNING and containing 8,031 square feet or 0.184 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron, cod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the 'Texas Coordinate System, NAD-83, The North Central :Cone 4202. All distances and areas shown are surface. Date: October 20, 2015 Curtis Sin1Ely Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 fi sro�VO \1 CLJRTl'5 EMrFH 41. £`�3�Jr sit Exhibit A Page 3 of 3 LINE TABLE _. =Vjj TABLE _. =Vjj LINE BEARING DISTANCE L-1 S 47'20'19E 413.57' L-3 S 00' 15'Q 1 "W 5.00' L-4 N B9'il'42"4V 40.00 L-5 N Op' 15 01 E L--6 N 0049'07'@Y EXH1B yr . 9l 99 PARCEL No. 4 TCC EXISTING � RIGHT-OF-WAY I € IN 1 � I o 50' ROAD EASFI,IEN7 p€'nl[:ATE£1 70 THE USE I AND BF:NEFII OF THE €'U$L1C EY AS A ROAD EASEMENT j VOLUME 516$. PACE 778 I U.R.I.C.f- 3 TRACT ONE � 6.26 ACRES (BY REED) L.L.C. € 2201 RISING (509 UNDIVIDED INTEREST) C.C.F. NO. D209049450 - P• Q•B• 4 q.ft.T.C.T. PAMELA L. ANDERSON, � TRUSTEE OF THE ANDER50N MARITAL TRUST , i! (50% UNDIVIDED 1N7'ERE5T) F_ ----..- VOLUME 9931. PAGE 198 AND I C.C.F. N0. D206403925 L- ---- D.R.T.C.T. f a.0' ONCOR ELECTRIC 13ELIVF:kY t.`VF+IF'RNY EASEMENT C.C.P. NO, D210041776 Is. R.T.L:.T. LOT LINE BARGEE Na, 4 TCE j SUBJECT TRACT & LOCATION OF EASEMENT 40,2 ACRES (BY DEED) THOMAS D, GIBBS 1 ti C.C.F. NO, D200111309 I •� D.R,T.C.T. G• ti I � o`. I �`` 5 • SUS A462 CO �yo. y I `� `� PERMANENT WATER �1` ♦`MAIN EASEMENT TO THE CITY OF 1-'mr woRT3i oa o y �` `\ C.C.F_ NO. D1 Q3105741 a° 1 •` �,` D,R.T.C.3. d I � 1 ♦ TEMPORARY ` CONSTRUC11ON EASEMENT AREA --- -- -- - 6,031 SQ. f r. -- •. OR C.154 ACRES f7= �c€5�1NG LAPPOROXSEMATE LOCATION RIGHT-OE-WAY �A�URV�+EY LINE �+ �± p q VYE�'aT RI�7INL7JE1� ROl-i� (AN UNDEDICATED RIGHT-OF-WAY) --N g9"�i44�7`E 16D.31'- ,/:'::}i:T :}::?::}:::::::'::::.:..... .............. :............ ^.........._......._.._................................::: N BJ'11'42"W 9Ei,65' - :::•::�0... N 69.OS'O9"W 95.12' L^5 L-3 C-2 3.256 ACRES (BY DEED) PEDRO HERRERA AND NORMA HERRERA, HUSBAND AND WIFE C.C.F. No. D209236836 D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY i.WE AREA 5/8' IRON ROD WITH BLUE CAP 5TAR1PEq °GORRONDONA" SET UN[.ESS OTHERWISE NOTED, 3. ALL HEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 64' 30' D 60 SCALE IN FEET 1000 TwRQCKMQRTON STREET FORT WORTH, TEXAS 78102 EXHIBIT swawwG A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 3.256 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN CgUN7Y CLERK'S FILE No. D209236638 DEED RECORDS OF TARRANT COUNTY, TEXAS OF Jab No. HAL114Q3.00 _ DRAWN 8Y: CTA DATE OCTOBER 20. 7.615_ F7fHlBff 8 PAGE INV R ,cif CU TIS 5MkT SMITH O PROFESSIONAL LAND SURD TEXAS_ FIQIN Na. 1010 -1424 FAX 817-49E-17336 W Q W Z J U I-- EXHIBIT PARCEL No. 4 99B 99 TCE CURVE TABLE CURVEI RADIUS DELTA ANGLE CHORD t3FJiRING CHORD LENGTH ARC LENGTH C-1 1255-t}0 11'19'40' S 80'41'10"E 247.72 248,12 C -2 1 1 Z24,[N1 10-25'58" N 81' 1103W 230.93' 231.25' ?0' ,_ Afil-rVENr To i 1 0rgm I I sari, Hr RIN(,, I_P I - - I I' rj,l. D2.0821 3381 I f I E I I AO.2 ACRES (BY 0EE0) I I THOMAS D. GODS I I C.C.F. NO. D200111300 i D.R,T.C.T, € I i I - f 17RPANI_Nf WATER iFAilq EA!;EMEN-1- -- - $ TO THE CITY OF.11)R'r w)t?-rH I EXISTING C.C.F. ff4, ClIU101€f#1 iRIGHT -OF-WAY I I APPROXIMATE —LOCATION WEST' RISINGER RO OF SURVEY 1JN1= a� ItS I�"�y1 /'1 (AN UNDEDICATED RIGHT-OF-WAY) PROPOSLD RIGHT-OF-WAY I I CONSTRUCTION EASEMENT AREA 8,031 Sid. FT. OR 0.184 ACRES LINE TABLE LINE 11 BEARING QISTANCE L-2 S OO'37 13 E 1 15.04 PACFL 4 TCE o. S• �& Sv�N 0,62 SUBJECT TRACT & �p LOCATION OF EASEMENT ASS" 60' ROAD EASEME:Nr €.tEDICATED TO THE QSr 5.00 ACRES (BY DEED) AND BENEF'l OF THL PUDLIC WIWAM KING HAWKINS AS A ROAD EASEMENT C.C.F. No. D204302243 VOLUME 5168, PAGE 278 D.R.T.C.T. D.R.T.C,T. PERMANFNT WATER MAIN EASEMEN TO rHF ('l rY DF FORT WORTH APPROXIMATE LOCATION C.C.F. No. 1-1203105i47 OF SURVEY LINE I]r'.R,r.C.T. 30.D' PIPEONE EASEMENT Ld r0 13ARNE71- GATHERING, I..P- i C.C,F. No. D208213383 CO O.P.R.T.G.T. SET R.O.W. MARKER --�€................... -_ _---- W------------- -- _ - - - - - _ - -- - 90.)' EASEMENT 20.0' PIPELINE EASEMENT © rn - i CNC_.1 GATHERWGI L.P. 10 DARNE- LATHERING, ',.P- c.r. No. D208213383 A'S . ^. D208213382 O.P.R.i.C.T, I -'.R.T.C.T. 3,256 ACRES (BY DEED) `[�`{ PEDRO HERRERA AND NORMA >�ES M�RNo• �022 HERC.0 F , No,BBAND AND D209236836.1FE �0\1 � C��� �iR�`E'� D.R.T.C.`T. �L�'QY+ 5�7A Iv 2.268 ACRES F(BY DEED) Jb'00 RpG� °C� SR AND JUD BA, BAuNIc RONERR �.� VOLUME 14124, PAGE 371 D.R.T.C.T, NOTES' — 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT -Or -WAY LINE ARE A 5/6" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SEC UNLESS OTHERWISE NOTFD. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. oar Wotrr JOB No. HALF1403.00 60' 30' 0 60' SCALE IN FEET City L.'pf Fort Worth 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSCRUCTION EASEMENT OUT OF A 3.256 ACRE TRACT OF LANs? SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D209236836. DEED RECORDS OF TARRANT COUNTY, TEXAS IJ! "It§- lb _CURTIS ShutI'I' SMITH ED PROFESSIONAL LAND • 7 2A JACK PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 5 ROW CITY PROJECT No. 02239 2150 W. RISINGER ROAD, FORT WORTH, TEXAS S. A. & M. G. RR. CO. SURVEY, ABSTRACT No.1462 EXHIBIT "A" Being a 0.824 acre tract of land situated in the S. A. & M. G. RR. Co. Survey, Abstract No. 1462, City of Fort Worth, Tarrant County, Texas, said 0.824 acre tract of land being a portion of a 40.2 acre tract of land (by deed) deeded to Thomas D_ Gibbs as recorded in County Clerk's File No. D200111309 of the Deed Records of Tarrant County, Texas, said 0.824 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod found for the northeast corner of a 2.99 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in Volume 11455, Page 846 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod being an interior ell corner in the west line of Lot 1, Block 1 of Gibbs Industrial Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 6409 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod also being an interior ell comer in the west line of said 40.2 acre tract of land; THENCE South 00 degrees 50 minutes 51 seconds East, with the west line of said 40.2 acre tract of land, with the west line of said Lot 1, and with the east line of said 2.99 acre tract of land, passing at a distance of 259.96 feet, a point for the southeast comer of said 2.99 acre tract of land, said point being the northeast corner of a 4.733 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk's File No. D210264416 of said Deed Records of Tarrant County, Texas, in all, a distance of 659.93 feet to a point for the southeast corner of said 4.733 acre tract of land, said point in West Risinger Road (an undedicated right-of-way); THENCE South 00 degrees 48 minutes 04 seconds East, with the west line of said 40.2 acre tract of land, with the west line of said Lot 1, and with said West Risinger Road, passing at a distance of 16.28 feet, a point for the most southerly southwest corner of said Lot 1, in all, a distance of 60.33 feet to a R.O.W. marker set for the POINT OF BEGINNING of the herein described 0.824 acre tract of land, said R.O.W. marker being the intersection of the west line of said 40.2 acre tract of land with the proposed north right-of-way line of said West Risinger Road; THENCE South 68 degrees 18 minutes 47 seconds East, with the proposed north right-of-way line of said West Risinger Road, a distance of 102.93 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 1145.00 feet, a central angle of 17 degrees 36 minutes 24 seconds, and whose chord bears South 77 degrees 06 minutes 58 seconds East, a distance of 350.47 feet; Exhibit A Page 1 of 2 THENCE with the proposed north right-of-way line of said West Risinger Road and with said curve to the left, an are length of 351.85 feet to a R.O_W. marker set for coiner in the east line of said 40.2 acre tract of land, said R.O.W. marker being in the west line of a 5.00 acre tract of land (by deed) deeded to William Ding Hawkins as recorded in County Clerk's File No. D204302243 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod found for the northwest corner of said 5.00 acre tract of land bears North 00 degrees 33 minutes 27 seconds West, a distance of 164.78 feet and North 00 degrees 29 minutes 37 seconds West, a distance of 193.41 feet, said 1/2 inch iron rod being an interior ell corner in the east line of said Lot 1, said 1/2 inch iron rod also being an interior ell corner in the east line of said 40.2 acre tract of land; THENCE South 00 degrees 33 minutes 27 seconds East, with the east line of said 40.2 acre tract of land and with the west lime of said 5.00 acre tract of land, passing at a distance of 3.56 feet, a 5/8 inch iron rod found for reference, in all, a distance of 35.62 feet to a point for the most southerly southeast corner of said 40.2 acre tract of land, said point being in said West Risinger Road; THENCE South 89 degrees 23 minutes 56 seconds West, with the south line of said 40. 2 acre tract of land and with said West Risinger Road, a distance of 435.47 feet to a point for the most southerly southwest corner of said 40.2 acre tract of land; THENCE North 00 degrees 48 minutes 04 seconds West, with the west line of said 40. 2 acre tract of land and with said West Risinger Road, passing at a distance of 58.09 feet, a PK nail found for reference, in all, a distance of 156.38 feet to the POINT OF BEGINNING and containing 3 5,9 01 square feet or 0.824 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: March 19, 2015 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 r �T 9 CUM 5M TH X Q.r0 t S It V Exhibit A Page 2 of 2 EXHIBIT "B PARCEL No. 5 ROW P.O. C. END" IR I I I I I 10.0'Xb.76' I I ELECTR?CA�_ EASEMENT 1�1}�A�' t-�---CABINET A. SIDE 6409 10. O1 t4o • �• Alasl 2.99 ACRES (BY DEED) m� $OUTHWEST METAL I I TREATING CORPORATION, LLC N I I VOLUME 11455, PAGE 846 I D.R.T.C.T. i I I I I I I 'I 4.733 ACRES (BY DEED) SOUTHWEST METAL. TREATING CORPORATION, LLC C.C.F. NO. D210264416 D.R.T.C.T. PARCEL No. 5 ROW SUBJECT TRACT & LOCATION OF ACQUISITION W MATCH LINE PAGE 1 LOT I �g INO. S IpE 6409 GINCAIN T C• . NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOLIPANIES THIS PLAT. 2_ R,O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8` IRON ROD WITH BLUE CAP STAMPED 'GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYS1EM. NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE, 40.2 ACRES (BY DEED) THOMAS D. GIBBS C.C.F. NO. D200111309 D.R T.C.T. 60' 30' 0 60' SCALE IN FEET City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT—OF—WAY ACQUISITION OUT OF A 40.2 ACRE TRACT OF LAND SITUATED IN THE S. A. & M. G. RR. CO. SURVLY, ABSTRACT No. 1462 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D200111309 DEED RECORDS OF TARRANT COUNTY, TEXAS DATE MARCH 19, 2015 1 EX GORRONDONA & ASSOCIATES. INC. .�.N OF ;:s �,rJ:�?Tt� Siu411'w i 5494 / CURTIS SMITH REGISTERED PROFESSIONAL LAND N0. 5484 -TE)(AS FIRM _No. . R17—AQR-169d FAY k17.-40R. EXHIBIT 99B 99 MATCH LINE TfYmcT PAGE 1 PARCEL No. 5 ROW 4.733 ACRES (BY DEED} I 10.0'X6?G' SO' ROAD EASEMENT SOUTHWEST METAL TREATING CORPORATION, LLC (� -�' FLECTRICAL EA$rMENT CABINU A. SL,DC 51-09 DFOICA:ED TO THE USE AND PENEFIT DE THE PUBLIC C.C.F. NO. D210264-416 D.R.T.C.T. 1 I I R,R,T.C.T. LOT 1 AS A ROAD EASEMENT VOLUME 5168, 11 T , ACE 276 �URv ,( i i yp A DI 1oN --- ---- --- W� p\SHMANn- Aol--------- a--�,i DUSTBIAXDE4�9 A`BSAPROxMATE LOCATION N -� G113C�1310 P g',.T C•T• 01: SURVEY LINE � � I I 40.2 ACRES (5Y DEED) w c t"_% p mi�7ii�1La�� ��I^1� A I OT LINE (AN UNDEDICATED RIGHT-OF-WAY) — — J EXISTING �-' _ _ ._ - - _ _ _. _ _ - RIGHT -OE --WAY 1 �L qX 1j A3 s 0 : w cQg Crt 140- MARKER JAA�S�RA EXISTING RIGHT-OF-WAY I I TRACT ONE 6.28 ACRES (BY DEED) 2201 RISING L.L.C. (50% UNDIVIDED} INTEREST) C.C.F. NO. D209449450 D.R.T.C.T. i PAMELA L. ANDERSON• TRUSTEE OF THE ANDERSON MARITAL TRUST V0076MEN9931, PAGER 91 AND C.C.F. NO. D208403925 D.RT.C.T. 1 PARCEL No. ' 5 ROW I LINE TAE1.E I =I BEARING I DISTANCE SUBJECT TRACT & � '-I s 00'48'D4"E 60.33' LOCATION OF ACQUISITION m w'+� THOMAS D. GIBBS 1 C.C.F. NO. D200111309 D.R.T.C.T. 0 G. A PROPOSED RIGHT-OF-WAY .............. . ::SET R.O.W.-7 ........:.... MARKER:{:'c:: . :.�:. RIGHT—OF—WAY • �'ACQUIISIT10N AREA 35,901 SQ. Fr =: OR 0.524 ACMES — PERMANFNT WArm MAIN eASFMENT Tu .-HE -: CITY OF FORT, Y$7RTH G.C.F. NU DI03YW741 . �j' PASSING AT 58.09' :.:.. :....' a...arrr:.:v.•:. •.•:•:::.:.: C>•- A FIND. PK NAIL 4••••••••° WITH SHINER ;v _::•:::'.:,::,:: r::rtititr;;.,'::.:.:..... .... .:".. _- .. . ....... .. . .. —S 8723'58 V 435.47' APPROXIMATE LOCAII014 WEST R1 I 1 ER ROAD (w 5[1Rv'EY UWE 1111\_ON _U_Natnu rED RIG11T- OF -WAY} ... - EXISTING RIGHT-OF-WAY NOTES.• 1. A LEGAL DESCRIPTION OF EVEN DATE• ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5J8- IRON ROD WITH SLUE CAP STAMPEO 'GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINAVES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, W-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE 60' 30' 0 6( SCALE ".N FEET City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 75102 EXHIBIT SHOWING A RIGHT—OF—WAY ACQUISMON OUT OF A 40.2 ACRE TRACT OF LAND SITUATED IN THE S. A. & M. G. RR. CO. SURVEY, ABSTRACT No. 1462 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D200111309 DEED RECORDS OF TARRANT COUNTY, TEXAS CURTIS SMITH I•'•} Ld 05 RQW.DWG G ED PROFESSIONAL LAND 5URVEfDR RM1` #Jti F494. TEXAS FIRM he. i0iciaci o w TT1 .4 i LL1 Z D EXHIBIT 1 PARCEL .No. 6 - LINE TABL[ € I LINE BEARING i]rSTANCE I I L-2 S 00'33'27"E 35.62' 1 I I CURVE TA19LE CURVE RADIUS OELTq ANGLE CHORD BEARING [I CHORD LENGTH C-1 1145.00 17 36'24" S 7-N6 58"E — 350.47' owla',A Sll. A�6,4090N I , Gx� SINE A'' T C.T 40.2 ACRES (BY DEED) C THOMAS D. GIBBS —C.C.F. NO. D200111309 M G .� D.R.T.C.T. s. & RS R�p� No • € I I Nla 20' EASEMENT TO I BARNETT GATHERING, LP --i �- C.C.F. No. 0206213331 I O.P.R.T.C.T. ! I RIGHT—OF—WAY ACQUISITION AREA 35,901 SQ. FT. OR 0.824 ACRES PROPOSED RIGHT-OF-WAY I € I i i € I I 1 I I 1 60' ROAD EASEMENT DEDICATED TO THE USE AND BENEFIT OF THE PUBLIC AS A ROAD EASEMENT VOLUME 5168. PAGE 276 D.R.T.C.T. I I I € I € 99B 99 ROW 11 SET R.O.W. MARKER ?PERMANENT WATER MAIN EASEMENT ::;:raii:i:ii? 1_::.:_::{I:}::•::•:: PASSING TO THE CITY OF FOR- WORTH AT 3.55',A C.C.F. NO. 6103105741 - ENO. 5 8"IR t T_ .c. ---- -- — ------ :::::::::::. .I.:. APPROXIMATE LOCATION ! S 8W2Y56V 435.47' i w OF SURVEY LINE i vo d WESTRI z SINGER ROAD W�L� o so?, 4, _ s A��a p,G 4` -EXISTING RIGHT-OF-WAY p` PARCEL No. 5 ROW SUBJECT TRACT $c LOCATION OF ACQUISITION 5.0U ACRES (BY DEED) WILLIAM KING HAWKINS G-C.F. No. D204302243 D.R T.C.T- PFRMANENt WATER MAIN EASEMENT TO THE CITY Or FORr WORTH C-C-F No. 0205 105747 APPROXIMATE LOCA TION a O.P.R..G. OF SURVEY LINE T r. -- TRACT 12.268 (BY - ALLEN S.ACRES BAUMG RONER,DSR. C st"4E� AND JUDY A. BAUMGARDNER S�R�`C� VOLUME 14124, PAGE 371 A8 A ()ZZ D.R.T.C.T. Nd , NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT_ 60' 30' p 60 2, R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPFD GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD--83, THE NORTH CENTRAL. ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE_ SCALE IN FEET City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A 0; RIGHT—OF—WAY ACQUISITION- " OUT OF A 40.2 ACRE TRACT OF LAND � r �' SITUATED IN THE S. A. &ICI. G. RR. CO. SU€tVM ABSTRACT No. 1462 El1RT15 5�111' CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN 594 , COUNTY CLERK'S FILE No. D200111309 OEM RECORDS OF TARRANT COUNTY, TEXAS 6311".i �7e7f PROJECT NAME: RISINGER ROAD FROM CROWL,EY ROAD TO MCCARY AVENUE PARCEL, No. S TCE CITY PROJECT No. 02239 2160 W. RISINGER ROAD, FORT WORTH, TEXAS S. A. & M. G. RR. CO. SURVEY, ABSTRACT No. 14162 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: THOMAS D. GIBBS GRANTOR'S MAILING ADDRESS: PO BOX 6306 FORT WORTH, TARRANT COUNTY, TX 76115-0306 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the S. A. & M. G. RR. Co. Survey, Abstract No. 1462, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 40.2 acre tract of land (by deed) deeded to Thomas D. Gibbs as recorded in County Clerk's File No. D200111309 of the Deed Records of Tarrant County, Texas, said temporary construction easement also being a portion of Lot 1, Block 1 of Gibbs Industrial Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 6409 of the Plat Records of Tarrant County, Texas, said Lot 1 being deeded to Thomas D. Gibbs as recorded in County Clerk's File No. D200111309 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits A and B: Temporary Construction Easement 03/0912015 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of road construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/2015 GRANTORS: Thomas D. Gibbs Thomas D. Gibbs STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Temporary Construction Easement 03109120]5 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that helshe executed the same as the act of said _ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20— Notary Public in and for the State of Texas Temporary Construction Easement 03l0912015` PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 5 TCE CITY PROJECT No. 02239 2150 W. RISINGER ROAD, FORT WORTH, TEXAS S. A. & M. G. RR. CO. SURVEY, ABSTRACT No. 1462 EXHIBIT "A" Being a temporary construction easement situated in the S. A. & M. G. RR. Co. Survey, Abstract No. 1462, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 40.2 acre tract of land (by deed) deeded to Thomas D. Gibbs as recorded in County Clerk's File No. D2001113 09 of the Deed Records of Tarrant County, Texas, said temporary construction easement also being a portion of Lot 1, Block 1 of Gibbs Industrial Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 6409 of the Plat Records of Tarrant County, Texas, said Lot 1 being deeded to Thomas D. Gibbs as recorded in County Clerk's File No. D200111309 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod found for the northeast corner of a 2.99 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in Volume 11455, Page 846 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod being an interior ell corner in the west line of said Lot 1, said 1/2 inch iron rod also being an interior ell corner in the west line of said 40.2 acre tract of land; THENCE South 00 degrees 50 minutes 51 seconds East, with the west line of said 40.2 acre tract of land, with the west line of said Lot 1, and with the east line of said 2.99 acre tract of land, passing at a distance of 259.96 feet, a point for the southeast corner of said 2.99 acre tract of land and being the northeast corner of a 4.733 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk's File No. D210264416 of said Deed Records of Tarrant County, Texas, in all, a distance of 621.79 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE North 89 degrees 09 minutes 09 seconds East, a distance of 35.00 feet to a point for corner; THENCE South 00 degrees 50 minutes 51 seconds East, a distance of 96.77 feet to a point for corner; THENCE South 68 degrees 18 minutes 47 seconds East, a distance of 71.20 feet to a point for the beginning of a curve to the left having a radius of 113 0. 00 feet, a central angle of 17 degrees 32 minutes 42 seconds, and whose chord bears South 77 degrees 05 minutes 07 seconds East, a distance of 344.67 feet; Exhibit A Page 1 of 3 THENCE with said curve to'the left, an are length of 346.02 feet to a point for corner in the east line of said 40.2 acre tract of land, said point being in the west line of a 5.00 acre tract of land (by deed) deeded to William King Hawkins as recorded in County Clerk's File No. D204302243 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod found for the northwest corner of said 5.00 acre tract of land bears North 00 degrees 33 minutes 27 seconds West, a distance of 149.73 feet and North 00 degrees 29 minutes 37 seconds West, a distance of 193.41 feet, said 1/2 inch iron rod being an interior ell corner in the east line of said Lot 1, said 1/2 inch iron rod also being an interior ell corner in the east line of said 40.2 acre tract of land; THENCE South 00 degrees 33 minutes 27 seconds East, with the east line of said 40.2 acre tract of land and with the west line of said 5.00 acre tract of land, a distance of 15.05 feet to a R.O.W. marker set for corner in the proposed north right-of-way line of West Risinger Road, said R.O.W. marker being the beginning of a non -tangent curve to the right having a radius of 1145.00 feet, a central angle of 17 degrees 36 minutes 24 seconds, and whose chord bears North 77 degrees 06 minutes 58 seconds West, a distance of 350.47 feet, from which a 5/8 inch iron rod found for reference bears South 00 degrees 33 minutes 27 seconds East, a distance of 3.56 feet, THENCE with the proposed north right-of-way line of said West Risinger Road and with said non -tangent curve to the right, an arc length of 351.85 feet to a R.O.W. marker set for corner; THENCE North 68 degrees 18 minutes 47 seconds West, with the proposed north right-of-way line of said West Risinger Road, a distance of 102.93 feet to a R.O.W_ marker set for corner in the west line of said 40.2 acre tract of land, said R.O.W. marker being in said West Risinger Road; THENCE North 00 degrees 48 minutes 04 seconds West, with the west line of said 40. 2 acre tract of land and with said West Risinger Road, passing at a distance of 44.02 feet, a point for the most southerly southwest corner of said Lot 1, in all, a distance of 60.33 feet to a point for the southeast corner of said 4.733 acre tract of land; THENCE North 00 degrees 50 minutes 51 seconds West, with the west line of said 40.2 acre tract of land, with the west line of said Lot 1, and with the east line of said 4.733 acre tract of land, a distance of 38.14 feet to the POINT OF BEGINNING and containing 9,958 square feet or 0.229 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: March 19, 2015 OFF rtartis Smith CIJRTI�, SAIT1� Registered Professional Land Surveyor No. 5494�t- Texas Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT 31B SF PARCEL No. 6 TCR C. I I FND. 1/2"IR 14 AN SIaR �1 5� 4 0 -c I ELECTRICAL EASEMENT [-CABINET A, SLIDE 6409 A . NO • E• 6 • C I I P.R.T.0 T. AgS�R 2.99 ACRES (BY DEED) SOUTHWEST METAL TREATING CORPORATION. LLC I w I VOLUME 11455, PAGE 845 I D.R.T.C.T. I Ii LOT 1 1 ! ]BL OL '06409 x ICABIN P A,T.0 Lo I I 40.2 ACRES (BY DEED) THOMAS D. GIBBS 4.733 ACRES (BY DEED) in I C.C.F. NO. D200111309 I D.R.T.C.T. SOUTHWEST METAL TREATING CORPORATION. LLC I I C.C.F. NO. D210264418 D.R.T.C.T. G. A,ro o � i 4 AgS�Rp,G r ' I i iy I I PARC U. EL � o. o a a d I I SUBJECT TRACT & i LOCATION OF EASEMENT I I MATCH LINE PAGE 1 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8- IRON ROD WITH BLUE CAP STAMPED 'GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEAS COORDINATE SYSTEM, NAO-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60' 30' 0 60' SCALE IN FEET r � f Fob Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 TEMPORARY CONS RUCTION EASEMENT OUT OF A 40.2 ACRE TRACT OF LAND SITUATED IN THE S. A. & M. G. RR. CO. SURVEY, ABSTRACT No. 1462 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLEWS FILE NO. D200111309 DEED RECORDS OF TARRANT COUNTY. TEXAS K CURTIS SIMI TH ry% 5 A 4z- lil CAD FILE. 05 TCE.DWG (REGISTERED PROF"ES5I0NAL LAND SURVEYOR EXHIBIT 99B 99 MATCH LINE PAGE 3 PARCEL No. 5 TICE, ' 4.733 ACRES (BY DEED) 10-O'X676' 60' ROAD EASEMENT lkj SOUTHWEST METAL TREATING CORPORATION. LLC s ELEGTRII AL EASEMEN --CABINET A. SLIDE 6409 OEDICATED YD 41- USE C.C.F. NO. D210264416 AND BENT -PT OP ; E PUBLIC as A O U EAsFMENr D.R.T.C.T. m I LOT 1 VOLUME S. T C.TAGE 276 APPROXIMATE LOCATION OF SURVEY LINE WEST RISINGER ROAD EXISTING RIGHT-OF-WAY RIGHT-X)F-HAY w`LGox-7 45 SAC SZR�Cl No. ET MMKIER A� TRACT ONE E XIS-nNC. 6.26 ACRES (13Y DEED) RIGHT-OF-WAY 2201 RUNGEER, L.L.C. (507. UNDIVIDED INTEREST) C.C.F. NO. D2M49450 D.R.T.C.T. PATRUSTEE OFE, THE NI ANDERSON MARITAL TRUST ; (50X UNDIVIDED INTEREST VOLUME 99�pPAGE 198 C.C.F. NO. D208403925 D.R.T.C.T. LINE - LINE SEARING DISTANCE L-1 N 89'09'09'E 35.00' PARCEL No. L-2 S OW50'51"E 06.77' 5 TCE L-3 S 6871847E 71.20' L-5 N D0w48'04'W 60.33' SUBJECT TRACT & L-s N 0690'57"W 38.1,V LOCATION OF EASEMENT I LdO� � A0p1T �DN 6.�a is t.' �! _LOT LINE 40.2 ACRES (BY DEED) 7 HOMAS D. GIBBS - G. C.C.F. NO. D200111309 5 A 5 � D.R.T.C.T. CO. C ��:.�.�:,:�•:::{: -BRA TEMPORARY CONSTRUCTION EASEMEK AREA 9.958 SO, Fr. OIL 0.229 ACRES \ SEC R.O.W. MARKER \ PROPOSED \ RIGHT-OF-WAY I ` QvIA€N klh:iF_.MI.MT';'�i THE \ CIFY Of' FORT WORTH -r µo, 7103105741 APPROXMATE LOCATION i1� SURVEYuNF WEST RISINGER ROAD APPARENT EXISTING RIGHT-OF-WAY NOTES: y 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PEAT. 2. R.O.W. MARKERS ALONG THE PROPOSW RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED 'GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD--83. THE NORTH CSNML ZONE 4202- ALL DISTANCES AND AREAS SHOWN ARE SURFACE:. 60' 30 0 6( SCALE IN FEET C7ity of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 40.2 ACRE TRACT OF LAND SITUATED IN THE S. A. & M. 0. RR. CO. SURVEY, ABSTRACT No. 14462 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D200111.309 DEED RECORDS OF TARRANT COUNTY, TEXAS � e,5 4 W Ld Q CL Ld z JOB No_ 'PL�ila*13"LL'a JFXHIBIT PARCEL NO. e) CURVE TABLE allRVEI RADIUS DELTA ANGLE CHORD BEARING CHORD LEt C-1 1130.04' 17 32'42" S 77'05'07"E 1 344.67 C-2 1145.40' 17 3624 1 N 77 46584J 350.47 DZTION I $L ,rp.1 IAI 6¢09 I �,N .x CZT 40 .2 ACRES (BY DE INIDVS THOMAS D. 131813; C.C.F. NO. D200111 D.R.T.C.T, s• G0 sVRv�gB� I 20' EASEMENT TO f BARNETT GATHERING, LP--T-d C.C.F. No. D20821 3381 O.P.R.T.C.T. )N EASEMENT AREA 9.958 SQ. M I OR 0.229 ACRES 60' ROAD EASEMENT DEDICATED TO THE USE PROPOSED AND BENEFIT OF THE PUBLIC RIGHT-OF-WAY AS A BOAC EASEMENT ..................... VOLUME 5168, PAGE 278 'iq ti: i::_a:::.:ca::::._.. �� D.R.T.C.T. PERIy1ANENTI VIKTER MAIN EASEMENT PROPOSED TO THE CITY OF FORT WORTH RIGHT-OF-WAY I C.C_F_ NO_ 1310a3105741 — - — DvR.11C.T. EXISTING —�i APPROXIMATE LOCATION /-RIGHT-OF-WAY I OF SURVEY LINE — WEST Rl lNC R ROAD wvcox s���3� _ JAB S�RpCT Na 95B 99 TCE LINE TABLE LINE SEARING DISTANCE L-4 5 00'33'27"E 1 15.05' PARCEL No. 5 'ICE SUBJECT TRACT & LOCATION OF EASEMENT 5.00 ACRES (BY DEED) WILLIAM KING HAWKINS C.C.F: No. D204302243 D.R.T.C.T. SET R.O.W. MARKER FROM WHICH A END. 5/8"IR BEARS S 00'33'27"E 3.56' PERMANENT WATER MAIN EASaIENT TO THE CITY OF FORT WORTH APPROXIMATE LOCATION C.C.F. No. D203105747 OF SURVEY LINE TRACT 1 2.268 ACRES (BY DEED) ALLEN S. BAUMGARDNER, SR. MA��1N (,• AND JU Y A. BAU S�RV PAGEVOLUM D.R.T.C.T NO• �QZ NOTES 1. A LEGAL. DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/9" IRON ROD WITH BLUE CAP StMAPED 'GORRONDONA SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. Isvp- Kill &vw 6030' 0 60 SCALE IN FEET Ity of Fort Worth 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 EXHtSFT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUF OF A 40.2 ACRE TRACT OF LAND SITUATED IN THE S. A. & M. G. RR. CO. SURVEY, ABSTRACT No. 1462 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D200111309 DEED RECORDS OF TARRANT COUNTY, TEXAS a r CUR'TLS SMITH/ CTA CAD mr-E PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 6 ROW CITY PROJECT No. 02239 2201 W. RISINGER ROAD, FORT WORTH, TEXAS JACOB WILCOX SURVEY, ABSTRACT No. 1743 EXHIBIT "A" Being a 0.806 acre tract of land situated in the Jacob Wilcox Survey, Abstract No. 1743, City of Fort Worth, Tarrant County, Texas, said 0.806 acre tract of land being a portion of a 6.26 acre tract of land (by deed) described as Tract One deeded to 2201 Risinger, L.L.C. (50% undivided interest) as recorded in County Clerk's File No. D209049450 of the Deed Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in Volume 9931, Page 1980 of said Deed Records of Tarrant County, Texas and being fiirther described in County Clerk's File No. D208403925 of said Deed Records of Tarrant County, Texas, said 0.806 acre tract of land being more particularly described by metes and bounds as follows: BEGINNING at a MAG nail found for the northwest corner of said 6.26 acre tract of land, said MAG nail being the intersection of the east right-of-way line of Burlington Northern and Santa Fe Railroad (a 100.0' right-of-way) with the existing south right-of-way line of West Risinger Road (an undedicated right-of-way); THENCE North 89 degrees 39 minutes 42 seconds East, with the north line of said 6.26 acre tract of land and with the existing south right-of-way line of said West Risinger Road, a distance of 468.80 feet to a point for the most northerly northeast corner of said 6.26 acre tract of land, from which a MAG nail found for reference bears North 49 degrees 58 minutes 55 seconds West, a distance of 0.90 feet; THENCE South 49 degrees 06 minutes 18 seconds East, with the north line of said 6.26 acre tract of land and with the existing south right-of-way line of said West Risinger Road, a distance of 41.40 feet to a MAG nail found for the most easterly northeast comer of said 6.26 acre tract of land; THENCE South 00 degrees 49 minutes 07 seconds East, with the east line of said 6.26 acre tract of land and with the existing south right-of-way line of said West Risinger Road, a distance of 117.30 feet to a R.O.W. marker set for the intersection of the existing south right-of-way line of said West Risinger Road with the proposed south right-of- way line of West Risinger Road; THENCE North 68 degrees 18 minutes 47 seconds West, with the proposed south right-of-way line of said West Risinger Road, a distance of 68.49 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 1145.00 feet, a central angle of 21 degrees 55 minutes 27 seconds, and whose chord bears North 79 degrees 16 minutes 30 seconds West, a distance of 435.46 feet Exhibit A Page 1 of 2 THENCE with the proposed south right-of-way line of said West Risinger Road and with said curve to the left, an are length of 438.13 feet to a R.O.W. marker set for corners THENCE South 89 degrees 45 minutes 46 seconds West, with the proposed south tight -of -way line of said West Risinger Road, a distance of 11.15 feet to a R.O. W. marker set for corner in the west line of said 6.26 acre tract of land, said R.O.W. marker being the intersection of the proposed south right-of-way line of said West Risinger Road: with the east right-of-way line of said Burlington Northern and Santa Fe Railroad; THENCE North 01 degrees 25 minutes 45 seconds East, with the west line of said 6.26 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 35.33 feet to the POINT OF LEGiNNING and containing 35,109 square feet or 0.806 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 518" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: March 19, 2015 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 WNF 'TABLE LINE BEARING 1 DISTANCE L-3 S 8945'46 11.15' L-4 N OV25'45"E 35.33 �.• �' p�5 GRAN°• �,❑y A�S�RA P.O.B. END. MAG NAI L w 0 3: It o � � o z <J PARCEL No. 6 ROW 7 SUBJECT TRACT & LOCATION OF ACQUISITION EXHIBIT 99B 99 PARCEL No. 6 ROW 4.733 ACRES (8Y DEED) 50' RCP' F.4SEME-4- SOUTWWM METAL GEDICATEi "0 THE USE TREATING CORPORATICN, LLG AND OLNEFIT OF THE PUBLIC- C.C.F. NO. D210264416 AS A ROAU EASEMENT D.R.T.C.T. VOLUME 516B, PAGE 2;8 L/�IJII— !NEST RISINGER ROAD R IGHT-OF WAY �.... ATE LOCATION (UN UNDEDICATED RIGHT-OF-WAY) — RVEY LINE N 89'39'4'2tl5 ;•58.84' --------- --- ' ..... .. ............................ , r.. ,..-•T-_ — : ;,:. ... .. .. RIGHT—OFTAY .....-�:.:.i ...... . :_:r:-''_'' ........ :. ...'''::.-...:;...:...ACOUISMON A E& .'s.'_. 35.109 50: FT. v--..w ...... ......... .....: r iw A. Ar SET R.O.W. --.-. MAPKER SLF' P..: W. MARKEK PROP0SEO O�7 -L-3 RIGHT-OF-WAY Ac013 AWpl TRACT ONE 6.26 ACRES (BY DEED) 2201 RISINGER, L.L.C. (507. UNDIVIDED INTEREST) C.C.F. NO. D209049450 D.R.T.C.T. PAMELA L. ANDERSON, TRUSTEE OF THE ANDERSON MARITAL TRUST (50% UNDIVIDED INTEREST) VOLUME 9931, PAGE 1980 AND C.C.F. NO. D208403925 D.R.T.C.T. NOTES: 1- A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8' IRON ROD WITH BLUE CAP TrAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3_ ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE: SYSFEK NAD--83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. &%w N Ld Ld z F7 60' 30' 0 60' SCALE I N FEET 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT —OF— { '- 6.26 ACRE TRACT OF LAND G ti S F Y+ SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 CITY OF FORT WORTH TARRANT COUNTY, TEXAS URiISIIT ' AS RiCORDE;D IN VOLUME 9931, PAGE 1980 COUNTY CLERK'S FILE No. D208403925 COUNTY CLERK'S FILE No. D209049450� DEED RECORDS OF TARRANT COUNTY, TEXAS , PROJECT. RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE I CITY PROJ- No. 02239 ACQUISITION AREA: 35,109 SQUARE FEET OR 0.8G6 ACRES CUR -AS SMITH ltErWERED PROFESSIONAL LAND 1I,PrRVE`FOR W. 5494 TEXAS FIRM No.-101d69dQ JOB No. HALF1403.00 I DRAWN BY. CIA CM FILE: 08 ROW -DWG ME: MARCH 19, 2015 EXHIBIT B PAGE 1 OF 2 SCALE: 1" - 60' GORRONOONA & ASSOCIATES. INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 - 817-496--1424 FAX 817-498-1768 EXHIBIT "B �9 PARCEL .No. 6 ROW 4,733 ACRES (BY DEED) 6D' ROAD EASEMENT DEDICATED TO THE USE SOUTHWEST METAL AND BENEFIT OF THE PUBLC PARCEL No. TREATING CORPORATION, LLC AS A ROAD EASEMENT 6 ROW C.C.N0. D210264415 VOLLLvi 5168, PAGE 276 D.R.T.C.T_ D.R.T.C.T. SONV-Y __-I-____--u._._-_ ISWo�'l� 467-- SUBJECT TRACT & �. la - QRp,C'C N0• i LOCATION OF ACQUISITION WEST RISINGR ROADAasj AP OFXSURVEY UCNELQN (UN UNDEDICATED RIGHT-OF-WAY) EXISTING f 40.2 ACRES (BY DEED) LOT LINE ' RIGHT-OF-WAY THOMAS D. GIBBS — N 9S 39 42 E 468.80 I C.C.F. NO. D200111309 _ I O.R.T.C.T. 1 I N MA S. NAIL BEAR::{ `:r::.. T Y.. t I PERh€ANENT WATER ............................................... N A9 : I k AO'E _ : I IRRIGHT-OF-WAY .: :: : .; .::':: ..:: _'IN OF FORT WOTH : ;::,W '`--AC UISMON AREA :C.C.F. NO, 0103105741 END ` D.R.T.C.T. 35.109 S FT. {. I (.� �• . MAG NAIL'=':1::. I OR 0.806 ACRES �.................................� E G. :............ y 1 S :.:v L ��s v R A S• 5 2 ::G 6 LEI �• jL � 7 . � � Q• .... G 1 :: j A. ::I Ld C� PROPOSED - . ..... O TRACT ONE ;:RIGHT-OF-WaY::::......::::6, •� ` ::L:- I �� 6.26 ACRES (BY DEED) _ ::+: d 2201 RISINGER, L.L.C. .:-;:: ...1 o I 60' ROAD EASEMENT `. SET R.O.W. ... _::: [:: ITO THE USE (50UNDIVIDED INTEREST) MARKER ;:.::�:. t�i ! AND EBEEITD OF THE PUBLIC [. :::I:= o I AS A ROAD EASEMENT C.C.F. NO. D209049450 2 Imo} ! VOLuME 5166, PAGE 278 Ld D.R.T.C.T. � > �o SET R.0:1N. r�� € D-R.T.C.T. PAMELA L ANDERSON, 5U� MARKEP M TRUSTEE OF THEj11-�Qx 17� I ol�, `m-----------��\ --- ANDERSON MARITAL TRUST �pCQ� Rp'IvZ IAO' I cca EXISTING 50% UNDIVIDED INTEREST) S � � ��RIGHT-OF-WAY { .. ^^ i A� APPROXIMATE LOCATION``, VULUML iftlJ I, I"AUL I `.f0V AND C.C.F. NO. D206403525 D.R.T.C.T. LINE LINE TABLE OF SURVEY Lln� L 1 �R��+ q I WEST` RISINGER ROAD I (UN UNDEDICATED RIGHT-OF-WAY) LINE BEARING DISTANCE L-1 S 49-D6'18TE' 41.40 L-2 N 68-18.47-W 68.49' CURVE TABLE 3..256 ACRES (BY DEED) CURVE f C-1 11 NOTES: 1. A LEGAL DI SCRIFnON OF EVEN DATE ACCOMPANIES THIS PLAT, 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8- IRON ROD VirrH BLUE CAP STAMPED-GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 0' 30' 0 60' SCALE IN FEET Clity of Fob Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION OUT OF A 6.26 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED. IN VOLUME 9931, PAGE 1980 COUNTY CLERK'S FILE No. D205403925 COUNTY CLERK'S FILE No. D209049450 DEED RECORDS OF TARRANT COUNTY, TEXAS CURTFS SMIl ''5494 -, JOB 5 PROFESSIONAL LAND GE)HRONDONA h ASSOMAIES. INC_ • 7524 JACK NFRELL HODLEVA12D SOMH FORT 1J0Rl H_ I_X. 7511R . 917-496--1424 FAX R17-496-176R � PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 6 PSE CITY PROJECT No. 02239 2201 W. RISINGER ROAD, FORT WORTH, TEXAS JACOB WILCOX SURVEY, ABSTRACT No. 1743 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SLOPE EASEMENT DATE: GRANTOR: 2201 RISINGER, LLC ETAL GRANTOR'S MAILING ADDRESS: PO BOX 240 CROWLEY, TARRANT COUNTY, TX 76036-0240 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent slope easement situated in the Jacob Wilcox Survey, Abstract No. 1743, City of Fort Worth, Tarrant County, Texas, said permanent slope easement being a portion of a 6.26 acre tract of land (by deed) described as Tract One deeded to 2201 Risinger, L.L.C. (50% undivided interest) as recorded in County Clerk's File No. D209049450 of the Deed Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in Volume 9931, Page 1980 of said Deed Records of Tarrant County, Texas, and being further described in County Clerk's File No. D208403925 of said Deed Records of Tarrant County, Texas, said permanent slope easement t being more particularly described in Exhibits A and B: PERMANENT SLOPE EASEMENT Rev. 4101112016 FORT�WORT_H, Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, the use and passage on, over, across, below and along the easement situated in Tarrant County, Texas, for the construction, operation, maintenance, upgrade and repair of a Permanent Slope Easement on the property and more particularly described in the attached Exhibit "A". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of slope maintenance. Grantor shall agree not to modify or alter the property in any manner, which would jeopardize the integrity of the slope without Grantee's written consent. Any alteration or damage to the slope shall be repaired at Grantor's sole cost and expense. TO HAVE AND TO HOLD the above described easement, together with all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SLOPE EASEMENT Rev. 41011/2016 FORTWORTH. GRANTOR: 2201 Risinger, LLC (Name of person authorized to sign), Title Pamela L. Anderson STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Jesus J. Chapa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Jessica Sangsvang, Assistant City Attorney ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of NN Notary Public in and for the State of Texas PERMANENT SLOPE EASEMENT Rev. V01112016 FORTWORT ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas PERMANENT SLOPE EASEMENT Rev, 4/01 /12016 Foe H. PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 6 PSE CITY PROJECT No. 02239 2201 W. RISINGER ROAD, FORT WORTH, TEXAS JACOB WILCOX SURVEY, ABSTRACT No. 1743 EXHIBIT "A" Being a permanent slope easement situated in the Jacob Wilcox Survey, Abstract No. 1743, City of Fort Worth, Tarrant County, Texas, said permanent slope easement being a portion of a 6.26 acre tract of land (by deed) described as Tract One deeded to 2201 Risinger, L.L.C. (50% undivided interest) as recorded in County Clerk's File No. D209049450 of the Deed Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in Volume 9931, Page 1980 of said Deed Records of Tarrant County, Texas, and being further described in County Clerk's File No. D208403925 of said Deed Records of Tarrant County, Texas, said permanent slope easement being more particularly described by metes and bounds as follows: COMMENCING at a MAG nail found for the northwest corner of said 6.26 acre tract of land, said MAG nail being the intersection of the east right-of-way line of Burlington Northern and Santa Fe Railroad (a 100.0' right-of-way) with the existing south right-of-way line of West Risinger Road (an undedicated night -of -way), from which a pk nail found for the southwest corner of a 4.733 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk's File No. D210264416 of the Deed Records of Tarrant County, Texas bears North 01 degrees 11 minutes 10 seconds East, a distance of 19.96 feet; THENCE South 01 degrees 25 minutes 45 seconds West, with the west line of said 6.26 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 35.33 feet to a R.O.W. marker set for the POINT OF BEGINNING of the herein described permanent slope easement, said R.O.W. marker being the intersection of the east right-of-way line of said Burlington Northern and Santa Fe Railroad with the proposed south right-of-way line of said West Risinger Road; THENCE North 89 degrees 45 minutes 46 seconds East, with the proposed south right-of-way line of said West Risinger Road, a distance of 11.15 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 1145.00 feet, a central angle of 09 degrees 45 minutes 13 seconds, and whose chord bears South 85 degrees 21 minutes 37 seconds East, a distance of 194.68 feet; THENCE with the proposed south right-of-way line of said West Risinger Road and with said curve to the right, an are length of 19491 feet to a point for corner; THENCE North 87 degrees 40 minutes 41 seconds West, a distance of 97.01 feet to a point for corner; Exhibit A Page 1 of 2 THENCE South 80 degrees 51 minutes 40 seconds West, a distance of 30.71 feet to a point for the beginning of a non -tangent curve to the left having a radius of 1130.00 feet, a central angle of 03 degrees 23 minutes 05 seconds, and whose chord bears North 88 degrees 32 minutes 41 'seconds West, a distance of 66.75 feet; THENCE with said non -tangent curve to the left, an are length of 66.76 feet to a point for corner; THENCE South 89 degrees 45 minutes 46 seconds West, a distance of 11.58 feet to a point for corner in the west line of said 6.2.6 acre tract of land, said point being in the east right- of-way line of said Burlington Northern and Santa Fe Railroad; THENCE North 01 degrees 25 minutes 45 seconds East, with the west line of said 6.26 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 15.01 feet to the POINT OF BEGINNING and containing 1,985 square feet or 0.046 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron tod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: April 20, 2016 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10.10.6.900 Exhibit A Page 2 of 2 CURVE TABLE CURVE I RADIUS 1 DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH C--1 1145.00' 69'45 13" 5 85'21'37"E 394.68' 194.91' C-2 1130.00` 03-2305" N $8'32`41 "W 66.75 66.76' LINE TABLE LINE BEARING DISTANCE L--1 S 01'25'45"W 35.33' L-2 N 89-45'467E 11.15' L-3 N 87.40'41 97.01' L-4 5 81751'4D15W 30.71' L-5 S 89'4T46"W 11.58' L-8 N 01'25'45 E 15.01 L-7 I N D1'11'10"E 19.96' PARCEL No. 6 PSE [ D SUBJECT TRACT & LOCATION OF EASEMENT 1. 0. c, FND. MAG NAIL P. O.B. SET R.O.W. MARKER cc ILu 0 F- -A I= 0 o ul ZLLQ, a z 2 EXHIBIT 19B 1 9 P.AIRGEL No. 6 PS.0 S,,j?"q r U\S �AOtA0. 40 4.733 ACRES (BY DEED) �Bc�1 R� AL TREATING CORPORASOUTHWEST TION, LLC C.C.F. NO, 0210264416 D.R.T.C.T. FND. RIGHT-OSTING F-WAY WEST RISINGER ROAD NAIL r APPROXIMATE LOCATION (AN UNDEDICATED RIGHT-OF-WAY) OF SURVEY LINE 7 "2 PROPOSED SET R.R.W. RIGHT-OF-WAY MARKER C-1 g................................... 1 TRACT ONE 6.26 ACRES (BY DEED) 2201 RISINGER, L.L.C. (507. UNDIVIDED INTEREST) C.C.F. NO. D20904945.0 D.R.T.C.T. PAMELA L. ANDERSON, TRUSTEE OF THE ANDERSON MARITAL TRUST (50% UNDIVIDED INTEREST) VOLUME 9931, PAGE 1980 AND C.C.F. NO. D208403925 D.R.T.0 T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. Z. R.Q.W. MARKERS ALONG THE PROPOSED RIGHT -OF -WAS' LINE ARE A 5/8' IRON ROO Via" BLUE CAP STAMPED 'GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE RCFCRRE14CED TO THE TEXAS COORDINATE SYSTEM, NAD--83, THE NOM CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SWM ARE SUff &qw W Ld Z T Q lp 60' 30' 0 60, �GALE IN FEET City of FortWorth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 78102 EXHIBIT SHOWING A PERMANENT SLOPE EASEMENT OUT OF A 6.26 ACRE TRACT' OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT - No. 1743 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 9931, PAGE 1980 COUNTY CLERK'S FILE No. D208403925 COUNTY CLERK'S 171LE No. 0209049450 OEM RECORDS OF TARRANT COUNTY, TEXAS CAD PILE: 6-PSE.DWG & ASSOCIATES. INC. CURTIS SMIT 1 f' 545 r CURTIS SMITH yRMISTtR£]D PROFESSIONAL LAND SURVEYOR INO_54g4__ TEAS FIRM rva. 10sCc9013 R17-499-1424 FAX 817-d'JG-1758 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 6 TCE CITY PROJECT No. 02239 2201 W. RISINGER ROAD, FORT WORTH, TEXAS JACOIB WILCOX SURVEY, ABSTRACT No. 1743 CI i Y OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: 2201 RISINGER, LLC ETAL GRANTOR'S MAILING ADDRESS: PO BOX 240 CROWLEY, TARRANT COUNTY, TX 76036-0240 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRAN'T COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Jacob Wilcox Survey, Abstract No. 1743, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 6.26 acre tract of land (by deed) described as Tract One deeded to 2201 Risinger, L.L.C. (50% undivided interest) as recorded in County Clerk's File No. D209049450 of the Deed Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in Volume 9931, Page 1980 of said Deed Records of Tarrant County, Texas, and being further described in County Clerk's File No. D208403925 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits A and B.- Temporary Construction Easement 03109/2015 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of road construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGEI Temporary Construction Easement 03/09/20 t 5 GRANTORS: 2201 Risinger, LLC GRANTEE: City of Fort Worth (Name of person authorized to sign), Title Jesus J. Chapa Assistant City Manager Pamela L. Anderson STATE OF TEXAS § COUNTY OF TARRANT § APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Temporary Construction Eascment 03109)2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2Q Notary Public in and for the State of Texas Temporary Construction Easement 03/0912015 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 6 TCE CITY PROJECT No. 02239 2201 W. RISINGER ROAD, FORT WORTH, TEXAS JACOB WILCOX SURVEY, ABSTRACT No. 1743 EXHIBIT "A" Being a temporary construction easement situated in the Jacob Wilcox Survey, Abstract No_ 1743, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 6.26 acre tract of land (by deed) described as Tract One deeded to 2201 Risinger, L.L.C. (50% undivided interest) as recorded in County Clerk's File No. D209049450 of the Deed Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in Volume 9931, Page 1980 of said Deed Records of Tarrant County, Texas, and being further described in County Clerk's File No. D208403925 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a MAG nail found for the northwest corner of said 6.26 acre tract of land, said MAG nail being the intersection of the east right-of-way line of Burlington Northern and Santa Fe Railroad (a 100.0' right-of-way) with the existing south right-of-way line of West Risinger Road (an undedicated right-of-way); THENCE South 01 degrees 25 minutes 45 seconds West, with the west line of said 6.26 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, passing at a distance of 35.33 feet a R.O.W. marker set for the intersection of the east right-of-way line of said Burlington Northern and Santa Fe Railroad with the proposed south right-of-way line of said West Risinger Road, said R.O.W. marker being the northwest corner of a proposed permanent slope easement, in all, a distance of 50.34 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the southwest corner of said proposed permanent slope easement; THENCE North 89 degrees 45 minutes 46 seconds East, with the south line of said proposed permanent slope easement, a distance of 11.58 feet to a point for the beginning of a curve to the right having a radius of 1130.00 feet, a central angle of 03 degrees 23 minutes 05 seconds, and whose chord bears South 88 degrees 32 minutes 41 seconds East, a distance of 66.75 feet; THENCE with the south line of said proposed permanent slope easement and with said curve to the right, an arc length of 66.76 feet to a point for corner; THENCE North 80 degrees 51 minutes 40 seconds East, with the south line of said proposed permanent slope easement, a distance of 30.71 feet to a point for corner; Exhibit A Page 1 of 3 THENCE South 87 degrees 40 minutes 41 seconds East, with the south line of said proposed permanent slope easement, a distance of 97.01 feet to a point for corner in the proposed south right-of-way line of said West Risinger Road, said point being the east corner of said proposed permanent slope easement, said point being the beginning of a non -tangent curve to the right having a radius of 1145.00 feet, a central angle of 12 degrees 10 minutes 14 seconds and whose chord bears South 74 degrees 23 minutes 54 seconds East, a distance of 242.76 feet; THENCE with the proposed south right-of-way Iine of said West Risinger Road and with said curve to the right, an arc length of 243.22 feet to a R.O.W. marker set for corner; THENCE South 68 degrees 18 minutes 47 seconds East, with the proposed south right-of-way line of said West Risinger Road, a distance of 68.49 feet to a R.O.W. marker set for corner in the east line of said 6.26 acre tract of land, said R.O.W_ marker being the intersection the proposed south right-of-way line of said West Risinger Road with the existing south right-of-way line of said West Risinger Road, from which a MAG nail found for the most easterly northeast corner of said 6.26 acre tract of land bears North 00 degrees 49 minutes 07 seconds West, a distance of 117.30 feet; THENCE South 00 degrees 49 minutes 07 seconds East, with the east line of said 6.26 acre tract of land and with the existing south right-of-way line of said West Risinger Road, a distance of 46.90 feet to a point for the northwest corner of a 3.256 acre tract of land (by deed) deeded to Pedro Herrera and Norma Herrera, husband and wife as recorded in County Clerk's File No. D209236836 of said Deed Records of Tarrant County, Texas. - THENCE South 89 degrees 10 minutes 53 seconds West, a distance of 138.50 feet to a point for corner; THENCE North 00 degrees 49 minutes 07 seconds West, a distance of 69.56 feet to a point for the beginning of a non -tangent curve to the left having a radius of 1115.00 feet, a central angle of 07 degrees 04 minutes 37 seconds, and whose chord bears North 75 degrees 21 minutes 17 seconds West, a distance of 137.63 feet; THENCE with said non -tangent curve to the left, an arc length of 137.72 feet to a point for corner; THENCE North 10 degrees 50 minutes 59 seconds East, a distance of 15.00 feet to a point for the beginning of a non -tangent curve to the left having a radius of 1130.00 feet, a central angle of 06 degrees 58 minutes 31 seconds, and whose chord bears North 82 degrees 23 minutes 03 seconds West, a distance of 137.48 feet; THENCE with said non -tangent curve to the left, an are length of 137.57 feet to a point for corner; Exhibit A Page 2 of 3 THENCE South 52 degrees 59 minutes 04 seconds West, a distance of 38.29 feet to a point for corner, THENCE North 88 degrees 24 minutes 14 seconds West, a distance of 40.00 feet to a point for corner; THENCE North 50 degrees 32 minutes 20 seconds West, a distance of 35.11 feet to a point for corner in the west line of said 6.26 acre tract of land, said point being in the east right- of-way line of said Burlington Northern and Santa Fe Railroad; THENCE North 01 degrees 25 minutes 45 seconds East, with the west line of said 6.26 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 2.50 feet to the POINT OF BEGINNING and containing 17,740 square feet or 0.407 acres of land, more or less. (1) A plat of even surrey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 518" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted.. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: April 19, 2016 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT PARCEL No. CURVE TABLE CURVE RADIUS I DELTA ANGLE I CHORD BEARING CHORD L.FNGTH ARC LENGTH C-1 1130.00' 1 0323'05" I S 8$'32'41"E 66.75' 66.76' C-2 1145.00' 12'1O'14 S 7423'S4 E 242,76 243.22' C-3 1115.00' 07'04'37" N 75'21'17W 137.63' 137.72' C-4 1130.00' 06'58'31" I N 82-23.03"W 1 137.48' 137.57' ASS�R PARCEL_ No. 6 TCE SUBJECT TRACT & LOCATION OF EASEMENT It 1 'ND. NAIL ,iaF/ir- z w0 CLr � O�� Z LL, o Z IL O :r (9 z a Z (< zs cc z C30 < J 99B 99 6 TCE 5�p�q0 ,�,A�y'01 `I �15 �i l ;Vo • �� 4.7,33 ACREST(BY DEED) AL TREATING CORPORATION, LLC A C.C.F ;'O_ 11210264415 4_R_LC.T. f—R€GH-IINOF--WAY WEST RISIINGER ROAD APPROXIMATE LOCATION (AN UNDEDICATED RIGHT-CF-WAY) OF SURVEY LINE SET R.O.W. - MARKER PROPOSED SET R.O,W. RIGHT-OF-WAY MARKER L-4 2 PROPOSED PERMANENT SLOPE EASEMENT TRACT ONE 6.26 ACRES (BY DEED) 2201 RISINCER, L.L.C. (50% UNDIVIDED INTEREST) C.C.F. NO. D209049450 D.R.T.C.T. PAMELA L. ANDERSON, TRUSTEE OF THE ANDERSON MARITAL TRUST (50% UNDIVIDED INTEREST) VOLUME 9931, PAGE 1980 AND C.C.F. N0. D208403925 D.R.T.C.T. NOTES: — 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, R.O.W. MARKERS ALONG THE PROPOSED RIGHT -OF WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED-GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL HEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202- ALL DISTANCES AND AREAS 314OWN ARE SURFACE &vp CONSTRUCTION EASMIDIT ARIEA C-3 17.740 SQ, FT. OR 0.4,07 ACMES CA != I CL W z F Q 60' 30' 0 60' i' I SCALE f N FEET Cites of Fort Worth 1ooO THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUC-nON EASEMENT OUT OF A 6.26 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 CITY OF FORT WORTH, TARRANT COUNTY, TP/AS AS RECORDED IN VOLUME 9931, DACE 1980 COUNTY CLERK'S FILE No. D208403925 COUNTY CLERK'S FILE Na. D209049450 DEED RECORDS OF TARRANT COUNTY, TEXAS DATE: CIJRTIS SMITH G RU:j1 IERED PROFESSIONAL LAND N0. 5494 TEXAS FIRM Na. 1 517--496-1424 FAX 917-496-1 L.LI CL IL.L.I 4.733 ACRES (BY DEED) SOUTHWEST METAL TREATING CORPORATION, LLC C.C.F. NO. D210264416 D.R.T.C.T. EXHIBIT 99B 99 PARCEL No. 6 TCE A551'APPROXIMATE LOCATION OF SURVEY LINE `1—�r C EXISTING 1PV��T RISINGER ROAD RIGHT-OF—wAY AN UNDEDICATED RIGHT—OF—WAY) LINE TABLE LINE BEARING I DISTANCE L-5 S 6818'47"E 68.49' L--6 S 00.49 07"E 45.90' L-7 N OW49'07'V 1 69,56' TRACT ONE ti 6.26 ACRES (BY DEED) 2201 RISINGER, L.L.C. (5COD20490C.F.N0945 D.R.T.C.T. PAMELA L. ANDERSON, TRUSTEE of THE ANDERSON MARITAL TRUST (50% UNDIVIDED INTEREST VOLUME 9931, PAGE '198 AND C.C.F. NO. D208403925 D.R.T.C.T. w10G0y' AR 4,5 FND.—/ I I MAG NAIL PROPOSED RIGHT—OF—WAY GET R.O.W. MARKER C� CTEMPORARY ONSTRUCTION aa EASEMENT AREA, 0.407 ACID ::::_::::':::::::::;:; s�$i1.0'53"W�138.50' _. CURVE TABLE —� CURVE I RADIUS I DELTA ANGLE I CHORD BEARING I CHORD LENGTH I ARC LENGTH C--2 1145.00- 12't0'14" I S 74'23'54"E 1 242.76' 1 243.22- C-3 1115.00' 1 N 7V21'17 W 1 137.63' 1 137.72 I� PARCEL No-T I z 6 TCE } SUBJECT TRACT & LOCATION OF EASEMENT 0 40.2 ACRES (BY DEED) LOT LINE. THOMAS D. GIBBS - C.C.F. NO. D200111309 D.R.T.C.T. { & G. A62 o z ASS SET R.O.W. MARKER NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED BIGHT —OF —WAY UNE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED 'GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL. ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. t —OF—WAY APPROXIMATE LOCATION OF SURVEY UNE RISINGER ROAD NDEDICATED RIGHT—OF—WAY) 3.256 ACRES (6Y DEED PEDRO HERRERA AND NORMA HERRERA, HUSBAND AND WIFE C.C.F. No. D209236836 D.R.T.C.T. 60' 30' 0 60' SCALE IN FEET 1000 THROCKMORTON STREET + FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT of A 6.26 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 9931. PAGE 1980 COUNTY CLERK'S FILE No. D20M3925 COUNTY CL MK'S FILE No. 0209049450 DEED RECORDS OF TARRANT COUNTY. TEXAS CURTIS SMT .+_ 5494 .rr 4T I EPQ'SLMtNI AKLA: 1 r i4U Z:)QUAKL rtLl ull U.4vr CURTIS SMITH JOB No. HALF1403.00 DRAWN BY: JLC ICAD FILE: 06TCE--REVOI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: APRIL 19. 2016 EXHIBIT B PAGE 2 OF_2._ SCALE: 1' = 60' NO. 5494 TEXAS FIRM No. 1D106900 r_nppnNnnnla, w ARRnCIATES_ INC_ . 7524 JACK NaNELL BOULEVARD SOUTH FORT WORTH. TX. 76116 • 817-496-1424 FAX 817--496—t768 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 7 ROW CITY PROJECT No. 02239 2200 W. RISINGER ROAD, FORT WORTH, TEXAS E. B. DISHMAN SURVEY, ABSTRACT No. 407 EXHIBIT "A" Being a 0.301 acre tract of land situated in the E. B. Dishman Survey, Abstract No. 407, City of Fort Worth, Tarrant County, Texas, said 0.301 acre tract of land being a portion of a 4.733 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk's File No. D210264416 of the Deed Records of Tarrant County, Texas, said 0.301 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for the northwest corner of a 299 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in Volume 11455, Page 846 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod being the southwest corner of Lot 1, Block 1 of Gibbs Industrial Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 6409 of the Plat Records of Tarrant County, Texas, said 519 inch iron rod also being in the east tight -of -way line of Burlington Northern and Santa Fe Railroad (a 100.0' right-of-way); THENCE South 01 degrees 27 minutes 49 seconds West, with the west line of said 2.99 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 260.67 feet to a point for the southwest corner of said 2.99 acre tract of land, said point being the northwest corner of said 4.733 acre tract of land; THENCE South 01 degrees 25 minutes 00 seconds West, with the west line of said 4.733 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 346.40 feet to a R.O.W. marker set for the POINT OF BEGINNING, said R.O.W. marker being the intersection of the east right-of- way line of said Burlington Northern and Santa Fe Railroad with the proposed north right-of-way line of West Risinger Road (an undedicated right-of-way); THENCE North 89 degrees 45 minutes 46 seconds East, with the proposed north right-of-way line of said West Risinger Road, a distance of 8.04 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 1255.00 feet, a central angle of 16 degrees 18 minutes 31 seconds, and whose chord bears South 82 degrees 04 minutes 58 seconds East, a distance of 356.02 feet; THENCE with the proposed north right-of-way line of said West Risinger Road and with said curve to the right, an are length of 357.22 feet to a R.O.W. marker set for corner in the south line of said 4.733 acre tract of land, said R.O.W. marker being in said West Risinger Road; Exhibit A Page 1 of 2 THENCE South 89 degrees 05 minutes 34 seconds West, with the south line of said 4.733 acre tract of land and with said West Risinger Road, a distance of 362.07 feet to a PK nail found for the southwest corner of said 4.733 acre tract of land, said PK nail being in the east right-of-way line of said Burlington Northern and Santa Fe Railroad; THENCE North 01 degrees 25 minutes 00 seconds East, with the west line of said 4.733 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 54.76 feet to the POINT OF BEGINNING and containing 13,122 square feet or 0.301 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: March 19, 2015 Curtis Smith. Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 _ Exhibit A Page 2 of 2 I cc, < ! I-- - � a 0 n 1 Z U, z: u 0 a g< cCa EXHIBIT 9,B FF PARCEL No. 7 Rid P. 0• C. A0.2 ACRES (BY DEED) FND. 5/E3'IRF THOMAS D. G1BOS VOLUME 14366, PAGE 199 D.R.T.G.T. u LOT f, BLOCK i o I GIBBS INDUSTRIAL ADDITION N I CABINET A, SLIDE 6409 P.R.T.C. T. rn — JAO 2.99OSUACRES WEESTB CrAL DEED) TREATING CORPORATION, LLC VOLUME 11455, PAGE 646 D.R.T.C.T. I m M 4.733 ACRES (BY DEED) SOUTHWEST METAL o TREATING CORPORATION, LLC C.C.E. NO. D210264416 D.R.T.C.T. 0 PARCEL Na- 7 ROVE SUBJECT TRACT & LOCATION OF ACQUISITION MATCH LINE PAGE 2 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT -OF --WAY LINE ARE A 5/6" IRON ROD WITH BLUE CAP STAMPED "GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE~ REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 42132. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60' 30' 0 60, SCALE IN FEET i y Worth 1000 THROCKMORTON STREET " FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT —OF --WAY ACQUISITION OUT OF A 4.733 ACRE TRACT OF LAND SITUATED IN THE _ E. B. DISHMAN SURVEY, ABSTRACT' No. 407 CITY OF FORT WORTH, TARRANT COUNTY, 'TEXAS .AS RECORDED IN COUNTY CLERIC'S FILE No. D210264416 DEED RECORDS OF TARRANT COUNTY, TEXAS Ol f �' k�iJ1 CL RTIS SMI t� 5494 ;' lC- CAD u' Kvvw.pjwu - _IREGISVERV..o PROFESSIONAL. LAND Sl-lr'VE''OR 60' INO. $44* MM FIRM Mr. TH. TX. 76118 • 817-i95-1424 FAY I111-496-1768 EXHIBIT "B s, MATCH LINE PAGE 1 PARCEL No. 7 ROW 1 w 0 I O o Z LL 0 0 9 O N I d N� VJ I z iI I d I riri L-1 • O.17. SET R.O.W. SET R.D.W. MARKER CURVE TABLE CURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH C-1 1255.00' 16'18'31 S 62'04'S6�E 356.02.' 357,22' LINE TABLE LINE BEARING I DISTANCE L-1 I N 89-45'46"f &04' L-2 N 01'25'00"E 54.75' AN suR�40 D� A N4 �a� Alas o 4.733 ACRES (BY DEED) SOUITMWEST METAL TREADING CORPORATION, LLC C.C.F. NO. D210264416 D.R.T.C.T. RIGHT-OF-WAY ................................................................................................. __: RIGHT—OF—WAY ACQUISITION AREA I Q 13 i ; S F'f. 2 Q, :® O .301 C R ACRES FND. - - PK NAIL : --- APPROXIWATE LOCATION S SF05J' 4 362.07' S�V�� OF SURVEY LINE WEST RISINGER ROAD CQB � NOS A 7 �F5 NUNDEDICATED RIGHT -OF WAY) _ , S�Rp,G EXISTING RIGHT-OF-WAY TRACT ONE +��� Y 6.26 ACRES �(BY DEED) f'---- 60' ROAD EASEMENT 2201 RISINGER, L.L.C. (509 UNDIVIDED INTEREST) DEDICATED TO THE USE C.C.F. NO. D209049450 I AND BENEFIT OF THE PUBLIC D.R.T.C.T. AS A POAD EASEMENT PAMELA L ANDERSON, PARCEL No. I VOLUME 51a8, PACE 278 TRUSTEE OF 7 ROW D.R.T.C.T. ANDERSON MARMALH TRUST (507.. UNDIVIDED INTEREST) VOLUME 99AANDAAGE 1980 SUBJECT TRACT & LOCATION OF ACQUISITION C.C.F. NO. 0208403925 D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE, W LLI 4 Ll.. LEI z J U Ta 60' 30' 0 60' SCALE IN FEET' L.-icy of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT—OF—WAY ACQUISMON „ 7' OUT OF A 4,733 TRACT OF LAND � ��� SATED THE I- B. DISHMAN SURVEY, ABSTRACT No. 407 C � TfS SMiT CITY OF FONT WORTH, TARRANT COUNTY. TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D210264416 �. DEED RECORDS OF TARRANT COUNTY. TEXAS S1. _ SINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE CITY PRO.I. No. 02239 I AREA: 13,122 S UARE FEET OR 0.301 ACRES CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. $494 TEXAS FIRM No. 10106900 1403.00 DRAWN BY: CTA ICAO FILE: 07 ROW.DWG 19, 2015 1 EXHIBIT B PAGE 2 OF 3 1 SCALE_ 1" = 60' ?NA & ASSOCIATES, INC. • 7624 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1788 9 w (D f1 w Z 0 i EXHIBIT 1-"'ARCEL No. 7 CURVE TABLE CURVEI RADIUS I DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH C-1 1255.00' 16-18.31" 1 S 82.04'58"E 1 356.02' 1 357.22' 8 p15 G�A�o qp� 4.733 ACRES (BY DEED) SOUTHWEST METAL TREATING CORPORATION, LLC C.C.F. NO. D210264416 D.R.T.C.T. 9$B 99 ROW I V I I PARCEL No.-LI i 7 ROW 3 I SUBJECT TRACT & i I I LOCATION OF ACQUISITION I I I � , I o I LOT 1 8 OAK LAp 9 Xi IN � R�1p$ 64pN g N I i 0� Rll" g.x �.T I F• Q I I Q I I 40.2 ACRES (BY DEED) 4 k THOMAS D. GIBBS I C.C.F. NO. 0200111309 1 E D.R.T.C.T. , E � I tD.o'xs7S' ELECTRICAL EASEMENT Ib—CABINET A, SIDE 9409 pl' S • CC . SU 162 L-Lr p,R- G� P"asl A I I _ LOT LINE PERMANENT 'HATER MA,N EASEMEN' TO "HE C- IY OF FOR- WOR I -I C,C.F. NO. D133105741 D.R.T.C.T `♦ 40.2 ACRES (BY ZMEP) THOMAS ^. G'1999 k` �.♦ C.C.F. NO. 13 00111-711n I♦ � I � k t ♦ � NOTES' 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT OF -WAY LINE ARE A 5/$" IRON ROD WITH BLUE CAP STAMPED 'GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. r%runr-ur-vvAl 60' ROAC EASEMCNT ACOUISi17@i+d AREA DkD1C:�rCG. To THE u5F 1�,1a2 s�. FT. AND sE17 OF THE PUBLIC OR 0.301 ACRES AS A ROAD CASCM€NT VOLUME 3168, PAGE 278 D.R.T.C.7, ----_---- -} -- - _ PROPOSED RIGHT-OF-VIAY APPROXIMATE LOCATION ... _:_::�:.::.::...> OF SURVEY LINE ..:: sir R.O.W. _ MARKER WEST RISINGER RC}l4® 362.07 (AN UNDEDICATED RIGHT -OF -WAX) ------------- _----- - --------- TRACTONE 6.26 ACRES (BY DEED) EXISTING RIGHT -OF --WAY 2201 RISINGER. L.L.C. (SOX UNDIVIDED INTEREST) C.C.F. NO. D209049450 D.R.T.C.T. PAMELA L» ANDERSON, SURE �L(`,f it �'r A' OF ANDERSONTEE MARITALHTRUST (50% UNDIVIDED INTEREST) VOLUME 9931, PAGE 1980 AND ; C.C.F. NO. D208403925 f D.R.T.C.T. , JOB No. 60' 30' 0 60' SCALE I N FEEC City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A IRIGHT--OF--WAY ACQUISITION OUT OF A 4.733 ACRE TRACT OF LAND SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 CI7Y OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERIC'S FILE No. D210264416 DEED RECORDS OF TARRANT COUNTY, TEXAS No. CAD FILE: 07 ROV4.DWG fznAiF• 1" - nn' CURTIS SMITH r : s40* rr- CURTIS SMITH REGISTERED PROFESSIONAL LAND 5LiRVFY0R PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 7 PSE CITY PROJECT No. 02239 2200 W. RISINGER ROAD, FORT WORTH, TEXAS E. B. DISHMAN SURVEY, ABSTRACT No. 407 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SLOPE EASEMENT DATE: GRANTOR: SOUTHWEST METAL TREATING CORPORATION, LLC GRANTOR'S MAILING ADDRESS (including County): PO BOX 6270 FORT WORTH, TARRANT COUNTY, TX 76116-0270 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable. consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent slope easement situated in the E. B. Dishman Survey, Abstract No. 407, City of Fort Worth, Tarrant County, Texas, said permanent slope easement being a portion of a 4.733 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk's File No. D210264416 of the Deed Records of Tarrant County, Texas, said permanent slope easement being more «B": particularly described in Exhibits "A" and PERMANENT SLOPE EASEMENT Rev. 4/09112016 I ©Ra Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, the use and passage on, over, across, below and along the easement situated in Tarrant County, Texas, for the construction, operation, maintenance, upgrade and repair of a Permanent Slope Easement on the property and more particularly described in the attached Exhibit "K. It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of slope maintenance. Grantor shall agree not to modify or alter the property in any manner, which would jeopardize the integrity of the slope without Grantee's written consent. Any alteration or damage to the slope shall be repaired at Grantor's sole cost and expense. TO HAVE AND TO HOLD the above described easement, together with all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SLOPE EASEMENT Rev. 4101112016 Fo, c WORTH. GRANTOR: Southwest Metal Treating GRANTEE: City of Fort Worth Corporation, LLC Jesus J. Chapa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Jessica Sangsvang, Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 Notary Public in and for the State of Texas PERMANENT SLOPE EASEMENT Rev. 4/01 /1201 B FQRT�WOR�T,Ha ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Public in and for the State of Texas PERMANENT SLOPE EASEMENT Rev, 41011/2016 For PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 7 PSE CITY PROJECT No. 02239 2200 W. RISINGER ROAD, FORT WORTH, TEXAS E. B. DISHMAN SURVEY, ABSTRACT No. 407 R..=1113 tW-% Being a permanent slope easement situated in the E. B. Dishman Survey, Abstract No. 407, City of Fort Worth, Tarrant County, Texas, said permanent slope easement being a portion of a 4.733 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk's File No. D210264416 of the Deed Records of Tarrant County, Texas, said permanent slope easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for the northwest corner of a 2.99 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in Volume 11455, Page 846 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod being the most westerly southwest corner of Lot 1, Block 1 of Gibbs Industrial Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 6409 of the Plat Records of Tarrant County, Texas, said 5/8 inch iron rod also being in the east right-of-way line of Burlington Northern and Santa Fe Railroad (a 100.0' right-of-way); THENCE South 01 degrees 27 minutes 49 seconds West, with the west line of said 2.99 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 260.67 feet to a point for the southwest corner of said 2.99 acre tract of land, said point being the northwest corner of said 4.733 acre tract of land; THENCE South 01 degrees 25 minutes 00 seconds West, with the west line of said 4.733 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 333.90 feet to the POINT OF BEGINNING of the herein described permanent slope easement; THENCE North 89 degrees 45 minutes 46 seconds East, a distance of 7.68 feet to a point for the beginning of a curve to the right having a radius of 1267.50 feet, a central angle of 03 degrees 45 minutes 17 seconds, and whose chord bears South 88 degrees 21 minutes 35 seconds East, a distance of 83.05 feet; THENCE with said curve to the right, an are length of 83.06 feet to a point for comer; THENCE South 78 degrees 04 minutes 49 seconds East, a distance of 132.58 feet to a point for corner in the proposed north right-of-way line of West Risi.nger Road (an undedicated right-of-way), said point being the beginning of a non -tangent curve to the left having a radius of 1255.00 feet, a central angle of 09 degrees 45 minutes 13 seconds, and whose chord bears North 85 degrees 21 minutes 37 seconds West, a distance of 213.38 feet; Exhibit A Page 1 of 2 THENCE with the proposed north right-of-way l:a-e of said West Risinger Road and with said non -tangent curve to the left, an arc length of 213.64 feet to a R.O.W. marker set for corner; THENCE South 89 degrees 45 minutes 46 seconds West, with the proposed north night -of -way line of said 'West Risinger Road, a distance of 8.04 feet to a R.O. W. marker set for the intersection of the proposed north right-of-way line of said West Risinger Road with the east right-of-way line of said Burlington Northern and Santa Fe Railroad and the west line of said 4.733 acre tract of land, from which a PK nail found for the southwest corner of said 4.733 acre tract of land bears South 01 degrees 25 minutes 00 seconds West, a distance of 54.76 feet; THENCE North 01 degrees 25 minutes 00 seconds bast, with the west line of said 4.733 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 12.51 feet to the POINT OF BEGINNING and containing 1,801 square feet or 0.041 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: April 20, 2016 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 PARCEL Nor- 7 PSE SUBJECT TRACT & LOCATION OF EASEMENT EXHIBIT 9.9B ,9 PARCEL No. 7 PSE FN " 0" C. 40.2 ACRES (BY DEED) FND. 5/8"IRF THOMAS D. GIBBS VOLUME 14366, PAGE 199 D.R,T.C.T. +ho .LOT 1, BLOCK' 1 w CIRBS INDUSTRIAL ADDITION N CABINET A, SLIDE 6409 P.R. T. C. T. z m VR�EY i Ll 4 ONA k S AA-7 �40 • 2.99 ACRES (BYDEED) d SOUTHWEST METAL TREATING CORPORATION, LLC VOLUME 11455, PAGE 846 (� o O.R.T.C,T. .I- LL SX2 s o N z a _z Z -1 Oi M 4.733 ACRES (BY DEED) SOUTHWEST METAL JrTREATING CORPORATION, LLC C.C.F. NO. D210264416 N D.R.T.C.T. 0 MATCH LINE PAGE 2 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAO-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. tvp 60' 30' 0 60' SCALE IN FEET city r h 1000 THROCKMORTON STREET • FORT WORTH. TEXAS 76102 EXHIBIT SHOWING A PERMANENT SLOPE EASEMENT OUT OF A 4.733 ACRE TRACT OF LAND SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 CITY OF FORT' WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D210264416 DEED RECORDS OF TARRANT COUNTY, TEXAS OF r_4 u K CURTIS SMrrH I I` 18% 5494 Oty, LAND GORRONDONA & ASSOCIATES. INC. - 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 78118 • fil /-49Fi-1424 hAX 611-4M-3 lUti ■I MATCH LINE PAGE 1 EXHIBIT "B �9 PAIRC..&L No. 7 PSE CURVE TABLE CURVEI RADIUS DELTA RNGLE CHORD BEARING CHARD LENGTH ARC LENGTH C-1 1267�5D' Q3'45'17 S 88'21'35"E $3.05' 83.06' C-2 1255.OQ' Q9'45'13" N 85'21'37 W 213.38' 213.64' { E. B. DISHMAN SURVEY 0 ABSTRACT No. 407 W 4.733 ACRES (BY DEED) TABLE SOUTHWEST METAL LINE TREATING CORPORATION, LLC LINE BEARING j DISTANCE G.G.F. NO. D210264416 L-1 �- N Rsr4s'+5'�: s as s ;.FIB, a..51 `� < 0 z a q( D.R.T.C.T. _ OO'E L-3 ": o i •25 OQ"E . 12.51. i PERMANENT Cc 0 L-1 SLOPE EASEMENT AREA IDS < � OR�BD041 ACRES P. Q.B. C-1 L-3 ........................... SET R.O.W-L— SEi R.O.W_ MARKER MARKER I S 01'25'00" W— g L-2 i 54.76' ' 7 O 4 �- - C-2 :tea PROPOSED - RIGHT-OF-WAY FND. PK --._`NAIL APPROXIMATE LOCATION. WEST RISINGER ROAD w`�Cax s , 0 OF SURVEY LINE (AN UNDEDICATIED RIGHT-OF-WAY) �p'Gos 7tIX'l xAp. TRACT ONE EXISTING 6.26 ACRES (BY DEED) RIGHT -OF --WAY 2201 RISINGER, L.L.C. (5D% UNDIVIDED INTEREST) n G.C.F. NO. D209049450 D.R.T.C.T. PAMELA L. ANDERSON. PARCEL No.F I TRUSTEE OF THE 7 PSE ANDERSON MARITAL TRUST SUBJECT TRACT & LOCATION OF EASEMENT (50Z UNONIDED INTEREST) VOLUME 9931, PAGE 1980 AND C.C.F. N0. D208403925 D.R.T.C.T. TIT NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/6" IRON ROD WffH BLUE CAP STAMPED '+,r)RRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL 8EAFIINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SY5TEMI, NAD-t6l THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60' 30' 0 60, SCALE IN FEET r For Worth 10M THROCKMORTON STREET • FORT WORTH, TExAS 76102 EXHIBIT SHOWING A PERMANENT SLOPE EASEMENT OUT OF A 4.733 ACRE TRACT OF LAND SITUATED IN YHE E. B. DISHMAN SURVEY, ABSTRACT No. 407 CITY OF FORT' WORTH, TARRANT COUNTY', TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D210264416 DEED RECORDS OF TARRANT COUNTY, TEXAS `( CURTIS SMITH 7 JOB Na. HALF1403.00 DRAWN BY JLC CAD FILE: 07-PSEDWG l}EGI,'MR'ED PROFESG14N41 :1 +ID SLJRVI-VMAIIIIIIIIII DATE-. APRIL 20, 2016 1 EXFIl91T B PAGE 2 OF SCALE: 1" m 60' NO- 5494 FIRM Nt%. 1Qi06 00 rnaRrsunn�e b eccnrieTM Iur . 7R94 lAf..K N;:WFIl W. ULEVARC ROUTW FORT waRTH. TX, 76.118 • 61'7-#$8-142.4 FAX 817.-496-1768 PROJECT NAME. RISINGER ROAD FROM CROli'RIL.EY ROAD TO MCCART AVENUE PARCEL No. 7 TCE CITY PROJECT No. 02239 2200 W. RISINGER ROAM, FORT WORTH, TEXAS E. B. DISHMAN SURREY, ABSTRACT No. 407 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: SOUTHWEST METAL TREATING CORPORATION, LLC GRANTOR'S MAILING ADDRESS: PO BOX 6270 FORT WORTH, TARRANT COUNTY, TX 76115-0270 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY. Being a temporary construction easement situated Abstract No. 407, City of Fort Worth, Tarrant County, Texas, easement being a portion of a 4.733 acre tract of land (by deec Treating Corporation, LLC as recorded in County Clerk's File t Records of Tarrant County, Texas, said temporary constru particularly described in Exhibits "A" and "B": in the E. B. Dishman Survey, said temporary construction deeded to Southwest Metal o. D210264416 of the Deed tion easement being more Temporary Construction Easement 03/09/2015 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of road construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/201 S GRANTORS: Southwest Metal Treating Corporation, LLC (Name of person authorized to sign), Title STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Jesus J. Chapa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Jessica Sangsvang, Assistant City Attorney ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of r� Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Temporary Conslniction Easement 0310912015 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 7 TCE CITY PROJECT No. 02239 2200 W. RISINGER ROAD, FORT WORTH, TEXAS E. B. DISHMAN SURVEY, ABSTRACT No. 407 EXHIBIT "A" Being a temporary construction easement situated in the E. B. Dishman Survey, Abstract No. 407, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 4.733 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk's File No. D210264416 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for the northwest corner of a 2.99 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in Volume 11455, Page 846 of said Deed Records of Tarrant County, Texas, said 518 inch iron rod being the most westerly southwest corner of Lot 1, Block i of Gibbs Industrial Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 6409 of the Plat Records of Tarrant County, Texas, said 5/8 inch iron rod also being in the east right-of-way line of Burlington Northern and Santa Fe Railroad (a 100.0' right-of-way); THENCE South 01 degrees 27 minutes 49 seconds West, with the west line of said 2.99 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 260.67 feet to a point for the southwest corner of said 2.99 acre tract of land, said point being the northwest corner of said 4.733 acre tract of land; THENCE South 01 degrees 25 minutes 00 seconds West, with the west line of said 4.733 acre tract of land and with the east right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 329.06 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE North 89 degrees 23 minutes 24 seconds East, a distance of 18.83 feet to a point for corner; THENCE North 18 degrees 24 minutes 46 seconds East, a distance of 23.74 feet to a point for corner; THENCE South 88 degrees 44 minutes 18 seconds East, a distance of 30.00 feet to a point for corner; THENCE South 11 degrees 39 minutes 31 seconds East, a distance of 22.36 feet to a point for corner; THENCE North 89 degrees 01 minutes 59 seconds East, a distance of 35.61 feet to a point for corner; Exhibit A Page 1 of 3 THENCE South 03 degrees 59 minutes 00 seconds West, a distance of 5.80 feet to a point for the beginning of a non -tangent curve to the right having a radius of 1270.00 feet, a central angle of 06 degrees 10 minutes 52 seconds, and whose chord bears South 83 degrees 09 minutes 06 seconds East, a distance of 136.95 feet; THENCE with said non -tangent curve to the right, an arc length of 137.01 feet to a point for corner; THENCE North 00 degrees 54 minutes 26 seconds West, a distance of 23.74 feet to a point for corner; THENCE North 89 degrees 21 minutes 36 seconds East, a distance of 63.24 feet to a point for corner; THENCE South 16 degrees 47 minutes 02 seconds East, a distance of 47.13 feet to a point for corner; THENCE South 89 degrees 25 minutes 21 seconds East, a distance of 203.40 feet to a point for corner; THENCE North 60 degrees 54 minutes 34 seconds East, a distance of 10.01 feet to a point for corner in the east line of said 4.733 acre bract of land, said point being in the west line of said Lot 1; THENCE South 00 degrees 50 minutes 51 seconds East, with the east line of said 4.733 acre tract of land and with the west line of said Lot 1, a distance of 24.59 feet to a point for the southeast comer of said 4.733 acre tract of land, said point being in West Risinger Road (an undedicated right-of-way); THENCE South 89 degrees 05 minutes 34 seconds West, with the south line of said 4.733 acre tract of land and with said West Risinger Road, a distance of 160.76 feet to a R.O.W. marker set for the intersection of the south line of said 4.733 acre tract of land with the proposed north right-of-way line of said West Risinger Road, said R.O.W. marker being the beginning of a non -tangent curve to the left having a radius of 1255.00 feet, a central angle of 06 degrees 33 minutes 18 seconds, and whose chord bears North 77 degrees 12 minutes 22 seconds West, a distance of 143.50 feet; THENCE with the proposed north right-of-way line of said West Risinger Road and with said non -tangent curve to the left, an are length of 143.58 feet to a point for corner, said point being the east corner of a proposed permanent slope easement; THENCE North 78 degrees 04 minutes 49 seconds West, with the north line of said proposed permanent slope easement, a distance of 132.58 feet to a point for the beginning of a non -tangent curve to the left having a radius of 1267.50 feet, a central angle of 03 degrees 45 minutes 17 seconds and whose chord bears North 88 degrees 21 minutes 35 seconds West, a distance of 83.05 feet; Exhibit A Page 2 of 3 THENCE with the proposed north line of said proposed permanent slope easement and with said non -tangent curve to the left, an are length of 83.06 feet to a point for corner; THENCE South 89 degrees 45 minutes 46 seconds West, with the north line of said proposed permanent slope easement, a distance of 7.68 feet to a point for corner in the east right-of-way line of said Burlington Northern and Santa Fe Railroad and in the west line of said 4.733 acre tract of land, from which a PIS nail found for the southwest corner of said 4.733 acre tract of land bears South 01 degrees 25 minutes 00 seconds West, a distance of 67.26 feet, THENCE North 01 degrees 25 minutes 00 seconds East, with the west line of said 4.733 acre tract of land and with the east right-of-way line of ,said Burlington Northern and Santa Fe Railroad, a distance of 4.84 feet to the POINT OF BEGINNING and containing 10,502 square feet or 0.241 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5l8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: April 19, 2016 Curtis Smith Registered Professional (Land Surveyor No. 5494 Texas Finn No_ 10106900 Exhibit A Page 3 of 3 EXHIBIT "B S9 PARCEL No, 7 T'CE • �•• FIVP. 5}Q l�tr" 40.2 ACRES (BY DEED) THOMAS D. G180S VOLUME 1d366, PAGE 199 D.R.T.C.T, a LOT f, BLOCK f �i CIBBS INDUSTRIAL ADDITION CABINET A, SLIDE 6409 P.R.T. C.T. Z cn Mr cc' •SCR 2.99 ACRES (BYDEED) SOUTHWEST METAL LLC CRPTACE ION�846 0 ( o VOLUME 11455,TREATING D.R.T.C.T. z z b z E is 4.733 ACRES (BY DEED) SOUTHWEST METAL TREATING CORPORATION, LLC G.C.F. NO, D210264416 to N D.R.T.C.T. O RADIUS=1267.50' PARCEL No. DELTA=3'45'17" 7 TCE BEARING-N SW21'35" W CHORD=83.05' ARC=83.06' SUBJECT TRACT & LOCATION OF CEMENT MATCH LINE PAGE 2 NOTES; _ ~~ 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES T14IS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8- [RON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60, 30, 0 60' SCALE IN F LE'-i. I FBI l 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 r- EXHIBIT SHOWING A I TEMPORARY CONSTRUCTION EASEMENT �.,.•..,..� �{� UT OF A 4.733 ACRE TRACT OF LAND U1 SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 CUSSI. CITY OF FORT WORTH. TARRANT COUNTY, TEXAS AS RECORDED IN 49 4 COUNTY CLERK'S FILE No. D210264416 DEED RECORDS OF TARRANT COUNTY, TEXAS i-CT: RISINGER ROAD FROM CROINLEY ROAD TO MGCART AVENUE ICITY PROD. No. 42239 _ MENT AREA: 10,502 SQUARE FEET OR 0.241 ACRES a. HAL.F1403.00 DRAWN BY: JLC QA0 FILE 07 TCE-RWiPROFESSIONAL CURTIS SMITH REGISTERED PROFESSIONAL LAND SUR1?EYCR APRIL 19. 2016 EXHIBTC B PAGE 1 OF 3 - __- _ SCALE: i" = 60 _ NO. 5494 TEXAS FIRM No. 10i069g0 ORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 - 817-496-1424 FAX F311- ,9£s-3768 EXHIBIT 99B 99 MATCH LINE PAGE 1 PARCEL No. 7 TCE w0 � J 0 Z LJ Z LL Qq z O � v M z co f L-94 1 S 01'25'00" W- 67.26' 4 CURVE TABLE CURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH C-1 1274.00' 06'1q'S2" S 83'09'q$"E 136.95' 137.01' C-2 1255.00' D6'33'16" N 77'12'22"V1 143.50' 143.58' C--3 1267.50' 03'45'17" 1. NO 83.05 83.06' E. B. DISHMAN SURVEY ABSTRACT No. 407 4.733 ACRES (BY DEED) SOUTHWEST METAL TREAilNG CORPORATION, LLC G.C.F. NO. D210264416 D.R.T.C.T. I T17LAOnDADV 1 ..a ICONSTRUCTION EASEMENT AREA 10,502 SO. Fr. OR 0.241 ACRES L-13 C- L• SFf R:0_W. MARKER PROPOSED RIGHT-OF-WAY _SET R.O.W. F MARKER C-1 ::•::.....::::.:....... :D PERMANENT EASEMENT 49'W 132.58' � LLI Ld 46"W 1 7,68' 00"E 4.84- - . .................... J FND. PK NAIL -- APPROXIMATE LOCATION WEST RISINGER ROAD W��GOX SO OF SURVEY LINE (AN UNDEOICATIE4 RIGHT-OF-WAY) TACOTRACT ONE S SAC �O EXISTING 6.26 ACRES (BY DEED) A5 RIGHT -OF --WAY 2201 RISINGER, L.L.C. (50% UNDIVIDED INTEREST) i C.C.F. NO. D209049450 DRTCT PAMELA L ANDERSON, PARCEL No. I TRUSTEE OF THE 7 TCE ANDERSON MARITAL TRUST (50% UNDIVIDED INTEREST) VOLUME 9931. PAGE 1980 SUBJECT TRACT & AND C.C.F. NO. 0208403925 LOCATION OF EASEMENT D.R.T.C.T. NOTES: -- - - - ----- 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.><'V. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED, 3_ ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD--83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60' 30' 0 W SCALE IN FEET i F I-L'o- Worth 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 4.733 ACRE TRACT OF LAND SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 CITY OF FORT WORTH, TARRA14T COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D210264416 DEED RECORDS OF TARRANT COUNTY. TEXAS `' �v i© Try P 4- 5494- JOB No. HAL.F1403.00 DRAWN BY: JLC I CAD FILE: 07 TCE-REV-01.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: APRIL 19, 2016 _ EXHIBIT 8 PAGE 2 OF 3 1 SCALE: " = 60' NO. 6494 TEXAS FIRM No. 1010699d mi GORRONDONA & ASSOCIATES. INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX $17-496--1768 NI CURVE 7 CURVE RADIUS DELTA ANGLE CHORD B C-2 1255 qk O6'33'18" N 77 92' LINE TABLE LINE BEARING TANCE L-8 N 8.9'21'3fi"E :63.24 'L--9 S16'4T02"E 7.13'L-10 N fi0'S4'34'E0.41'00'S651"E 4.59' PARC.r�'.� No. 7' 7'CE FARING CHORD LENGTW ARC i.FNGTl9 22"W-I 143.8a' � pis c �O�`�o. �,g5lgp' o 4.733 ACRES (BY DEED) J } SOUTHWEST METAL a TREATING CORPORATION, LLC x n E.C.F. NO. D210264416 a o D.R.T.C.T. )NARY EASEMENT AREA OR A.241 ACRES � ��,4pPI20XIMATE L�7Ck < OF SURVEY L1NI Erit.ca.w. S G9'45'34`iN Ti B(},7B' MARKER WEST c9ISINGEI"i ROAD (AN UNbEDICATIED RIGHT-OF-WAY) TRACT ONE�EXIST]NG 6.28 ACRES (BY DEED) RIGHT-OF-WAY 2201 RISINGER. L.L.C. (S4% UNDIVIDED INTEREST) C.C.F. NDOR.©�OT049450 PRMELA L. ANDERSON, COy` A•5 TRUSTEE OF THE p, �� ANDER5pN MARITAL TRUST � VOLUME ON9831�DPAG�E�198Q p`�5 AND C.C.F. NO. D208403925 D.R.T.C.T. NOTES: 1. R LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE AREA 5/€3" IRON ROD WITH BLUE CAP STAMPED "GARRONDONti SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE S's'erw-n` PARCEL No. 7 TCE SUBJECT TRACT & LOCATION OF EASEMENT LOT A gD4 1 BfQc XAL 9pN fi33S X E� A�' ICYT0 CABIN p.&T• . 40.2 AGREE (BY DEED) T]-IOMAS D. GIBBS C.G.F_ N0. p200111309 D.R.T.C.T. G. Ft�• 0 N°- LOT LINE 40.2 ACRES (BY DEED) THOMAS D. GIBBS C.C.F. NO. D200111309 D.R.T.C.T. fill' 30' 0 60' IL z A0,11c 9-1 City "f ForLr- Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 75102 EXHIBIT SHOWING A TEMPORARY caNsrRucTIaN EASEMENT OUT OF A 4.733 ACRE 'TRACT OF LAND SITUATED IN THE E g. pISHMAN SURVEY, ABSTRACT No. 407 CITY OF FART WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN rA Te COUNTY CLERK'S FILE Na. D2102644i B DEED RECORDS OF TARRANT COUNTY, TEXAS C.URTIS SITI-€ c JOB No. HALF1403.06 DRAWN @1C: JLC CAD FILE: 07 TCEWREY�I.4M+G REGISTERED PROFESSIONAL LPA'tl 5.'.:RYEY4R DATE' APRIL 19 2016 E](HIBfi B PAGE 3 OF 3 SCALE: 'i" 60' t10. 5484 i�.nS tlF4.14 hla. 1010699Q IIIIIII[aESRRaNf30NA &ASSOCIATES. INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76118 811-496-1434 FAX 917-496-1768 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 8 ROW CITY PROJECT No. 02239 2300 W. RISINGER ROAD, FORT WORTH, TEXAS E. B. DISHMAN SURVEY, ABSTRACT No. 407 EXHIBIT "A" Being a 0.951 acre tract of land situated in the E. B. Dishman Survey, Abstract No. 407, City of Fort Worth, Tarrant County, Texas, said 0.951 acre tract of land being a portion of a 45.594 acre tract of land (by deed) deeded to CJB Prime Property, LLC as recorded in County Clerk's File No. D210196934 of the Deed Records of Tarrant County, Texas, said 0.951 acre tract of Iand being more particularly described by metes and bounds as follows: BEGINNINNG at railroad spike found for the southeast corner of said 45.594 acre tract of land, said railroad spike being the most easterly northeast corner of a 201.486 tract of land (by deed.) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of said Deed Records of Tarrant County, Texas, said railroad spike also being in the west right-of-way line of Burlington Northern and Santa Fe Railroad (a 100.0' right-of-way); THENCE South 89 degrees 45 minutes 46 seconds West, with the south line of said 45.594 acre tract of land, a distance of 752.77 feet to a railroad spike found for the southwest corner of said 45.594 acre tract of land, said railroad spike being the southeast corner of West Risinger Road (a 60.0' right-of-way) as recorded in Cabinet A, Slide 8822 of the Plat Records of Tarrant County, Texas; THENCE North 00 degrees 05 minutes 03 seconds East, with the west line of said 45.594 acre tract of land and with the existing east right-of-way line of said West Risinger Road, a distance of 54.93 feet to a R.O.W. marker set for corner in the proposed north right- of-way line of West Risinger Road, said R.O.W. marker being the beginning of a non - tangent curve to the right having a radius of 5055.00 feet, a central angle of 00 degrees 18 minutes 14 seconds, and whose chord bears North 89 degrees 36 minutes 40 seconds East, a distance of 26.80 feet; THENCE with the proposed north right-of-way line of said West Risinger Road and with said non -tangent curve to the right, an arc length of 26.80 feet to a R.O.W. marker set for corner; THENCE North 89 degrees 45 minutes 46 seconds East, a distance of 727.26 feet to a R.O.W. marker set for corner in the east line of said 45.594 acre tract of land, said R.Q.W. marker being the intersection of the proposed north right-of-way line of said West Risinger Road with the west right-of-way line of said Burlington Northern and Santa Fe Railroad; Exhibit A Page i of 2 THENCE South 01 degrees 25 minutes 46 seconds West, with the east line of said 45.594 acre tract of land and with west right-of-way line of said Burlington Northem and Santa Fe Railroad, a distance of 55.02 feet to the POINT OF BEGINNING and containing 41,437 square feet or 0.951 acres of land, more or less. Notes: (1) A. plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5!$" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: March 5, 2015 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 I,1 W C� Ld _z J JEXHIBIT "B 97 ! I PARCEL No. 8 ROW I L I I 10.0' EASEMENT do I I I 45,594 ACRES (BY DEED) AGREEMENT FOR UNDERGROW41) , I I CJB PRIME PROPERTY, LLC I I I FACILITIES TO TEXAS UTILITIES ELECTRIC COMPANY C.C.F. NO. ��1 �1 �6934 I 4 '... —i VOLUME 9608, PAGE 687 D.R.T.C.T. I I I O.P,.T.C.T. ! I Z Q APPROXIMATE LOCATION Oc 1 II I 10,0' EASEMENT & RIGFrT--OF-WAY I I FOR UNDERGROUND AND OR ---II II I OVERHEAD ELECTRIC LINE TO I � TEXAS UTILITIES ELECTRIC COMPANY I I VOLUME BE51, PAGE 1687 I I D_R.T.C.T. II II `" � o I I PROPOSED I i W t I RIGHT —OF --'NAY t ! I Z u_ 0 i I € /—N $9''.i'46`E 727.2Ia"1 } ;x SET R.O.W. )— MARKER o - is I FOR ROAD P€JRPOSES GRANTED TO VEYOR CORPORATION OF AMERICA, INC VOLUME 7257, PACE 2312 S 8945'46 �M 75n 77' LINE TABLE LINE BEARING DISTANCE L-2 S 01"25 46 W 55.02' PARCEL No:-- 8 ROW SUBJECT TRACT & LOCATION OF ACQUISITION 50V40 � ��h Q7 � ABSTR z I `"°.P. 0. B. _ I FND. RAILROAD RIGHT —OF — I i SPIKE ACQUISITION AREA PARCEL No. 1 41.437 SO. FF.EASEMENT AND OR 0.951 ACRES T_____ RIGHT—OF—'NAY TO TXU ELECTRIC — — — — VARIACILE-- - VARIABLE -- DELIVERY COMPANY C.C.F. No. 207195231 WIDTH EASEMENT —--WI[STH Fi'SFt9EVT O.P.R_T.C.T. & RIGHT—OF—WAY & RIGHT—OF—WAY TO TXU ELECTRIC TO TXv ELECTRIC DELIVERY COMPANY 0EUVERY COMPANY C.C.F. No, D2072579T7 C.C.F. Na_ 02071952.32� O.P.R.T.C.T. O.P.R.T.C.T, EXISTING I RIGHT—OF—WAY REMAINDER OF 201.486 ACRES (BY DEED) MCCART--RISINGER. L.P. C,C.F. NO. D204331963 D.R.T C.T. APPROXIMATE LOCATION OF SURVEY LINE — NOTES: 1.. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, R.Q.W. MARKERS ALONG THE PROPOSED RIGHT—OF—WAY LINE ARE A 6/8' IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, ----NAD-83, THE NORTH CENTRAL. ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60' 30' 0 60' SCALE IN FEET ® � � I- f Fob Worth 1 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 7610$ EXHIBff SHOWING A RIGHT—OF—WAY ACQUISITION OUT OF A 45.594 ACRE TRACT OF LAND SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 CITY OF FORT WORTH, TARRANT COUNTY. TEXAS AS RECORDED IN COUNTY CLERKS FILE No. 0210196934 DEED RECORDS OF TARRRANT COUNTY, TEXAS CU:RTIS SMITH C- W 4941- ,ate S DATE: -MARCH 5. 2015 _- I_EXHIBIT_ B PAGE_ _ 1 OF 3 1- SCALE _1 _ =_fi4'- INO. 5494 TEXAS FIRE! No. 10106900 mi GORRONDONA & ASSOCIATES. INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76119 • 817-496-1424 FAX 817-496-1758 EXHIBIT "B as PARCEL No. 8 RCS' 45.594 ACRES (BY DEED) CJS PRIME PROPERTY, LLC C.C.F. NO. D210196934 D.R.T.C.T. PROPOSED � RIGHT -OF --WAY r N 13S'45'46wE 727.�6' LLI - - - - ui C� :R --t}F-WAY iT 4 � PROPOSED IGI D- WEST ACQUISITION AREA- �i�' ":;WESYISINCE� I�QA�,:PERMANEN WAft R MAIN EASFhJE LL1 RANTED '0iTSbATER""MOF SASE WOR .: 41,437 SQ. FT. ;:;:""GRANTEES TO THE CITY OF FORT `AIORTH = RANTED rO 111E I OF FORT WORTH"--"-"' 1; ............................................ :. :.:.::.r::::.:.::::::c: PAGE Lil VOLUME `6521, lid .Z WL411H1 16321. PAGE 152:..:.::..:...:............................ f3R f1•�1E,9 ABC RF'S ::; : .............................. .... .... .... 1 •.::• I�,a.r T . ................... - cxllrkll roc irao —'S STY45'46'°W 752.77 — T OF SUKM LINE -----------�—__- IZE_ — --__e=--_ _�-r==-----___---____�_-- < - --_.. -- -------------_ ---- --- - - - --- --_...-_.--------- - - - - - - - - -----_ ___---- __--- -- ------------------------------------------- VARIABLE WIDTH EASEMENT & RIGHT-OF-4WAYJ VARI.AI3LE WIDTH EASEMENT & RIGHT--OF-WAY- TO TXU ELECTRIC DELIVERY C:OVDANY TO TMU ELECTRIC DELIVERY COMPANY C-C.F, No- DZ07T95232 G.G.F. Mv. 0207257,117 O.°.R.T,C,T. O-P-R.T,C-T. No PARCEL a. 5 8ROW CQ475 REMAINDER OF �� 201.486 MCC RT-RISINGDEED) P) am ��GDa ��� NO• C.C.F. NO. D204331963 SUBJECT TRACT Sc D.R.T.C.T LOCATION OF ACQUISITIO Ig NOTES: 1. ALEGAL DESCRIPION OF EVEN DATE ACCOMPANIES THIS PLAT. , a ,ao 6030 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/0' IRON ROD VMH BLUE CAP STAMPED "GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. DISTANCES AND AREAS SHOWN ARE SURFACE: SCALE IN FEET NAD-$3, THE NORTH CENTRAL ZONE 4202. ALL C""'ity of Fort Worth 1000 THROCKMORTON STREET + FORT WORTH, TEXAS 76102 EXHIBIT SHOWING R RIGHT —OF --WAY ACQUISITION 45.594 ACRE TRACT OF LAND''kE+ IN f'`: �• 11ti SITUATED THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 f�wl- CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D210196934 DEED RECORDS OF TARRANT COUNTY, TEXAS �PROJECT: CURTIS SMITH RI;CCISMREO PROFESSIONAL LLD SURVEYOR NO- 64494 7E� IF!f M No. 1010690:0 RISINGER ROAD FROM CROWLEY ROAD TO MCCART A UE CITY PRO.i_ No. 02239AC UISITION AREA: 41437 SQUARE FEET 0 0.951 ACRES JOB No. HALF1403.00 DRAWN HY: CTA I CAD FILE: 08 ROW.DWG DATE: MARCH 9, 2015 EXHIQrT B PAGE 2 OF 3 1 SCALE: 19 = 60' GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-•496-142-4 FAY 917=466-1768 CURVE TABLE CURVE I RADIUS I DELTA ANGLE I CHORD BEARING CHORD LENGTH ARC LENGTH 9-1 5055.00' 0a 18'14" N 89.36'40"E 26.80' 1 26.80. LINE TA LE TINE 13EARINO DISTANCE L-1 N 00'05'43"E 54.$3' LOT 1X SHMANo 4p7 S� C10K 0 ,a. D%10881 E AB`'�RAG .MEADOW A, ��T CAE�NETp.�•T`C EXHIBIT 99B 99 PARCEL No. 8 RDW 1, �t�..�- 3D.(I �ASEIYIENT & RIGHT-OF-WAY i AGREEMENT TO TEXAS f�1 UIDSTREAM GAS SERVICES, LLC A C.C.F, No. 209248216 1 1 I 45.594 ACRES (BY DEED) CJS PRIME PROPERTY, LLC C.C.F. NO. D210196934 D.R.T.C.T. — -- — C-1 SET R.O.W. MARKER WEST RISINGER ROAD EXISTING (A 50.0' RIGHT-OF-WAY) RIGHT-OF-WAY CABINET A, SLIDE. 8822 P.R.T.G.T. FNO. RAILROAD _ SPIKE PERMANENT WATER !'RAIN EASEMENT APPROXIMATE LOCATIOON --- ' GRANTED TO THE CITY OF FORT WORTH OF SURVEY LINE VOL-UME 16521, PAGE 152 -- D.R.T.C.T.- - - - - - - .. I I I I ! PROPOSED E I RIGHT-OF-WAY EKE R w. ; N 59`45$46`°E AREA --1ACDg �C� --� �--------� uM.--W_I<__ A41,43mSO. Fr.f------- -----_- S�RA - OR 0.951 ACRES - A� - ------ ----•-•-------- VARIABLE WIDTH CASEMENT & RIG€1T-GF-WAYJ VARIABLE WIDTH EASEMENT do RIGHT OF -'NAY TO TXU ELECTRIC DFLIV1 RY COMPANY TO TXU ELECTRIC DI `IVERY COMPANY C.C.F. No, D207195232 C.C.F- No. D207257917 t1.P.R-T.C.T, O.P.R.T.C.T. PARCEL No. REMAINDER OF PARCEL AND iG 2 8 ROW 201.486 ACRES BY DEED EASEMENT AND RIGHTRY C WAY � � TO TXU ELECTRIC DELIVERY COMF`ANY MCCART-RISINGER; L.P. C.C.F- No, 207195231 C.C.F. NO, D204331963 SUBJECT TRACT & D.R.r.G.T. LOCATION OF ACQUISITION PROPOSED RISINGER ROAD FASEMENT AND R Off -OF- }. FOR ROAD PURPOSES GRANTER TO "I{{`";CONV YOR CORPORATION OF AMERICA, :}i:•' VOLUME 7257, PAGE 2312 N LLi Li 7 J 5 69`45'46ilt:: `752.77'7-- — 2 I Q NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 60' 30' 0 60' 2. R.O.W. MARKERS ALONG THE PROPOSED RIGKT OF WAY LINE ARE A 5/8" IRON ROD WITH - BLUE CAP STAMPED WRRONDONA7 SET UNLESS OTHERWISE NOTE. - - 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, --NAD-83. THE NORTH CENTRAL ZONE 9.202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET ® � City Foy Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 78102 EXHIBIT SHOWING A QP � RIGHT—OF—WAY ACQUISITION ,,.....,,, T 45.594 ACRE TRACT OF LAND��O�STQ SITUATED IN THE { E. B. DISHMAN SURVEY, ABSTRACT No. 407 CLLRTI.S SMITH I I CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN f COUNTY CLERK'S FILE No. D2101.96934 5494 s C DEED RECORDS OF TARRANT COUNTY. TEXAS .. �. .. �....,... . ... ..�� ...�..,.� .... ., .. Si CAD FILE. 08 ROW.DWG REGISTERED PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 8 TCE CITY PROJECT No. 02239 2300 W. RISINOER ROAD, FORT WORTH, TEXAS E. B. DISHMAN SURVEY, ABSTRACT No. 4,07 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: CJB PRIME PROPERTY, LLC GRANTOR'S MAILING ADDRESS: PO BOX 568887 DALLAS, DALLAS COUNTY, TX 75356-8887 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, ►, ".ARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the E. B. Dishman Survey, Abstract No. 407, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 45.594 acre tract of land (by deed) deeded to CJB Prime Property, LLC as recorded in County Clerk's File No. D210196934 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B": Temporary Construction Easement 03/09/2015 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of road construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09001 S PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 8 TCE CITY PROJECT No. 02239 2300 W. RISINGER ROAD, FORT WORTH, TEXAS E. B. DISHMAN SURVEY, ABSTRACT No. 407 EXHIBIT "A" Being a temporary construction easement situated in the E. B. Dishman Survey, Abstract No. 407, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 45.594 acre tract of land (by deed) deeded to CJB Prime Property, LLC as recorded in County Clerk's File No. D210196934 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at railroad spike found for the southeast corner of said 45.594 acre tract of land, said railroad spike being the most easterly northeast corner of a 201.486 tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of said Deed Records of Tarrant County, Texas, said railroad spike also being in the west right-of- way line of Burlington Northern and Santa Fe Railroad (a 100.0' right-of-way); THENCE North 01 degrees 25 minutes 46 seconds East, with the east line of said 45.594 acre tract of land and with west right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 55.02 feet to a R.O.W. marker set for the POINT OF BEGINNING of the herein described temporary construction easement, said R.Q.W. marker being the intersection of the west right-of- way line of said Burlington Northern and Santa Fe Railroad with the proposed north right-of-way line of West Risinger Road; THENCE South 89 degrees 45 minutes 46 seconds West, with the proposed north right-of-way line of said West Risinger Road, a distance of 727.26 feet to a R.Q.W. marker set for the beginning of a non -tangent curve to the left having a radius of 5055.00 feet, a central angle of 00 degrees 18 minutes 14 seconds, and whose chord bears South 89 degrees 36 minutes 40 seconds West, a distance of 26.80 feet; THENCE with the proposed north right-of-way line of said West Risinger Road and with said non -tangent curve to the left, an are length of 26.80 feet to a R.O.W. marker set for corner in the west line of said 45.594 acre tract of land, said R.Q.W. marker being in the existing east right-of-way line of West Risinger Road (a 60.0' right-of-way) as recorded in Cabinet A, Slide 8822 of the Plat Records of Tarrant County, Texas, from which a railroad spike found for the southwest corner of said 45.594 acre tract of land bears South 00 degrees 05 minutes 03 seconds West, a distance of 54.93 feet, said railroad spike being the southeast comer of said West Risinger Road; Exhibit A Page 1 of 3 THENCE North 00 degrees 05 minutes 03 seconds East, with the west line of said 45.594 acre tract of land and with the existing east right-of-way line of said West Risinger Road, a distance of 4.88 feet to a point for the northeast corner of said West Risinger Road, said point being the southeast corner of Lot 1X, Block 25 of Meadow Creek South, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 10881 of said Plat Records of Tarrant County, Texas; THENCE North 00 degrees 38 minutes 29 seconds West, with the west line of said 45.594 acre tract of land and with the east line of said Lot 1X, a distance of 25.19 feet to a point for corner; THENCE North 89 degrees 45 minutes 46 seconds East, a distance of 242.87 feet to a point for corner; THENCE South 00 degrees 14 minutes 14 seconds East, a distance of 15.00 feet to a point for corner; THENCE North 89 degrees 45 minutes 46 seconds East, a distance of 379.42 feet to a point for corner; THENCE North 00 degrees 14 minutes 14 seconds West, a distance of 15.00 feet to a point for coiner; THENCE North 89 degrees 45 minutes 46 seconds East, a distance of 132.79 feet to a point for corner the east line of said 45.594 acre tract of land, said point being in west right-of- way line of said Burlington Northern and Santa Fe Railroad; THENCE South 01 degrees 25 minutes 46 seconds West, with the east line of said 45.594 acre tract of land and with west right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 30.01 feet to the POINT OF BEG)NN[NG and containing 16,946 square feet or 0.389 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this legal description. (2) R.Q.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System., NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: March 5, 2015 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 OF U cups smrrw U F�� Exhibit A Page 3 of 3 N bi o i t I APPROXIMATE LOCATION OF 10.0' EASEMENT & R1Gt4i W-OF-WAY 4 4 FOR UNDERGROUND AND OR ---I 1 "°— 1 OVERHEAD ELECTRIC LINE TO I TEXAS UTILITIES ELECTRIC CONIPA.NY VOLUME 8431, PAGE 1687 D.R.T.C.T. I I I I I i 45594 ACRES (BY DEED) I I I CJB PRIME PROPERTY, LLC C.C.F. NO. D210196934 I I D.R.T.C.T. I I N 89*45'46"E 379.42' I I I N 89'45'46wE 132.79' y ........ ................ PROPOSED EXHIBIT "B ! � PAR CEL No. 8 TCE 10.0' EASEMENT & AGREEMCN- FOR UNDERGROUND FACILITIES TO TEXAS UTILITIES E'_ECTRiIC COMPANY J_VOLUME 960B, PAGE 687 D,R.T.C,T. n S 89'46'46-W 77-7,26' III - VOLUME PERPETUAL EASEMENT ANC RIGHT-OF-WRFOR ROAD PURPOSES GRANTED TOCONVEYOR CORPORATION OF AMERICA, IN7y57, PAGE 2312D.R-T.C_T. = I U •------PROPOSED RIGHT-OF-WAY _ CONSTRUCTION EASEMENT AREA 16,946 SQ. Fr. LINE TABLE LINE BEARING I DISTANCE L-1 N 01'25'46"E 55.02' L-6 N 00"14'i4"W _15,00 L-7 S 01-25 46"W 1 30.01' PARCEL No. 8 TCE SUBJECT TRACT & ® Z © if LOCATION OF EASEMENT ci u Z 0 � Y Zi Zi F- C�C) o E. gS�RAC� z < w F - APPROXIMATE LOCATION P. 0. C. OF SURVEY LINE FLJD RAILROAD SPIKE — PARCEL NO. i EASEMENAND RIGHT-OF-WAY TO TXU ELECTRIC - - - - VARIABLE VARIABLE 14 DE:.EVERY COMPANY C.C.F. No. P07195231 WIDTH EASEMENT WIDTH EASEMENT O.P.R.' C.T. & RIGHT -OF -WAY & RIGHT--OF-WAY TO TXU ELECTRIC TO TXU EL' CTR[C DELIVERY COMPANY C.C.F, No. D207257917 DELIVERY COMPANY C.C.F. No- 112071195232 207195232 O-P.R.T.C-T. EXISTING ! RIGHT-OF-WAY REMAINDER OF 201.486 ACRES (BY DEED) MCCART--RISINGER. L-P- C.C.F. NO. D204331963 D_R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED GORRONDONA` SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEYAS COORDINATE SYSTEW. NRD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. &vp A�S�R 60' 30' 0 60' SCALE IN FEET uy of Fort orth 1000 THROCKMORTON STREET • FORT WORTH. TEXAS 761.02 EXHI6TT SHOWING A TEMPORARY CONSTRUC71ON EASEMENT OUT OF A 45.594 ACRE TRACT OF LAND SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D210196934 DEED RECORDS OF TARRANT COUNTY. TEXAS t� - f✓7 ' w cll RT1S SMITH ISTERED PROFESSIONAL LAND SURVEYOR EXHIBIT IBIT 39B 99 PARCEL No. 8 TCE SURD 0 8. ,yS�AO NSA 41DI TWO CONSTRUCTION fo EASEMENT AREA N 83'45`46' 16,946 SO, FT. 242.87' OR 0.389 ACRE 45.594 ACRES (BY DEED) CJS PRIME PROPERTY, LLC C.C.F. NO. D210196934 D.R.T.C.T. . ........................... I Li . . .::::. S 89`45 Q I-. Ld z 89'45'46"IE 379.42' PROPOSED PERMANEte- NlArER MAIN EASEMENT WEST RISINCER ROAD :;RANTED TO -HE CITY OF FORT WORTH — U'-UM ER-T, PAGE 152 — G.R_T.C.?. APPROXIMATE LOCATION OF SURVEY LINE LINE TABLE LINE BEARING 1L-5 S oa'14'14-E 151DO- PROPOSED RIGHT-OF-WAY P[PmANENT NvATER MAIN EASEMENT GRANT 0 To THE C',W OF FORT WORTH VOLUME 15521, PAGE 152 PROPOSaO f RIGHT-OF-WAY --i----T--- -- -- - - - - - ---- T__ _----_.-_-- _---------L--- - - - - - VARIA8:-F WIDTH EASEMENT & RIGHT-OF-WAYJ V5RIAR' r WFIT: ASEMEN'r a HIGH sit --WAYS TO XU CLE(" R .' DELIVERY COMPANY i " J IFRIC DELIVERY COMPANY l:.C_F. No. 6207`95232 No. 02972579'7 O_P.R.T..C.T, O.P.R.T.C.T. I '5'3 LN0 PARCEL No. REMAINDER OF 8 TCE 606 NQ' 17 201,486 MC.CART RRISINGER, DEED)L.P. A�c,CR C.C.F. NO. D20433196SUBJECT TRACT & D.R.T.c.T. LOCATION OF EASEMENT Ig — LLI CL Li? J C.� I- 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 60' 30' 0 60, 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/r IRON ROD WrrH "- - BLUE CAP STAMPED 'GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALD: IN FEET City Of Fort Worth 1000 THROCKMOITON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 45.594 ACRE TRACT OF LAND SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 CITY OF FORT WOFMI, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D210196934 DEED RECORDS OF TARRANT COUNTY, TEXAS CAD FILE: 08 ' C=:.Dx= LA CURM SMITH CURTIS SMrH RFCC MRED PROFERS10"i LAND SURVEYOR MARCH EXHIBIT 15B PARCEL Na. 8 TCE CURVE TABLE CURVE RADIUS DELTA ANGLE CHORD BEARING TH CHORD LENGTH AR�2680' C-1 5055.00' 00'18'14" S 89'3640'4V 26.80' -- LINE TABLE LINE I BEARING I DISTANCE L-2 N oa O5'a3"E 54.93' L_3 N 00'0503"E 1 4.88 L-4 I N 00'38'29'•W 1 25.19 LOT 1 X SURvv_,�131,0a L ic501 �$ 1 E' p,sCRA CABXN VT P R 1 1 �1 1 1 t ti 30.0' EASEMENT & RIGHT-OF-WAY AGREELIENT TO TEXAS MIDSTREAM GAS SERVICES, LLC } C.C-F- No. 20924-8215 O-P,R.T.C,T- 45.594 ACRES (BY DEED) CJB PRIME PROPERTY, LLC C.C.F. NO. D210196934 D.R.T.C.T. N 89'45'460E 2,42 . ...................... L-3 C-1 I I S 89'45'46"Wf 727.26 VWEST RISINGER ROAD MARKER PROPOSED N -WEST RISINGER AND RIGHT-OF-WAY E4SFNIENT EXISTING (A 60.0' RIGHT-OF-WAY) ! AND IGHT-OF-WAY VIAY RIGHT-OF-WAY CABINET A, SLIDE BB22 J ROAD FOR ROAD PURPOSES GRANTED TO P.R.T.C.T. FND. ! CONVEYOR CORPORATION OF AMERICA, ING, RAILROAD 1 VOLUME 7257, PAGE 2312 — SPlKE PERMANE=NY WATER €,AA€N EASEMENT APPROXIMATE LOCATION ��- I I I GRANTED TO THE CITY OF FORT WORTH OF SURVEY LINE VOLUME 16521, PAGE 152 ----------- ------------------------,L====� =,__------- - SUR\Io� PROPOSED OF --WAY - ---- �I1L00 1�------- -- -- - _---_-.__.-------.,- ------------- -------_------------------------- --- -- _ --- ___ - -T VAR€ABLE WIDTH EASEMENT & RIGHT-OF-IAIAYJ VARIABLE WIDTH EASEMENT & RIGHT -OF -WAY - TO TX1J ELECTRIC DELIVERY COMPANY TO TXU ELECTRIC DELIVERY COMPANY G-C.F. No. D207195232 C.C.F. No. D207257917 ❑.P.R.T.C.T. O-P.R.T.C,T. PARCEL No. PARCEL NO. 2 8 TCE REMAINDER OF EASEMENT AND RIGHT-OF-WAY 201,486 ACRES (BY DEED) TO TXU ELECTRIC DELIVERY COMPANY MCCART-RISINGER. L.P. C.C.F No. 207195231 SUBJECT TRACT & C.C,F• D R.T.CO. OT 331963 O.P.R.T.C.T- LOCATION OF EASEMENT Y NOTES: 1. A LEGAL DESCRIPTION Of VAN DATE ACCOMPANIES THIS PLAT. 2, R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. W Z J 60' 30' 0 60' -- I SCAM IN FEET ►®Worth 1000 THROCKMORTON STREET • FORT WORTH. TEXAS 76102 EXHIBIT SHOWING A "TEMPORARY CONSTRUCTION EASEMENT OUT OF A 45.594 ACRE TRACT OF LAND SITUATED IN THE I- B. DISHMAN SURVEY, ABSTRACT No. 407 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERIC'S FILE No. D210196934 DEED RECORDS OF TARRANT COUNTY. TEXAS CAD FILE. 08 TCE.OWG SC'AIF! I* - RD' P � Clio; t S� 4 GURTIS SWIT 5494 " 0 •O SMITH :D PROFESSIONAL LAND JACK NEWELL PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 9 ROW CITY PROJECT No. 02239 2301 W. RISINGER ROAD, FORT WORTH, TEXAS JACOB WILCOX SURVEY, ABSTRACT No.1743 THOS O. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781 EXHIBIT "A" Being a 6.940 acre tract of land situated in the Jacob Wilcox Survey, Abstract No. 1743, Thos O. Moody Survey, Abstract No. 1070, and the J_ W. Haynes Survey, Abstract No. 781, City of Fort Worth, Tarrant County, Texas, said 6.940 acre tract of land being a portion of the remainder of a 201.486 tract of land (by deed) deeded to McCart-Risinger, L-P. as recorded in County Clerk's File No. D204331963 of the Deed Records of Tarrant County, Texas, said 6.940 acre tract of land being more particularly described by metes and bounds as follows: BEGINNINNG at railroad spike found for the most easterly northeast corner. of said 201.486 acre tract of land, said railroad spike being the southeast corner of a 45.594 acre tract of land (by deed) deeded to CJB Prime Property, LLC as recorded in County Clerk's File No. D210196934 of said Deed Records of Tarrant County, Texas, said railroad spike also being in the west right- of-way line of Burlington Northern and Santa Fe Railroad (a 100.0' night -of -way); THENCE South 01 degrees 25 minutes 16 seconds West, with an east line of said 201.486 acre tract of land and with the west right-of-way line of said Burlington Northern and Santa Fe Railroad right-of-way, a distance of 55.02 feet to a R.O.W. marker set for the intersection of the west right-of-way line of said Burlington Northern and Santa Fe Railroad right-of-way with the proposed south right-of-way line of West Risinger Road; THENCE South 89 degrees 45 minutes 46 seconds West, with the proposed south right-of-way line of said West Risinger Road, a distance of 724.07 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 4945.00 feet, a central angle of 00 degrees 37 minutes 17 seconds, and whose chord bears South 89 degrees 27 minutes 08 seconds West, a distance of 53.63 feet; THENCE with said curve to the left, an are length of 53.63 feet to a R.O.W. marker set for corner; THENCE South 89 degrees 08 minutes 30 seconds West, with the proposed south right-of-way line of said West Risinger Road, a distance of 1312.07 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 5055.00 feet, a central angle of 00 degrees 14 minutes 23 seconds, and whose chord bears South 89 degrees 15 minutes 41 seconds West, a distance of 21.15 feet; Exhibit A Page 1 of 6 THENCE with said curve to the right, an arc length of 21.15 feet to a R.O.W. marker set for corner; THENCE South 89 degrees 22 minutes 52 seconds West, with the proposed south right-of-way line of said West Risinger Road, a distance of 656.20 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for corner; THENCE South 44 degrees 22 minutes 52 seconds West, with the proposed south right-of-way line of said West Risinger Road, a distance of 14.14 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for the intersection of the proposed south right-of-way line of said West Risinger Road with the proposed east right-of-way line of Poynter Street; THENCE South 00 degrees 37 minutes 08 seconds East, with the proposed east right-of-way line of said Poynter Street, passing at a distance of 95.02 feet, a point for the northwest corner of Lot 3, Block 16 of Creekside Estates, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11603 of the Plat Records of Tarrant County, Texas, in all, a distance of 105.02 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for the northeast corner of Poynter Street (a 60.0' right-of-way) as recorded in Cabinet A, Slide 11603 of said Plat Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "Dunaway & Assoc" being in the west line of said Lot 3; THENCE South 89 degrees 22 minutes 52 seconds West, with the existing north right-of-way line of said Poynter Street, a distance of 60.00 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for the northwest corner of said Poynter Street, said 5/8 inch iron rod with cap stamped "Dunaway & Assoc" being the northeast corner of Lot 31, Block 4 of said Creekside Estates; THENCE North 00 degrees 37 minutes 08 seconds West, with the proposed west right-of-way line of said Poynter Street, a distance of 105.02 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for the intersection of said proposed west right- of-way line of Poynter Street with the proposed south right-of-way line of said West Risinger Road; THENCE North 45 degrees 37 minutes 08 seconds West, with the proposed south right-of-way line of said West Risinger Road, a distance of 14.14 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for comer; THENCE South 89 degrees 22 minutes 52 seconds West, with the proposed south right-of-way line of said West Risinger Road, a distance of 100.00 feet to a R.O.W. marker set for the southeast corner of West Risinger Road (a variable width right-of-way) as recorded in Cabinet A, Slide 11603 of said Plat Records of Tarrant County, Texas, said R.O.W. marker being the northeast corner of Lot 10, Block 4 of said Creekside Estates; Exhibit A Page 2 of 6 THENCE North 00 degrees 37 minutes 08 seconds West, with the existing east right-of-way line of said West Risinger Road, a distance of 55.00 feet to a 5/8 inch iron rod with cap "illegible" found for the northeast corner of said West Risinger Road; THENCE South 89 degrees 22 minutes 52 seconds West, with the existing north right-of-way line of said West Risinger Road, a distance of 90.28 feet to a point for the beginning of a non -tangent curve to the left having a radius of 5000.00 feet, a central angle of 06 degrees 48 minutes 17 seconds, and whose chord bears South 85 degrees 59 minutes 08 seconds West, a distance of 593.48 feet; THENCE with the existing north right-of-way line of said West Risinger Road and with said non -tangent curve to the left, an are length of 593.83 feet to a point for the beginning of a reverse curve to the right having a radius of 3432.10 feet, a central angle of 09 degrees 06 minutes 49 seconds, and whose chord bears South 87 degrees 08 minutes 00 seconds West, a distance of 545.34 feet; THENCE with the existing north right-of-way line of said West Risinger Road and with said reverse curve to the right, an are length of 545.92 feet to a point for an interior ell corner in the existing north right-of-way line of said West Risinger Road; THENCE North 01 degrees 41 minutes 33 seconds East, with the existing north right-of-way line of said West Risinger Road, a distance of 60.00 feet to a R.O.W. marker set for an exterior ell corner in the existing north right-of-way line of said West Risinger Road, said R.O.W. marker also being the beginning of a non -tangent curve to the left having a radius of 3372.10 feet, a central angle of 08 degrees 49 minutes 06 seconds, and whose chord bears North 87 degrees 16 minutes 52 seconds East, a distance of 518.48 feet; THENCE with the proposed north right-of-way line of said West Risinger Road and with said non -tangent curve to the left, an are length of 519.00 feet to a R.O.W. marker set for the beginning of a reverse curve to the right having a radius of 5055.00 feet, a central angle of 06 degrees 30 minutes 34 seconds, and whose chord bears North 86 degrees 07 minutes 35 seconds East, a distance of 573.99 feet; THENCE with the proposed north right-of-way line of said West Risinger Road and with said reverse curve to the right, an arc length of 574.30 feet to a R.O.W. marker set for corner; THENCE North 89 degrees 22 minutes 52 seconds East, with the proposed north right-of-way line of said West Risinger Road, a distance of 234.02 feet to a R.O.W. marker set for corner; THENCE North 44 degrees 22 minutes 52 seconds East, with the proposed north right-of-way line of said West Risinger Road, a distance of 14.14 feet to a R.O.W. marker set for the intersection of the proposed north right-of-way line of said West Risinger Road with the proposed west right-of-way line of Charleston Avenue; Exhibit A Page 3 of 6 THENCE North 00 degrees 37 minutes 08 seconds West, with said proposed west right-of-way line of Charleston Avenue, a distance of 158.08 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 280.00 feet, a central angle of 11 degrees 28 minutes 28 seconds, and whose chord bears North 05 degrees 07 minutes 06 seconds East, a distance of 55.98 feet; THENCE with said proposed west right-of-way line of Charleston Avenue and with said curve to the right, an arc length of 56.07 feet to a R.O.W. marker set for the beginning of a reverse curve to the left having a radius of 220.00 feet, a central angle of 11 degrees 30 minutes 28 seconds, and whose chord bears North 05 degrees 06 minutes 06 seconds East, a distance of 44.11 feet; THENCE with said proposed west right-of-way line of Charleston Avenue and with said reverse curve to the an left, are length of 44.19 feet to a R.O.W. marker set for the southeast corner of Lot 1, Block 3 of Meadow Creek South, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 8822 of said Plat Records of Tarrant County, Texas, said R.O.W. marker being the southwest corner of Charleston Avenue (a 60.0' right-of-way) as recorded in Cabinet A, Slide 8822 of said Plat Records of Tarrant County, Texas, said R.O.W. marker also being in the north line of said 201.486 acre tract of land; THENCE North 89 degrees 20 minutes 52 seconds East, with the north line of said 201.486 acre tract of land and with the existing south right-of-way line of said Charleston Avenue, a distance of 60.00 feet to a R.O.W. marker set for the southwest corner of Lot 59, Block 4 of said Meadow Creek South, said R.O.W. marker being the southeast corner of said Charleston Avenue, said R.Q.W. marker also being the beginning of a non - tangent curve to the right having a radius of 280.00 feet, a central angle of 11 degrees 30 minutes 28 seconds, and whose chord bears South 05 degrees 06 minutes 06 seconds West, a distance of 56.14 feet; THENCE with the proposed east right-of-way line of said Charleston Avenue and with said non - tangent curve to the right, an arc length of 56.24 feet to a R.O.W. marker set for the beginning of a reverse curve to the left having a radius of 220.00 feet, a central angle of 11 degrees 28 minutes 28 seconds, and whose chord bears South 05 degrees 07 minutes 06 seconds West, a distance of 43.98 feet; THENCE with the proposed east right-of-way line of said Charleston Avenue and with said reverse curve to the left, an arc length of 44.06 feet to a R.O.W. marker set for corner; THENCE South 00 degrees 37 minutes 08 seconds East, with the proposed east right-of-way line of said Charleston Avenue, a distance of 158.08 feet to a R.O.W. marker set for the intersection of the proposed east right-of-way line of said Charleston Avenue with the proposed north right-of-way line of said West Risinger Road; Exhibit A Page 4 of 6 THENCE South 45 degrees 37 minutes 08 seconds East, with the proposed north right-of-way line of said West Risinger Road, a distance of 14.14 feet to a R.O.W. marker set for corner; THENCE North 89 degrees 22 minutes 52 seconds East, with the proposed north right-of-way line of said West Risinger Road, a distance of 656.20 feet to a R.Q.W. marker set for the beginning of a curve to the left having a radius of 4945.00 feet, a central angle of 00 degrees 14 minutes 23 seconds, and whose chord bears North 89 degrees 15 minutes 41 seconds East, a distance of 20.69 feet; THENCE with the proposed north right-of-way line of said West Risinger Road and with said curve to the left, an arc length of 20.69 feet to a R.O.W. marker set for corner; THENCE North 89 degrees 08 minutes 30 seconds East, with the proposed north right-of-way line of said West Risinger Road, a distance of 60.84 feet to a R.O.W. marker set for coiner in the north line of said 201.486 acre tract of land, said R.O.W. marker being in the existing west right-of-way line of West Risinger Road (a 60.0' right-of-way) as recorded. in Cabinet A, Slide 8822 of said Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "Carter & Burgess" found for the northwest corner of said West Risinger Road as recorded in Cabinet A, Slide 8822 bears North 00 degrees 49 minutes 14 seconds West, a distance of 5.00 feet, said 5/8 inch iron rod with cap stamped "Carter & Burgess" being the southwest corner of Lot 18, Block 4 of Meadow Creek South, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 8822 of said Plat Records of Tarrant County, Texas; THENCE South 00 degrees 49 minutes 14 seconds East, with the north line of said 201.486 acre tract of Iand and with the existing west right-of-way line of said West Risinger Road as recorded in Cabinet A, Slide 8822, a distance of 55.00 feet to a 5/8 inch iron rod with cap "illegible" found for an interior ell corner in the north line of said 201.486 acre tract of land, said 5/8 inch iron rod with cap "illegible" being the southwest corner of said West Risinger Road as recorded in Cabinet A, Slide 8822, from which a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for reference bears North 03 degrees 16 minutes 06 seconds West, a distance of 4.92 feet; THENCE North 89 degrees 22 minutes 19 seconds East, with the north line of said 201.486 acre tract of land, a distance of 2031.13 feet to the POINT OF BEGINNING and containing 302,312 square feet or 6.940 acres of land, more or less. Exhibit A Page 5 of 6 Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted- (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: March 5, 2015 ' f • • q4 � CUR -PS SMITH Curtis Smith r Registered Professional Land SurveyorAt 9�, No. 54944�,� Texas Firm No. 10106900 Exhibit A Page 6 of 6` N Li ch LIJ �.._1 EXHIBIT 59B 99 PARCEL No. 9 ROW LINE TABLE _ LINE I BEARING I DISTANCE L.-1 Is 01-25'16'14 55.02' 407 AS RACE +<yo 45.594 ACRES (BY DEED) r OJB PRIME PROPERTY, L•LC /f G.C.F. NO. D210196934 D.R•T.C.T. PcRMANENI' WAFER MAIN FA5EMEtiT GRANTED TO THE CITY OF FORT ixoRTH VOLUME 16521, DACE 152 D.R.7.C.T. y •; ;;;•;;APPROX1k1ATE LOCATK OF SURVEY LINE I I , I , 1 I ! PARCEL Na. 1 i IP 9 ROW I SUBJECT TRACT & LOCATION OF ACQUISITION + ! I I 4 ! I I I + APPROXIMA`rE ..' :N Or 1 I 10_Q' EASEMENT FnR .IIOEGR+OL.@14;AND.f FdI.RII xD LLCGMC= LINE O I I I hn5 UT1UTE5 F4t:CTI�1C i_ •paNr 1 I Vi<LUh1E 8451, FACE f I I 1 4 � � I PERPETUAL EASEMENT AND RIGHT--OF-WAY I N BW22'19"E ------------------------ VARIARLE WIDTH EASEMENT & RIGHT-OF-WAY 10 TXU ELECTRC DELIVERY COMPANY C.C.F Nu. o2072.57917 O.�'.R.T.C.T. FOR ROAD PURPOSES GRANTED 10 CONVEYOR GORPORATICN OF AMERICA, TNC. VIDLUME 7257• PAGE 2312 RIGHT—OF-WAY 4CQUISMON AREA'.__Y 302,312 SQ. OR 6.944 ACRES ag" REMAINDER OF 201.486 ACRES (NY DEED) MCCART—RISINGER, L,P, C.C.F. NO. 0204331963 D.R.T.C.T. PROPOSED RISINGER ROAD',":' _ _ ____-___ -_I VARIABLE WIDTH EASEMENT & RIGHT-OF-wlyj I TO TXU FLEGTR€C DELIVERY COMPANY C-G,F, No. D207195232 O.P.R.T.C.T, "IS11NG RIGHT-OF-WAY NOTES: - 1. A LEGAL DESCRIFfION OF MN DATK ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8- IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE P ill7'4 I ll 10.0' EASEMENT & AGREEMENT Fi^} IIDE4' I NI, tiSaL Tlry TC ;:TliTIE` =L_CTRfC-r,IAPANY —VDLa16,E 9608. F .': F; 687 3 R � .T. W � � 0cr- o I Z LL 0 z t _Z .d. � VJ l . O.B. FND. RAILROAD --- PARCEL NO. I EASEMENT AND RIGHT-OF-WAY SFT FO TXU ELECTRIC R.O.W. DELIVERY COMPANY MARKER C.C.F. No. 707195231 O.P.R.T.C.T_ 60' 30' Q 60, SCALE I id F EET Cites of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT—OF—WAY ACQUISITION OUT OF A REMAINDER OF A 201A86 ACRE TRACT OF LAND SlITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 THOS 0. MOODY SURVEY, ABSTRACT No. 1070 J, W. HAYNES SURVEY, ABSTRACT No. 791 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY, TEXAS F :� CURTIS SMIThV 2 5+94 DATE: RTIS SMITH IRTERrD PROFESSIONAL LAND SURVE''rtlr y LL1 Q I In I _J LLJ 1 1 ,1 1 1 1 I I EXHIBIT 9SB 99 PARCEL No. 9 ROW 50�N v_Y �. 0• D�SMa A 14o q0� �gS1R CURVE TABLE CURVE RADIUS I DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH C-1 4545.00' 00'37'17' S 027-08'WN 53.63' 53.63' I F -- 30.0' ERSENSIwNT & RIGHT-OF-WAY I AGRCEMENT TO TEXAS MIDSTREAM GAS SERVICES, LL,' C.C.F. N0. 209248216 45.594 ACRES (BY DEED) O.P.R-T.C.T• CJB PRIME PROPERTY, LLC C.C.F. NO. 0210196934 I D.R.T.C.T. I } I I PERPEHJAL EASEMENT AND RIGHT-OF-WAY PERMANENT WATER MAIN EASEMENT FOR ROAD PURPOSES GRANTED TO CONVEYOR CORPORATION OF AMERICA, INC.. I VOLUME 7257, PAGE 2312 GRANTED TO THE CITY OF FORT WORTH VOLUME 16521, PACE t52 D.R.T.C.T D.R.T.C.T. N 89"22'1WE 2031.13' _ r LIN -........-.— ..... .-....- ...............................................APPROXIMATE LOCATION.'.........:.:.: :::::.:::r::r.:::::::::::.:::::::.:::::::: ::::::.::::::.:::::::::::.::::::............ RVfY LINE U p�{Q05IL� L.................................... . 4F SU I— W�S7 RISINGER ROAD ..I AREA I-- 302 312 S FT. Q- =•PROPOSED.µ• S .� OR 6.940 �REB �'=R[GHT—OF--WAY' '.::;_:}:{::•....-.... .....•sirR.b:1N:- � .........................................�.. ... ___.�__-_--,- � - S 89'46'46"W 724.07' VARIABLE WIDTH IA---- &RIGHT—OF-41--- ----- —.. .------------ ------.___—_..._-------} ---- ENT AY TO TXU ELECTRIC DELIVERY COMPANY PARCEL NO. 2 VARIABLE WIDTH EASEMENT & RIGHT—OF—WAYJ C.C.F. No. D207257917 -EASEMENT AND RIGHT —OF —'PLAY TO TXU ELECTRIC DELIVERY COI PANY TO TXU ELECTRIC DELIVERY COMPANY G.C.F. No. 3207i95232 C.C.F. :NO. 207195231 O.P.R.T.C.T. SV"4 V( O.P. R.T. C.T. REMAINDER OF AR COg W� y40. �� �3 201.486 ACMES (BY DEED) P 9CEL JA BSpC MCCART—RISINGER, L.P. A C.C.F. NO. D204331963 SUBJECT TRACT & D.R.T.C.T. LOCATION OF ACQUISITION NOTES- T. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT—OF—WAY LINE ARE A 5f8" IRON ROD WITH BLUE CAP STAMPED 'GORRONDONA' SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTE", NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60' 30' 0 60' SCALE N FEET Cityz Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT—OF—WAY ACQUISITION OUT OF A REMAINDER OF A IN4 OF LAND rtl201.496 SACRE ITUATED THE JACOB WILCOX SURVEY, ABSTRACT No. 1743• THOS 0. MOODY SURVEY, ABSTRACT No. 1070 CURTIS SMf J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH TARRANT COUNTY, TEXAS IT 3'" AS RECORDED IN 0 COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY, TEXAS F ACQUISITION AREA: 302,312 SQUARE FEET OR 5.940 ACRES GURTIS SMITH _ JOB No. HALF1403.00 DRAWN Bl C'TA............... CAD FILE 09 ROW.DIYG REGISTERED PROFESSIONAL LAND SURVEYOR DATE MARCH 5, 2015 1 EXHIBIT B PAGE 2 OF 12 SCALE: 1" = 60' NO. 54W4 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES. INC, • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 70118 • 917-496-1424 FAX 817-496-1768 OR Ld IL LLI PROSPECT HILL RIVE IA 60.0 RIGHT-OF-WAY) CABINET A, SC 8822 P.R.T.C.T. 4 uC 13LOCIC SOUTH dy�� C01 I�3' 88; 1�0CA8 I p.R ® LOT 2 LOT 1 I Z 2d� 6 PARCE'_ 40. 3 EXISTING EASEMENT AND RIGHT OF -WAY RIGHT-OF-WAY EXHIBIT 99B 99 PARCEL No. 9 ROW CURVE TABLE Ci}RVE RRDIUSI DELTA ANGLE CHORD BEARING I CHORD LENGTH ARC LENGTH C-1 4945.00' 00'37'17" S 89-27.08"W 53.63' 53.83' V0 5\A�`AN ��ol I AgS�RNcl N°' LOT 1 x $L G ]5 fc 0881 MEAD0 yl A= 5 fD GA�TN p.R•T WEST RiSINGER ROAD TO TXU ELECTRIC PERMANENT WATER MAIN EASEMENT (A BONE' RIGHT-OF-WAY) $WAY} DELIVERY COMPANY GRANTED TO THE CITY OF FOR' WOR1.a CABINET , SLIDE 822 G.C.F. No. 207195231 VOLUME 16521, PAGE 152 PR.T.C.T. O.P.R.T.C.T, D.R.T.C.T. N 89'22' 19'°E CL L! J ^'"—::APP)20X1YAATE LBCATS!#1? 7 . € ? O SURV LlriE EY .......... ........... .......... ::li. GHT 5, :.:1:' �3'�i'r _==:r:-i::::;;v�w}:�3fs��v�w,,,��i4 4r.'r.'-•r-.-.-,:�=� :_'--« ....:.:?..%..`�:•r:Lcr:•.. ,.....-�A��UISITI�!� AREA::;;--:}r . . . .--. �:"•ur'"::•�:.:':•:.�„ac....:.4;:r;•;::,r`"P1�QPFl3fD mPROPOSED 302.312 SQ.- 0 f. .f:::!r:.:: w,'.,;;.:v= �' '.l WEST RISINGER ROAD OR S,B4+� I�CREs . ::. ,::::•:•' ;;::; ":;: ..NE F!-Or1w. .........--.'.--'........................-.�. �. �.' _ ----------------------- 'ABLE WIDT" FASEMENT & RIGHT -OP -WAY TO TXU L• LECTR'C DELIVERY C0.69PANY C.C.F. No. D207257917 O.P.R.T.C.L S0?"4 0 3gGpO R��� • �74 �8c3 -------_.~-'�---- VARIABLE WIDTH CASEMENT &RIGHT--OT"-'NAY-�--- - -0 TXU ELECTRIC DELIVERY COMPANY C.C.F. No, D207195232 REMAINDER OF o-P.R.T-C.T. 201.486 ACRES (BY DEED) MCCART-RISINGER, L.P. PARCEL No- C.C.F. NO. D204331963 9 RONI Q.R.T.C.T. SUBJECT TRACT & LOCATION OF AuChASITION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THLS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED 'GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD•-83, THE NORTH CENTRAL, ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60' 30' 0 60 SCALE IN FEET 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOVANG A RIGHT-OF-WAY ACQUISITION OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 THOS 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, A851-RAOT No. 781 CITY OF FORT WORTH, TARRA14T COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY. TEXAS OF Tcc? i' 1 % cliRTIS SMITH N s No. FORT WORTH'. TX. 7611 B Q U RTIS S#uI ITM. REGISTERED PKFESSIONAL LAND W, LL1 CD n LEI z J U Q 7 LOT 10 I LOT 9 — j — EXHIBIT 1,B 99 PARCEL No. 9 ROTE' PROSPECT MILL DRIVE (A 60.0' RIGHT-OF-WAY) CABINET A, SLIDE 8822 P.R.T.C.T. rOCR �UT� s 1 6 a 9822 geo B SAID CABTN6 p.�,.T C'� I LOT 8 I LOT 7 LOT 6 LOT 5 SUVN V� ANo �p7 A05�R WEST FtISINGI=R ROAD (CAB NET A, SLIDE ) 8822 P.R.T.G.T. ....T N 89'22'19*E 2031.13' _ Pr7C)POSED LOT 4 LOT 3 RIGHT-OF-WAY OF SURVEY LINE _ WEST RISINGER ......................... _ _ _ RIGFf�OF—W Y R A _ Su x - a �'Ac ACQUISITION EA �,�:T�,_: �:� :� ��.��_�w:�:ti;��: �ANTNTIWATER WMAIN �EASEMENT -: i::. ::.. 2 1 S " PRO �f)51d :w�LG S�Rp,G� cG O HE CITY OF FORT WORTH...... � ,3 2 Q FT. ..!........ VOLUME 16521, PAGE tsa : OFi fi.940 ACRES RIGHT-OF-WAY' A8 S 89'08'30V 1312.07 ______------------------------- VARIABLE WIDTH EASEMENT & RIGHT-OF-WAY-1 � SEMEf}I. RIGHT-OF-WAY] m�,,� TO TXU FLECTF.IC DELIVERY COMPANY T C.C-E_ No. D207257�37 TO TXU ELECTRIC DELIVERY COMPAN" �Oz 0,P_R.T_C.T. C.C.F. No D207495232 z�i s� O.P.R.T.C.T. xo o REMAINDER OF 0. N►o ()Vi 10-10 201.486 ACRES (BY DEED) PARaN oMCCART-RISINGER, L.P. . a S W iw�SS�RA� C.C.F.NO. D 04331963 AB SUBJECT TRACT & D.R.T.C.T. LOCATION OF ACQUISITION NOTES: - - - 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, MAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 1w, Ld 0 bi iz U Q 60' 30' 0 60' SCALE IN FEET City' off' Fort Werth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT-OF—WAY ACQUISITION OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 THOS 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNE,S SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D2043319E3 DEED RECORDS OF TARRANT COUNTY. TEXAS 549'4 JOB No. 'CALE:1' =_60' IN( FORT WORTH, TX. 76118 » 8 SMITH PROFESSIONAL LAND SURVEYOR LLJ r w F-� LOT 19 LOT 18 LOT 17 EXHIBIT 99B 99 PARCEL No. 9 ROW PROSPECT HILL DRIVE (A 60.0' RIGHT--OF-WAY) CABINET A, SLIDE 8822 P.R.T.C.T. B K jTf INS g C- PARCEL No. 9 ROW SUBJECT TRACT & LOCATION OF ACQUISITION I LOT 16 I LOT 15 LOT 14 LOT 13 LOT 12 LOT 11 rrai NEST RISINGER ROAD (CABINU A. SLIDE 0822 itiGHF�4F-w„x P.R.T.C.T. ................... P SW22'39'E 2031.130 _ w :::::APPROXIMATE LOCATION :::.:;::,: PROPOS* E� OF SURVEY LINE ....... RIGHT -OF' -`-WAY �:. v"'�', . qulsmoN AREA .:.. ::..:............... ... R :. 3D2.312 51. FT, .:.:....::.:........:......................... rrlF To*IH� - :,F-�:, rxr�ur :D .............. . .......... ................. _T OR 6.940 ACRES vr1+ U _ IAGE .. , ------ - - - .........::: . S a9'OS'3i +N 1312.07' ______ T T VARIABLE WIDTH EAS�VENT do RIGHT -GF-'4Af--I TO TXU EL�CTf1LC 01t4 fEft CL}WANY ---- VARiA13I-E tNEl3TN CASEMENT & tRiX%hIT ,_.� -WAY" iC TXU LLECTRIC [-?E.LFVFRY 0.P0.7C.T, REMAINDER OF C.C.r. "-Q. 1i7g71952 7 201.486 ACRES (BY DEED) MCCART-RISINGER, L.P. C.C.F. NO. D204331963 D.R.T.C.T. suRv�� NOTES: -- 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WifH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-03, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE L, 60, 30, 0 607 SCALE IN FEFi AP ty Fort r 1.000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION OUT OF A REMAINDER OF A+� 201.486 ACRE TRACT OF LAND- SITUATEDI JAC013 WILCOX ABSTRACT No. 1743 THOS 0. MOODY SURVEY, ABSTRACT No. 1070 CiJ#TIS SDI �I� J. W. HAYNES SURVEY, ABSTRACT No.. 781 x CITY OF FORT WORTH, TARRANT COUNTY,. TEXAS r : 5494 AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: RISINGER ROAD F QM CROWLEY ROAD TO MCCART AVENUE I CITY PROD. No. 02259 ACQUISITION AREA: 302,312 SQUARE FEET OR 6.940 ACRES_ -_w .CURTIS SMITH JOB No. HALF1403.00 DRAWN 6Y: CTA CAD FILE: 09 ROW.DWG RECISfEREO PROFESSIONAL LAND SURVMR DATE:. MARCH S. 2015 - EXHIBIT S PAGE _5_OF_1_2 1 SCALE: 1" = SG' NO. 5494 TEXAS FIRM No. 101015900 GORRONDONA & ASSOCIATES. INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 751TB • 517-498-1424 FAX 817-496•-1708 CR so oiOT A' MIDSTREAM GAS SFRVICFS, tl.C. C.C.F. NO. D204331963 S GT C.C.F-. No. D20923683"o PROPOSED FND. 5/8"CIR d.P.R.T,C.T. D•R•T•C•T• RIGHT-OF-WAY "CARTER do LOT 18 N 89"22'52.NE 6556,20' -_ _ �,'- I I L-14 BURGESS" wow L-15 SET R.O.W.:::?:-:i:YSET Ft.0.4V. SEi RA.W.. •::MARKER MARKER A .................................................................................................................................. MARKER:-:;::•:•; .................................�_.......................... .....-................... . � ASH Rii F F- WAY ----- co D vt; ..................................................... w_._...��.` .. -�m uR ; :AC UISMON ARE4 -:;:- :;-: PROPOSED I A Q - S :J B O 30 3 A 4 2 12 S �.:: RISINGER RO ............................................................................. ':':�.":°:`WEST R S ■ o• 6 R .940 AC __ N 89' 1'�"E - - - 22 w•5w+ wT Ln PCRMr1NEN NAB ERMAIN EASEMEN LL' _ :::�:?• r 2031.13 _ _ :•};::. GRANTED TO iHC CITY OF FORT WORTIi:......... FNO.' S 8"ClR: "ILLEGIBLE":.... Ji::r =... LIJ ACCESS EASEMENT :':' ::::; ::.:'::: VOLUME 16521, pkGF t52 :: ::::: / " .C_F- No. D206402923:;.:=:r::::^}s::. ::::: FROM WHICH A 11i0. 5/8 DIR;::•;c::C{::{::::E ::ii:: u D.R.T.C.T. ::::: [}-P.R.T.C,T. "DUNAWAY do ASSOC" SEARS' 0 - -- --- - - Q Q.,. N 03'11 fi'a6'1N 4.32� --- -- ' r: :PROPOSED W: :RIGHT-OF- WAY:::_:•'::i�:..:=;::'::.::.:`r }ti: ........... ---- �.. Lc1 ":SET�•R:O tid: _ _ _ _ _ _ MARKER — S—8W22''52*W` 656,20" _"1 W — _ _'S$EmR O W C-2 — — S W 0 30'W 1312.07_ —J C) VARIABLE WIDTH EASEMENT & RIGHT--OF-WAY- = TO TXU ELECTRIC DELIVERY COMPANY U Qp`i p Y i C.C.F- fl P.R.T.0 T195232 Ma 10� iµ AgSo1 N0. k' REMAINDER OF t 201.486 ACRES (BY DEED) � I CURVE TABLE CURVE I RADIUS I DELTA ANGLE I CHORD BEARING I CHORD LENGTH I ARC LENGTH 9-2 5055.00' 00'14'23" S 89'15'41"W 21.15' 1 21.15' C-11 4945A0' 00-14'23" 1 N 69-15.41"E 1 20.69' 1 20.69- EXHIBIT 99B 99 PARCEL No. 9 ROW REMAINDER OF 201.486 ACRES (BY DEED) 30.0' EASEMENT TO TEXAS MCCART•-•iR1SINGER, L.P. LINE TABLm LINE BEARING L-14 N 89.08'30"EL 15 N 00.49-14-W-16 S 00.49'14"E MCCART-RISINGi=i2, L.P. i C.C.F. NO. D.204331963 D.R.T.C.T. i i i f i - SWIFT CREEK DRIVE I PARCEL No. (A 50.0' RIGHT-OF-WAY) 1 9 ROW CABINET A, SLIDE 11603 I P.R.T.c.r. € SUBJECT TRACT & LOCATION OF ACQUISITION NOTE& 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 60' 30' D 60' 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND ARM SHOWN ARE SURFACE. SCALE IN FEET %..,ity of sc7qcowt Worth &V 1.000 THROCKMORTON MEET • FORT WORTH, TEXAS 75102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION OUT OF A REMAINDER OF A l_ - J � ""`�-"., < 201.486 ACRE TRACT OF LAND ��`� G1ST''' SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT Na_ 1743` THOS 0, MOODY SURVEY, ABSTRACT No. 1070 _ CUI` T#S SMI' J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS �' �494 AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 �,:• DEED RECORDS OF TARRANT COUNTY, TEXAS .I FILE- 09 ROW.DWG IRE iliii RED PROFESSIONAL LAND 1" m _ un- SAGA TPVAC crvu tit.. & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76118 " 8 m .0 00 n LL Z 4'r m MATCH LINE PAGE 12EXHIBIT "B" PARCEL No. 9 ROW REMAINDER OF 30.0' EASEMENT ro n 201.486 ACRES (BY DEED) TEXA$ WI)5rREVA ad ; MCCART-RISINGFR, L.P. c cp SERVICES. fo p � C.C.F. NO. D204331963 cl n.R T.aI.T, t3 R -0,I D.R.T.C.T. LINE TABLE LINE RSARiNG DISTANCE L-2 S 4+2,Z.52"W 14.14' L -, 5 00 37`08"E 105.A2 L-1 S 65'22'52 60,00' 7-12 S DO'37'0B E 138.08- L-13 S 45'3.7'08" E 14. 1 d' :,SETR.O.W. ................... :iM K............................................................ HT -OF -WAY _..,._-...........-. ISMON AREA........:................. PROPOSED ;::................................................ A3C0Q2U, ... AAY:': FT..:-'.''.-'.'- ........ 312 SQ. .........................RIGHT-O - --� -- OIL.940 ACRES -- -:W _ : ... Tr.yd. • ry _ - - -- R .-i_ TPERMANFTrNlATFH. X� MA1N^mF.�aEiu1EN • 24.0' VARIABLE WIDTH �. . ACCESS EASEMENT ': ORANTEO TO TFIC CITY OF F(Ji'f wOR7�i::::; :•:•:::::v: ACCESS FASEPr N7 VOLUMIE 165.21, PAGE 152 a! F :.C.C. o. D20640292.3 ................... N ................ R rP. , ....,.,, „.,{..,,, r,'F_' .-....-. .. ...,. .... ..... .. ..... .... .... .. ...... .--- ... ... ... ... . .... . ... ..... .. ... w--- ... ... ., .. F €` ----- ------ S-87 2'62'W -4 .20' ________ __ _ ' VARb4$1 z WIL, CH EASEMENT & RIla T - of - WAY4 DU 5/8NAWAY ASSOC" To VARIABLE WIDTH EASEMENT & RICFFf-X]F-WAY ' 'kU E1 ECTRIC 1E11ti+FRI Cr+?!�'4'•'r DU & TO Tx!, ELCCF F LiELIVzKY Go]bAPANY € C.C.F. No. d2077573i !� -r' T O� O• � 'vC.r 'k��. D247i9i232 PROPOSED -CH URV� ,' : _ - t— VAP�OF l WWIOTH EASEMENT M�O�� � iya - 1 fl� 0 REMAINDER OF it ELT $fl -Or-WDELIVEY T +� �r AgS201.486 ACRES (BY DEED) J CC-F. No. D20725./'I € 7 MCCART-RISINGER. LP. C.C.F. NO. D204331963 I 1VATER LINE EASEME4: TO ThE PARCEL Na. D.RT.C.T. CITY OF FORT 'NORTH 9 ROW C.C.F. NO. D206559408 I O.P.R.T.C.T. SUBJECT TRACT & - LOCATION OF ACQUISITION =��----- — — F14D. 5/8"CIR _Cl — 'DUNAWAY LOT 3. F & ASSOC" �Y,{? jEs` 1� 116 `3 u gyp► CREEK VY�� L G�ri DRIVE 'CABINETTIUTY A. SLFDE 1 ENT 503 I g �'i tv s'4, �s � RIGHT-OF-WAY) CABIN T SUDE l 6D3 € P,R<T.c�r• CATN j2. LOT 29 I P , C T EXISTING — RfGHT-flF-WAY LOT 4 — - NOT ;: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCUMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT--OF-WAY LINE ARE A 5/8- IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. S. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202_ ALL DISTANCES AND AREAS SHOWN ARE SURFACE- 60' 30' 0 60'J L SCALE IN FEET C'i�y of Fart Worth 1000 THROCKMORTON STREET " FORT WORTH, TEXAS 78102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE JACOIB WILCOX SURVEY, ABSTRACT No. 1743 THOS 0. MOODY SURVEY, ABSTRACT No. 1.07E J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D20433196.3 DEED RECORDS OF TARRANT COUNTY. TEXAS e-7'; CURTls SMIT}� .3 �L) J 0 oa ow,Dvty C�IRTIS SM -H RFGi9lU?HD PROFESSIONAL LAND CJRVETOR NCY_ SA41. 1'17YAq 919M h€r. iniristwfi m GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL 6OULEVARD WUTH F(M?T WORTH, TX, 76118 • B17-496-1424 FAX 817-4965 17AB ■I Ai W 0 zt uj Z -r Q EXHIBIT 19B 59 PARCEL No. 9 ROW MATCH LINE PAGE 12 CURVE TABLE CURVE I RADIUS I DELTA ANGLE CHORD BEARING CHORD LENGTH ARC GTHS 85'59'0859'C--6 �43 5055.00D6'30'34' N BB'07'35E 573.99' 57' so?"40 7SA 5 MARKER 30-0' EASEMENT TO TEXAS MIDSTREAM GAS SERVICES, L.L.C. C.C.F. No. D209236836 O.P.R.T.C,T, ....... 302,312 SQ. �............... rnvwvG,r WEST RISINGER ROAD`.'':::::' ...................... .4.......... CRE _ _ S .W. F Nk?. 5 f _ ___ ; Ef R:D. j _ L K LEGI E MA�..R. 4.,�.. S $9`22'52" W 90. REMAINDER OF 201.486 ACRES (BY DEED) MC.CART—RISINGER, L.P. I C.C.F. NO. D204331963 D.R.T.C.T. SET R.O.W. Z 1 O I �OWZ R.O.W. ' -- p ......... f................................................... PE MANEN WATER MAIN EA$EMIEN'r +: GRANTEO TO THE C€T`t' OF (FORT WORTH: VOLUME FC52.1, PAGE 152 DRTCT WEST RISfGNER ROAD --------------------- 1.VAR€AQLE WIDTH EASEMENT 3c RIGHT —OF'— (A VARIABLE WIDTH RIGHT—OF—WAY) VARIABLE WIDTH EASEMENT & R€GHT--OF--WAY- TO T7CU ELECTR€C DELIVERY COMPANY EXISTING CA$1NEi A, SLIDE 11643 TQ TXU ELECTRIC DELIVERY COMPANY C.C.f, No. D.C.T. 917 RIGHT—OF—WAY Q.R.T.0 T. G.C.F. No. D207195232 SET R.Q.W. Q_P.R T C.T. _W — 4 {}.P,R.T,C.T. MARKER ... .. ..................... -_- -}--------------- ==� - _ _ _--- -� S$9'22'Si`�tdWw1[i�_OO`-- _• PERMANENT SCREENING WALL FND. 5/8"CIR 10.0' UTILITY EASEMENT LANDSCAPE EASEMENT GRANTED "DUNAWAY CABINET A, SLIDE 11603 uj TO FORT WORTH PARKVIEW & ASSOC" LOT 9 P_R-Tx'T' `ram' ¢ o HOME OWNERS ASSOCIATION IC 3- :2 C.C.F. No. D2Q73 6,1.030 REMAINDER OF BLOGx STA 1f 603 ®o z .� ` D.R. T.C,T. ' 201.486 ACRES (8Y DEED) 1 7k in i LOT 10 i MODW-RISINGER, LP. A, S z XT tZ C5 C.C.F. N0. n')ft "1963 Lu rx U) � az PROPOSE[)------------ ROP05ED s _ RIGHT —OF —WRY FND. 5/8"CIR � � ~� "DUNAWAY (� & ASSOC" PARCEL No. LOT 11 TDg�� 10 1 603RIGHT-0 EXISTING I 9 ROW �j,v+�'�sj,� I CABIN Tp R.T•C.T. LOT 31 i gr SUBJECT TRACT & 10,0' UTILITY EASEMENT € LL LOCATION OF ACQUISITION LOT 12 CABINET A, SLIDE °- � P.R.T.C.T. , NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH SLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD--83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. & Ev 60' 30' 0 60' SCALE IN FEET Crty of Fort Worth 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 THOS 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 751 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY. TEXAS 9 CURTIS SM4TH _ N LL,I MARCH CAD FILE 09 PROFESSIONAL LAND 11 vummumum N R1SuuFAICS, ING. 6 /5-L4 41AUK NLWLLL UUULkVARO SOUTH FORT WORTH, TX. 76118 • 817-496--1424 FAX 817-496-176�f C7 W I - Li z S 0 EXHIBIT B T 99B 99 PARCEL No. 9 BOW CURVE TABLE CURVE RADIUS I DELTA ANGLE I CHORD BEARING I CK-^RD UNGfH ARC LD*arm C-3 5000.00' 06'48 17 S 85'S9 q8"VV 593.48 593-83 C-4 3432.1 D' D9'06'49" S 870800 V tl45.34' S44.92 C-6 5055=' W30'34" N ng'07'35"E 573-99' 574. -0 PAL tq .7 9cROW REMAINDER OF . -7111 201.486 ACRES (BY DEED) �_ �Id • �R G� ° SUBJECT TRACT & MCCART-RISINGER, L.P. p Srt LOCATION OF ACQUISITION C.C.F. NO. D204331963 D.R.T.C.T. 3D PROPOSED RIGHT-OF-WAY Lv .... .. ........_ .... .... ............... ... .. ... 1'. ... ... ............................... �iI�1r—OF-W�!Y :-WL=ST .. .. .-ACQUISmor� ►SEA...._.:..._.T......:....�:�....+::.::�:.:.... ....... . .......... _ ............................................ ;,:���:- mt, ..::.:..:: ..... .... ............ :...... SCl C 0. e. � 1 Fi. ::.. .. - -.--- ... _ - i OAS .... .:....... .................... ..r .r C) `"~� ' 5.0' PERMANENT SCREENING WALL � & LANDSCAPE EASEMENT GRANTED — i171�� ��� TO �dR, WORTH PARKVIEW WEST Rig HOME OWNERS ASSOCIATION �GRARREStt lAN£NT YtATER MAtN cASEME1vT WEST RIG1iTTT OF -WAY} _ C.C.F- No. D207364C30 TEO TO TWE CITY OF FORT W'3fO `IH A VAS g� ATSLIDR 11�3 i D.R.TC °. Vl TO 1 16521. Pt\G'L 15 2 _ F - �G4r- _ _ _ �- - - � EXISTING �.R.T.e.T.- --_ - RIGHT--OF-WAY =cam I f 10.3' UTILITY FA--_,tENT LOT 21 vv�� 11 LOT 1 +3iI�{IrC s as LOT 9 REMAINDER OF 13L�� gsTA �� �p3 n��� 4 gLO� EgTk'� e,03 2MCCARr RISK ER LPo) G S A SLTAE aml�T. C � SA C.C.F. paR 13�o 331ss3 CAa11d�T g.T.0 T Z i ColN� F.1t•T.0 LOT LOT 20 � m 1 LOT 2 NOTES. 1. A LEGAL DESCRIPnON OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT -OF -SWAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-53, THE NORTH _CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60, 30, 0 60' SCALE 1N FEES' F-L- Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION OUT OF A REMAINDER OF A 2.01.486 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 THOS 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781 CfIY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERIC'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY, TEXAS cURTIS SMITH Os3 CURTIS SMITH 9 ROW,DW REGISTERED PROFESSIONAL - 60' NO. 5494 TEXAS Fla m GORRONDONA & ASSOCIATES. INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 75118 • 817-496-1424 FAX 817-49Fr-,1768 0 EXHIBIT "B Y, PARCEL No. 9 ROW w 0 n w z C) LOCATION OF ACQUISITION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. (>0' 30, 0 60' 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD wmi BLUE CAP STMAPED GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE: REFERENCED TO THE TEXAS COORDINATE SYST'ENI, MAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 THOS 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CURIE'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY. TEXAS GAsT'1 5494 09 LAND EXHIBIT "B PARCEL No. 9 R 0 W LINE TABLE LINE BEARING DISTANCE L-$ N 01"41 33 E 60.00' DIESEL HAMMER C.C.F. NO. D214061674 O.P.R.T.C.T. SUBJECT TRACT & LOCATION OF ACQUISITION CURVE TABLE CURVE RADIUS DELTA ANGLE CHORD 6EARING CHORD LENGTH ARC LENGTH C-4 3432.10' 09`06'49a S 87 08'00"W 545.34 545.92' C-5 3372.1D" D8'49'06 N $7'16'527 51&48' j 519.00' REMAINDER OF 201.486 ACRES (BY DEED) MCCART-RISINGER, LP. C.C.F. NO. D204331963 D.R T.C.T. Hp,(Nv'S fl UR$10 J • A �-1<RA�� � SET R.O.W. R_ MARKER V E.'1SEMENi FOR,r WORTH GE E 52 OF 1Y DEED) R, L.P. .331963 D.R.T.C.T. 40TES• —_ I. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/9" IRON ROD WITH BLUE CAP STAMPED 'GORRONDONA" SET UNLESS OT14ERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, MAD-63. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. RIGHT—OF—WAY AGQUISmaN AREA 302,312 4 F 1'. r OR 6.940 ACRES PROPOSED RIGi- -OF--WAY < OM-/- PRDE"� WEST RISINCER ROAD"", 30.p 'rtiw.hhoSisEEAIA GA r -2 iY a RIGHT-OF-WAY 60' 30' 0 60' SCALE IN FEET City of FoV-4L- Worth 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 EXH161T SHOWING A BIGHT —OF —WAY ACQUISITION OUT OF A REMAINDER OF A 201.486 ACHE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT NO. 1743 THOS 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY, TEXAS I CU 5MIrW 494 JOB- No. HALF1403,00 J DRAWN BY: CTA CAD FILE: 09 ROW.DWG • wGi" "` • ` ' - - �I�ECISTFREI} PROFESSIONAL LAND SUR1'EI'C►R DATE: MARCH 5, 2015 � EXHIBfr B PAGE 11 OF 12 _ SCALE: 1" = 60' NO. f404 TEXAS FIRM *. in-1086-R-m- EI GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76119 • 917-496-1424 FAX 817-499-1766 EXHIBIT 99B 99 PARCEL No. 9 ROW CURVE TABLE CURVE RADIUS DELTA ANGLE I CHORD BEARING I CHORD LENGTH I ARC LENGTH C-7 280.00' 11'28'28" N 0907'06'E 55.98' 56.07' C-8 220.00' 11130'28" N 05'D606 E 44.11' 44.19' C-9 280.04' 11'30 28" S 05-06'06W 1 56.14' 56.24' C-10 220,00' 11'2828" S 05'07'06"P! 43.98' 44.06' a � 5 ix a B COO 9 BW N515 N� CAI �T g.T C T LOT 1 P EXISTING, LOT 2 I RIGHT -•OF -WAY 7,5' uTl! ITY EASEMENT CABINET A, SUDI 8822 P,R T C,l APPROXIM UE LOCATION 1 SET R.O.W. OF SURVEY LINE I MARKER vti`( 00 Ag5 SET R.O.W. REMAINDER OF MARKER 201.486 ACRES (BY DEED) L.P.CCART—RISINGER, .P. C) :.: `: C.C.F. NO. D204331963 D.R.T C.T. SUBJECT TRACT & LOCATION OF ACQUISITION LINE TABLE LINE BEARING I DISTANCE L-I3 N 00'37'O81M 158,08' L-11 N 89'20'52"E 60,00' L-12 S 00-37.08"E 1 156.08- MATCH LINE PAGE S MATCH LINE PAGE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/6• IRON ROD WITH BLUE CAP STAMPED "GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD--83, THE NORTH -CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. o Wo LOT 51 — r Po•�eg 4 ,oTiTfl LOT 58 CR91q8.2 ow 3p C'413fN9T A'•T'C.T- LOT 50 EXISTING RIGHT -OF --WAY LOT 59 5.0' LITILITY EASEMENT' CABIhIET A, SLIDE B822 P.R.T.C.T. LAY kRI�4 Fr. RES 60' 30' 0 60, SCALE IN FEET lityxz Yf f Fort Wortn 1000 TiIROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT—OF—WAY ACQUISITION OUT OF A REMAINDER OF A 201.486 ACRE TRACT' OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 TIROS 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D2W31963 DEED RECORDS OF TARRANT COUNTY, TEXAS CURTFS smiTij- 5494 0 DATE-- MARCH 3, 2015 EXHBIT B PAGE 12 OF 12 SCALE: I = 6aW.©FIG INO.lS 94 PRO AS FIRM IONAL No. 01C goo GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • ! 817--496-1424 FAX 817-496-1768 7� PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 9 TCE PART 1 CITY PROJECT No. 02239 2301 W. RISINGER ROAD, FORT WORTH, TEXAS JACOB WILCOX SURVEY, ABSTRACT No. 1743 THOS O. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781 AND LOT 3, BLOCK 16 OF CREEKSIDE ESTATES CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: McCART-RISINGER, L.P. GRANTOR'S MAILING ADDRESS: 2111 N. COLLINS ST. STE 323 ARLINGTON, TARRANT COUNTY, TX 76011-2810 GRANTEE: CITY OF FORT NORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Jacob Wilcox Survey, Abstract No. 1743, Thos O. Doody Survey, Abstract No. 1070, and the J. W. Haynes Survey, Abstract No. 781, City of fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 201.486 tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of the Deed Records of Tarrant County, Texas, also being a portion of Lot 3, Block 16 of Creekside Estates, an addition to the City of fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11603 of the Plat Records of Tarrant County, Texas deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B": Temporary Construction Easement 0310912015 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of road construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] GRANTORS: McCart-Risinger, L.P. GRANTEE: City of Fort Worth Temporary Construction Easement 03/09/2015 (Name of person authorized to sign), Title Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATIC OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that helshe executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Temporary Constniction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 9 TCE PART 1 CITY PROJECT No. 02239 2301 W. RISINGER ROAD, FORT WORTH, TEXAS JACOB WILCOX SURVEY, ABSTRACT No. 1743 THOS O. MOODY SURVEY, ABSTRACT No.1070 J. W. HAYNES SURVEY, ABSTRACT No. 781 AND LOT 3, BLOCK 16 OF CREEKSIDE ESTATES EXHIBIT "A" Being a temporary construction easement situated in the Jacob Wilcox Survey, Abstract No. 1743, Thos 0. Moody Survey, Abstract No. 1070, and the J. W. Haynes Survey, Abstract No. 781, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 201.486 tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of the Deed Records of Tarrant County, Texas, also being a portion of Lot 3, Block 16 of Creekside Estates, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11603 of the Plat Records of Tarrant County, Texas deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at railroad spike found for the most easterly northeast corner of said 201.486 acre tract of land, said railroad spike being the southeast corner of a 45.594 acre tract of land (by deed) deeded to CJB Prime Property, LLC as recorded in County Clerk's File No. D210196934 of said Deed Records of Tarrant County, Texas, said railroad spike also being in the west right- of-way line of Burlington Northern and Santa Fe Railroad (a 100.0' right-of-way); THENCE South 01 degrees 25 minutes 16 seconds West, with an east line of said 201.486 acre tract of land and with the west right-of-way line of said Burlington Northern and Santa Fe Railroad right-of- way, a distance of 55.02 feet to a R.O.W. marker set for the POINT OF BEGINNING of the herein described temporary construction easement, said R.O.W. marker being the intersection of the west right-of-way line of said Burlington Northern and Santa Fe Railroad right-of-way with the proposed south right-of-way line of West Risinger Road; THENCE South 01 degrees 25 minutes 16 seconds West, with an cast line of said 201.486 acre tract of land and with the west right-of-way line of said Burlington Northern and Santa Fe Railroad tight -of -way, a distance of 15.01 feet to a point for corner; THENCE South 89 degrees 45 minutes 46 seconds West, a distance of 723.63 feet to a point for the beginning of a curve to the left having a radius of 4930.00 feet, a central angle of 00 degrees 37 minutes 17 seconds, and whose chord bears South 89 degrees 27 minutes 08 seconds West, a distance of 53.47 feet; THENCE with said curve to the left, an arc length of 53.47 feet to a point for corner; Exhibit A Page 1 of 3 THENCE South 89 degrees 08 minutes 30 seconds West, a distance of 1312.07 feet to a point for the beginning of a curve to the right having a radius of 5070.00 feet, a central angle of 00 degrees 14 minutes 23 seconds, and whose chord bears South 89 degrees 15 minutes 41 seconds West, a distance of 21.21 feet; THENCE with said curve to the right, an are length of 21.21 feet to a point for corner; THENCE South 89 degrees 22 minutes 52 seconds West, a distance of 651.20 feet to a point for comer; THENCE South 00 degrees 37 minutes 08 seconds East, passing at a distance of 90.02, a point in the north line of said Lot 3, in all, a distance of 100.02 feet to a point for corner; THENCE South 89 degrees 22 minutes 52 seconds West, a distance of 15.00 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for the northeast corner of Poynter Street (a 60.0' right-of-way) as recorded in Cabinet A, Slide 11603 of said Plat Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "Dunaway & Assoc" being in the west line of said Lot 3; THENCE North 00 degrees 37 minutes 08 seconds West, with the proposed cast right-of-way line of Poynter Street, passing at a distance of 10.00 feet, a point for the northwest corner of said Lot 3, in all, a distance of 105.02 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for the intersection of the proposed east right-of- way line of said Poynter Street with the proposed south right-of-way line of said West Risinger Road; THENCE North 44 degrees 22 minutes 52 seconds East, with the proposed south right-of-way line of said West Risinger Road, a distance of 14.14 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for comer; THENCE North 89 degrees 22 minutes 52 seconds East, with the proposed south right-of-way line of said West Risinger Road, a distance of 656.20 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 5055.00 feet, a central angle of 00 degrees 14 minutes 23 seconds, and whose chord bears North 89 degrees 15 minutes 41 seconds East, a distance of 21.15 feet; THENCE with the proposed south right-of-way line of said West Risinger Road and with said curve to the left, an are length of 21.15 feet to a R.O.W. marker set for corner; THENCE North 89 degrees 08 minutes 30 seconds East, with the proposed south right-of-way line of said West Risinger Road, a distance of 1312.07 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 4945.00 feet, a central angle of 00 degrees 37 minutes 17 seconds, and whose chord bears North 89 degrees 27 minutes 08 seconds East, a distance of 53.63 feet; THENCE with the proposed south right-of-way line of said West Risinger Road and with said curve to the right, an arc length of 53.63 feet to a R.O.W. marker set for corner; Exhibit A Page 2 of 3 THENCE North 89 degrees 45 minutes 46 seconds East, with the proposed south right-of-way line of said West Risinger Road, a distance of 724.07 feet to the POINT OF BEGINNING and containing 43,103 square feet or 0.990 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) R.U.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona' set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, '.SAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: March 5, 2015. Z4 - - Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 3 of 3 N Imo) I) W 7' I LINE TABLE LINE BEARING DISTANCE 01'25'16"W 55.02' L-2 S 01-25.16"W 15.01' A'aSl?'A 45.594 ACRES (BY DEED) CJ8 PRIME PROPERTY, LLC C.C.F. NO. D210196934 O.R,T.C.T. EXHIBIT 99B 19 PARCEL No. 9 TCE PART I } I PARCEL Na. j��q 9 TCE PART 1 SUBJECT TRACT & 3 LOCATION OF EASEMENT } I I APPROXIMATE" LOCA'.TGN OF i 1110' EASEMENT & RIGHT-0E-'AeAY--I FOR UNDERCROUNO AND OR i OVERwIeAD ELECTRIC LINE TO I TEXAS UTILITIES ECFCTRIC COMPANY I VOLUME 8451, PAGE 1687 I D.RJ-C.T. I I I I I PROPOSED - --f- RIOHT-OF-WAY PERPETUAL EASEMENT AND RIGHT-OF-WAY ! PERMANENT WATER MAIN EAS£MEN'= FOR ROAD PURPOSES GRANTED TO Lw RANTED TO THE CITY OF FORT WORTH CONVEYOR CORPORATON OF AMIERICA. INC. I /©h4E 16521, PACE 152 VOLUME 7257, PAGE 1312 D.R.i.C.T, O.ft,T,C.T.I ARPR03GMATE LOCATION = PROPOSED OF SURVEY LINE U TEMPORARY WEST RISINGER ROAD -------- CONSTRUCTION�r- EASEMENT AREA PROPOSED 1 43,103 SQ. FT RIGHT -OF --WAY - `I L------- OR 0.990 ACRESmm - - - -- __ -- --- -_ -__ I N 8J'4S'MO _724.07` ------- -----_ L- VARIABLE WIDTH EASEMENT & RIGHT-OF-WAY TO TXU FLECTRIC DELIVERY COMPANY C_C.F. Na. 0207257917 0,P.R.T.C.T. S 69"45'46'W 723.63* 10.0' EASEMENT &. AGREEMENT FOR UNDERGROUND FACILITIES TO TEXAS UTILITIES ELECTRIC COMPANY VOLUNdL: 9608, PAGE 687 D.R. T_C.T. z Lu 0 1 f � � � � r cc 0 Er 0 z W til Z L 0 z I Z < 1 m P. Q. C. FND. RAILROAD ---PARCEL NO. 1 EASEMENT AND RIGHT-OF-WAY TO TXU ELECTRIC DELIVERY COMPANY G.C.E. No, 207195231 O.P.R.T.C,T, VARIABLE WIDTH EASEMENT & RIGHT-OF-WAY ��' O.B. TO TXU E.F, No. DELIVERY COMPANY C.G.F. No. D207195232 R.O.W. O.P.R,T.C.T. MARKER qv RE ��COX 51-7 45 201.486 ACRESR(BYE DEED) �IRT—RISINGER, L.P. �'c PET No C C F NO. D204331963 A�SZR D.RT.0 T. EXISTING RIGHT-OF-WAY NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT -OF --WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDDNA" SET UNLESS OTHERWISE NOTED_ 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAO--83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60' 30' 0 60, SCALE IN FEET City Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 TEMPORARY CONSTRUCTION EASEMENT 01 F' Twe OUT OF A REMAINDER OF A ,,,,... �� 201.486 ACRE TRACT Or LAND �'. SITUATED IN THE '`�'i.'.457 JACOB WILCOX SURVEY, ABSTRACT No. 1743, THO5 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVLY, ABSTRACT 140. As 1I,ECIT Y OF FORT WORTH. TARRANT COUNTY, TEXAS CIJRTIS SmiT• COUNTY CLERK'S FILE No. D204331963 - DEED RECORDS OF TARRANT COUNTY, TEXAS 5494 AND OUT OF LOT 3, BLOCK 16, CREEKSIDE ESTATES, As RECORDED IN CABINET A, SLIDE 11603 � �..,d,,. PLAT RECORDS OF TARRANT COUNTY. TEXAS _ JOB No. HALF1403.00 -- DRAWN BY: CTA CAD FILE. 09 TCE PAIN" REGISTERED PROFESSIONAL LAND SURVEYOR „DATE: MARCH 5, 2015 EXHIBIT B PAGE 1 OF 7 SCALE; 1" a 60' i.OWG NO. 5494TEXAS FIRM N0. 10106900 rnponunnhu R. ARSnr€ATPS. INC_ . 7924 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-14-24 FAX 817-426-1768 Iv1 Lt1 �i uj 7- __i c� EXHIBIT 99B 99 PARCEL No. 9 TCEF PART 1 1 1 �vE 40? E • A�S�RA I I I I 30.0' EASEMENT 8 RIGHT-0' -WAY I AGREEMENT TO TEXAS I MIDSTREAM GAS SERVICES, LLC C,u.F. No. 209248216 I O.P.R.T.C.T. CURVE TABLE CURVE RADIUS DELTA ANGLE CHORp BEARING CHORD LENGTH ARC CJ=NGTH C-1 4930:44'89'2TO6W 53.4T 53,4T C-4 1 4945.00 OO'37.17- N 89'2708E 53,63' 53.63' 45,594 ACRES (BY DEED) CJB PRIME PROPERTY, LLC C.C.F. NO. D210196934 D.R.T.C.T. PROPOSED RIGHT-OF-WAY PERPETUAL EASEMENT AND RIGHTOF-WAY i Ei?O&NENT W,AYER MAIN' EASEMENT FOR ROAD PURPOSES GRANTED TO (2pANrEI'1 TO THE CITY Or FORT WORTH CONVEYOR CORPORA -ION OV AMERICA. INC. vOLUME 15521, PACE 132 VOLUME 7257: PACE 2312 — T D.R,T.C.T- � O.R.T.0 T�— APPROJCIMATt- LOCATION TEMPORARY I I PROPOSED of SURM UNE CONSTRUCTION I I WEST RISINOER ROAD - -.-.-_.-- -= EASE�+IENT ARrcA PROPOSE0 _- -C-4- 1 43.103 SO. F�'. € RIG` OF -WAY - OR 0.990 ACfiES --- SET R.O.W. ------ 845'46*E 724.07"._---�-_- --_ --___-- -C-1 VAR'ABLE WIDTH EASEMENT & RIGHT--OF-- TO TXU ELECTRIC �DELJVERY COMPANY C.C.F. No, D207257917 O-P.R. \Nkk l X S A145 JA�gS RAel 901'ES: -- 1. A LEGAL DESCRIPTkON OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/0" IRON ROD WITH BLUE CAP STAMPED "GORRONOOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AIR COORVIr1AFI'S ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CE , isAL ZONE; 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. tFAkkkrwr '. 31-.S W- ' "W "�•*VARIABLE WtDTH EASFMCNT & RIGHTP.APZf1_ NO. 2 TO TXU ELECTRIC DELIVERY COMPANY ANO R!GHT-01<-WAY C.0 F No. D207'95232 IA'f fL ThXt ELELgR1L: DELVERY COMPANY F No. 207195231 0 F R T_C.T. - REMAINDER OF PARCEL No. 201.486 ACRES (BY DEED) 9 TCE PART 1 MCGART-RISINGER, L.P. C.C.F. NO. D204331963 SUBJECT TRACT & D.R. P.G.T. LOCATION OF EASEMENT 60' 30' 0 60' SCALE IN FEET uj bi z �ity of Fort Worth 1000 THROCKMORTON STRW • FORT WORTH, TEXAS '/6102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LANs? SITUATED IN THE JACOB ViILCOX SURVEY, ABSTRACT No. 1743, THOS O. MOODY SURVEY, ABSTRACT No. 1070 J. W. I4AYNES SURVEY. ABSTRACT No. 781, CITY OF FORT WORTH. TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY TEXAS AND OUT OF LOT 3, BLOCK 16, CREEKSILIE ESTATES. -AS RECORDED IN CABINET A, SUDS 11603 C)F CU TIS SMITE 1 5+494 ti SMITH :D PROFESSIONAL LA sua ry rYOR GORRONOONA & ASSOCIATES. INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 761t8 • 817-496--1424 FAX $17-'495 _175R ►-a Li 4 CL Ld _z J PROSPECT MILL DRIVE {A 60.0, RIGHT-OF-WAY) CABINET A, SLIDE 8822 _ P.R.T.C.T. li.I �pYT� G�2 pE 8g'O r^ll rNA, �.C.T � 00 Go J?R ow 0 0 LOT 2 LOT 1 I Z 2 a U PARCEL NO. 3 EASEMENT AND RIGHT-OF-WAY TO TXU ELECTRIC DELIVERY COMPANY G.C.F. No, 207195231 O.P.R.T.C.T.' — - EASEMENT AREA 43,103 5Q. FT. € OR 0.990 ACRE: - ---- ------- EXHIBIT „B 99 PARCEL No. 9 TCE PARS' 1 EXISTING RIGHT-OF-WAY _._ CURVE TABLE CURVE RADIUS I DELTA ANGLE I CHORD BEARING RD LENGTH ARC LENGTH C-1 1 4930.00' 1 00'37'17" S 89 27'08"44 53.47' 53.47' C-4 1 4945.00' 1 00'3717" 1 N 89.27'08'-E 53,63 53.63' N sovoo I B- 0� IM Ac)- Qy LOT 1X E• VLSI I A BLpClc�K SOU'r 1 AppW CR SLID 1 088 giSPROPOSED RIGHT-OF-WAY �-WEST RISINGER ROAD PERMANENT WATER MAIN EASEMENT (A INE RIGHT-OF-WAY) CRBSNET A, SLIDE 8822 GRANTED TO THE CITY OF FORT WORTH - p'R,T.C-T. A- =. VOL�JME 16521, PAGE 152 D.R.T.C.T. `� — APPRO7174ATE LOCATIO I t PROPOSED OF SURVEY LINE I WEST RISINGIER ROAD L -I--------------------PROPOSED i i - zRIGHT-OF-WAY SET R.O.W. \\ �------.. es...na>an�r 1X{r7 A7•- --- _ -_- MARKER_1 C-4, - S ;jj°0-8'30*W 1312.07' (ARiABLE WIDTH EASEMENT ''u RIGHT-OF-WAY TO TXU ELECTRIC OF -LIVERY COMPANY C.C.F. No. '3207257917 REMAINDER OF O_P.R.T.C.T. 201.486 ACRES (BY DEED) 51}Ft�E� MCCART—RISINGER, LP. G.G.F. 331963 D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT -OF• --+MAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL. ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. &vw C-1 VARIARtE WIDTH EASEMENT & RIGHT-OF-WAYJ TO TXU ELECTRIC DELIVERY COMPANY C.C.F. No. D207195232 O.P.R.T.C.T. PARCEL No. 9 TCE PART 1 SUBJECT TRACT & LOCATION OF EASEMENT 60' 30, 0 60, SCALE IN FEET N Ld d CL. Ld Z U F- r t of Fore Worth 1.000 THROCKMORTON STREET + FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUAM IN THE JACOB WILCOX SURVEY. ABSTRACT No. 1743, THOS 0. MOODY SURVEY, ABSTRACT No. 1.070 J. W. HAYNES SURVEY, ABSTRACT No. 781, CITY OF FORT WORM, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY TEXAS AND OUT OF LOT 3, BLOCK 16, CREEKSIDE IN CABINET A. SLIDE 11603 09 "TCE PART i == An, LAND SURVEYOR mi rAPPAIJAnMA b ACcnr.IATFc. INr._ . 7594 JACK NEWEL.. BOULEVARD SOUTH FORT WORTH. TX. 76118 " 517-496--1424 FAX 151 /66 Mir, IL W1 z .-I S,3RN1, �-"( lc*ko kol S. v LOT 10 I LOT 9 I LO-f EXHIBIT 99B 99 PARCEL No. 9 TCR PART 9 PROSPECT MILL DRIVE (A 80.0' RIGHT--OF-WAY) CABINET A, SLIDE 8822 P.R.T.C.T. - -�� -�� nVT Ctzvx so 16T1 15 Mg CASIp.R $ LOT 7 LOT 6 I LOT 5 I � I � LOT 4 I LOT 3 WEST RISINGER ROAD EXISTING (A 200 RIGHT-OF-WAY) RIGHT-OF-WAY CABINET A. SLIDE 8822 P.R.T.C.7. APPROXIMATE LOCATION j —PROPOSED =70 OF SURVEY LINE WEST RISINGER ROAD 3A0ogvo C iAcRAcurF� c€Tr r�F ; ,. �r�€ PROPOSED W1L O���AC. ; 6521, _ ' :r - R€GMT-OF WAY �� ��-� `��-�` .�.., „y. -- _ �_ ----- f- - �...ts�"Jl ...a„f.... _V--- 'r'':4rrirvr'iti=^`�_,�_,.-_�=�''`: _. S 312,07- -VARi x i..E wIDTH EASEMEW & RWHT-OF-WAY 4ARIA81.c WIDTH EASEMENT do RlGv,T-0E-WAY 1-• p z I-,� TXI, ELECTRIC DFLiVERY COMPANY TXU ELECTRIC DELIVERY COMPANY Q „ C,C.F, No, D207257917 C-C.F. No- D2071952.32 �_ Z jf O.P_R.T-C-€, .{ O.P.R.T.C.T- J7 yc 0 } I OF opw 0- 0000�. �� R�0 201.456 ACRESR(BY DEED) 9 T�CEEPART 1 a 5 N MCCART--�RISINGER, L.P. o 1 G.C.F. NO- D204331963 SUBJECT TRACT & vy t D.R.T.0 T. LOCATION OF EASEMENT AT NOTES 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT--OF-WAY LINE ARE A S/S' IRON ROD WITH BLUE CAP STAMPED GORRONDONA' SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL TONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE, i Nn ..a f Ld z Q 60' 30' 0 60$ SCALE I FEET' City F Fls-Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE. JACOB WILCOX SURVEY, ABSTRACT No. 1743, THOS 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No, 781, CITY OF FORT WORTH, TARRANT COUNTY, 'TEXAS AS RECORDED IN COUNTY CLERKS MLE No. D204331963 DEED RECORDS OF TARRANT COUNTY, TEXAS AND OUT OF LOT 3, BLOCK 16, CREEKSIDE-MATES, AS RECORDED IN. CABINET A, SLIDE 11603 0301E C1JRTiS SDI ;41914 DATE- SMITH D PROFESSIONAL LAND SURVEYOR �i, u Ld U Q LOT 19 PARCEL No. 9 TCE PART 1 OCIL �, SUBJECT TRACT & $ S 862l LOCATION OF EASEME ADO A, SLIT. CApIN p.g.T' LOT 15 LOT 14 ( LOT 13 LOT 12 I LOT 11 {p� �+ �7f�+ p� �y ROAD WEST 1"[iti7INGER ROAD EXISTING (CABINET AGSLI SLIDE R]GHT-OF-WAY P.R.T-C.T. -•. � A� AP 0-XIMATE LOCATION — PROPOSED— T'EMPO3$ARY OF SURVEY LINE WEST RISINGER ROAD CONSTRUCTION - _ - - . -��--------------------J- PERMANENT I�IATER MAIN EASEMENT '��� ARC GRANTED TO THE CITY OF FORT OVOPTH � PROPOSED 43,10, SQ+ FT. VOLUME 16521. i AGE 152 RIGHT-OF-WAY -- OR 0.990 ACRES-____-_#_-_----______-_____---RT.c.T.__� EXHIBIT 79B " PARCEL No. 9 TCE PART 1 PROSPECT HILL DRIVE (A 60.0' RIGHT--OF-WAY) CABINET A, SLIDE 8822 P.R.T.C.T. LOT 18 LOT 16 LOT 17 VARIABLE WtDiH EASEMENT A P,IGH'r-OF- TO TxU ELECTRIC DELIVERY COMPANY C.C.F. No. D207257917 O.P_R_T.C.T, soRN0 'tg-�1�145 O G�O�O 1Q�C "Ay S > 9'08' C`IN 1312.07�:: VARIABLE WIDTH EASEMEW dt RIGHT-OF-YdRY- TO TXU ELECTRIC DELIVERY COMPANY REMAINDER OF C.C.F. No, D207195232 D.P.R.T.C_T. 201.455 ACRES (BY DEED) MCCART—RISINGER, L.P. C.C.F. NO. D204331963 D.R.T.C.T. NOTES- 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WH BLUE CAP STAMPED 'GORRONDOW SET UNLESS OTHERWISE NOTED. 3- ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, MAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. r Ld Ci.. Ld U Q 60' 30' 9 60' SCALE IN FEET amity of Fort Worth 1000 THROCKWORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOMNO A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE: JACOB WILCOX SURVEY, ABSTRACT No. 1743, THOS 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781, CITY OF FORT WORTH, TARRANT COUNTY. TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204331 J63 DEED RECORDS OF TARRANT COUNTY, TEXAS AND OUT OF LOT 3, BLOCK 16, CREEKSIDE:_ESTATES. _AS RECORDED IN CAEBINLT A, SLIDE 11603 cl C:LI TES smi _ r PROFESSIONAL LAND 3C,0' EASEIIEIJ'r T7 TEXAS 111DSTREAM GAS SERVICES, 1_.1.v, C,C F. No. 62C9236836 O.P.R.:.(:.. EXHIBIT 99B 99 PARCEL No. 9 TCL' PART 9 REMAINDER OF 201.486 ACRES (BY DEED) MCCART-RISINGER, L.P. C.C.F. NO. D204.331963 D.R.T.C.T. LINE TABLE LINE BEARING I DISTANCE L-14 N $989'08'36"E 60.84' L-15 N 60'49'14"W 5.00' L-16 S 00'49'14"E 1 55.00' PROPOSED RIGHT-OF-WAY Lo 4 =!Zc C At COINET I.OT 18 PROPOSED ----___--- ,._------_-.__. �WESTRISINGERROAD - f _ Y ?.�.0' VAR 4BLE WIDTHPERMANEi�T b'ATEs� I•;I• ; ,VENT W ACCuS$ EASEME'JT GRANTED L U VDME HE CITY ,I ..I j2W43RT4€ No. D2G6402923 1'c� - (L r _ _ -- _ _ _ - SET R.O.W. Lfi ------------------------------------- -N 8922152"E SH-20' -- — -' .....�._�_.��iJ.........��. ... .'.L ..., ....�..:.'i�'�':A4�X'.'HAW`??'?•�41f.`Af.'NM'�Yf`�Y'.7�'�".. �....... �Hos 0 G�O�o 07 0 A'asvRA S 89'22'520W 651.20' TEmpomw- CONSTRUCTION EASEMENT AREA 43,103 SQ. FT. € OR 0.990 ACRE 1 CURVE TABLE CURVE RADIUS I DELTA ANGLE 1.CHORD BEARING I CHORD LENGTH I ARC LENGTH C-2 5070.00' 1 0914'23' S 89"15'41"1N 21..21' 2i.21' C--3 5055.00 00'14'23 N 8915'41"E 21.15' 21.15' SWIFT CREEK DRIVE (A 50.0' RIGHT--OF-WRY) I CABINET A, SLIDE 11603 I P.R.T.C.T. 1 L-0 Ld CL Ld Z I— VAPIAB'-E WOTH _, ZE-%- N 1 & RIGHl-i;IF-yYAY- 'IC CEL;uERi (, )WPAP+IY 7t�?17�37 REMAINDER OF 201.486 ACRES (BY DEED) MCCART—RISINGER, L.P. C.C.F. NO. D204331963 T C T D.R.... I ' I I PARCEL No. 9 TCE PART i SUBJECT TRACT & LOCATION OF EASEMENT RIGHT-OF-WAY MARKER G�2 S E33'0r3omw 131 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 6.0' 30' 0 60' 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8' 1RON ROD 1YfTH BLUE CAP STAMPED 'GORRONDONA' SET UNLESS OTHERWISE NOTED. - 3 ALL NAD 63,RINGS AND COORDINATES THE NORTH CENTRAL N E42DE2ALL 1ASTANIOn A##ENCED TO THE T ARE v-L SHEW IN ARES�URFACL. SCALE IN FEET City f Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OF OUT OF A RE LW14DER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE. JACOB WILCOX SURVEY, ABSTRACT No. 1743, THOS 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 7 CRY OF FORT WORTH, TARRANT COUNTY, TEXAS 11, ROE :11RTIS SMITH COUNTY CLERK'S FILE No. D204331.903 DEED RECORDS OF TARRANT COUIT Y, TEXAS AND OUT OF 1 LOT 3, BLOCK 16, CPEEKS,IDE FSTATES, AS RECORDED IN CABINET' A. SLIDE 11603 - PLAT KCMI S OF TARRANT. COUNTY. TEXAS ' C' IRT IS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR NO. 9494 TE7 FIRM No. 151106wo PROJECT- RISINGER ROD FROM ROWLEY ROAD TO MCCART AVENUE I CITY PROJ. No. 02239 _ EASEMENT AREA 43.103 SQUARE FEK7 OR 0.990 ACRES JOB Nr„ I-IALF1403.00 I DRAWN BY: CTA CAD FILE: M Tl..F PART 1.it DAIrl MAni'I 5. 2015 1 EaXH191T B PAGE 6 OF 7 1 SCALE- 1' = W CORRONUDNA & ASSOCIATES, INC. - 7524 JACK NEWELL BOULEVARD SOUTH FDRT WORTH, TX. 76118 • 1317-496-1424 E'k( 917 -496- I758 EXHIBIT 9'B..93 PARCEL No. 9 TCE PART 1 Z � I.-W S�R� REMAINDER OF a--JW �• W c��Rp,C N�. �$o 201.486 MCRT-R S N ER, DEED) O�> �`� iz C.C.F. NO. D204331963 0.=< �a7 D.R.T.C.T. 30.0' EASEMENT TO TEXAS MIDSTREAM GAS SERVICES, L.L.C. C.C.F. Na. D209235836 i 0.?,R,T.C.T. LINE TABLE DISTANCE 00'37'08"E 100.02' JUNEBEARING 89'22'52"W 15.00' 0 3 37'O8"W105.02' 44 22 52" E 14, i 4' -_---__-_--_--- -- w_ _--- PROPOSED ----___-----_. -- PROPOSED - ____ _ ___WESTWINGERROAD RIGHT-OF-WAY -_----24.a' VARIABLE WIDTH _PERMANENT WATER MAIN EASBIENI - -- _-- - --------------------------- 24.0' VARIABLE WIDTHT _ GRANTED TO THE CITY OF FORT WORTH _ I -^ ACCESS EASEMENT ACCESS EASEMENT VOLUME 16521, PACE 159. C.C.F. Na. D2O64>}2923 - C.C-F. No. 020640292� "` O.R.T.C.T CS,P.R,T-C.T. Q.P.R.r.C.T TEMPORARY o--------- - Fib. 9 _8't1R W -------_ - CONSTRUCION "nuNAwAY & assoc' -------- ------ ____-_----____ - EASEMENT AREA---------- 1 43,103 SQ. FT. ---- -V - -FND, 5/8"CIR----�+'- __---- --- ----' ---- OR D.990 ACRES ---- - OUNA Y & ASSOC"._-__ N BW22'S2�E 656.20' M _►YA. - - ---- - - -- --- --- - -- - - i ©ui LLI CC (1) 0) Orr- 0 (rz J OL I 1 LU O� S SW22'52" W 651.20' -PROPOSED VARIABLE WIDTH EASEMENT & RIGHT-OF-WAY VARIABLE WIDTH EASEMENT & RIGHT-OF- RIGHTµOF-WAY TO TXU ELECTRIC DELIVERY COMPANY TO TXU ELECTRIC OELIVERY COMPANY C.C.F, No. D2G7257917 C.C.F. No. 0207195232 —VARIABLE WIDTH EASEMENT O.P.R.T_C T- OS G,P.R.T,C.T. & RIGHT--OF--WAY TO TXIJ ELECTRIC DELIVERY COMPANY C.C.F, No. 02072579 17 O.P.R.T,C.T, I WATER LINE EASEMENT TO THE CITY OF FORT WORTH — C.C.F. NO, 1)206359408 O.P!.T.Cl,_L_ LOT 3 j"DONAWAY & ASSOC" 10.0' UTILSTY EASEMENT CABINET A, SLIDE 11603 OUSTING LOT 4 I_ RIGHT--OF-WAY oCpQ W. 1O�C REMAINDER OF APS,R�Gl 20MC ART--RISIN ER, LPDEED)486 ACRES (BY PARCEL No. 9 TCE PART 1 SUBJECT TRACT & ' LOCATION OF EASEMENT 16 BLOC rSTA j�4s03 31 BTF.R.T G' LOT 2E NOTES- _ 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTM ZONE 4202. ALL DWANCESS AND AREAS SHOWN ARE SURFACE. C.C.F. NO. D204331963 D.R.T.C.T. SWIFT CREEK ®RIVE (A 50.0' RIGHT-OF-WAY) CABINET A. SLIDE 11603 P.R.T.C.T. 60' 30' 0 60' SCALE IN FEET City of Fo rru Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOVING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743, THOS O. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781, CnY OF FORT WORTH, TARRA14T COUNTY, TEXAS AS RECORDED IN COUNTY CLERICS FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY, TEXAS AND OUT OF LOT 3, BLOCK 16, CREEKSIDE ESTATES, AS RECORDED IN CABINET A, SLIDE 11603 �7 : ��' �► d :?'Lid Z CURTI5 SMITH A C %A_ 5494:= 4� 6 W W 2 U 09 TCE PART 1 - an, $1 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 9 TCE PART 2 CITY PROJECT No. 02239 2301 W. RISINGER ROAD, FORT WORTH, TEXAS J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: McCART-RISINGER, L.P. GRANTOR'S MAILING ADDRESS: 2111 N. COLLINS ST. STE 323 ARLINGTON, TARRANT COUNTY, TX 76011-2810 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKIVIORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the J. W. Haynes Survey, Abstract No. 781, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 201.486 tract of land (by deed) deeded to NlcCart-Risinger, L.P. as recorded in County Cleric's File No. D204331963 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B": Temporary Construction Easement 03/09/2015 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of road construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE1 Temporary Construction Easement 03/09/2015 GRANTORS: McCart-Risinger, L.P. GRANTEE: City of Fort Worth (Name of person authorized to sign), Title Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20— Notary Public in and for the State of Texas Temporary Construction Easement 03109/2015 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Public in and for the State of Texas Temporary Consfiiction Easement 03109/201 S PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 9 TCE PART 2 CITY PROJECT No. 02239 2301 W. RISINGER ROAD, FORT WORTH, TEXAS J. W. HAYNES SURVEY, ABSTRACT No. 781 EXHIBIT "A" Being a temporary construction easement situated in the J. W. Haynes Survey, Abstract No. 781, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 201.486 tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for the northeast corner of Lot 31, Block 4 of Creekside Estates, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11603 of the Plat Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "Dunaway '& Assoc" being the northwest corner of Poynter Street (a 60.0' right-of-way) as recorded in Cabinet A, Slide 11603 of said Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for the northeast corner of said Poynter Street bears North 89 degrees 22 minutes 52 seconds East, a distance of 60.00 feet, said 5/8 inch iron rod with cap stamped "Dunaway & Assoc" being in the west line of Lot 3, Block 16 of said Creckside Estates; THENCE South 89 degrees 22 minutes 52 seconds West, with the north line of said Lot 31, a distance of 15.00 feet to a point for corner; THENCE North 00 degrees 37 minutes 08 seconds West, a distance of 100.02 feet to a point for corner; THENCE South 89 degrees 22 minutes 52 seconds West, a distance of 95.00 feet to a point for corner in the east line of Lot 10, Block 4 of said Creekside Estates; THENCE North 00 degrees 37 minutes 08 seconds West, with the east line of said Lot 10, a distance of 15.00 feet to a R.O.W. marker set for the southeast corner of West Risinger Road (a variable width right-of-way) as recorded in Cabinet A, Slide 11603 of said Plat Records of Tarrant County, Texas, said R.O.W. marker being the northeast corner of Lot 10, Block 4 of said Creekside Estates; THENCE North 89 degrees 22 minutes 52 seconds East, with the proposed south right--of-way line of West Risinger Road, a distance of 100.00 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for corner; Exhibit A Page 1 of 2 THENCE South 45 degrees 37 minutes 08 seconds East, with the proposed south right-of-way line of said West Risinger Road, a distance of 14.14 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for the intersection of the proposed south right-of-way litre of said West Risinger Road with the proposed west right-of-way line of Poynter Street; THENCE South 00 degrees 37 minutes 08 seconds East, with the proposed west right-of-way line of said Poynter Street, a distance of 105.02 feet to the POINT OF BEGINNING and containing 3,100 square feet or 0.071 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way .line area 5/8" iron rod with blue cap stamped "Gorrondona," set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: March 5, 2015 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Finn No. 10106900 Exhibit A Page 2 of EXHIBIT 'J1B 49 PARCEL No. 9 TCE PART 2 REMAINDER OF z 201.486 ACRES (BY DEED) LLLI O uj MCCART—RISINGER, L.P. S `L ?No cncnD 0,0' EASEMENT TO !'EXAS C.G.F. NO. D204,331963 DNS 7 31 olju!; i tI;DSTREAA6 GAS SERVICES. LL.v. D.R.i.G ?. .�1 t1 Cj No' 0Lr} c.c.F No. n2os2�sa�s J• V Slv add O.P.R,T.C.T. �B CL = PROPOSED RIGHT-OF-WAY WEST RISINGER _ ___________ _ .--- --- -- ---- ----- _T � _A-- - - P5RMAP:tiNT WATE:T mA4N EASLL,�-.uI'-_ 24,03 VARIABLE WIDTH 1 AD � GRANTED O CITY (F FORT Nt4RTw 4ACCESS 02064ENT WEST RISIGNER !"'1 yC)LEM;= 6521, PAGE 132. C.F. No. D2D64a2823 - (A VARIABLE WIDTH RIGHT-OF-WAY) - - ___-__--D•R.T.C.T._ _-----.--O.P.R.T.C.T._--. ___-- __ CABINET A, SLIDE 11603 VARIABLE WIDTH EASEMENT & P.'GHT-OF-WAY i - - _ - - P.R.T.C,T. TO TXI,I ELECTRT C DFLIVERY COMPANY VARIABLE *IDTH EASEMENT & RIGHT -OF -'NAY- C,C,F, No. D207257917 -- PROPOSED END. 5 8 CIR 4 TO TxU ELECTRIC DELIVERY COMPANY O.P.R-T.G.-. " � _ ]E1GkF_ {}F_-4YA�__-'- C.C.F. No. D247,95232 SET R.O.W. - _ _--------- DUNAWAY ---�. O,P.R.T.C,T. MARKER N SW22'52`�E 100, 0' & ASSOC" --------------------------- -11' PERMANENT SCREENING Ii Ai-L & LANi2SCAPF E.A�E EI,IT GRAKT-Z TO FOR! YfOrt,h P KVl'hr a o f-JMr OINNCK AESOC �TLM No. 0 3844,M ® � z r n.0 TX t. 0 .a ^ 0 1 0 in �E U LIJ , U r � aC� d `" z 5�89'22'52wW 95.00 REMAINDER OF '201.486 ACRES (BY DEED) LOT 10 1 MWA917—RISIN i, LP. C.C.F. NO. 0204331983 LOT PARCEL Np. 9 TCE PART 2 SUBJECT TRACT & LOCATION OF EASEMENT D.R.T.C.T. i-1�GFt�5C:13 11 R1GHT-017- AY OCIC 4 B IDg E CS �`ES © ! 6 TEMPORARY CONSMUCTION E4SEM. AREA SLI1)10 r A, T.C.T. LOT 31 3,100 SQ- IFT- f,.A OR C_071 ACRE cI I LOT 12 t aa' -ILITY -,:SF.,a= N r A. ',1 7: 1 rl03 _ �N�i�IR ` - - - b--- ,� �R:"-AF;.E DTh -- "17U A* +. 'ASt<+t4 n;' & dl AS[7(;" irl{iT�"]F-'NI`y TO F Tk'J ELECTRIC LLI I J- i IwERY COMFIA.NY f} w I Nc. D207257917 er. i O.P.R.T.C.T. uj w a1 GD LLi m i WAT'R LINE O I --I CASrMENT TO THL z 0- i CITY OF FORT WORTI- G.C.F. NO, 1)206359d'i8 O dO.P.1t.3.C.T. in 1 -- L-1 ' FNO. 5/8"CIR LOT DUNAWAY 16 P./OBiR & 1,90C IAssoc" 13 "DUNAWAY II EXISTING & ASSOC" RIGHT--OF-WAY } NOTES. 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8- IRON ROD WITH SLUE CAP STAMPED `GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE. TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL. DISTANCES AND AREAS SHOWN ARE SURFACE. o Wo u o l I 1 o.0, unm r - r EASEMENT - aui11; CABINET A. SJDE $603 I P.R.T.aT. 60' 30' 0 60' SCALE IN FEET °iFort Worth 10.00 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 EXHIBfT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF A 201.486 ACRE; TRACT OF LAND SITUATED IN THE J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. 02043319153 DEED RECORDS OF TARRANT COUNTY, TEXAS JOB No. HALF1403.00 I DRAWN SY: CTA I CAD FILE: 09 TCE PART 2.DWG DATE: MARCH 5, 2015 1 EXHI91T B PAGE i OF 1 1 SCALE- 1" = 6n' r. (1 F �URTI'S SAAITkI CURTIS SMITH REGISTERED PROFESSIONAL LAND PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 9 TCE PART 3 CITY PROJECT No. 02239 2301 W. RISINGER ROAD, FORT WORTH, TEXAS J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH TEMPORARY CONSTRUCTION! EASEMENT DAT GRANTOR: McCART-RISINGER, L.P. GRANTOR'S MAILING ADDRESS: 2111 N. COLLINS ST. STE 323 ARLINGTON, TARRANT COUNTY, TX 76011-2810 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and Other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the J. W. Haynes Survey, Abstract No. 781, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 201.486 tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B": Temporary Construction Easement 03/09/2015 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B" It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of road construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Conshnction Easement aYM201 s GRANTORS: McCart-Risinger, L.P. (Name of person authorized to sign), Title STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Temporary Construction Easement 03109/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act . of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Temporary Cons"Won Easement 03/09/2015 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 9 TCE PART 3 CITY PROJECT No. 02239 2301 W. RISINGER ROAD, FORT WORTH, TEXAS J. W. HAYNES SURVEY, ABSTRACT No. 781 EXHIBIT "A" Being a temporary construction easement situated in the J. W. Haynes Survey, Abstract No. 781, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 201.486 tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for the northeast corner of Lot 31, Block 4 of Creekside Estates, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11603 of the Plat Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "Dunaway & Assoc" being the northwest corner of Poynter Street (a 60.0' right-of-way) as recorded in Cabinet A, Slide 11603 of said Plat Records of Tarrant County, Texas; THENCE North 00 degrees 37 minutes 08 seconds West, with the proposed west right-of-way line of said Poynter Street, a distance of 105.02 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for the intersection of the proposed west right-of-way line of said Poynter Street with the proposed south right-of-way line of West Risinger Road; THENCE North 45 degrees 37 minutes 08 seconds West, with the proposed south right-of-way line of said West Risinger Road, a distance of 14.14 feet to a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for corner; THENCE South 89 degrees 22 minutes 52 seconds West, with the proposed south right-of-way line of West Risinger Road, a distance of 100.00 feet to a R.O_W. marker set for the northeast corner of Lot 10, Block 4 of said Creekside Estates, said R.O.W. marker being the southeast corner of West Risinger Road (a variable width right -of --way) as recorded in Cabinet A, Slide 11603 of said PIat Records of Tarrant County, Texas; THENCE North 00 degrees 37 minutes 08 seconds West, with the existing east right-of- way line of said West Risinger Road, a distance of 55.00 feet to a 5/8 inch iron rod with cap "illegible" found for the northeast corner of said West Risinger Road; THENCE North 60 degrees 34 minutes 13 seconds East (radial bearing), a distance of 114.13 feet to a R.O.W. marker set for the POINT OF BEGINNING of the herein described temporary construction easement, said R.O.W. marker being in the proposed north right-of-way line of West Risinger Road; THENCE South 89 degrees 22 minutes 52 seconds West, with the proposed north right-of-way line of said West Risinger Road, a distance of 234.02 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 5055.00 feet, a central angle of 06 degrees 30 minutes 34 seconds, and whose chord bears South 86 degrees 07 minutes 35 seconds West, a distance of 573.99 feet; Exhibit A Page 1 of 4 THENCE with the proposed north right-of-way line of said West Risinger Road and with said curve to the left, an are length of 574.30 feet to a R.O.W. marker set for the beginning of a reverse curve to the right having a radius of 3372.10 feet, a central angle of 09 degrees 09 minutes 35 seconds, and whose chord bears South 87 degrees 27 minutes 06 seconds West, a distance of 538.51 feet; THENCE with the proposed north right-of-way line of said West Risinger Road and with said reverse curve to the right, passing at an are length of 519.00 feet, a R.O.W. marker set for an exterior ell corner in the existing north right-of-way line of said West Risinger Road, in all, an arc length of 539.08 feet to a point for corner, THENCE North 02 degrees 01 minutes 52 seconds East, a distance of 15.00 feet to a point for the beginning of a non -tangent curve to the left having a radius of 3357.10 feet, a central angle of 08 degrees 18 minutes 16 seconds, and whose chord bears North 87 degrees 52 minutes 45 seconds East, a distance of 486.15 feet; THENCE with said non -tangent curve to the left, an arc length of 486.58 feet to a point for corner; THENCE North 06 degrees 16 minutes 23 seconds West, a distance of 5.00 feet to a point for the beginning of a non -tangent curve to the left having a radius of 3352.10 feet, a central angle of 00 degrees 51 minutes 19 seconds, and whose chord bears North 83 degrees 17 minutes 58 seconds East, a distance of 50.03 feet; THENCE with said non -tangent curve to the left, an are length of 50.03 feet to a point for the beginning of a reverse curve to the right having a radius of 5075.00 feet, a central angle of 03 degrees 59 minutes 31 seconds, and whose chord bears North 84 degrees 52 minutes 04 seconds East, a distance of 353.51 feet; THENCE with said reverse curve to the right, an are length of 353.58 feet to a point for corner; THENCE South 03 degrees 37 minutes 24 seconds East, a distance of 5.00 feet to a point for the beginning of a non -tangent curve to the right having a radius of 5070.00 feet, a central angle of 02 degrees 31 minutes 01 seconds, and whose chord bears North 88 degrees 07 minutes 22 seconds East, a distance of 222.71 feet; THENCE with said non -tangent curve to the right, an arc length of 222.73 feet to a point for corner; THENCE North 89 degrees 22 minutes 52 seconds East, a distance of 229.02 feet to a point for comer. - THENCE North 00 degrees 37 minutes 08 seconds West, a distance of 153.08 feet to a point for the beginning of a curve to the right having a radius of 295.00 feet, a central angle of 11 degrees 28 minutes 28 seconds, and whose chord bears North 05 degrees 07 minutes 06 seconds East, a distance of 58.98 feet; Exhibit A Page 2 of 4 THENCE with said curve to the right, an are length of 59.08 feet to a point for the beginning of a reverse curve to the left having a radius of 205.00 feet, a central angle of 11 degrees 30 minutes 28 seconds, and whose chord bears North 05 degrees 06 minutes 06 seconds East, a distance of 41.10 feet; THENCE with said reverse curve to the Ieft, an arc length of 41.17 feet to a point for corner in the north line of said 201.486 acre tract of land, said point being in the south line of Lot 1, Block 3 of Meadow Creek South, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 8822 of said Plat Records of Tarrant County, Texas; THENCE North 89 degrees 20 minutes 52 seconds East, with the north line of said 201.486 acre tract of land and with the south line of said Lot 1, a distance of 15.00 feet to a R.O.W. marker set for the southeast corner of said Lot 1, said R.O.W. marker being the southwest corner of Charleston Avenue (a 60.0' right-of-way) as recorded in Cabinet A, Slide 8822 of said Plat Records of Tarrant County, Texas, said R.O.W. marker being the beginning of a non -tangent curve to the right having a radius of 220.00 feet, a central angle of 11 degrees 30 minutes 28 seconds, and whose chord bears South 05 degrees 06 minutes 06 seconds West, a distance of 44.11 feet; THENCE with the proposed east right-of-way line of Charleston Avenue and with said non - tangent curve to the right, an arc length of 44.19 feet to a R.O.W. marker set for the beginning of a reverse curve to the left having a radius of 280.00 feet, a central angle of 11 degrees 28 minutes 28 seconds, and whose chord bears South 05 degrees 07 minutes 06 seconds West, a distance of 55.98 feet; THENCE with the proposed east right-of-way line of said Charleston Avenue and with said reverse curve to the left, an arc length of 56.07 feet to a R.O.W. marker set for corner; THENCE South 00 degrees 37 minutes 08 seconds East, with the proposed east right-of-way line of said Charleston Avenue, a distance of 158.08 feet to a R.O.W. marker set for the intersection of the proposed west right-of-way line of said Charleston Avenue with the proposed north right-of-way line of said West Risinger Road; THENCE South 44 degrees 22 minutes 52 seconds West, with the proposed north right-of-way line of said West Risinger Road, a distance of 14.14 feet to the POINT OF BEGINNING and containing 26,123 square feet or 0.600 acres of land, more or less. Exhibit A Page 3 of 4 Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: March 5, 2015 Curtis Smi Registered Professional Land Surveyor No. 5494 Texas Firm. No_ 10106900 Exhibit A Page 4 of 4 LIJ Ld I EXHIBIT 19B 91 PARCEL No. 9 TCE PART 3 MATCH LINE PAGE 5 CURVE TABLE CURVE I RADIUS DELTA ANGLE OHORD BEARING. OR CHD LENGTH ARC LENGTH C-1 5055.00- 06.30.34" S $Ci07'35"W I 1 573.99' 574.30' C-6 1 5070.00- 92'31'01" 1 N 88-OT22-E 1 222.71' 1 222.73' C-6 \---PROPOSED MARKER RIGHT-OF-WAY SJ?V - — W 55 pXC 'A°* WEST R S N13ER ROAD REMAINDER OF 201.486 ACRES (BY DEED) MCCART—RISINGER, L.P. C.C.F. NO. D2043319fi3 D.R.T.C.T. N 89'22'82*E 229.02' -5 .............. ... S SW22'82" 1 TEMPORARY CONSTRUC71ON EASEMENT AREA 26.123 SQ. FT. OR 0.600 ACRES FND. 5/8"CIR "ILLEGIBLE' WEST RISIONER ROAD � 04 � � _ _ _ — — s _ RI (A VAWIDTHRIGHT-OF-WAY) VARIABLE WIDTH BASEMENT & RIGHT-OF-WAY- ECSNFT 11603 X€511NG T4 P.R.T.C.T. TXU ELECTRIC DELIVERY COMPANY RIGHT-OF-WAY C.C.F. No. 0207195232 SET R.O.W. �-���•5.0' MARKER 1O.G' UTILITY EASEMENT PERMANENT SCREENING 'HALL & LANDSCAPE EASEMENT GRANTED CABINET A, SLIDE 11603 Lu P'R'T'C'; TO FORT WORTH PARKVIEW LOT S O HOME OWNERS ASSOCIATION LQC K C.C-F- No. 0207 s6h03G D.R_7.C.T jgsx ()3, E1XpSL 11 o LOT 10 i��.c.m ,>�r U LOT 8 LINE TABLE LINE BEARING DISTANCE L-1 N 45.37'08 VI 14.14' L-2 N 00.37'08"W 5sm' L-6 N 0937'08`4! 153-08' L--8 S 00'37'08'E IS8.o6 L-9 S 44722'52 W 14.14' o a� ci cn � � y PARCEL No. 9 TCE PART 3 SUBJECT TRACT & - LOCATION OF EASEMENT op ft5LL1 0- -- LLu a.=Q U T R.O.W. . v..v r R.o.w. ---PERMA.NENT ZTER MAIN EASEMENT f -GRANTED TO THE CITY OF FORT WDR N--1 VOLUME 15521, PAGE 152 D.R.TTC.T- �1ABLE WIDTH EASEMENT & WGHT-OF-WAY- TO TXU ELECTRIC DELIVERY COMPANY C.C.F. No. D207257917 — — — (3.P.R j_C.T._ _ _._ _ — --S 89'22'S2"W 100.00'-- —FND. 5/8"CIR "DUNAWAY do ASSOC" Lu PROPOSED RIGHT-OF-WAY c p ft REMAINDER OF W � 201.486 ACRES (E3Y DEED) `� p MCCART—RISINGM L.P. I-T- C.C.F. NO. D20I963 o 2 a D.R.T.C.T. p.0.T. I 0 FND. 5/8"CIR a - "RUNAWAY LOT 1 1 13l,Q�?gSTAT� O08 EXISTING C�N�TSA T.C.T- 4 LOT 31 of-waY w u ¢H cA F. �- LOT 12 NOTES: 1. A LEGAL OESCRIP'rION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED 'GORRONDObW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SY51 M, MAD--83, THE NORTH CENTRAL ZONE 4202. ALL DWANCES AND AREAS SHOWN ARE SURFACE. 10.0 UTILITY EASEMENT I (aa CABINET A, SLIDE 11603 —a -92 P.R,T.C.T- 60' 30, 0 60 SCALE IN FEET (.70 ity o f Fo r---cm- Worth 1000 THROCKMORfON STREET • FORT WORTH, TEXAS 76102 TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF PORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY, TEXAS CAD FILE: 09 TCE PART 3.DWG � L Ln 0 W Q" CURTS SMITH 5494 Q— SMITH PROFESSIONAL LAND SURVEYOR rr7 w W EXHIBIT PARCL'L No. 3 - TCE 99B 99 PART 3 LINE TABLE TM LINE I BEARING I DISTANCE L 5 I SS 03'37'24"E 1 5.00' CURVE TABLE CURVE RADIUS I DELTA ANGLE CHORD BEARING I CHORD LENGTH ARC LENG C--1 5055-00, OS'30 34a S 86'07'3S"4Y 573.99 574.30' 0-5 5075.00' 0359'31 N B4'S2'44"E 353.ST' 353.58' C--6 5CI70.00' 02'31'01" N 88'0'/'22"E 222.71' 222.73' 5i3R� �`l PARCEL No. REMAINDER OF `� -(NE'5 le -A 9 TCE PART 3 �+A Na• TEMPORARY 201.486 ACRES (FAY DEED) j. w' Ncl SUBJECT TRACT & CONSTRIUCTION MCCART—RISINGER, L�,P. NIB LOCATION OF EASEMENT EASEMENT AREA C.C.F. NO. D204331963 26.1 2 ; SO. FT. OR 0.6.00 ACRES D.R.T.C.T. . �- ......................................... -- --- - - ----- ----- ..... ...,.....r,,,.,,,.- .. —i PROPOSED WIFSY RiSINGER A©" -PROPOSED _ - - - - RIGHT -OF --WAY u 3q 0 EASEMENT 10 C - _ - - SE - MtpSTREA A GAS [120`1'La6838w- C.C.F. 13n• 5:0' PERMANENT SCREENING MALL ..a IJADSCAIPE EASEMENT GRANTED -i FtIS1 ""'Fate ROAD rb EORi WORTH PARKVIEW ! pERtiI�NEEfT WATER b�AlN kASEMENT l i'� HOME OWNERS ASSOCIATION i THE F'SY RT +1ORTii R1GHT�OF-WA� -- C j{ OF FO� - �L VARTAflLE WIDTH 11603 C•E. NoR.T.C.T.�6d(1if1 GRANTED hdE 16521. PAGE 152 --- - _ CpglNEl p.R.7_G,T� _ - - EXISTING p.R.T.0 7. -��- __ -- - RIGHT-OF-WAY _` --------- _-�-- -- _ -- --- ---- -; i cry ill - ---_- -- o ! , 10.0' UTILITY EASEMENT LOT 21 �`46C) I' LOT 1 CABINET A, SLIDE 116G3 LOT . ��13 I P.R.T.C.T. REMAINDER OF B�OGI 3 TAT9 3 �N� T1T I �pC'd �F TATEg 201.486 ACRES or DEED) 'L D$ 116Q �m� � � E�SI�?E g s � 1 �'-� —~ MCCART-RISINGER. L.P. GgE A, 1r T• 0 CRP �, S C.C.F. G.R.T.C.T.331963 G� N�TP.R.T•G' M*Z i CAW p.R•T'C T, LOT $ LOT 20 1m I LOT 2 NOTES. 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" [RON ROD WITH BLUE CAP STAMPED "GORRONDOW SET UNLESS OTHERWISE NOTED. 3, ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60' 30' O 60' SCALE IN FEET 1 i f F � Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT �� ••��. T , REMAINDER OFALAND 201.486°ACRE SITUATED IN THE J. W. HAYNES SURVEYY ABSTRACT No. 781 —. --.�.. C U R I I S SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS 444 r AS RECORDED IN COUNTY CLERIC'S FILE No. 0204331963 DEED RECORDS OF TARRANT COUNTY, TEXAS •„ JOB No. HALF1403.00 DRAWN BY: CTA rq© mm- a9 T%E pART 3,uwTi iRiEGiR I Ri 3�77PR1OFFESSIONAL LAND SURVEYOR DATE: MARCH 5, 2015 EXHIBIT B PAGE 2 OF 5 S+C LE. 1" s 813'_ NO. 5494 TE_ AS FIRM No. 101O6SI10 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELLE BOULEVARD SOUTH FORT YICWTH, TX, 18118 • 817-4"-1424 FAX 817-4M-176B EXHIBIT ,d BIT "B " PARCEL No. 9 TC.E PART 3 CURVE TABLE CURVE RADIUS DELTA ANGLE CHORD B C-1 5055.00' Ofi 30'34" S 86'07 3 C-2 3372.10 09'09 35 S 8727 0— 538.51 539.08 C-3 3357.10' 08'18'16" N 87.52'45"E 486.15' 486.58' 0-4 3352,10' 00'5I'19" N 83'17'58"E $0.03' 50.03' C--5 5075.00' 03159,31" N 84'52'04"F 353.51' 353.58, 'TEMPORARY CONSTRUCTION EASEMENT AREA 26.123 SQ. rr. OR 0.600 ACRES UNE TABLE FARING CHORD LENGTH ARC LENGTH LINE SEARING DISTANCE 5 573.99" 574.30' L-4 N D6'16'23"W 5AD' REMAINDER OF 201.486 ACRES (8Y DEED) MCCART-RISINGER, L.P. C.C.S'. NO. D204331963 D.R.T.C.T. C�-3 J IN. HRA� Aa'� C-5 .:::...:.::::::: .._....... p319`00' RIGHT-OF-WAY 30.0' EASEMENT TO TEXAS J — - p{OPO.SEi) _ v — — -- — — Mi1]STREAiE GAS SERVICES. L.L.C. G.C.F. € o. D209230836 � Wf�.ST RiSil�C�R R�A� EXISTING PERMANENT WATER MAIN EASEMENT RIGHT -OF --WAY GRANTED TO THE CITY OF FORT WORTH VOLUME 16521. PAGE 152 — 0_R.T.C.T. WEST RISIGNER ROAD — _ V _ f F _ _ . m..� .._. _ _ — —. .— — _._ — (A VACA$INET A,TgUDERIdHl1fiO3 WAY P:R T.C.T. REMAINDER OF 201.486 ACRES (BY DEED) MCCART-RISINGER, L.P. C.C.F. NO. D204331963 D.R.T.C.T. PARCEL No. 9TCEPART3 SUBJECT TRACT & LOCATION OF EASEMENT NOTES: -��- 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD t1ifH SLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BE4RINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEli. MAD-83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOIRM ARE SURFACE. &vm IN 60' 3.0' 0 60' SCALE IN FEET' �` ,' g- Fort Wortn 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 s Q EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT 486 ACI7RAC ER OF LAND ,,vrjp 201 SITUATED IN THE J. W. HAYNES SURVEY, ABSTRACT No. 781 C.uRTIS SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY. TEXAS '• �j: ,,.� � PROJECT RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE CCIY PROD. No. 02239 EASEMENT AREA: 26.123 SQUAB' FEET OR 0.600 ACRES CUR"IIS SMITH JOB No. HALF1403.00 DRAWN BY: CTA CAD FILE: 09 TCE PART 3.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: MARCH 5. 2015 EXHIBIT 13 PAGE 3 OF 5 SCALD: 1" = 60' NO. 5494 TEXAS FIRM No. 10106900 Jmi GORRONDONA do ASSOCIATES. INC- . 7524..Mk NFWE1L ROULEVARD SOUTH FORT WORTH- TX- 78118 . R17-499-14.24 FAX 817—AAA—:t7S9 LINE TABLE LINE I BEARING I DISTANCE L-3 I N 0701'52"E 18.00' DIESEL HAMMER C.C.F. NO, D214061674 O.P.R,T.C.T. EXHIBIT 99B 99 PARCEL No. 9 TCE PART 3 ► - CURVE TABLE CURVE RADIUS DELTA ANGLE CHORD $FARING CHORDLENGTH ARC LENGTH C-2 3372,10' 1 OWOW35" S 87*2708"W 538.51' 539,0$' C-3 1 3357.10' 1 OB'18'1&" I N $7'82'45"E 486.15' 1 486.58' REMAINDER OF 201.486 ACRES (6Y DEED) MCCART—RISINGER, LP. C.C.F. NO. D204331963 D.R T.C.T. HA�H�S o 7�1 -TEMPORARY CONSTRUCTION EASEMENT AREA 26.123 SCE. ET. OR 0.600 ACRES PROPOSED %RIGHT-OF-WAY seT P.O.W. PROPOSED A�s1v,oa WEST RI l h�EF ROAD MARRI Ft WEST €�I INGER ROAD (A VARIABLE WIDTH RIGHT--OF-WAY 3a G' EA`�FMI NT TO TEXAS' CABINET' A, SLIDE 11603 � MIDSTRF4 � CA5 SERVICES, L.L.0 -_ P-R.T.C.T. C-C.F. No D2E?3?3S$3$ ? U RMAiYENT INATER MAhV ;;ASEt Et 17- TO 0 'UhIT"E GEC OF FORT sve4�r E PAGE 152 IT- ,f r r f s � r r PARCEL No7 9 TCE PART 3 SUBJECT TRACT &e LOCATION OF EASEMENT REMAINDER OF 201.486 ACRES (BY DEED) MCCART-RISINGER, L.P. C.C.F. NO. D204331953 D.R.T.C.T. NOTES - I. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, R.O.W. MARKERS ALONG THF. PROPOSED RIGHT-OF�-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. &vw RIGHT--OF--WAY r) cn Ld Z 1) 60' 30' 0 60' SCALE IN FEET i F Fort rt 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76.102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A RI=°f.11UNDER OF A 201.486 ACRE TRACT OF LAND SrrUA'iED IN THE J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERIC'S FILE No. D204331963 DE0 RECORDS OF TARRANT COUNTY. TEXAS G 2- ! ¢C� F r�� 17) JOB No. FIALF1403.013 DRAWN BY: CT'A CAD -. 09 E PART .DWG RIGi53--- RED PROF-ESSKINAL LAND StO&YOR DATE: MARCH S. 2015 EXHIBIT B PAGE 4_OF 5 —TSCALE_ 1" a 60' ING, 545r4 TEXAS_ FIRM N-m. 10140$40. GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76116 " 617-406-1424 FAX 817-49mr--5765 PARCEL No. 9 WE PART 3 CURVE TABLE CURVE RADIUS T-DE-L-TA--AN-G-LE-1 CHORD BEARING N 05'07'06"E N 05'06'013"E CHORD LENGTH 58.98' ARC LENGTH 59.08' C-7 C--8 295.00' 205.00' 11'28'28" 1 11'30128" 41.10' 41.17' C-9 220.00' 111'30'28" S DS'06'OB 4Y 44.11' 44.19' C-10 280.00' 1 11'28'28" 1 S 05°07'05' 55.98 56.O AOHA op"4 0 13 1,0a 3 SaTiI cp Sj'l DjF 8522 CABiNTpt.T•C T' LOT 1 EXISTING LOT 2 RIGHT-OF-WAY 7.5' UTILITY EASEMENT CABINET A, SLIDE 8822 --� L-7A OF SURVEY LINE I s\gNo J•AS-O' REMAINDER OF 201.486 ACRES (BY DEED) MCCART-RISINGER, L.P. c� C.C.F. NO. D204331963 D.R.T.C.T. I PARCEL No. 9 TOE PART 3 SUBJECT TRACT & LOCATION OF EASEMENT UNE TABLE LINE I BEARING DISTANCE L-6 N 00'37'08" W 153.08' t-7 I N BW20'52"E 1 15.00' L-8 I S 00'37'08"E 158.013' PROPOSED -�?' RIGHT-OF-WAY [ Z } N 0 LLI U) Z) L#J Z 5 � _jLLI2a� a �Q o� LOT 51 LOT 57 QCK X SOUTN LOT 58 OW CRl' jjDF 882. COIN p_8 - I LOT 50 / RIGHT-OF-WAY LOT 59 SET R.O.W. 6 JMARKFR 15.0' UTILITY EASEMENT CABINET A. SLIDE 8822 f - a.R.T.r..T. v TEMPORARY CONSTRUCTION SET R.O.W. EASEMENT AREA MARKER 26,123 SQ. Fr. -,., Off 0.600 ACRES URqV( Z) z SET R.O.w. Lu MARKER 0 > cf)Z oc) H Do Q.-i OL C? MATCH LINE PAGE 1 PROPOSED RIGHT-OF-WAY NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2_ R.Q.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEI'A, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE 0. 0000 s O10 1� Alasl p"c' Nv W,..La, 0z �27 Ra>- W 60' 30' 0 60' SCALE IN FEET City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANI COUNTY, TEXAS IN r7' S 7 CURTIs m- ITT - t� ' 5494 \Q a UUKKVNIJVNA & AtiSUUTAIWi. ING. • 7OZ4 JACK NhWFLL dUULEVAKU SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496^-1758 ■I PROJECT NAME: RISINGER ROAD FROM CROWL.EY ROAD TO 191'ICCART AVENUE PARCEL. No. 9 TCE PART 4 CITY PROJECT No. 02239 2301 W. RISINGER ROAD, FORT WORTH, TEXAS THOS O. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: McCART-RISINGER, L.P. GRANTOR'S MAILING ADDRESS: 2111 N. COLLINS ST, STE 323 ARLINGTON, TARRANT COUNTY, TX 76011-2810 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other goad and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Thos O. Moody Survey, Abstract No. 1070 and the J. W. Haynes Survey, Abstract No. 731, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 201.486 tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's bile No. D204331963 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B": Temporary Construction Easement 03/09/2015 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of road construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03l0912015 GRANTORS: McCart-Risinger, L.P. GRANTEE: City of Fort Worth (Name of person authorized to sign), Title Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City- Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of r. M Notary Public in and for the State of Texas Temporary Constnoction Easement 03/09/2015 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 9 TCE PART 4 CITY PROJECT No. 02239 2301 W. RISINGER ROAD, FORT WORTH, TEXAS THOS O. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781 EXHIBIT "A" Being a temporary construction casement situated in the Thos O. Moody Survey, Abstract No. 1070 and the J. W. Haynes Survey, Abstract No. 781, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 201.486 tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap (illegible) found for an interior ell corner in the north line of said 201.486 acre tract of land, said 5/8 inch iron rod with cap (illegible) being the southwest corner of said West Risinger Road (a 60.0' right-of-way) as recorded in Cabinet A, Slide 8822 of the Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "Dunaway & Assoc" found for reference bears North 03 degrees 16 minutes 06 seconds West, a distance of 4.92 feet; THENCE North 00 degrees 49 minutes 14 seconds West, with the north line of said 201.486 acre tract of land and with the existing west right-of-way line of said West Risinger Road, a distance of 55.00 feet to a R.O.W. marker set for the POINT OF BEINNING of the herein described temporary construction easement, said R.O.W. marker being in the proposed north right -of --way line of West Risinger Road; THENCE South 89 degrees 08 minutes 30 seconds West, with the proposed north right-of-way line of said West Risinger Road, a distance of 60.84 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 4945.00 feet, a central angle of 00 degrees 14 minutes 23 seconds, and whose chord bears South 89 degrees 15 minutes 41 seconds West, a distance of 20.69 feet; THENCE with the proposed north right-of-way line of said West Risinger Road and with said curve to the right, an arc length of 20.69 feet to a R.O.W. marker set for corner; THENCE South 89 degrees 22 minutes 52 seconds West, a distance of 656.20 feet to a R.O.W. marker set for corner; THENCE North 45 degrees 37 minutes 08 seconds West, a distance of 14.14 feet to a R.O.W. marker set for the intersection of the proposed north right-of-way line of said West Risinger Road with the proposed east right-of-way line of Charleston Avenue; Exhibit A Page 1 of 3 THENCE North 00 degrees 37 minutes 08 seconds West, with the proposed east right-of-way line of said Charleston Avenue, a distance of 158.08 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 220.00 feet, a central angle of 11 degrees 28 minutes 28 seconds, and whose chord bears North 05 degrees 07 minutes 06 seconds East, a distance of 43.98 feet; THENCE with the proposed east right-of-way line of said Charleston Avenue and with said curve to the right, an arc length of 44.06 feet to a R.O.W. marker set for the beginning of a reverse curve to the left having a radius of 280.00 feet, a central angle of I I degrees 30 minutes 28 seconds, and whose chord bears North 05 degrees 06 minutes 06 seconds East, a distance of 56.14 feet; THENCE with the proposed east right-of-way line of said Charleston Avenue and with said reverse curve to the left, an are length of 56.24 feet to a R.O.W. marker set for the southwest corner of Lot 59, Block 4 of Meadow Creek South, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 8822 of said Plat Records of Tarrant County, Texas, said R.O.W. marker being the southeast corner of said Charleston Avenue (a 60.0' right-of-way) as recorded in Cabinet A, Slide 8822 of said Plat Records of Tarrant County, Texas, said R.O.W_ marker also being in the north line of said 201.486 acre tract of land; THENCE North 89 degrees 20 minutes 52 seconds East, with the north line of said 201.486 acre tract of land and with the south line of said Lot 59, a distance of 15.00 feet to a point for the beginning of a non -tangent curve to the right having a radius of 295.00 feet, a central angle of 11 degrees 30 minutes 28 seconds, and whose chord bears South 05 degrees 06 minutes 06 seconds West, a distance of 59.15 feet; THENCE with said non -tangent curve to the right, an are length of 59.25 feet to a point for the beginning of a reverse curve to the left having a radius of 205.00 feet, a central angle of I I degrees 28 minutes 28 seconds, and whose chord bears South 05 degrees 07 minutes 06 seconds West, a distance of 40.99 feet; THENCE with said reverse curve to the Ieft, an arc length of 41.05 feet to a point for corner; THENCE South 00 degrees 37 minutes 08 seconds East, a distance of 153.08 feet to a point for corner; THENCE North 89 degrees 22 minutes 52 seconds East, a distance of 651.20 feet to a point for the beginning of a curve to the left having a radius of 4930.00 feet, a central angle of 00 degrees 14 minutes 23 seconds, and whose chord bears North 89 degrees 15 minutes 41 seconds East, a distance of 20.62 feet; THENCE with said curve to the left, an arc Iength of 20.62 feet to a point for comer; Exhibit A Page 2 of 3 THENCE North 89 degrees 08 minutes 30 seconds Bast, a distance of 60.85 feet to a point for corner in the north line of said 201.486 acre tract of land, said R.D.W. marker being in the west line of Lot 18, Block 4 of Meadow Creek South, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 8822 of said Plat Records of Tarrant County, Texas; THENCE South 00 degrees 49 minutes 14 seconds East, with the north line of said 201.486 acre tract of land and with the west line of said Lot 18, passing at a distance of 10.00 feet, a 5/8 inch iron rod with cap stamped "Carter & Burgess" found for the southwest corner of said Lot 18 and being the northwest corner of said existing West Risinger Road, in all, a distance of 15.0.0 feet to the POINT OF BEGINNING and containing 14,966 square feet or 0.344 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: March 5, 2015 CuAis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No, 10106900 Exhibit A Page 3 of 3 s EXHIBIT "B " PARCEL No. 9 TCE PART 4 CURVE TABLE CURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH LENGTH C-1 4945.00' 00' 14 23" 5 89' 13%1 "1Y 24.59' .69'C-5 1!!2( 4930.00' 00'14'23" N 89-i 5'41 "E 20.62' 0.82' LINE TABLE LINE BEARING IDISTANCE REMAINDER OF L-1 N 00.49'14"W 55,a0' 201.486 ACRES (BY DEED) L--2 S 8908'30"W 1 60.84' MCCART-RISINGER, L.P. L-5 N 89148'34"E SD.85' L-fi i S 00-49'14"E 1 15.00 C.C.F. NO. D204331963 n erelI 30-0' EASEMENT TO TEXAS MIDSTREAM GAS SERVICES, L.L.C. G.C.F. No. D209236836 O.P.R ,.C.T. PARCEL No. 9 TCE PART 4 � A�ojR' 7 SUBJECT TRACT & LOT 19 LOCATION OF EASEMENT TEMP0FLL�RY WEST CONSTRUCTION RISINGER ROAD EASEMENT AREA (A 60.0' RIGHT-OF-WAY) 14,966 SQ. FT. CABINET A, SLIDE 8822 OR 0.3" ACRES P.R.T.C.T. *E 651.20' C-6 L-•5 w Boa Jo Qp / Ca d = 5 C.T p.R :ti.: ..................................-...... .......... S 8W22'52'W 656.20' Str R.O.W. C-1 L-2 ------ _ _ PROPOSED O.B. ^ RIGHT-OF-WAY WEST R1SINGER ROAD SET R.O.W. _-__ _ _ - ----------- - ------------ --- MARKER... ----------_- - - - - - - - - - 24.0' VARIABLE WIDTH PERMANENT WATER MAIN EASEMENT _ T Y � _ GRANTED TO THE CITY OF FART WORTH LOT 18 PASSING AT 10.00', A FND. 5/8"CIR CARTER & BURGESS" ACCESS EASEMENT Vi3L'JME i &521, PAGE i 52 IV. Q. L, . C.C.F, No. D2064D2923 D.R.T.C.T. - - - - - - FND. 5 O.P.R.T.C.T. /8"CIR (ILLEGIBLE) ---_____-_-_...----._-_---- -FROM WHICH A FND. 5/8"CIR------------ "DUNAWAY & ASSOC" BEARS N 03'16'06"W 4.92' --------- - -- ---------- .----------- - --- ----------- . ------------- %- PROPOSED RIGHT-OF-WAY MOOD`( 1010 TN 0Sj�AC� No -- __-------------- -------a___-_-.____-_-- VARIABLE WIDTH I I EASEMENT & RIGHT -OF -NAB' REMAINDER OF I E TO TXU ELECTRIC 201 .486 ACRES ((BY DEED) ' ` DELIVERY COMPANY I I C.C.F. No. D207195232 MCCART-RISINGER, Lip. i I O.P.R.T.C-T, C.C.F. NO. D204331963 D.R.T.C.T. I I I I I NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.Q.W. MARKERS ALONG THE PROPOSED RIGHT -OF --WAY LINE ARE A 5/6" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTE14, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60' 30' 0 60' SCALE IN FEET C'it� of Fort Worth 1000 THROCKMORTON STRLET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE THOS 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH,. TARRANT' COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. 0204331963 DEED RECORDS OF TARRANT COUNTY, TEXAS I CURTIS SMITH A r -'l -494 .afte JOB No. HALF14G3.00 DRAWN BY: CTA I CAD FILE 09 DATE MARCH 51 2015 bfH18IT B PAGE_ 1 OF 2 1 SCALE: 1' - GORRONDONA & ASSOCiATES.INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WOR1 m EXHIBIT .d I.,JL.I I T ! 9 B 31 Q L.� w r1110PARCEL No. 9 TCIs PART 4 U) :3 2.. EXISTING I uj z =0� RIGHT -OF ---WAY OT OCK 4 SO�T22 cc>Raa LOT 59 pw cl SLID'' �$ LOT 49 LOT 48 X: 6z L-�4 It+l� IN�� A' �, C.T. . LOT 50 �� I3 R• U G� P• SIET R.O-yy LINE TABLE MARKER L5.0' UTJLrTY CASEMENT LINE BEARING DISTANCE CABINET A, SLI(]E 3922 L-3 N 45'37'08"W 14.14' r'1? ?.::.:� i P.R.T.C.T_ L-4 N 69'20'52 E 1 15.00' SET R.O.W. Ct sir Lu L i g 1ii cj) z r- OO 0000 tC La o tL SET R,o,w- ER CURVE TABLE CURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH I ARC LENGTH C--2 220.00' N 05"0-1'06"E 43.98" 44.00 C-3 280.00' _11-28728" 11'.30'28" N 05.06'06E 56.14' 1 56.?4, C--4 295.00' 11.30,281, S 05'OB'0e"VJ 59-15' 1 5$-25' C-5 205.00' 11'26'28- S 05'07'05-W 40.99' 1 41,05' H�( ,sS�F,P,C81 "-PROPOSED R1GH1'-OF--WAY J, A (5 00 I S !siww co a � p o �I V) I L* REMAINDER OF 201.486 ACRES (BY DEED) MCCART—RISINGER, L.P. C.C.F. NO. D204331963 D.R.T.C.T. ASEMENT AREA 4,966 SQ. Fr. N 89'22'52"E 651.20' 5 99'22'52V 65 01 ---- PROPOSE© - WEST RISINGER ROAD BIGHT -OF -WAY NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 602 30' 0 60' 2. R.O.W. MARKERS ALONG THE PROPOSED RIGKr—OF WAY LINE ARE A 5/8" IRON ROD WITH 1 BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. ; 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAO-83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREO SHIIAN l ATE SLfffFFGE- I SCALE IN FEET � DIRT City Worth rth 1000 THROCKMORTON STREET • FORT WORTH. TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF A 201.486 ACRE TRACT OF LAND SITUATED IN THE 11105 0. MOODY SURVEY, ABSTRACT No. 1070 J. W. HAYNES SURVEY, ABSTRACT No. 781 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204331963 DEED RECORDS OF TARRANT COUNTY, TEXAS K CURTIS SMIV 0 JOB No. HALF1403.00_ DRAWN BY: CAD FILE: 09 TCE PART 4.DWG REGISTERED PROFFESSIONAL LAND SU90-, OR DATE: MARCH 5, 2015 EXHIB[T 6 PAGE 2 OF 2 1 SCALE. 1' = 60' NO. 5404 TM9 RRM Na 10ENO U.1 GORRONDONA & ASSOCIATES, INC. * 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76116 • 817--496-1424 FAX 817-$96-1768 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 10 PERMANENT STREET EASEMENT CITY PROJECT No. 02239 W. RISINGER ROAD, FORT WORTH, TEXAS E. B. DISHMAN SURVEY, ABSTRACT No. 407 JACOB WILCOX SURVEY, ABSTRACT No.1743 EXHIBIT "A" Being a permanent street easement situated in the E. B. Dishman Survey, Abstract No. 407 and the Jacob Wilcox Survey, Abstract No. 1743, City of Fort Worth, Tarrant County, Texas, said permanent street easement being a portion of two tracts of land deeded to the Gulf, Colorado and Santa Fe Railway Company as recorded in Volume R, Page 530 and Volume .R, Page 534 of the Deed Records of Tarrant County, Texas, said two tracts of land currently owned by Burlington, Northern and Santa Fe Railway Company, said permanent street easement being more particularly described by metes and bounds as follows: BEGINNING railroad spike found for the most easterly northeast corner of a 201.486 acre tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of the Official Public Records of "Tarrant County, Texas, said railroad spike being the southeast corner of a 45.594 acre tract of land (by deed) deeded to CJB Prime Property, LLC as recorded in County Clerk's File No. D210196934 of said Official Public Records of Tarrant County, Texas, said railroad spike also being the apparent southwest corner of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534, said railroad spike also being the apparent northwest corner of said Gulf, Colorado and Santa Fe Railway tract of land recorded in Volume R, Page 530; THENCE North 01 degrees 25 minutes 46 seconds East, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the east line of said 45.594 acre tract of land, a distance of 119.62 feet to a point for corner; THENCE South 88 degrees 34 minutes 14 seconds East, a distance of 40.00 feet to a point for corner; THENCE South 01 degrees 25 minutes 46 seconds West, a distance of 60.93 feet to a point for corner; THENCE North 89 degrees 45 minutes 46 seconds East, a distance of 59.85 to point for corner in the east line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534, said point being in the west line of a 4.733 acre tract of Iand (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk File No. D210264416 of said Official Public Records of Tarrant County, Texas; Exhibit A Page 1 of 3 THENCE South 01 degrees 25 minutes 00 seconds West, with cast line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the west line of said 4.733 acre tract of land, a distance of 57.26 feet to a plc nail found for the southwest corner of said 4.733 acre tract of land, said pk nail being the apparent southeast corner of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534, said point also being the apparent northeast corner of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530; THENCE South 01 degrees 10 minutes 40 seconds West, with east line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530, a distance of 1996 feet to a mag nail found for the northwest corner of a 6.26 acre tract of land (by deed) described as Tract One deeded to 2201 .Reisinger, L.L.C. (50% undivided interest) as recorded in County Clerk's file No. D209049450 of said Official Public Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in Volume 9931, Page 1980 of said Deed Records of Tarrant County, Texas, and being further described in County Clerk's File No. D208403925 of said Official Public Records of Tarrant County, Texas; THENCE South 01 degrees 25 minutes 45 seconds West, with east line of said Gulf, Colorado and Santa Fe Railway Company tract of Iand recorded in Volume R, Page 530 and with the west line of said 6.26 acre tract of land, a distance of 37.83 feet to a point for corner; THENCE South 89 degrees 45 minutes 46 seconds West, a distance of 99.96 feet to a point for corner in the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530 and being in the cast line of said 201.486 acre tract of land; THENCE North 01 degrees 25 minutes 16 seconds East, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530 and with the east line of said 201.486 acre tract of land, a distance of 57.52 feet to the POINT OF BEGINNING and containing 13,951 square feet or 0.320 acres of land, of which 2,604 square feet or 0.060 acres of land lies within the existing prescriptive road area for West Risinger Road leaving a net area of 11,347 square feet or 0.260 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the "Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface, Date: May 4, 2016 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT PARCEL No. 10 PERMANENT 99B 99 STREET EASEMENT I f 45.594 ACRES (BY DEED) CJB PRIME PROPERTY, LLC C.C.F. NO. D210196934 O:P.R,T-C�.T � 4O.,0 .. C4 ©�S"M N B• co Cl �•�S�Rp RAILROAD SIGNAL CABINET MP 336.25 i APPROXIMATE LOCATION OF SURVEY LINE N FOUND RAILROAD SPIKE WEST RISINGER ROAD ------------- - �108 �L� � ,yApk$510 - PERPETUAL EASEMENT AND RIGHT-OF-WAY FOR ROAD PURPOSES GRANTED TO CONVEYOR CORPORATION OF AMERICA, INC. VOLUME 7257, PAGE 2312 D-R.T.C.T. REMAINDER OF 201-486 ACRES (BY DEED) MCCART-RISINGER, L.P. C.G.F. NO. D204331963 O.P.R.T.C.T. Awl f20AD AREA 2,504 5Q. �r [2R n;Pn arq[ S 99'45'46 W . 99.96' I GULF, COLORADO & SANTA f� RAILWAY COMPANY CURRENTLY OWNED 9Y I RURUNGTON NORTHERN & SANTA FE RAILWAY COMPANY i VOLUME R, PAGE 530 D.R.T.C.T. LINE TABLE LINE L;FARING DISTANCE 40.006` L-1 S 88-334 +4E— L-2 5 01-25 46 60.93' L-3 N 89'45'46�E 59.05 L-4 L-5 S _ 01-25 OO S OY10'46 57F26 15.98' VEY L-6 S 01'25'49 V� L-7 N 01'25 1 B E 1 57.52 4.733 ACRES (BY DEED) SOUTHWEST METAL TREATING CORPORATION, LLC C.C.F. No. D210264416 O.P.R.T.C.T. PERMANENT STREET EASEMENT AREA 11,347 SQ. FT. OR 0.260 ACRES (NET) d---------_.---_.._...-_--_.--_ — li APPROXIMATE LOCATION OF SURVEY LINE — ' D. PK NAIL INVEST RISINGER ROAD L_ FIND_ MAG NAIL ..-__ --- _ ---- p 60' ROAD EASEMENT DEDICATED TO THE USE AND BENEFIT OF THE PUBLIC AS A ROAD EASEMENT VOLUME 5168. PAGE 278 U.R.T.C.T. 6.26 ACRES (BY DEED) 2201 RISINGER, L.L.C. (50% OWNERSHIP) C.C.F. No. D209049450, O.P.R.T.C.T. PAMELA L. ANDERSON. TRUSTEE OF THE ANDERSON MARITAL TRUST (507 OWNERSHIP) VOLUME 9931, PAGE 1980. D.R.T.C.T. FURTHER DESCRIBED IN 0208403925 O.P.R.T.C.T. f.--,4 'LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 11 60' 30' 0 60' 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT OF WAY LINE ARE A 5J8e IRON ROD WITH BLUE CAP STAMPED "GORRONDOW SET UNLESS OTHERWISE NOTED. 3. ALL NAD 83, INGS AND THE NORTH COORDINATES ENTRAL ZONEE420x ALL. DISTANCED NCES ANTHE D AREAS SHOWN ARDINATE E TRFACE. SCALE IN FEET ® Worth )00, L 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A STREET EASEMENT OUT OF A TWO TRACTS OF LAND SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 & THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME R, PAGE 530 & VOLUME R, PAGE 534 DEED RECORDS OF TARRANT COUNTY, TEXAS STE. 1 CLa TM SMITI` c t 5a49+4 .,� CAD CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR 81 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No.1.0 TCE-PART 1 CITY PROJECT No. 02239 W. RISINGER ROAD, FORT WORTH, TEXAS E. B. DISHMAN SURVEY, ABSTRACT No. 407 EXHIBIT "A" Being a temporary construction easement situated in the E. B. Dishman Survey, Abstract No. 407, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a tract of land deeded to the Gulf, Colorado and Santa Fe Railway Company as recorded in Volume R, Page 534 of the Deed Records of Tarrant County, Texas, said tract of land currently owned by Burlington, Northern and Santa Fe Railway Company, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a railroad spike found for the most easterly northeast corner of a 201.486 acre tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Cleric's File No. D2043 31963 of the Official Public Records of TatTant County, Texas, said railroad spike being the southeast corner of a 45,594 acre tract of land (by deed) deeded to CJB Prime Property, LLC as recorded in County Clerk's File No. D210196934 of said Official Public Records of Tarrant County, Texas, said railroad spike also being the apparent southwest cornet of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534, said railroad spike also being the apparent northwest corner of a tract of land deeded to Gulf, Colorado and Santa Fe Railway as recorded in Volume R, Page 530 of said Deed Records of Tarrant County, Texas, fiom which a PK nail found for the southwest coiner of a 4.733 acre tract of land deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk's File No. D210264416 of said Official Public Records of Tarrant County, Texas bears North 89 degrees 36 minutes 49 seconds East (radial bearing), a distance of 99.81 feet, said PK nail being in the north right-of-way line of West Risinger Road (a variable width right-of-way), said PK nail also being in the west line of said Gulf, Colorado and Santa Fe Railway tract of land recorded in Volume R, Page 530; THENCE North 01 degrees 25 minutes 46 seconds East, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the east line of said 45.594 acre tract of land, a distance of 119.62 feet to the POINT OF BEGINNING of the herein described temporary constniction easement, said point being the northwest corner of a proposed road easement; THE, North 01 degrees 25 minutes 46 seconds East, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the east line of said 45.594 acre tract of land, a distance of 884.59 feet to a point for corner; THENCE South 88 degrees 34 minutes 14 seconds East, a distance of 40.00' feet to a point for corner; Exhibit A Page 1 of 2 THENCE South 01 degrees 25 minutes 46 seconds West, a distance of 884.59 feet to a point for the most northerly northeast corner of a proposed street easement; THENCE North 88 degrees 34 minutes 14 seconds West, with the most northerly north line of said proposed street easement, a distance of 40,00 feet to the POINT OF BEGINNING and containing 35,383 square feet or 0.812 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers clung the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the. Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface, Date: May 4, 2016 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of EXHIBIT g9B 1) PARCEL No. 10 TCH PART 1 MATCH LINE PAGE 2 45.594 ACRES (BY DEED) CJB PRIME PROPERTY, LLC C.C.F. NO, D210196934 O.P.R.T.C.T. APPROXIMATE LOCATION OF SURVEY LINE P. 0. G'. FOUND RAILROAD SPIKE WEST RISINGER RDA® (A VARIABLE WIDTH RIGHT-OF-WAY)--- Cp9 W\. N S 11A'cl . PERPETUAL EASEMENT AND RIGHT---OF-WAY FOR ROAD PURPOSES GRANTED TO CONVEYOR CORPORATION OF AMERICA, INC. VOLUME 7257, PAGE 2312 D.R.T.C.T. REMAINDER OF 201.486 ACRES (BY DEED) MCCART-RISINGER, L.P. C.C.F. NO. 0204331963 O.P.R.T.C.T. W toI to N! 0 z ffl NA,. 4 llb I 8g 'gN L— LINE TABLE LINE BEARING DISTANCE L-1 N 88'34'1 V 40.0 V ,40 S- p�SHMANoSv0 1 ABS.�Rp,G 4.733 ACRES (BY DEED SOUTHWEST METAL TREATING CORP RATION, LLC C.C.F. No. D210264416 O.P.R.T.C.T. (RADIAL BEARING) N 89'36'49"E - -- -__- ------------- ----- APPROXIMATE LOCATION 99.81' OF SURVEY LINE — P�K�NAIL V� �FpN�D. Et I Rit NGE ©AD tiiY� (A VARIABLE WIDTH RIGHT-OF-WAY) _,--______ w_ — /EXISUTING 60' ROAD EASEMENT PRESCRIPTIVE DEDICATED TO THE USE ROAD AREA AND BENEFIT OF THEPUBLIC AS A ROAD EASEMENT VOLUME 5168, PAGE 278 D.R.T.C.T. PROPOSED ROAD EASEMENT "ULF, COLORADO & SANTA I FE RAILWAY COMPANY CURRENTLY OWNED BY i 6.26 ACRES (BY DEED) JRLINGTON NORTHERN & SANTA 2201 RISINGER, L.L.C. (50% OWNERSHIP) FE RAILRWAY COMPANY C.C.F. Nn, D209049450, O.P.R.T.C.T. VOLUME R, PAGE 530 PAMELA L. ANDERSON, TRUSTEE OF THE D.R.T.C.T, ANDERSON MARITAL TRUST (50% OWNERSHIP) VOLUME 9931, PAGE 1980, D.R.T.C.T. FURTHER DESCRIBED IN D20B403925 O.P.R.T.C.T. NOTES: - 1, A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W, MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 60' 30' 0 60' SCALE IN FEET City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING -� TEMPORARY CONSTRUCTION EASEMENT ,.•••.� T OUT OF A TRACT OF LAND 'F' SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 •� 'APTIS SMI1 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS �• AS RECORDED IN t� 75,494 VOLUME R, PAGE 534 DEED RECORDS OF TARRANT COUNTY, TEXASn'..� CAD RTIS PROFESSIONAL LAND SURVEYOR 45,594 ACRES (BY DEED) CJB PRIME PROPERTY, LLC C.C,F, NO, D210196934 EXHIBIT 99B 99 PARCEL No. 10 TCE PART 1 k 6 in �2-"vg oo�g��F �oQ04a� pJJ Zj 5.7 W cr 33 m MATCH LINE PAGE 3 I I 2.99 ACRES (BY DEED) SOUTHWEST METAL TREATING CORPORATION, LLC I VOLUME 11455, PACE 846 D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT —OF WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA° SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD--83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 4.733 ACRES (BY DEED) METAL TREATING CORPORATION, LLC C.C.F. No. D210264418 O.P,R.T.C.T. 60' 30' 0 60, SCALE 1N FEET MATCH LINE PAGE 1 1000 THROCKMORPON STREET • FORT WORTH, TEXAS 76102 EXHIBIT' SAHOWING TEMPORARY CONSTRUCTION EASEMENT'; OUT OF A +y TRACT OF LAND7} 1 SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 CU TIS SMTHI. CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN 1F 545 4 r VOLUME R, PAGE 534 DEED RECORDS OF TARRANT COUNTY, TEXAS �51 nu viatriviv mmrjr; as aoa amomfNr:. r�r.r urur, a.aic nLnca CURTIS SMITH JOB No. HALF3403;00 DRAWN BY: JEC CAD FILE; PAR1oTCEl'T1.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: MAY 4 2016 HIBIT B PAGE 2 OF 3 SCALE: 1 - 60' ND. 5494 TEXAS FIRM No. 1010.690.0 GORRONDONA & ASSOCIATES. 1 C, • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817--496--1424 FAX 917-406-1768 AN SURD 0 B• ID CM �° qp' E ABSIRA 45.594 ACRES (BY DEED) CJB PRIME PROPERTY, LLC C.C.F. NO. D210196934 O.P.R.T.C.T. Ip 60' 30' 0 60' SCALE IN FEET PARCEL No. 10 TCE PART 1 S 88'34'14`°E L 40.00' :: i y�1 :I � :; i to � � W 1-4Inp 1S��gAj jl}� 6409 ... � a c�i I CIflDs INET �',T.a T' CAD P. };....:.......aJr ............: C4 :U) jU3�� �i: ii i ii•: =: r::i^i:: N le FNO 5/8"IR 2.99 ACRES (BY DEED) : SOUTHWEST METAL TREATING CORPORATION, LLC VOLUME 11455, PAGE 846 D.R.T.C.T. ::! 1 :') ��:� E• BS�Rp�G� Np, MATCH LINE PAGE 2 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SET UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. &q;RUT 0�wwtxz ----%f Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT "©F• T OUT OF A ,�'p;.C�lSTj��Ctiss A TRACT OF LAND SITUATED IN THE E. 8, DISHMAN SURVEY, ABSTRACT No. 407 C TIS SM11T CITY OF FORT WORTH, TARRANT COUNTY, TEXAS _ . AS RECORDED IN • . 5494 i VOLUME R PAGE 534 DEED RECORDS OF ARRANT COUNTY, TEXAS I UI` ll.Q I A nulsca CURTfS SM JLC I CAD FILE; PARIOTCEPTI.DWG REGISTERED PI AGF 3 OF 3 1 SCALE: 1" — 60' N0. 5494 IIIIIII f.,npp 11JIN1NA W A ROMATFC_ IN(' ♦ 7.r%74 JACK NFLVFI 1 RnIII FVARn RMITH FORT WORTH- TX- 1811H ♦ Ml 1--49F1-1474 FAX N —4mb—1 itsm � PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. 10 TCE-PART 2 CITY PROJECT No. 02239 W. RISINGER ROAD, FORT WORTH, TEXAS JACOB WILCOX SURVEY, ABSTRACT No. 1743 EXHIBIT "A" Being a temporary construction easement situated in the Jacob Wilcox Survey, Abstract No. 1743, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a tract of land deeded to the Gulf, Colorado and Santa Fe Railway Company as recorded in Volume R, Page 530 of the Deed Records of Tarrant County, Texas, said tract of land currently owned by Burlington, Northern and Santa Fe Railway Company, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a railroad spike found for the most easterly northeast corner of a 201.486 acre tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of the Official Public Records of Tarrant County, Texas, said railroad spike being the southeast corner of a 45.594 acre tract of land (by deed) deeded to CJB Prime Property, LLC as recorded in County Clerk's File No. D210196934 of said Official Public Records of Tarrant County, Texas, said railroad spike also being the apparent southwest corner of a tract of land deeded to the Gulf, Colorado and Santa Fe Railway Company as recorded in Volume R, Page 534 of said Deed Records of Tarrant County, Texas, said railroad spike also being the apparent northwest corner of said tract of land deeded to Gulf, Colorado and Santa Fe Railway as recorded in Volume R. Page 530, from which a PK nail found for the southwest corner of a 4.733 acre tract of land deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk's File No. D210264416 of said Official Public Records of Tarrant County, Texas bears North 89 degrees 36 minutes 49 seconds East (radial bearing), a distance of 99.81 feet, said PK nail being in the north right-of-way line of West Risinger Road (a variable width right-of-way), said PK nail also being in the west line of said Gulf, Colorado and Santa Fe Railway tract of land recorded in Volume R. Page 530; THENCE South 01 degrees 25 minutes 16 seconds West, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R. Page 530 and with the east line of said 201.486 acre tract of land, a distance of 57.52 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being in the south line of a proposed road easement; THENCE North 89 degrees 45 minutes 46 seconds East, with the south line of said proposed road easement, a distance of 99.96 feet to a point for corner in the east line of said Gulf Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530, said point being in the west line of a 6.26 acre tract of land (by deed) described as Tract One deeded to 2201 Risinger, L.L.C. (50% undivided interest) as recorded in County Clerk's File No. D209049450 of said Official Public Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in Volume 9931, Page Exhibit A Page 1 of 2 1980 of said Deed Records of Tarrant County, Texas, and being further described in County Clerk's File No. D208403925 of said Official Public Records of Tarrant County, Texas, from which a Mag nail found for the northwest corner of said 6.26 acre tract of land bears North 01 degrees 25 minutes 45 second East, a distance of 37.83 feet, said Mag nail being in the existing south right-of-way line of West Risinger Road (a variable width right-of-way), said Mag nail being in the east line of said tract of land deeded to Gulf, Colorado and Santa Fe Railway Company recorded in Volume R, Page 530; THENCE South 01 degrees 25 minutes 45 seconds West, with east line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530 and with the west line of said 6.26 acre tract of land, a distance of 15.01 feet to a point for corner; THENCE South 89 degrees 45 .minutes 46 seconds West, a distance of 99.96 feet to a point for comer in the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530 and being in the east line of said 201.486 acre tract of land THENCE North 01 degrees 25 minutes 16 seconds East, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530 and with the east line of said 201.486 acre tract of land, a distance of 15.01 feet to the POINT OF BEGINNING and containing 1,499 square feet or 0.034 acres of land, more or less. (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: May 4, 2016 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT 99B 99 PARCEL No. f 0 TCP PART 2 f � ! z 45.594 ACRES (BY DEED) CJB PRIME PROPERTY, LLC 1 I z>- m V' } Z¢ "l d C.C.F. NO. D210196934 U-) � a w .1I a z ou O.P.R.T.C.T, If w r o0rVa¢.Ci .J WC1 1W, �. A PROPOSEDMEMEN ROAD ---�- �o ", o SDRACl --a u z RAILROAD SIGNAL CAB NET MP 336.25 ago PROPOSED KOAD EASEMENT L_ APPROXIMATE LOCATION OF SURVEY LINE - LINE TABLE LINE �EATtINC L-1' _ S 01"2S 1' _I715TANCE S7.52 L^2 W �i'i5 4� 4.733 ACRES (BY DEED) SOUTHWEST METAL TREATING CORPORATION, LLC C.C.F. No. D210264416 O.P.R.T.C.T. .------- - ..-_..----a.._.._....... --- //�� //�� (RADIAL BEARING) P+V+I�+ N 89'36'49"E APPROXIMATE LOCATION FOUND RAILROAD 99,81— OF SURVEY LINE SPIKE END. PK NAIL WEST RISINGER ROADRISINGER ROAD (A VARIABLE WIDTH RIGHT-OF-WAY) -_7N849'4,5-'4 (A VARIABLE WIDTH RIGHT-OF-WAY) �( �FND. MAGC PRESCRIPTIVE N CQ�w"r N�1,4 ROAD AREA UAnD BENEEICATED � OE THETHE EA 9 �RA� ..+-6 E 99.96� S 01.2 V45�W PUBLIC AS A ROAD EASEMENT A ��! VOLUME 5168, PAGE 278 . n� N 01 25 11] E - } .. _.....:... 15.01' _ -- — — — TEMPORARY CONSTRUMON PERPETUAL EASEMENT AND RIGHT-OF-WAY S IS•4J'4B`W �9.9E1� EASEMENT AREA FOR ROAD PURPOSES GRANTED TO GULF, COLO�O & SANTA 1,499 SQ. FT. CONVEYOR CORPORATION OF AMERICA, INC. FIE RAILWAY COMPANY OR 0.034 ACRES VOLUME 7257, PAGE 2312 CURRENTLY OWNED BY D.R.T.C.T. I EiUtitINGYON NORTHERN & SANTA 6.26 ACRES (BY DEED) FIE RAILWAY COMPANY 2201 RISINGER, L.L.C. (50% OWNERSHIP) VOLUME R, PAGE 530 REMAINDER OF � D.R.T.C.T. C.C.F. No, D209049450, O.P.R.T.C.T. 201,486 ACRES (HY DEED) PAMELA L. ANDERSON, TRUSTEE OF THE MCCART-RISINGER, L.P. I ANDERSON MARITAL TRUST (50% OWNERSHIP) C.C.F. NO. D204331963 VOLUME 9931, P RGE 1T SO D.R,T.C.7. O.P.R.T.C.7, FURTHER DESCRIBED IN D20a403925TO O. NOTES. 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. P.O.W. MARKERS ALONG THE PROPOSED RIGHF--OF—WAY LINE ARtti A 5/0' IRON ROD WITH BLUE CAP STAMPED •GORRONDONA' SET UNLESS 07HMWISE NO110. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSUM, NAD-83. THE NORTH CENTRAL ZONE 4207.. ALL DISTANCES AND AREAS SHOWN ARE SURFACE, sa' 30' a so' SCALE IN FEET City of Fart Worr-itth 1400 THROCKMOR70N STREET FORT WORTH, TEXAS 76102 EXwBrr AwawlNc TEMPORARY CONSTRUCTION CASEMENT OUT OF A TRACT OF LAND SITUATED IN THE JAGOB WILCOX SURVEY, ABSTRACT Na. 1743 CITY OF FORT WOE R�CpRADFi �AIC�T COUNTY. TEXAS VOLUME R, PAGE 530 DEED RECORDS OF TARRANT COUNTY, TEXAS i:U 115 WITH ?� No. HALF3403.00 SMITH m GORRONDONA dG ASSOCIATES, INC. + 7524 JACK NEWELL BOULEVARD SUUIFI fUK! WUKIH, IX. /611d • dll-48d-1424 ERX 151/--48U^l115d m GC-4.02 Subsurface and ]Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 GEOTECHNIOAL ENGINEERING STUDY PAVEMENT IMPROVEMENTS W. RISINGER ROAD FORT WORTH, TEXAS Presented To: Halff Associates, Inc. October 2014 PROJECT NO. 117-14-184 err�cmi ENGINEEIBING, INC. October 22, 2014 Report No.. 117-14-184 Halff Associates, Inc. 4000 Fossil Creek Boulevard Fort Worth, Texas 76137 Attn: Mr. Benjamin McGahey, P.E_ GEOTECHNICAL ENGINEERING STUDY PAVEMENT IMPROVEMENT'S W. RISINGER ROAD FORT WORTH, TEXAS Dear Mr. McGahey: 7636 Pebble Drive Fort Worth, Texas 76118 www.cmjengi.com Submitted here are the results of a geotechnical engineering study for the referenced project_ This study was performed in general accordance with CMJ Proposal 14-5156 (Revised) dated March 24, 2014. Authorization to proceed was provided by Mr. Benjamin McGahey, P.E. on September 2, 2014. 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 Halff Associates, Inc.. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION No. F-9177 ��:��'••;9 ' it I......................... TTexaso.. JAIUIES P. SAPPINGTON, IV i.,.,................. ... J97402pington lV, P E. tj °�c•;��er402 copies submitted: (2) itrlr. Benjamin McGahey, P.E.; Halff Associates, Inc. (email & mail" I 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---------------------_--_--------------------------------------------------------------------- 5 5.0 EARTHWORK ------------------ --------------------- —------------ —------- --------------------------- —-------------- 10 6.0 CONSTRUCTION OBSERVATIONS -- ---- -..------------------------------------ —-------------------------- _-- 13 7.0 REPORT CLOSURE ------------------------------------------- —--------- —----------------------------------------- 14 APPENDIX A Plate Planof Borings ----- ------------------------- ------------------ —------ —---------- —----- --------------- —--- A.1A — A.1 B Unified Soil Classification System ------------------------------- —---------------- ------------------ -------- —------- A.2 Key to Classification and Symbols -------- —---------------- —-------------------------------------------- ---------- ----A.3 Logsof Borings ---------- -------------------------- ..-..---------- —------------------- ---------- -------- ----------- A.4 — A.16 Free Swell Test Results -------------------------------------- ----- ----------- ------------- --------------- ------------- A.17 Lime Series Test Results ----------------------- ----------------- ---------------- —------ -------------------------------- A.18 Soluble Sulfate Test Results --------------------------- ---------- ---_---------- —--------------------------- A.19 APPENDIX S Plate PavementThickness Design ---- -------------------------------- -..--_---- ------------------------------------------------ B_1 Report No. 117-14-134 CMJ ENGINEERING. INC. 1.0 INTRODUCTION 1.1 General This report presents the results of a geotechnical engineering study for pavement improvements for W. Risinger Road from near Poynter Street to approximately 400 feet east of FM 731 in Fort Worth, Texas for an approximate project length of 5,700 linear feet. Two new westbound lanes are planned from near Poynter Street to the BNSF railroad (eastbound lanes designed by others). Between the BNSF railroad and FM 731, a four -lane divided roadway is planned. In addition, the intersection at FM 731 will also be reconstructed. Portland cement concrete (PCC) pavements are anticipated- This report conforms to the draft document City of Fort Worth Pavement Design Manual, dated July 2012. Plates AAA and A.1 B, 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,117-14-184 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 thirteen (13) vertical soil borings drilled to a depth of 10 feet below existing grades. The borings were drilled with truck mounted drilling equipment using continuous flight augers at the approximate locations shown on the Plans of Borings, Plates AAA and A.1 B. The boring logs are included on Plates AA through A.16 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 -wailed 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 sampies 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 4.5f. 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 Report No. 117-14-184 •e'...'V L1Y la2�GG1lLi 4�x, 11NL 2 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 hydrated bentonite chips and plugged at the surface by hand tamping. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits), 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. Free swell tests were performed on specimens from selected samples of the clays. These tests were performed to help in evaluating the swell potential of the soils in their existing state. The results of the swell tests are presented on Plate A.17. Two 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.18. 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.19. The above laboratory tests were performed procedures, or generally accepted practice in general accordance with applicable ASTM Report No. 1 1 7-14-M eMJ ENGINEERiNGANC, 3 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology According to the Dallas Sheet of the Geologic Atlas of _Texas, the project site is situated in an undivided mapping unit which includes the Grayson Marl formation and Main Street formation of the Cretaceous age. The Grayson Marl Formation is characterized by limestones and shales. Residual soils associated with these formations consist of moderately active to highly active clays. The Main Street consists of regularly alternating layers of limestone and clay or shale, each generally less than one foot thick. This formation typically weathers to form relatively shallow deposits of active clay soils. 3.2 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 pavement is present at the surface in Borings B-10 through B-13 with thicknesses of 3 to 6 inches. Gravel is present beneath the asphalt in Borings B-10, B-12, and B-13 with thicknesses of 9 to 12 inches. Possible lime treated light brown silty clay soils are noted below the asphalt in Boring B-11 with a thickness of 12 inches. Fill materials are noted below the pavement in Boring B-10, consisting of dark brown and brown silty clays and clays and tan limestone gravel. The fills extend through boring termination at 10 feet. Natural soils encountered consist of dark brown, brown, light brown, reddish brown, and tan silty clays and clays. Limestone fragments and/or calcareous nodules are frequently present within these soils. The various clays encountered had tested Liquid Limits (LL) of 26 to 67 with Plasticity Indices (PI) of 12 to 47 and are classified as CL and CH by the USCS. The various natural clays were generally stiff to hard (soil basis) in consistency, with pocket penetrometer readings ranging from 2.25 to greater than 4.5 tsf. The clay soils had tested dry unit weight values of 98 to 124 pcf and unconfined compressive strengths ranging from 4,040 to 22,310 psf. Borings B-11 through B- 13 were terminated within the clays at a depth of 10 feet. Report No. 117-14-184 4 CM3 ErTr-1NEER1NG,110 . Tan limestone with clay seams and occasional clay layers is next present in Borings B-1 through 13- 9 at depths ranging from % to 7 feet and continues through boring termination at 10 feet. The tan limestone is generally moderately hard to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of % to 51/ inches of penetration per 100 blows. 3.3 Ground Water Observations The borings were drilled using continuous flight augers in order to observe ground water seepage during drilling. Ground water seepage was not encountered during drilling and the borings were dry at completion of drilling operations. 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. Ground water can trap atop limestone or occur in joints in the clays particularly during periods of extended or heavy rainfall. Seasonal water seeps can occur where the limestones are approached or exposed by cuts. Permanent subsoil drains may be required in some areas to intercept this seepage, given the relatively shallow limestone in select borings. This can be evaluated by qualified geotechnical personnel following rough site grading. 4.4 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. 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 Repoi t No. 117-14-104 CMJ ENGINEERING, INC, 5 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. 4.1.2 Subgrade Preparation Anticipated subgrade materials generally consist of clay materials of low to moderate plasticity. These higher plasticity clays, those with a Plasticity Index (PI) of 20 or greater, 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 ranging from on the order of 2 to 4 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. 4.3 Sulfate -induced bearing 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 1,000 parts -per -million (ppm) or less are usually of low concern and warrant only observation of the subgrade during the stabilization process_ The soluble sulfate levels of the tested samples were less than 100 ppm to 280 ppm. Since the Report No.. 117-14-184 LM; ENGINEERING, INC. s samples tested were below 1,000 ppm, a single treatment process is recommended at this time_ Additional subgrade soil testing is recommended during construction to check for any soluble sulfate levels in excess of 1,000 ppm. The single treatment is described in Section 4.4. 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. Prior to lime addition, the subgrade should be proofrolled with heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described Section 5.0. The stabilized pavement subgrade, should be scarified to a minimum depth of S 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. It should then be protected and maintained in a moist condition until the pavement is placed. 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, 2004 Edition. The presence of limestone fragments in the surficiai clays can complicate mixing of the soil and lime. 4.4.2 subgrade Preparation Considerations Cuts can expose the limestone. These limestones provide excellent support in an undisturbed condition; however, they are difficult to cut to finished grade and some fill is required. Treatment of limestones with lime per Section 4.4.1 is not necessary. Pulverization and compaction equipment often break down the limestone to a material that also benefits from stabilization, although large rock fragments hamper conventional mixing procedures_ Depending on the required grades, it may be advisable to undercut such areas and place a material suitable for stabilization or to place Report No. 117-14-184 CMJ ENGINEOUNG,INC. 7 a lime stabilized clay or flexible base.. This can best be evaluated by an on -site inspection after grading is completed. 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 4.7. 4.5 Pavement Section alit!!. Risinger Road 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 July 2012, the following design parameters were used in our thickness design calculations for the proposed roadway. SubgradeSoils............................................................................. Clay DesignLife............................................................................... 30 years Initial Serviceability.. ................................................................. 4.5 (rigid) Report No. 117-14-184 CMJ ENGI SNITRING,aNw 8 Terminal Serviceability....................._...._............................. 25 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. Table 4.5-1 Pavement Thickness Summary Pavement Section Street Classification Growth Factor Design ESAIL Thickness Material tin. 10%a Portland Cement Concrete Arterial 2.5% 13,170,000 a Lime Stabilized Subgrade 4.6 Pavement Material Requirements Material and process specifications are required to be in accordance with the City of Fort Worth Pavement Design Standards Manual. These specifications generally include the following references to TxDOT Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. 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 Report No. 117-14-184 CMJ ENGINEERING„INC 9 direction is required for 10'/2-inch thick pavements, in accordance with the City of Fort Worth Pavement Design Manual, dated July 2012. Lime Stabilized Subgrade: time treatment for base course (road mix) - Item 260, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 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, 2004 Edition. 4.7 General Pavement 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 4 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. 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 site should be stripped of vegetation, roots, old construction debris, and other organic material. It is estimated that the depth of stripping will be on the order of 4 to 6 inches. The actual stripping depth should be based on field observations with particular attention given to old drainage areas, uneven topography, and excessively wet soils. The stripped areas should be observed to determine if additional excavation is required to remove weak or otherwise objectionable materials that would adversely affect the fill placement or other construction activities. 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 Report No. 117-14-184 CV1,T]SINGI` EERING INC 10 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 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 50 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 Report No. 117-14-184 CMJ ENGINEERING, TINT. 11 observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractors filling operations. 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 in Section 5.2, Placement and Compaction, of this report. 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 Excavations The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Report No. 117-14-184 C ivij ENGINEERING, 'ANC. 12 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. 5.6 Utilities Unusual problems with caving soils or collapsing materials were not noted at the boring locations. Based on the exploration borings, major excavations will encounter limestone in major intact units. This limestone is generally moderately hard to very 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 either weathered or clay seams beyond the planned excavation. Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted impermeable soils, rather than granular materials.. Trench excavations should be sloped or braced in the interest of safety, Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. 5.6 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities.. All applicable ordinances and codes regarding erosion and sediment control should be followed. 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. Report No. 117-14-184 CM] ENGINEERING, INC. 13 Therefore, it is recommended .that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 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 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 Report No. 117-14-184 CMJ ENGINEERING, INC. 14 made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. Report No.. 117-14-184 15 CMJ ENGINEERING, 1NC. 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 Halff Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 117-14-184 16 et a iNciNEERfNG, INC. Major Divisions Typical Flames Laboratory Classification Criteria Syrn. Well -graded gravels, gravel- 2 Duo Aa? N GW sand mixtures, little or no C„= -- greater than 4: Cc= - between i and 3 o fines � Duo Dto x Dea N a°, Poorly graded gravels, gravel m E N w E)= GP sand mixtures, little or no 8' rn � Not meeting all gradation requirements for GW a a_ J '� fines 7 7 lU c� — o O u, Liquid and Plastic limits 0 o z r o GM Silty gravels, gravel -sand -silt n, (D 3 „ below A line or P.1. Liquid and plastic limits N s mixtures v greater than 4 plotting in hatched zone z c c'i between 4 and 7 are _ u) m o N borderline cases o v m o n Clayey gravels, gravel -sand- � o C° .N �` " Liquid and Plastic limits requiring use of duo! m �- a Z> 2 n Cr) CL GC clay mixtures o ab @ z above A" line with P I. than 7 symbols ¢ = m greater c m m m Ew `m Well -graded sands, gravelly Dso i ao%2 Co E a �_ SW sands, little or no fines y E i > Cu ----- greater than 6: C�- between i and 3 Duo D10 x Dca ME U N W p m `- c �o Poorly graded sands; o � t' c L m a (a ca y SP gravelly sands, little or no 0 m ID Not meeting all gradation requirements for SW r > d fines � IC P CL E2 N 47 '� Liquid and Plastic limits f0 C M u1 cal o flf tr7 U 0, o m m w o ,p z o SM Silty sands, sand -sift mixtures .. c L L ri below "A" line or P.l less Liquid and plastic limits (0— ` Q 0 d o o than 4 plotting between 4 arid 7 " a N are borderline cases Liquid and Plastic limits o fa requiring bols f dual o �' SC Cla a sands, sand-cla y y y ,E above A line with P.J. y Q mixtures w' a N greater than 7 (D 0❑0 Inorganic silts and very fine sands, rock flour, silty or .. LO ML clayey fine sands, or clayey silts with slight plasticity ,� �• � U U) inorganic clays of low to 60 medium plasticity, gravelly oCL clays, sandy clays, silty clays, 5 N '—' = and lean clays o to CH z rr Organic silts and organic silty 40 X OL clays of low plasticity O a N i030 Zf wen Inorganic silts, micaceous or .� MH diatomaceous fine sandy or OH aF d MH I r silty soils, elastic silts 20 p� (n T L E U CL o c a Inorganic clays of high a CH plasticity, fat clays 1 • 4 ML a d OL try OH Organic clays of medium to 00 10 20 30 40 50 60 70 S0 90 400 .f high plasticity, organic silts Liquid Limit U z .�' Pt Peat and other highly organic Plasticity Chart 0 fA soils lea,llal�e9 L�1111 f+l ACQ1 1/�AT1f1Al @VC��Rfi Fal_®TF A-2 W116 I-If_id 4a Vli. W Am~11 ■wf 4 Xv R. v . v . _... SOIL OR ROCK TYPES ® GRAVEL LEAN CLAY LIMESTONE es SAND ®� ® SANDY — SHALE ® ° ®® SILT SILTY , =. SANDSTONE M . CLAYEY HIGHLY PLASTIC CLAY WC:ONGLOMERATEyShelb Tube Auger Split Spoon Rock Core Cone Pen No Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL I' Ine Grained SoIIS (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 Silckensided 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, 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 "-A Tr Project No_ 117-14-184 Boring No. B-1 Project Pavement Improvements % -1V1) W. Risinger Road n Dort Worth, Texas Location See Plate A.1 Water Observations Ivry during drilling; dry at completion Completion Completion Depth 1 o.w Dake -14 u a o o E Surface Elevation Type B-47, wl CFA W C'I 0� oc v Jl O N(6 [OOL�— o Z M a. 'C1 __ EV Z,: D U .. Ili V rtZ7 tL e N 60 20 ❑ V C9 »� to C Q.- C O O Stratum Description 5 10 CLAY, dark brown, w1 limestone fragments, hard I 4 4.5+ 55 22 33 13 4.5+ 13 119 4,5+ 17 LIMESTONE, tan, w/ clay seams, moderately hard to hard — — — ---------------._—_. I 0015,25' 10011.5" i I I E I f LOG OF BORING NO ��° PLATE A.4 r'A/fT ritsim EFRI vc INC. Project No Spring No Project pavement Improvements 117-14-184 Bi-2 W. Risinger Road - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10. ty,I Date 9_26-14 Surface Elevation Type B-47, wl CFA LL w D Q 0) a CD 0 N C LL CA CL (f3 Stratum Description G z _CD co c� 0 a � ?. a �E� LU W cc (Dc6 CO0.� mT 0-U) r'g JJ csE a.J Na a. QO o C•p M__L COO DUI. CLAY, reddish brown, w/ limestone fragments, hard 4.5+ 8 4.5+ 57 23 34 171 106 21610 -w/ calcareous nodules below 1' 4.5+ 17 — LIMESTONE, tan, wl clay seams, moderately hard 10012" 5t---------------.------._._- -w/ 8- to 10-inch thick clay layers below 9' 4.5+ 10 s r i 7 e t 7 t L I rlr. nF RnRiNr, NO 13-2 PLATE i A.5 J Project No. 117-14-184 BoringNo B-3 Project l 1v1J LlVl1lV ➢TIWSYSa llVl Pavement Improvements W. Risinger Road - Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 10.0' Completion Date 9-26-14 U. aE o p � N Q 1= Surface Elevation Type B-47, wl CFA LU 0 C;J of oG Ca ON Ui MELF-: Q N o t3in N 0.u� A' J idE a-e 'O Q OO 20 ' G 3 �� -00 SI`y wStratun i COO �Ua Description 5 —10 CLAY, reddish brown, w/ calcareous nodules, hard 4.5+ 63 22 41 15 111 4, 5+ 16 4 5+ 15 SILTY CLAY, light brown to tan, hard 4.5+ 4 4.5+ 26 14 12 11 LIMESTONE, tan, w/ clay seams, very hard ------------------------- 0010.75 LOG OF BORING NO.. B-3 PLATE A.6 f"X AT Project No. 117-14-184 Boring Na Project Pavement improvements W. Risinger Road - Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 10.01 Completion "ate 9-26-14 LL r c o Q E Surface Elevation Type B-47, w/ GFA U1 W C7 W o a � mM 00 ma_ r N Z cnS? rz.(n a P� Lx Uzi P U� T E a.:7 Q 0-0 45 - 00 20 ca Z)� LL' to C�`oC � c 00 z)c)a Stratum Description 5 10 LOG BORING CLAY, dark brown, w/ calcareous nodules, hard 4 5+ 53 17 36 17 99 4.5+ 16 4 5+ 16 4,.5+ 18 4.5+ 10 SILTY CLAY, tan, hard LIMESTONE, tan, wl clay seams, very hard ------------------------------ NO, B-4 00/0.75' PLATE E A.7 OF Project No. 117-14-1g4 Boring No.. E-� ����� ClYl11VII1;1C11VLa 1lV L. Project Pavement Improvements W. Risinger Road - Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 10.0. Completion Date 9-26.14 LL n 0 o >, e m COStratum Surface Elevation Type B-47, wl CI=A o w � a CJ w m `o LL ON iDAI- 0 N a z c FO 0 N. dfn YYi ,FJ c�� _ F6E Q.J y (G-a Q.. OO 20 C u� o In N r- OO Description 5 --f nr� I ItnRinfr, CLAY, dark brown, wl limestone fragments LIMESTONE, tan, wl clay seams, moderately hard -fractured, wl clay layers above 3' _. ———————— — — — — ———.-- — — — —— nin A -a 0012.75' I , n 0012.25' I I F I PLATE I A.8 Project No.. 117-14-184 Boring No 6-6 Project Pavement Improvements W. Risinger Road - Fort Worth, Texas Location Bee Plate A.1 Water Observations Cry during drilling; dry at completion Completion Depth 10.0• Completion Date 9-26-14 >i r E a E Surface Elevation Type B-47, w/ CFA U w a 2' �V 3c �m� M OT o z m.a) r1 Sn 6E _F n (aE ZL my G — e� C .2 m .9 oQ 2 U O U cm = � �' :i.. m y - CA 8 E 5 coa =3 U a - Stratum Description 5 10 CLAY, dark brown, w/ calcareous nodules, hard 4.5+ 17 4.5+ 62 21 41 21 104 22310 4.5+ LIMESTONE, tan, w/ clay seams and occasional. layers, moderately hard --------------T----- 00/3.25' 00/2.25' f LOG OF BORING NO. B-6 'LATE A.9 Project No. 117-14-184 Boring No- Project pavement Improvements W. Risinger Road - Fort Worth, Texas Location See Plate A.1 Water Observations Cry during drilling; dry at completion Completion Depth 10.0. Completion Date 9-26-14 tL a O o a E rI) Surface Elevation Type B-47, wl CFA o o WC, Q' P o W -� a LL. Ql� Ca a. o N z aJo l6 0.(n o Rr JJ o D_J •U 10-a d _ 00 20 � �'- 7 C� �J C a � NUJ a C O O MUo. Stratum Description 5 1 E I CLAY, dark brown, w/ calcareous nodules, hard -w! limestone fragments above 1' I k 4 5+ 7 4.5+ 541 18 36 14 4.5+ 15 LIMESTONE, tan, wI clay seams, moderately hard to very hard ————————---—————— 001325' 1 ODlD.S" 1 LOG OF BORING NO. B-7 PL E A-10 — .rr Project No_ Boring No Project pavement Improvements �1Vi� �,.... ..... 117-14-184 B-8 W. Risinger Road - Fort Worth, Texas Location Water Observations See Plate AA Dry during drilling; dry at completion Completion Completion Depth 1().0. 1 Date 9_26-14 Surface Elevation Type B-47, W/CPA a E o e C'4 LL c U- N N Q >, Ln Stratum Description u. � Z Cn � � -� o w W � = m fA w � to o (] o Q C N 9 7 ci N W U N N 7 N� C? N c 4_'o r_oo W of Ci T- omu+ CoCL.F- was cLi5 crE JJ mE LLJ _mn Q.S oo 20 C: :J DU a. SILTY CLAY, brown, w/ calcareous nodules, hard 4.5+ 42 14 28 9 4 5+ 15 98 18030 -wl limestone fragments above 1' 4.5+ 9 LIMESTONE, tan, wt clay seams, moderately hard 00/2,25' to very hard 5 aora.75' 10 ———-..—-------————— — — — — —— - r i u i 7 J L 5 Y r J O — ��a 31 LOG OF BORING NO. Project Project Pavement Improvements117- �No-Bori�No- W. Risinger Road - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.01 Date 9-26-14 Surface Elevation Type B-47, w! CFA T Stratum Description D p Q >, E `� LU 0 e.O ''a yr(�LL N �10- Z IL(0 J� LLJ Q. - -I� O �U u- DO a ,O DJ LL N y to o Qc 6E:3 Mr-0O C2 SILTY CLAY, light brown, w/ fractured tan limestone seams, hard 4 5+ 44 19 25 7 124 4..5+ 13 CLAY, reddish brown, w/ calcareous nodules, hard 4,5+ 20 4 5+ 67 E2O 47 18 4.5+ 14 5 SILTY CLAY, tan, w/ limestone fragments, hard 4.6+ 7 LIMESTONE, tan, very hard 100/0.51, PLATE A.12 10 i I BORING ——---——————---—————————-- NO.. Bog OF LOG (-1VT ENGINEERING MC -i Project No. I Project Pavement Improvements117-14-184 �BorinWg�No. W. Risinger Road - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.0' Date 9-26-14 Surface Elevation Type B-47, wl CPA U. p y 0 N L.L `a p pa , ■ Description Stratum o _ z LL ; C � _ � v o ate+ ❑U Q C w W d o a��? w P mal- ¢rn �E -D m CL-A rov a. s o o Mr, .'n » c o o :30a. ASPHALT, 3 inches thick 5 GRAVEL, 9 inches thick 25 55 18 37 20 107 CLAY, dark brown and brown, w/ limestone gravel 2.5 26 and calcareous nodules, stiff (FILL) 225 20 LIMESTONE GRAVEL, tan, wl brown silty clay 00/7.25` 5 (FILL) CLAY, brown, w/ limestone gravel (FILL) 075 18 10 - -- -------------------- V 7 7 U c C7 2 O 00 _. f �I I nr_ nr t=tnl�Inll� f�tl1 ��9 ® PLATE AI _ — �t,/1� CkV[..fLV A'.A:fUfVV LVC. Project 117-14-184 No.. Baring No. B-1 I Project pavement Improvements W. Risinger Road - Fort Worth, Texas Location Water Observations See Plate A.1 Completion my during drilling; dry at completion Completion Depth 10.0+ Date 9-26-14 Surface Elevation Type B-47, w/ CFA a N � Q Stratum Description u � o aC o o �, O 'a `= W r LL a'6 m a t— N Z �'� y N 1 !� o_ u) 4 ..: v E �f U R 1 a +.� X ca -o a N 00 20 a c 2 > -.t _ CL O C r- 0 0 c) o_ ASPHALT, 3.25 inches thick SILTY CLAY, light brown, wl limestone fragments, hard {possible lime treatment detected} 4 5+ 11 30 21 105 4040 g„25 23 CLAY, brown, stiff to very stiff Z5 23 2.25 25 5 2.5 23 3 5 18 SILTY CLAY, light brown, wl calcareous deposits and fractured tan limestone seams, very stiff to 35 16 4 5+ 47 t 6 31 13 hard 3.5 17 10 ------_ LOG OF BORING NO. B-11 PLATE A.14 !-IL RT Project No. Boring No. Project Pavement Improvements %.-IV-Lj 117-14-' �12 W. Risinger Road - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10,0' Cate 9.26-14 Surface Elevation Type R-47, wl CFA lU- L 6 d C l= a � 0 N a A u- C a us Q ]' U) Stratum Description o a z �Q a. m �, cn 2 ci Q inEL'� �C} m o 7= `_'' in- x mm m NC o pU ,ri o a� UE 3 Lu x C3 W o fly ui Ma-1" �y .m_ LLfn v E JJ m lr ca a o C c o 0 d ASPHALT, 5.5 inches thick - GRAVEL, 12 inches thick 2.5 16 CLAY, dark brown, wl calcareous nodules, stiff 2 25 62 21 41 27 98 2..5 22 2.5 22 5 SILTY CLAY, brown to light brown, wl calcareous 4.5+ 17 05 18 - nodules and limestone fragments, stiff to hard 2 5 20 4.5 26 4.0 14 10 ——————--——————— — — — — —— s r 4 1 1 I I I I f I I 7 - _ LOG OF BORING NO. B-1 2 PLATE �' Project No_ Boring No. C.IVVIIV ❑81�llVV 11VL- Project Pavement Improvements %-IV1J 117-14-194 ' B-13 W. Risinger Road - Fort Worth, Texas Location Water Observations See Plate A.1 Cry during drilling; dry at completion Completion Completion Depth 1 o.o- Date 9-26-14 Surface Elevation Type B-47, wl CFA u� O S] T N Q E G o N ll. L8.PL Saturn ���c ipfi®n 'O U- 0 Z �� �_ � o � �- N CA o 0 0 4 U\_ 2cam u3 0' C3 D! mu? OOLLF m 52 C40 a.J n. o o cp -1 o 0 �Uo ASPHALT, 6 inches thick GRAVEL, 12 inches thick 4 5+ _ 15 CLAY, brown, wl calcareous nodules and limestone 4 5+ 18 114 16960 — fragments, hard 4 5+ 7 a.5+ 62 21 41 18 — 5 5+ 4145+ 11 SILTY CLAY, brown, w/ limestone fragments, hard 12 8 — — 9 L 10 —10 ——————-—————————_————— I 1 n(� OF BORING NO 13-13 PL A I fS A.i 6 FREE SWELL TEST RESULTS Project: Pavement Improvements W. Risinger Road Fort Worth, Texas Project No.: 117-14-184 Depth1_fC111r{� ��i�i�9 PkIsticit�r... .Moc .UVu :�{:-r'.�••l Iri�[.Y:vtii S; Licnit Limit : ndp—x . I -:Ganteil; Cescri�fit�r�. --=- ' C-E_ — RL -=- ; ' P1 #riit-ial -�hlA j _ B — 7 1-2 Clay 54 18 36 13.8 30.5 10-3 B —13 1 4-5 Clay 62 21 41 18,4 24-0 7.6 Free swell test performed at approximate overburden pressure CMJ ENGINEERING, INC. PLATE A.17 LIME SERIES TEST RESULTS Project: Pavement Improvements W. Risinger Road Fort Worth, Texas Project No.: 117-14-184 Boring No.: B - 3 Depth: 0' to 1' Material: Clay Percent Lime pH 0 7.29 2 11.95 4 12.11 6 12.32 8 12.42 10 12.42 Boring No.: B - 12 Depth: 1' to 2' Material: Clay Percent Lime pH 0 7.67 2 12.19 4 12.37 6 12.41 8 12.42 10 12.42 SOLUBLE SULFATE TEST RESULTS Project: Pavement Improvements W. Risinger Road Fort Worth, Texas Project No.: 117-14-184 Boring No. Depth (ft.) Matevial Soluble Sulfates (pprn) B-1. 0-1 Clay <100 B-4 0-1 Clay <100 B-7 0-1 Clay <100 B-9 1-2 Clay <100 B-10 1-2 Clay <100 B-12 1-2 Clay 260 B-13 1-2 Clay 280 Note:: Test Method TxDOT Tex 145-E. CMJ ENGINEERING, INC. PLATE ► .19 Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Pavement Design Agency: City of Fort Worth Company: HalffAssociates, Inc Contractor: CMJ Engineering, Inc. Project Description: W Risinger Road Location: Fort Worth, Texas Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 1036 inches 13,170,000..00 90.00 percent 0-39 620 psi 4,000,000 psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 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 psilin 3..00 230 psi/in i 100 4.50 2.50 i I i I 10/2112014 11:09:50 AM Engineer: JP5 PLATE B.1 GC-6m06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 Vr-'- RT WORT H City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: JACKSON CONSTRUCTION, LTD ATTACHMENT IB Page 1 of 1 Check applicable block to describe prime MMUDBE I )( I NON-MIVVIDBE Risinger Road from McCart Avenue to Crowley Road 103128/2019 City's MBE Project Goal: I Offeror's MBE Project Commitment: I PROJECT 20 % I 1.8393 _ % 102239 If both answers to this form are YES, do not complete ATTACHMENT 1 C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if bQtl1 answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 Vim., on the second City business day after bid opening, exclusive of the bid opening state, 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 project, this is your normal business practice and provide an operational profile of your business, x NO 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. x 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 nooks, 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 t1) year. Authorized PRESIDENT Title JACKSON CONSTRUCTION, LTD Company Name 5112 SUN VALLEY DRIVE Address off �: A ■ w • TROY L. JACKSON Printed Signature Contact Name (if different) 817-572-3303 817-478-0443 Phone Number Fax Number Email Address April 1, 2019 Date Rev. 2110115 ATTACHMENT 1A Page 1 of 6 FORT WORT14 City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Foam OFFEROR COMPANY NAME: Check applicable block to describe JACKSON CONSTRUCTION, LTD Offeror PROJECT NAME: I MM/DBE / NON-MM/DBE Y Risin er Road from McCart Avenue to Crowley Road BID DATE 9 a3/2s/2o� 9 20 % Offeror's MBE Project Commitment, 1.8393 % 02239 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 Valise 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 Vt 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 ICE 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 MBF, 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 FaR_ T Ir— ATTACHMENT IA Page 2 of 6 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. SUBCONTRACTORlSUPPLIER NCTRCA N ° Company Name T n Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/Fax c B B S Worlc Purchased Email E E E Contact Person Silvas Trucking, LLC 1 Hauling by $31,600.00 2509 Janice Ln Dump Truck Fort Worth, TX 76112 817--6 $'17-549549-566666 ® ❑ benito.silva@silvastruckinglic.com Benito Silva C. Green Scaping, LP 1 Landscaping $109,099.20 2401 Handley Ederviile Rd Ft. Worth, TX 76118 817-577-9299 Phone � ❑ 817-577-9331 Fax Dana Loucks dloucks@greenscaping.com ❑ ❑ JM Materials, Inc. 1 Rock Aggregate $224,715.09 PO Box 2107 Decatur, TX 76234 940-427-2033 Phone ❑ ❑ 940-427-2789 Fax d.elkins@jmmaterials.com Don Todd Elkins JM Materials, Inc. 1 Sand Aggregate PO Box 2107 Decatur, TX 76234 940-427-2033 Phone ❑ 1-1 $13, 728.60 940-427-2789 Fax d.elkins@jmmaterials.com Don Todd Elkins Martin Marietta 1 Rock Aggregate $16,418.75 10615 Spangler Rd Dallas, TX 75220 972-409-3240 Phone ❑ ❑ �/ Chris Moretti christopher.moretti@martinm arietta.com Rev. 2110/15 FORT WORTH ATTACHMENT 1A Page 3 of 6 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. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contact Person T I @ NCTRCA N ° n aM E Detail Subcontracting Work Detail Supplies Purchased Dollar Amount M B E W B E Lattimore Materials 1 Concrete $779,138.69 PO BOx 732677 Dallas, TX 75373-2677 Redi-Mix 972-221-4646 972-221-9647 ❑ ❑ Robert Davenport Texas Water Products, Inc. 1 Pipe & Pipe $90,270.03 PO Box 8543 Fort Worth, TX 76124 817-457-9988 Phone 817-654-2007 Fax Fittings Steve Cook steve@texaswaterproducts.com Thompson Pipe Group Pipe & Pipe $327,380.99 1003 MacArthur Blvd Grand Prairie, TX 75050 972-262-3600 972-266-7584 ❑ Fittings mharrup@thompsonpipegroup.co m Monty Harrup CrossRoads, LP 1 Traffic Control & $41,077.65 5012 David Strickland Rd Barricades Fort Worth, TX 76119 817-634-0044 Phone f `I LJ ❑ 817-63.4-0048 Fax] Mark Lewis U.S. Lime & Mineral - Texas 1 Lime $134,520.00 Lime 5429 LBJ Freeway, STE 230 817-223-3265 972-385-1805 kyleriggs@uslm.com Kyle Riggs Protex Erosion Control 1 Erosion Control $21,884.14 PO Box 15082 & SWPPP Fort Worth, TX 76119 817-975-9307 Phone todd@protexec.com Todd Webster (Rev. 2110115 FORTWORTH ATTACHMENT 1A Page 4 of 6 Offerors, are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE fines are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER NCTRCA N ° Company Name T n Detail Detail Address Telephone/Fax i e Subcontracting Work Supplies Purchased Dollar Amount Email B £ B E B E Contact Person Protex Environmental, LLC 1 Erosion Control $2,675.00 PO Box 16161 & SWPPP Fort Worth, TX 76119 ❑ El817-374-4742 Phone todd@protexec.com Todd Webster Fabco, LLC 1 Rebar $194,419.60 PO Box 732681 Dallas, TX 75373 ❑ 972-573-7700 justin.munden@fabcous.com Justin Munden United Site Services 1 Portable Toilet $2,922.75 PO Box 660475 Rental Dallas, TX 75266 ❑ ❑ ` 817-477-5200 Phone 817-226-0702 Fax DFW Infrastructure, Inc. 1 Interior Manhole $4,800.00 PO Box 7347 Coating Fort Worth, TX 76111 817-447-7177 Phone ❑ f( LLJJ 844-269-9993 Fax JB Conant jconant@dfwinfrastructure.com Reynolds Asphalt 1 Asphalt Paving $218,224.80 PO Box 370 Euless, TX 76039 817-267-3131 ❑ ❑ 817-267-1878 Imayo@reynoidsasphalt.com Laura Mayo Bean Electrical, Inc. 1 Electrical $611,377.75 821 E. Enon Ave. Fort Worth, TX 76140 ❑ ❑ J 817-561-7400 817-561-7403 Andrew Hawkins Rov 2/10/15 FORT ATTACHMENT I Page 5 of 6 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. - SUBCONTRACTORISUPPLIER NCTRCA N o Company Name T n Detail Detail Address i M w Subcontracting Supplies Dollar Amount Telephone/Fax ' B B Work Purchased Email E E BM E Contact Person Bluebird Construction 1 Fencing $109,552.90 PO Box 161667 Fort Worth, TX 76102 � El817-366-5144 blue b 1 rd con structio n@outlook .com Eric McMahon Metroplex Pavement Markings, 1 Striping and $28,14U5 LLC 1001 Kennedy Ln Bldg #6 Pavement Saginaw, TX 76131 ❑ ❑ Marking 972-790-2983 972-313-0059 troy@metroplexpavementmarking s.com American Rehab & Inspection 1 Camera/TV $952.40 PO Box 59192 Inspections Dallas, TX 75229 972-488-3042 Phone ❑ ❑ 972-488-3142 Fax David Sambalnet davidsambalnet@aol.com Dustroi, Inc. Asphalt Milling $49,590.75 2801 Hwy 114 1 Fort Worth, TX 76177 ❑ ❑ � 817-430-3958 817-491 -2354 Randy Wicke Texas Water Products, Inc. 1 Manhole $31,320.20 PO Box 8543 Supplies Fort Worth, TX 76124 817-457-9988 Phone El 817-654-2007 Fax Steve Cook steve@texaswaterproducts.com Xtreeme Sawing & Sealing 1 Concrete PO Box 800445 Sawing and $61,099.26 Balch Springs, TX 75180 214-677-7447 Sealing 972-288-9792 Omar Guerrero xtreeme_007@hotmail.com Rev. 2/1Oil 5 FoRTWORTH ATTACHMENT 1A Page 6 of 6 Total Dollar Amount of MBE Subcontractors/Suppliers s 140,699.20 Total Dollar Amount of Non -MBE Subcontractors/Suppliers s 2,964,216.20 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS s 3,104,915.40 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 Sfgnature President Title Jackson Construction, Ltd Company Name 5112 Sun Valley Drive Address Fort Worth, TX 76119 city/statelzip Troy L. Jackson Printed Signature Contact NamelTitle (if different) 317-572-3303/817-473-0443 Telephone andlor Fax E-mail Address April 1, 2019 Date Rev. 2110/15 FORT WORTH Jackson Construction, Ltd City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form ATTACHMENT 1C Page 1 of 4 Offeror MM!/DBE X I NON-MM//DBE Risin er Road from McCart Avenue to Crowley Road BID DATE 9 Y 03/28/2019 Eity's MBE Project Goa[: 20 % 1.8393 02239 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 HAULING BY DUMP TRUCK ROCK AGGREGATE LANDSCAPING SAND AGGREGATE CAMERA/TV INSPECTION CONCRETE RED[ -MIX TRAFFIC CONTROL & BARRICADES PIPE & PIPE FITTINGS PORTABLE TOILET RENTA REBAR ASPHALT PAVING LIME ELECTRICAL MANHOLE SUPPLIES EROSION CONTROL & SWPPP INTERIOR MANHOLE COATING FENCING STRIPING & PAVEMENT MARKINGS ASPHALT MILLING CONCRETE SAWING, AND SEALING Rev.2110/15 ATTACHMENT 1 C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's MM/BE Office. X Yes Date of Listing 02 / 2s / 2o1a 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? X 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, ea rson contacted, phone number and date and time of contact.) _X—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" X 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? X Yes (if yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE 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. l.) Did you provide plans and specifications to potential MBEs? X Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? X Yes No Rev. 2/10/15 ATTACHMENTIC Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/serv!Ges specific to their skill set? Yes (if yes, attach all copies of quotations.) X No 10.) Was the contact information on any of the listings not valid? x Yes (lf yes, attach the information that was not valid in order for the MMIBE 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 necessary, and attach) Company Name I Telephone Contact Person Scope of !Mork Reason for Rejection Reyes Group 214-796-4899 Donna Russell Asphalt Paving Quote higher than Reynolds Denali Services 469-219-9089 Ron Kisena Hauling by Dump Truck Quote higher than Silvas 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. 2M Oil 5 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 9C will be contacted and the reasons for not using them will be verified by the City's MANBE Office.,- 711z�, Z� �,� Authorize ignatur JACKSON CONSTRUCTION, LTD Company Name 5112 SUN VALLEY DRIVE Address TROY L. JACKSON Printed Signature Contact Name and Title (if different) 817-572-3303 817-478-0443 Phone Number Fax Number Email Address 041 /01 /2019 Date Rev. 2/10115 GC-6.0 7 Wage Rates tes THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July I, 2011 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 Iof1 CWC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALlLY BLANK CITY OF FORT WORTH RISINGER ROAD FROM MCCART AVE. TO CROWLEY RD. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02239 Revised July 1, 2011 r". P A/,�WAr GRADE CROSSING CONSTRUCTION AND MAINTENANCE AGREEMENT FORM: PP 118 BNSF File No.: 020647E Risinger Road U.S. DOTNo. 02.0467E Railroad Line Segment 7500 Railroad Milepost 336.24 Fort Worth Subdivision BNSF Contract No. BF10010333 41'. This Agreement ("Agreement"), is executed to be effective as of this _ day of �_ �.0("Effective Date"), by and between BNSF RAILWAY COMPANY, a Delaware corporation (" BNSF"), and the CITY OF FORT WORTH, TEXAS, a political subdivision of the State of Texas ("Agency"). RECITALS: WHEREAS, BNSF owns and operates a line of railroad in and through the City of Fort Worth, State of Texas; WHEREAS, in the interest of aiding vehicular travel and public safety, the Agency is undertaking a project to improve the existing Risinger Road at -grade crossing, located at BNSF Line Segment 7500 and Milepost 336.24, and designated by D.O.T. No. 020467E, by reconstructing and widening the roadway and installing railroad crossing signals and activation equipment within the existing and new roadway easement across the BNSF right-of-way as indicated on the Exhibit A, attached hereto and incorporated herein; and WHEREAS, the parties agree that the RAILROAD will receive no ascertainable benefit from the installation of advance warning signs, pavement marring stop bars or crossing signal equipment (hereinafter collectively called, "Crossing Signal Equipment"); and WHEREAS, the Agency also desires BNSF to install new crossing surfaces at Risinger Road with a new concrete and rubber crossing surface; WHEREAS, the Agency is paying for the acquisition and installation of crossing signal equipment and the new crossing surface at Risinger Road; WHEREAS, the BNSF agrees to purchase and install, at AGENCY'S sole expense, the &0*,sing signal equipment and the new crossing surface described in the scope of work herein: And upon the terms and conditions set forth below. MSC s.':Ili"i - nil g� MY OF [fifty %?4 ,-J ar %MT NOW, THEREFORE, in consideration of the mutual covenants and agreements of the parties contained herein, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: ARTICLE I - SCOPE OF WORK 1. The term "Project" as used herein includes any and all work related to the reconstruction and widening of Rising,er Road by Agency and installation of crossing signals/activation equipment and new crossing surfaces at U.S. D.O.T No. 020467E, (hereinafter referred to as the "Crossing") by BNSF, more particularly described on the Exhibits A, A-1, A-2, and A-3, including, but not limited to, any and all changes to telephone, telegraph, signal and electrical lines and appurtenances, temporary and permanent track work, fencing, grading, alterations to or new construction of drainage facilities, preliminary and construction engineering and contract. preparation. ARTICLE II - BNSF OBLIGATIONS In consideration of the covenants of Agency set forth herein and the faithful performance thereof, BNSF agrees as follows: 1. Upon Agency's payment to BNSF of an administrative fee in the sum of Two Thousand and No/100 Dollars ($2,000), together with the Temporary Construction License Fee in the sum of seventeen thousand seven hundred four and No/100 Dollars ($17,704.00) for the area totaling 36,882 square feet, BNSF hereby grants to Agency, its successors and assigns, upon and subject to the terms and conditions set forth in this Agreement, a temporary non-exclusive license (hereinafter called, "Temporary Construction License") to enter upon and use the portion of BNSF's right-of-way as is necessary to reconstruct and widen and thereafter maintain, the Crossing as described further on Exhibit A-1 and A-3, excepting and reserving BNSF's rights, and the rights of any others who have obtained, or may obtain, permission or authority from BNSF, to do the following: (a) Operate, maintain, renew andlor relocate any and all existing railroad track or tracks, wires, pipelines and other facilities of like character upon, over or under the surface of said right-of-way; (b) Construct, operate, maintain, renew and/or relocate upon said right-of-way, without limitation, such facilities as the BNSF may from time to time deem appropriate; (c) Otherwise use or operate the right-of-way as BNSF may from time to time deem appropriate. 2 The term of the Temporary Construction License begins on the Effective Date and ends on the earlier of (i) substantial completion of the Structure, or (ii) twenty-four (24) months following the Effective Date. The Temporary Construction License and related rights given by BNSF to Agency in this provision are without warranty of title of any kind, express or implied, and no covenant of warranty of title will be implied from the use of any word or words herein contained. The Temporary Construction License is for construction of the Crossing only and shall not be used bV AgencyAgengy for any other purpose. Agency acknowledges and agrees that Agency shall not have the right, under the Temporary Construction License, to use the Structure for any other purpose than construction. In the event Agency is evicted by anyone owning, or claiming title to or any interest in said right-of-way, BNSF will not be liable to Agency for any damages, losses or any expenses of any nature whatsoever. The granting of similar rights to others, subsequent to the date of this Agreement, will not impair or interfere with the rights granted to Agency herein. Upon Agency's payment to BNSF of the additional sum of seventeen thousand twenty-one and Noll 00 Dollars ($17,021.00) for the area totaling 11,347_ square feet, such payment to be made within thirty (30) days of issuing the Notice to Proceed pursuant to Article 111, Section 16 of this Agreement, and provided further that Agency is in compliance with the term and conditions of this Agreement, BNSF will grant to Agency, its successors and assigns, an easement (hereinafter called, the "Easement") to enter upon and use that portion of BNSF's right-of-way as is necessary to use and maintain the Crossing, substantially in the form of Exhibit B attached to this Agreement. If Agency fails to pay BNSF within the thirty day time period set forth in the preceding sentence, BNSF may stop construction of the Project until full payment is received by BNSF. 2. BNSF will furnish all labor, materials, tools, and equipment for railroad work required for the construction of the Project, such railroad work and the estimated cost thereof being as shown on Exhibit D attached hereto and made a part hereof. In the event construction on the Project has not commenced within six (6) months following the Effective Date, BNSF may, in its sole and absolute discretion, revise the cost estimates set forth in said Exhibit D. In such event, the revised cost estimates will become a part of this Agreement as though originally set forth herein. Any item of work incidental to the items listed on Exhibit D not specifically mentioned therein may be included as a part of this Agreement upon written approval of Agency, which approval will not be unreasonably withheld. Construction of the Project must include the following railroad work by BNSF: (a) Procurement of materials, equipment and supplies necessary for the railroad work; (b) Preliminary engineering, design, and contract preparation; (c) Furnishing of flagging services during construction of the Project as required and set forth in further detail on Exhibit C, attached to this Agreement and made a part hereof; 3 ':7lAld`jYJlY (d) Furnishing engineering and inspection as required in connection with the construction of the Project; (e) Provide and place asphalt beneath the track(s) to provide further sub -grade stability prior to BNSF installing new concrete crossing surfaces; (d) Installation of one 120-foot concrete crossing surface for the one track complete with new rail, ties, ballast, fasteners, along with appropriate surfacing, to carry the improved roadway and sidewalks; (e) Installation of Crossing Signal Equipment and Crossing Signal Control House as shown on Exhibit A; (t) Make such changes in the alignment, location and elevation of its telephone, telegraph, signal and/or wire lines and appurtenances along, over or under the tracks, both temporary and permanent, as may become necessary by reason of the construction of the Project. 3. BNSF will do all railroad work set forth in Article 11, Section 2 above on an actual cost basis, when BNSF, in its sole discretion, determines it is required by its labor agreements to perform such work with its own employees working under applicable collective bargaining agreements. 4. Agency agrees to reimburse BNSF for work of an emergency nature caused by Agency or Agency's contractor in connection with the Project which BNSF deems is reasonably necessary for the immediate restoration of railroad operations, or for the protection of persons or BNSF property. Such work may be performed by BNSF without prior approval of Agency and Agency agrees to fully reimburse BNSF for all such emergency work. 5. BNSF may charge Agency for insurance expenses, including self-insurance expenses, when such expenses cover the cost of Employer's Liability (including, without limitation, liability under the Federal Employer's Liability Act) in connection with the construction of the Project. Such charges will be considered part of the actual cost of the Project, regardless of the nature or amount of ultimate liability for injury, loss or death to BNSF's employees, if any. 6. During the construction of the Project, BNSF will send Agency progressive invoices detailing the costs of the railroad work performed by BNSF under this Agreement. Agency must reimburse BNSF for completed force -account work within thirty (30) days of the date of the invoice for such work. Upon completion of the Project, BNSF will send Agency a detailed invoice of final costs, segregated as to labor and materials for each item in the recapitulation shown on Exhibit D. Pursuant to this section and Article IV, Section 7 herein, Agency must pay the final invoice within ninety (90) days of the date of the final invoice. BNSF will assess a finance charge of .033% per day (12% per annum) on any unpaid sums or other charges due under this Agreement which are past its credit terms. M The finance charge continues to accrue daily until the date payment is received by BNSF, not the date payment is made or the date postmarked on the payment. Finance charges will be assessed on delinquent sums and other charges as of the end of the month and will be reduced by amounts in dispute and any unposted payments received by the month's end. Finance charges will be noted on invoices sent to Agency under this section. ARTICLE III n AGENCY OBLIGATIONS In consideration of the covenants of BNSF set forth herein and the faithful performance thereof, Agency agrees as follows: 1. Agency must furnish to BNSF plans and specifications for the Project. Said plans (reduced size 11" x 17"), showing the plan and profile of the roadway work on BNSF right of -way and marked as Exhibit A. attached hereto and made a part hereof, must be submitted to BNSF for the development of railroad cost estimates. 2. Agency must make any required application and obtain all required permits and approvals for the construction of the Project. 3. Agency must acquire all rights of way necessary for the construction of the Project. 4. Agency must make any and all arrangements, in compliance with BNSF's Utility Accommodation Manual (httpJ/www.bnsf.com/communitieslfacis/pdf/utiliy.PddD, for the installation or relocation of wire lines, pipe lines and other facilities owned by private persons, companies, corporations, political subdivisions or public utilities other than BNSF which may be necessary for the construction of the Project. 5. Agency must construct the Project as shown on the attached Exhibit A and do all work ("Agency's Work") provided for in the plans and specifications for the Project, except railroad work that will be performed by BNSF hereunder. Agency must furnish all labor, materials, tools and equipment for the performance of Agency's Work. The principal elements of Agency's Work are as follows: (a) Design and Reconstruction of Risinger Road; (b) Installation of a pavement marking stop bar in accordance with the Manual on Uniform Traffic Control Devices (hereinafter called, "MUTCD"); (c) Installation of advance warning signs in accordance with the MUTCD (d) Perform all necessary grading and paving, including backfill of excavations and restoration ofi disturbed vegetation on BNSF's right-of-way; (e) Provide suitable drainage, both temporary and permanent; 5 ' �'TJ:+f7�"1•T��]Y (f) Provide all barricades, lights, flagmen or traffic control devices necessary for preventing vehicular traffic from using a portion of the Crossing, during the installation of the concrete crossing surfaces, and also during the installation of the Crossing Signal Equipment. (g) Construct asphalt/concrete roadway surface on approaches to each track. Roadway surface will match elevation of the Main and Siding Track crossing surfaces and remain level to a point at least thirty (30) feet from nearest rail. Any concrete headers will be constructed no closer than 6'-0" from centerline of each track to provide for a minimum of 12'-0" opening for track and railroad crossing surface; (h) Provide and place twelve (12) inch wide section of asphalt between roadway concrete headers and sidewalk and the new concrete crossing surfaces. (i) Job site cleanup including removal of all construction materials, concrete debris, surplus soil, refuse, contaminated soils, asphalt debris, litter and other waste materials to the satisfaction of BNSF; 6_ The Agency will approve the location of the signals and signal bungalow prior to the installation by BNSF. 7. The Agency must have advanced railroad crossing signs and standard pavement markings in place at the crossing shown on Exhibit A (if the same are required by the MUTCD) prior to the acceptance of this Project by the Agency. B. The Agency must give BNSF's Manager Public Projects written notice to proceed ("Notice to Proceed") with the railroad portion of the work after receipt of necessary funds for the Project. BNSF will not begin the railroad work (including, without limitation, procurement of supplies, equipment or materials) until written Notice to Proceed is received from Agency. 9. The Agency's Work must be performed by Agency or Agency's contractor in a manner that will not endanger or interfere with the safe and timely operations of BNSF and its facilities. 10. For any future inspection or maintenance, either routine or otherwise, performed by subcontractors on behalf of the Agency, Agency shall require the subcontractors to comply with the provisions of the attached Exhibit C and execute the agreement attached hereto as Exhibit C-f . Prior to performing any future maintenance with its own personnel, Agency shall: comply with all of BNSF's applicable safety rules and regulations; require any Agency employee performing maintenance to complete the safety training program at the BNSF's Internet Website "www.BNSFContractor.corn"; notify BNSF when, pursuant to the requirements of Exhibit C, a flagger is required to be present; procure, and have 2 rlg�� tv.:ai r approved by BNSF's Risk Management Department, Railroad Protective Liability insurance. 11. Agency must require its contractor(s) to notify BNSF's Roadmaster at least thirty (30) calendar days prior to requesting a BNSF flagman in accordance with the requirements of Exhibit C attached hereto. Additionally, Agency must require its contractor(s) to notify BNSF's Manager of Public Projects thirty (30) calendar days prior to commencing work on BNSF property or near BNSF tracks. 12. Agency must include the following provisions in any contract with its contractor(s) performing work on said Project: (a) The Contractor is placed on notice that fiber optic, communication and other cable lines and systems (collectively, the "Lines") owned by various telecommunications companies may be buried on BNSF's property or right-of-way. The locations of these Lines have been included on the plans based on information from the telecommunications companies. The contractor will be responsible for contacting BNSF's Roadmaster(Rodney Adams at office # 817-224- 7009 mobile # 402-416-9927 or Rodney.adams@bnsf.com), BNSF's Signal Supervisor B on Sparks at office # 817-224-7043 mobile # 913- 284-3498 or bryon.s arks bnsf.com , and the telecommunications companies and notifying them of any work that may damage these Lines or facilities and/or interfere with their service. The contractor must also mark all Lines shown on the plans or marked in the field in order to verify their locations. The contractor must also use all reasonable methods when working in the BNSF right-of-way or on BNSF property to determine if any other Lines (fiber optic, cable, communication or otherwise) may exist. (b) Failure to mark or identify these Lines will be sufficient cause for BNSF's engineering representative to stop construction at no cost to the Agency or BNSF until these items are completed. (c) The Contractor will be responsible for the rearrangement of any facilities or Lines determined to interfere with the construction. The Contractor must cooperate fully with any telecommunications company(ies) in performing such rearrangements. (d) [n addition to the liability terms contained elsewhere in this Agreement, the contractor hereby indemnifies, defends and holds harmless BNSF for, from and against all cost, liability, and expense whatsoever (including, without limitation, attorney's fees and court costs and expenses) arising out of or in any way contributed to by any act or omission of Contractor, its subcontractors, agents and/or employees that cause or in any way or degree contribute to (1) any damage to or 7 -rrsri��rr destruction of any Lines by Contractor, and/or its subcontractors, agents and/or employees, on BNSF's property or within BNSF's right-of-way, (2) any injury to or death of any person employed by or on behalf of any telecommunications company, and/or its contractor, agents and/or employees, on BNSF's property or within BNSF's right-of-way, andlor (3) any claim or cause of action for alleged loss of profits or revenue by, or loss of service by a customer or user of such telecommunication company(ies).THE LIABILITY ASSUMED BY CONTRACTOR WILL NOT BE AFFECTED BY THE FACT, IF IT IS A FACT, THAT THE DAMAGE, DESTRUCTION, INJURY, DEATH, CAUSE OF ACTION OR CLAIM WAS OCCASIONED BY OR CONTRIBUTED TO BY THE NEGLIGENCE OF BNSF, ITS AGENTS, SERVANTS, EMPLOYEES OR OTHERWISE, EXCEPT TO THE EXTENT THAT SUCH CLAIMS ARE PROXIMATELY CAUSED BY THE INTENTIONAL MISCONDUCT OR GROSS NEGLIGENCE OF BNSF. 13. Agency must require compliance with the obligations set forth in this agreement, including Exhibit C and Exhibit C-1, and incorporate in each prime contract for construction of the Project, or the specifications therefor (1) the provisions set forth in Article III and IV; and (ii) the provisions set forth in Exhibit C and Exhibit CA attached hereto and by reference made a part hereof. 14. Except as otherwise provided below in this Section 13, all construction work performed hereunder by Agency for the Project will be pursuant to a contract or contracts to be let by Agency, and all such contracts must include the following: (a) All work performed under such contract or contracts within the limits of BNSF's right-of-way must be performed in a good and workmanlike manner in accordance with plans and specifications approved by BNSF; (b) Changes or modifications during construction that affect safety or BNSF operations must be subject to BNSF's approval; (c) No work will be commenced within BNSF`s right-of-way until each of the prime contractors employed in connection with said work must have (i) executed and delivered to BNSF an agreement in the form of Exhibit C-I, and (ii) delivered to and secured BNSF's approval of the required insurance; and (d) If it is in Agency's best interest, Agency may direct that the construction of the Project be done by day labor under the direction and control of Agency, or if at any time, in the opinion of Agency, the contractor has failed to prosecute with diligence the work specified in and by the terms of said contract, Agency may terminate its contract with the contractor and take control over the work and proceed to complete the same by day labor or by employing another contractor(s) provided; however, that any contractor(s) replacing the original contractor(s) must comply with the obligations in favor of BNSF set forth above and, provided further, that if such construction is performed by day labor, Agency will, at its expense, procure and maintain on behalf of BNSF the insurance required by Exhibit C-1. (e) To facilitate scheduling for the Project, Agency shall have its contractor give BNSF's Roadmaster 90 days advance notice of the proposed times and dates for work windows. BNSF and Agency's contractor will establish mutually agreeable work windows for the Project. BNSF has the right at any time to revise or change the work windows, due to train operations or service obligations. BNSF will not be responsible for any additional costs and expenses resulting from a change in work windows. Additional costs and expenses resulting from a change in work windows shall be accounted for in the contractor's expenses for the Project. 15. Agency must advise the appropriate BNSF Manager Public Projects, in writing, of the completion date of the Project within thirty (30) days after such completion date. Additionally, Agency must notify BNSF's Manager Public Projects, in writing, of the date on which Agency and/or its Contractor will meet with BNSF for the purpose of making final inspection of the Project. 16. TO THE FULLEST EXTENT PERMITTED BY LAW, AGENCY HEREBY RELEASES, INDEMNIFIES, DEFENDS AND HOLDS HARMLESS BNSF, ITS AFFILIATED COMPANIES, PARTNERS, SUCCESSORS, ASSIGNS, LEGAL REPRESENTATIVES, OFFICERS, DIRECTORS, SHAREHOLDERS, EMPLOYEES AND AGENTS FOR, FROM AND AGAINST ANY AND ALL CLAIMS, LIABILITIES, FINES, PENALTIES, COSTS, DAMAGES, LOSSES, LIENS, CAUSES OF ACTION, SUITS, DEMANDS, JUDGMENTS AND EXPENSES (INCLUDING, WITHOUT LIMITATION, COURT COSTS AND ATTORNEYS' FEES) OF ANY NATURE, KIND OR DESCRIPTION OF ANY PERSON (INCLUDING, WITHOUT LIMITATION, THE EMPLOYEES OF THE PARTIES HERETO) OR ENTITY DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM OR RELATED TO (IN WHOLE OR IN PART) (1) THE USE, OCCUPANCY OR PRESENCE OF AGENCY, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES OR AGENTS IN, ON, OR ABOUT THE CONSTRUCTION SITE, (11) THE PERFORMANCE, OR FAILURE TO PERFORM BY THE AGENCY, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES, OR AGENTS, ITS WORK OR ANY OBLIGATION UNDER THIS AGREEMENT, (111) THE SOLE OR CONTRIBUTING ACTS OR OMISSIONS OF AGENCY, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES, OR AGENTS IN, ON, OR ABOUT THE CONSTRUCTION SITE, (IV) AGENCY'S BREACH OF THE TEMPORARY CONSTRUCTION LICENSE OR EASEMENT GRANTED TO AGENCY PURSUANT TO ARTICLE 11 OF THIS AGREEMENT, (V) ANY RIGHTS OR INTERESTS GRANTED TO AGENCY PURSUANT TO THE TEMPORARY CONSTRUCTION LICENSE OR EASEMENT DISCUSSED IN ARTICLE 11 OF THIS AGREEMENT, (VI) AGENCY'S OCCUPATION AND USE OF BNSF'S PROPERTY OR RIGHT-OF-WAY, INCLUDING, WITHOUT LIMITATION, SUBSEQUENT MAINTENANCE OF THE STRUCTURE BY E 7/:4/2`W:9Y AGENCY, OR (VII) AN ACT OR OMISSION OF AGENCY OR ITS OFFICERS, AGENTS, INVITEES, EMPLOYEES OR CONTRACTORS OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM, OR ANYONE THEY CONTROL OR EXERCISE CONTROL OVER. THE LIABILITY ASSUMED BY AGENCY WILL NOT BE AFFECTED BY THE FACT, IF IT IS A FACT, THAT THE DAMAGE, DESTRUCTION, INJURY OR DEATH WAS OCCASIONED BY OR CONTRIBUTED TO BY THE NEGLIGENCE OF BNSF, ITS AGENTS, SERVANTS, EMPLOYEES OR OTHERWISE, EXCEPT TO THE EXTENT THAT SUCH CLAIMS ARE PROXIMATELY CAUSED BY THE INTENTIONAL MISCONDUCT OR GROSS NEGLIGENCE OF BNSF. ARTICLE IV o JOINT OBLIGATIONS IN CONSIDERATION of the premises, the parties hereto mutually agree to the following: 1 . All work contemplated in this Agreement must be performed in a good and workmanlike manner and each portion must be promptly commenced by the party obligated hereunder to perform the same and thereafter diligently prosecuted to conclusion in its logical order and sequence. Furthermore, any changes or modifications during construction which affect BNSF will be subject to BNSF's approval prior to the commencement of any such changes or modifications. 2. The work hereunder must be done in accordance with the Exhibit A and the detailed plans and specifications approved by BNSF. 3. Agency must require its contractor(s) to reasonably adhere to the Projects construction schedule for all Project work. The parties hereto mutually agree that BNSF's failure to complete the railroad work in accordance with the construction schedule due to inclement weather or unforeseen railroad emergencies will not constitute a breach of this Agreement by BNSF and will not subject BNSF to any liability. Regardless of the requirements of the construction schedule, BNSF reserves the right to reallocate the labor forces assigned to complete the railroad work in the event of an emergency to provide for the immediate restoration of railroad operations of either BNSF or its related railroads, or to protect persons or property on or near any BNSF owned property. BNSF will not be liable for any additional costs or expenses resulting from any such reallocation of its labor forces. The parties mutually agree that any reallocation of labor forces by BNSF pursuant to this provision and any direct or indirect consequences or costs resulting from any such reallocation will not constitute a breach of this Agreement by BNSF. 4_ BNSF will have the right to stop construction work on the Project if any of the following events take place: (i) Agency (or any of its contractors) performs the Project work in a manner contrary to the plans and specifications approved by BNSF; (ii) Agency (or any of its contractors), in BNSF's opinion, prosecutes the Project work in a manner that is hazardous to BNSF property, facilities or the safe and expeditious movement of railroad traffic; (iii) the insurance described in the attached. Exhibit C-1 is canceled during the course of the Project; or (iv) Agency fails to pay BNSF for the Temporary Construction 10 OA11 Ar License or the Easement pursuant to Article 11, Section 1 of this Agreement. The work stoppage will continue until all necessary actions are taken by Agency or its contractor to rectify the situation to the satisfaction of BNSF's Division Engineer or until proof of additional insurance has been delivered to and accepted by BNSF. In the event of a breach of (i) this Agreement, (ii) the Temporary Construction License, or (iii) the Easement, BNSF may immediately terminate the Temporary Construction License or the Easement. Any such work stoppage under this provision will not give rise to any liability on the part of BNSF. BNSF's right to stop the work is in addition to any other rights BNSF may have including, but not limited to, actions or suits for damages or lost profits. In the event that BNSF desires to stop construction work on the Project, BNSF agrees to immediately notify the following individual in writing: Leon Wilson. Jr. Transportation and Public Works Department 200 Texas Street Fort Worth TX 76102 Leon.WiisonCa7fortworthtexas.gov 5. Agency must supervise and inspect the operations of all Agency contractors to ensure compliance with the plans and specifications approved by BNSF, the terms of this Agreement and all safety requirements of BNSF. If BNSF determines that proper supervision and inspection are not being performed by Agency personnel at any time during construction of the Project, BNSF has the right to stop construction (within or adjacent to its operating right-of-way). Construction of the Project will not proceed until Agency corrects the situation to BNSF's reasonable satisfaction. If BNSF feels the situation is not being corrected in an expeditious manner, BNSF will immediately notify Leon Wilson for appropriate corrective action. 6. Pursuant to this section and Article 11, Section 6 herein, Agency must, out of funds made available to it for the construction of the Project, reimburse BNSF in full for the actual costs of all work performed by BNSF under this Agreement (including taxes, such as applicable sales and use taxes, business and occupation taxes, and similar taxes). 7. All expenses detailed in statements sent to Agency pursuant to Article II, Section 6 herein will comply with the terms and provisions of the Title 23 U.S. Code, Title 23 Code of Federal Regulations, and the Federal -Aid Policy Guide, U.S. Department of Transportation, as amended from time to time, which manual is hereby incorporated into and made a part of this Agreement by reference. The parties mutually agree that BNSF's preliminary engineering, design, and contract preparation costs described in Article 11, Section 2 herein are part of the costs of the Project even though such work may have preceded the date of this Agreement. 8. The construction of the Project will not commence until Agency gives BNSF's Manager Public Projects thirty (30) days prior written notice of such commencement. The commencement notice will reference BNSF's contract number BF'10010333 and D.O.T. Crossing No. 020467E and must state the time that construction activities will begin. 11 9. In addition to the terms and conditions set forth elsewhere in this Agreement, BNSF and the Agency agree to the following terms upon completion of construction of the Project: (a) Agency will own and be fully responsible for repairs, maintenance, future construction or reconstruction of the Risinger Road roadway and sidewalks. (b) Agency will maintain the elevation of the Risinger Road roadway approaches to match the elevation on the railroad track crossing surfaces and to be no more than three (3) inches above or six (6) inches below top - of -rail elevation at a distance measured thirty (30) feet from the nearest rail. (c) Agency will maintain the advanced railroad crossing warning signs and pavement markings and agrees to hold harmless and indemnify BNSF for any claims, damages or losses, in whole or in part, caused by or due to the Agency's failure to maintain the advanced warning signs and markings or other requirements of the MUTCD_ (d) Agency will do nothing and permit nothing to be done in the maintenance of the Risinger Road roadway, which will interfere with or endanger facilities of BNSF. (e) It is expressly understood by Agency and BNSF that any right to install utilities will be governed by a separate permit or license agreement between the parties hereto. (f) BNSF will, at its sole cost and expense, operate and maintain the Crossing Signal Equipment, Crossing Signal Control House, and the new crossing surface, from end -of -tie to end -of -tie, in proper condition. (g) Notwithstanding the preceding provision, if any regulations, ordinances, acts, rules or other laws subsequently passed or amended by the Agency or any other governmental or legislative authority increase the Agency's portion of maintenance cost under this Agreement, BNSF will receive the benefit of any such regulations, ordinances, acts, rules or other laws and the Agency's increased portion of maintenance costs will be incorporated into and made a part of this Agreement. (h) If a railway or highway improvement project necessitates rearrangement, relocation, or alteration of the Crossing Signal Equipment, Crossing Signal House, or the new crossing surface installed hereunder, the costs for such rearrangement, relocation or alteration will be the responsibility of the party requesting such changes. 10. Agency must notify and obtain prior authorization from BNSF's Manager of Public Projects before entering BNSF's right-of-way for Inspection and Maintenance purposes 12 R,e,c�.ai and the BNSF Manager of Public Projects will determine if flagging is required. If the construction work hereunder is contracted, Agency must require its prime contractor(s) to comply with the obligations set forth in Exhibit C and Exhibit C-1, as the same may be revised from time to time. Agency will be responsible for its contractor(s) compliance with such obligations. 11. Any books, papers, records and accounts of the parties hereto relating to the work hereunder or the costs or expenses for labor and material connected with the construction will at all reasonable times be open to inspection and audit by the agents and authorized representatives of the parties hereto, as well as the State of Texas and the Federal Highway Administration, for a period of one (1) year from the date of the final BNSF invoice under this Agreement. 12. The covenants and provisions of this Agreement are binding upon and inure to the benefit of the successors and assigns of the parties hereto. Notwithstanding the preceding sentence, neither party hereto may assign any of its rights or obligations hereunder without the prior written consent of the other party. 13. In the event construction of the Project does not commence within one (1) year of the Effective Date, this Agreement will become null and void. 14. Neither termination nor expiration of this Agreement will release either party from any liability or obligation under this Agreement, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or expiration. 15. To the maximum extent possible, each provision of this Agreement will be interpreted in such a manner as to be effective and valid under applicable law. If any provision of this Agreement is prohibited by, or held to be invalid under, applicable law, such provision will be ineffective solely to the extent of such prohibition or invalidity and the remainder of the provision will be enforceable. 16. This Agreement (including exhibits and other documents, manuals, etc. incorporated herein) is the full and complete agreement between BNSF and Agency with respect to the subject matter herein and supersedes any and all other prior agreements between the parties hereto. 17. Any notice provided for herein or concerning this Agreement must be in writing and will be deemed sufficiently given when sent by certified mail, return receipt requested, to the parties at the following addresses: BNSF: Manager Public Projects 5800 North Main Street 13 Saginaw, Texas 76179_ Agency: Leon Wilson, Jr., P.E. Transportation and Public Works Department 200 Texas Street Fort Worth, Texas 76102 [Signature page follows] 14 �rriGNvar IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed and attested by its duly qualified and authorized officials as of the day and year first above written. AGENCY CITY OF PORT WORTH ATTEST: Mary J. y City Secs to L.- -t M&C .� Date: DNSF RAILWAY COMPANY Primed Name:` Title: 0— Date: +# t WI `:Z ATTEST: E3y• Printed Name: Title: 'P, ice - . $ 45-1 . r Date: 11,1`Z-14 f t`T OF'� APPROVED, Jesus J. Chapa �,••. Assistant City Manager APPROVE AS TO -FORM AND LEGALITY: Assistant yaylttorey� v Ly Date: /' + T AFPROVAL RECOMMENDED: Porks Wiersig, P,E, or, Transportation & Public 15 BNSF Grade Crossing Construction & Maintenance Agreement for Risinger Road Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Leon Willson, Jr., P.E. F- Title EASEMENT AGREEMENT FOR: Risinger Road Crossing improvements (C&M Agreement) THIS EASEMENT AGREEMENT'FOR Risinger a Crossing improvements ("Easement Agreement") is made and entered into as of the z day of c 20111 ("Effective Date"), by and between BNSE RAILWAY COMPANY, a Delaware corporation ("Gran or"), and CITY OF FORT WORTH, a political subdivision of the State of Texas ("Grantee"). A. Grantor owns or controls certain real property situated at or near the vicinity of Fort Worth, County of Tarrant, State of Texas, at Line Segment 7500, Railroad Mile Post 336.24, Project ## DOT 020467E, as described or depicted on Exhibit "A-1" attached hereto and made a part hereof (the "Premises") B. Grantor and Qrantee have entered into that certain Construction and Maintenance Agreement dated as of ooemwi ,�(' concerning improvements on or near the Premises (the "C&M Agreement"). C. Grantee has requested that Grantor grant to Grantee an easement over the Premises for the Easement Purpose (as defined below). D. Grantor has agreed to grant Grantee such easement, subject to the terms and conditions set forth in this Easement and in the C&M Agreement incorporated herein as if fully set forth in this instrument which terms shall be in full force and effect for purposes of this Easement even if the C&M Agreement is, for whatever reason, no longer in effect. NOW, THEREFORE, for and in consideration of the foregoing recitals which are incorporated herein, the mutual promises contained herein, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: Section 1 _Granting of Easement. 1.1 Easement Purpose. The "Easement Purpose" shall be for the purposes set forth in the C&M Agreement. Any improvements to be constructed in connection with the Easement Purpose are referred to herein as "Improvements" and shall be constructed, located, configured and maintained by Grantee in strict accordance with the terms of this Easement Agreement and the C&M Agreement. 1.2 Grant. Grantor does hereby grant unto Grantee a non-exclusive easement ("Easement") over the Premises for the Easement Purpose and for no other purpose. The Easement is granted subject to any and all restrictions, covenants, easements, licenses, permits, leases and other encumbrances of whatsoever nature whether or not of record, if any, relating to the Premises and subject to all with all applicable federal, state and local laws, regulations, ordinances, restrictions, covenants and court or administrative decisions and orders, including Environmental Laws (defined below) and zoning laws (collectively, "Laws'),. Grantor may not make any alterations or Improvements or perform any maintenance or repair activities within the Premises except in accordance with the terms and conditions of the C&M Agreement. ' 1.3 Reservations by -Grantor, Grantor excepts and reserves the right, to be exercised by Grantor and any other parties who may obtain written permission or authority from Grantor: (a) to install, construct, maintain, renew, repair, replace, use, operate, change, modify and relocate any existing pipe, power, communication, cable, or utility lines and appurtenances and other facilities or structures of like character (collectively, "Lines") upon, over, under or across the Premises; Form 704CM; Rev. 08/17/11 (b) to install, construct, maintain, renew, repair, replace, use, operate, change, modify and relocate any tracks or additional facilities or structures upon, over, under or across the Premises; and (c) to use the Premises in any manner as the Grantor in its sole discretion deems appropriate, provided Grantor uses all commercially reasonable efforts to avoid material interference with the use of the Premises by Grantee for the Easement Purpose. Section 2 Term of Easement. The term of the Permanent Easement, unless sooner terminated under provisions of this Easement Agreement, shall be perpetual. The term of the Temporary Easement, unless sooner terminated under provisions of this Easement Agreement, shall expire on the date that is one year after the Effective Date or completion of the project, whichever occurs first. Section 3 No Warranty of Any Conditions of the Premises. Grantee acknowledges that Grantor has made no representation whatsoever to Grantee concerning the state or condition of the Premises, or any personal property located thereon, or the nature or extent of Grantor's ownership interest in the Premises. Grantee has not relied on any statement or declaration of Grantor, oral or in writing, as an inducement to entering into this Easement Agreement, other than as set forth herein. GRANTOR HEREBY DISCLAIMS ANY REPRESENTATION OR WARRANTY, WHETHER EXPRESS OR IMPLIED, AS TO THE DESIGN OR CONDITION OF ANY PROPERTY PRESENT ON OR CONSTITUTING THE PREMISES, ITS MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE, THE QUALITY OF THE MATERIAL OR WORKMANSHIP OF ANY SUCH PROPERTY, OR THE CONFORMITY OF ANY SUCH PROPERTY TO ITS INTENDED USES. GRANTOR SHALL NOT BE RESPONSIBLE TO GRANTEE OR ANY Or GRANTEE'S CONTRACTORS FOR ANY DAMAGES RELATING TO THE DESIGN, CONDITION, QUALITY, SAFETY, MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE OF ANY PROPERTY PRESENT ON OR CONSTITUTING THE PREMISES, OR THE CONFORMITY OF ANY SUCH PROPERTY TO ITS INTENDED USES. GRANTEE ACCEPTS ALL RIGHTS GRANTED UNDER THIS EASEMENT AGREEMENT IN THE PREMISES IN AN "AS IS, WHERE IS" AND "WITH ,ALL FAULTS" CONDITION, AND SUBJECT TO ALL. LIMITATIONS ON GRANTOR'S RIGHTS, INTERESTS AND TITLE TO THE PREMISES. Grantee has inspected or will inspect the Premises, and enters upon Grantor's rail corridor and property with knowledge of Its physical condition and the danger inherent in Grantor's rail operations on or near the Premises. Grantee acknowledges that this Easement Agreement does not contain any implied warranties that Grantee or Grantee's Contractors (as hereinafter defined) can successfully construct or operate the Improvements. Section 4 Nature of Grantor's. Interest In the laGRANTOR DOES NOT WARRANT ITS TITLE TO THE PREMISES NOR UNDERTAKE TO DEFEND GRANTEE IN THE PEACEABLE POSSESSION OR USE THEREOF. NO COVENANT OF QUIET ENJOYMENT IS MADE. In case of the eviction of Grantee by anyone awning or claiming title to or any interest in the Premises, or by the abandonment by Grantor of the affected rail corridor, Grantor shall not be liable to refund Grantee any compensation paid hereunder. Section 15 Improvements. Grantee shall take, in a timely manner, all actions necessary and proper to the lawful establishment, construction, operation, and maintenance of the Improvements, including such actions as may be necessary to obtain any required permits, approvals or authorizations from applicable governmental authorities. Any and all cuts and fills, excavations or embankments necessary in the construction, maintenance, or future alteration of the Improvements shall be made and maintained in such manner, form and extent as will provide adequate drainage of and from the adjoining lands and premises of the Grantor; and wherever any such fill or embankment shall or may obstruct the natural and pre-existing drainage from such lands and. premises of the Grantor, the Grantee shall construct and maintain such culverts or drains as may be requisite to preserve such natural and pre-existing drainage, and shall also wherever necessary, construct extensions of existing drains, culverts or ditches through or along the premises of the Grantor, such extensions to be of adequate sectional dimensions to preserve the present flowage of drainage or other waters, and of materials and workmanship equally as good as those now existing. In the event any construction, repair, maintenance, work or other use of the Premises by Grantee will affect any Lines, fences, buildings, improvements or other facilities (collectively, "Other Improvements"), Grantee will be responsible at Grantee's sole risk to locate and make any adjustments necessaryto such Other Improvements. Grantee must contact the owner(s) of the Other Improvements notlfying them of any work that may damage these Other Improvements and/or interfere with their service and obtain the Form 704CM; Rev. 08/17/11 2 owner's written approval prior to so affecting the Other Improvements. Grantee must mark all other Improvements on the Plans and Specifications and mark such Other Improvements in the field in order to verify their locations. Grantee must also use all reasonable methods when working on or near Grantor property to determine if any Other Improvements (fiber optic, cable, communication or otherwise) may exist. The Grantee agrees to keep the above -described premises free and clear from combustible materials and to cut and remove or cause to be cut and removed at its sole expense all weeds and vegetation on said premises, said work of cutting and removal to be done at such times and with such frequency as to comply with Grantee and local laws and regulations and abate any and all hazard of fire. Section 6 Taxes and Recording Fees. Grantee shall pay when due any taxes, assessments or other charges (collectively, "Taxes") levied or assessed upon the Improvements by any governmental or quasi - governmental body or any Taxes levied or assessed against Grantor or the Premises that are attributable to the Improvements. Grantee agrees to purchase, affix and cancel any and all documentary stamps in the amount prescribed by statute, and to pay any and all required transfer taxes, excise taxes and any and all fees Incidental to recordation of the Memorandum of Easement. In the event of Grantee's failure to do so, if Grantor shall become obligated to do so, Grantee shall be liable for all costs, expenses and judgments to or against Grantor, including all of Grantors legal fees and expenses. Section 7 Environmental. 7.1 Compliance with Environmental Laws. Grantee shall strictly comply with all federal, state and local environmental Laws in its use of the Premises, including, but not limited to, the Resource Conservation and Recovery Act, as amended (RCRA), the Clean Water Act, the Oil Pollution Act, the Hazardous Materials Transportation Act, the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) and the Toxic Substances Control Act (collectively referred to as the "Environmental Laws"). Grantee shall not maintain a "treatment," "storage," "transfer" or "disposal" facility, or "underground storage tank," as those terms are defined by Environmental Laws, on the Premises. Grantee shall not handle, transport, release or suffer the release of "hazardous waste" or "hazardous substances"-, as "hazardous waste" and "hazardous substances" may now or in the future be defined by any Environmental Laws. 7.2 Notice of Release. Grantee shall give Grantor immediate notice to Grantor's Resource Operations Center at (800) 832-5452 of any release of hazardous substances on or from the Premises, violation of Environmental Laws, or inspection or inquiry by governmental authorities charged with enforcing Environmental Laws with respect to Grantee's use of the Premises. Grantee shall use its best efforts to promptly respond to any release on or from the Premises. Grantee also shall give Grantor immediate notice of all measures undertaken on behalf of Grantee to investigate, remediate, respond to or otherwise cure such release or violation. 7.3 Remediation of Release, In the event that Grantor has notice from Grantee or otherwise of a release or violation of Environmental Laws which occurred or may occur during the term of this Easement Agreement, Grantor may require Grantee, at Grantee's sole risk and expense, to take timely measures to investigate, remediate, respond to or otherwise cure such release or violation affecting the Premises. If during the construction or subsequent maintenance of the Improvements, soils or other materials considered to be environmentally contaminated are exposed, Grantee will remove and safely dispose of said contaminated soils. Determination of soils contamination and applicable disposal procedures thereof, will be made only by an agency having the capacity and authority to make such a determination. 7.4 Preventative Measures. Grantee shall promptly report to Grantor in writing any conditions or activities upon the Premises known to Grantee which create a risk of harm to persons, property or the environment and shall take whatever action is necessary to prevent injury to persons or property arising out of such conditions or activities; provided, however, that Grantee's reporting to Grantor shall not relieve Grantee of any obligation whatsoever imposed on it by this Easement Agreement. Grantee shall promptly respond to Grantor's request for information regarding said conditions or activities. 7.5 Evidence of Compliance. Grantee agrees periodically to furnish Grantor with proof satisfactory to Grantor that Grantee is in compliance with this Section 7. Should Grantee not comply fully with the above - stated obligations of this Section 7, notwithstanding anything contained in any other provision hereof, Grantor Form 704CM; Rev. 08/17/11 3 may, at its option, terminate this Easement Agreement by serving five (5) days' notice of termination upon Grantee. Upon termination, Grantee shall remove the Improvements and restore the Premises as provided in Section 9. Section 8 Default and Termination. 8.1 Grantor's Performance Rights. If at any time Grantee, or Grantee's Contractors, fails to properly perform its obligations under this Easement Agreement, Grantor, in its sole discretion, may: (i) seek specific performance of the unperformed obligations, or (ii) at Grantee's sole cost, may arrange for the performance of such work as Grantor deems necessary for the safety of its rail operations, activities and property, or to avoid or remove any interference with the activities or property of Grantor, or anyone or anything present on the rail corridor or property with the authority or permission of Grantor. Grantee shall promptly reimburse Grantor for all costs of work performed on Grantee's behalf upon receipt of an invoice for such costs. Grantor's failure to perform any obligations of Grantee or Grantee's Contractors shall not alter the liability allocation set forth in this Easement Agreement. 8.2 Abandonment. Grantor may, at its option, terminate this Easement Agreement by serving five (5) days' notice in writing upon Grantee if Grantee should abandon or cease to use the Premises for the Easement Purpose. Any waiver by Grantor of any default or defaults shall not constitute a waiver of the right to terminate this Easement Agreement for any subsequent default or defaults, nor shall any such waiver in any way affect Grantor's ability to enforce any section of this Easement Agreement. 8.3 Effect of Termination or_ Expiration. Neither termination nor expiration will release Grantee from any liability or obligation under this Easement, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or expiration, or, if later, the date the Premises are restored as required by Section 9. 8.4 Non-exclusive Remedies. The remedies set forth in this Section 8 shall be in addition to, and not in limitation of, any other remedies that Grantor may have udder the C&M Agreement, at law or in equity. Section 9 Surrender of Premises, 9.1 Removal of Improvements and Restoration. Upon termination of this Easement Agreement, whether by abandonment of the Easement or by the exercise of Grantor's termination rights hereunder, Grantee shall, at its sole cost and expense, immediately perform the following: (a) remove all or such portion of Grantee's Improvements and all appurtenances thereto from the Premises, as Grantor directs at Grantor's sole discretion; (b) repair and restore any damage to the Premises arising from, growing out of, or connected with Grantee's use of the Premises; (c) remedy any unsafe conditions on the Premises created or aggravated by Grantee; and (d) leave the Premises in the conditions which existed as of the Effective Date_ 9.2 Limited License far Entry_ If this Easement Agreement is terminated, Grantor may direct Grantee to undertake one or more of the actions set forth above, at Grantee's sole cost, in which case Grantee shall have a limited license to enter upon the Premises to the extent necessary to undertake the actions directed by Grantor. The terms of this limited license include all of Grantee's obligations under this Easement Agreement. Termination will not release Grantee from any liability or obligation under this Easement Agreement, whether of indemnity or otherwise, resulting from any acts, emissions or events happening prior to the date of termination, or, if later, the date when Grantee's Improvements are removed and the Premises are restored to the condition that existed as of the Effective Date. If Grantee fails to surrender the Premises to Grantor upon any termination of the Easement, all liabilities and obligations of Grantee hereunder shall continue in effect until the Premises are surrendered. Form 704CM, Rev. 08/17/11 4 Section 10 Lions. Grantee shall promptly pay and discharge any and all liens arising out of any construction, alterations or repairs done, suffered or permitted to be done by Grantee on the Premises or attributable to Taxes that are the responsibility of Grantee pursuant to Section 6. Grantor is hereby authorized to post any notices or take any other action upon or with respect to the Premises that is or may be permitted by Law to prevent the attachment of any such liens to any portion of the Premises; provided, however, that failure of Grantor to take any such action shall not relieve Grantee of any obligation or liability under this Section 10 or any other section of this Easement Agreement. Section 11 Tax Exchange. Grantor may assign its rights (but not its obligations) under this Easement Agreement to Goldfinch Exchange Company LLC, an exchange intermediary, in order for Grantor to effect an exchange under Section 1031 of the Internal Revenue Code. In such event, Grantor shall provide Grantee with a Notice of Assignment, attached as Exhibit C, and Grantee shall execute an acknowledgement of receipt of such notice. Section 12 Notices. Any notice required or permitted to be given hereunder by one party to the other shall be delivered in the manner set forth in the C&M Agreement. Notices to Grantor under this Easement shall be delivered to the following address: BNSF Railway Company, Real Estate Department, 2500 Lou Menk Drive, Ft. Worth, TX 76131, Attn. Permits, or such other address as Grantor may from time to time direct by notice to Grantee. Section 13 Recordation. It is understood and agreed that this Easement Agreement shall not be in recordable form and shall not be placed on public record and any such recording shall be a breach of this Easement Agreement. Grantor and Grantee shall execute a Memorandum of Easement in the form attached hereto as Exhibit "18-1" (the "Memorandum of Easetneiit") subject to changes required, if any, to conform such form to local recording requirements. The Memorandum of Easement shall be recorded in the real estate records in the county where the Premises are located. If a Memorandum of Easement is not executed by the parties and recorded as described above within 30 days of the Effective Date, Grantor shall have the right to terminate this Easement Agreement upon notice to Grantee. Section 14 Miscellaneous. 14.1 Ali questions concerning the interpretation or application of provisions of this Easement Agreement shall be decided according to the substantive Laws of the State of Texas without regard to conflicts of law provisions. 14.2 In the event that Grantee consists of two or more parties, all the covenants and agreements of Grantee herein contained shall be the joint and several covenants and agreements of such parties. This instrument and all of the terms, covenants and provisions hereof shall inure to the benefit of and be binding upon each of the parties hereto and their respective legal representatives, successors and assigns and shall run with and be binding upon the Premises. 14.3 If any action at law or in equity is necessary to enforce or Interpret the terms of this Easement Agreement, the prevailing party or parties shall be entitled to reasonable attorneys' fees, costs and necessary disbursements in addition to any other relief to which such party or parties may be entitled. 14.4 If any provision of this Easement Agreement is held to be illegal, invalid or unenforceable under present or future Laws, such provision will be fully severable and this Easement Agreement will be construed and enforced as if such illegal, invalid or unenforceable provision Is not a part hereof, and the remaining provisions hereof will remain in full force and effect. In lieu of any illegal, invalid or unenforceable provision herein, there: will be added automatically as a part of this Easement Agreement a provision as similar in its terms to such illegal, invalid or unenforceable provision as may be possible and be legal, valid ,and enforceable. 14.5 This Easement Agreement is the full and complete agreement between Grantor and Grantee with respect to all matters relating to Grantee's use of the Premises, and supersedes any and all other agreements between the parties hereto relating to Grantee's use of the Premises as described herein. However, nothing herein Form 704CM; Rev. 08/17/11 5 is intended to terminate any surviving obligation of Grantee or Grantee's obligation to defend and hold Grantor harmless in any prior written agreement between the parties. 14.6 Time is of the essence for the performance of this Easement Agreement. ADMINISTRATIVE FEE 15. Grantee acknowledges that a material consideration for this agreement, without which it would not be made, is the agreement between Grantee and Grantor, that the Grantee shall pay upon return of this Agreement signed by Grantee to Grantor's Broker a processing fee in the amount of $2.000.00 over and above the agreed upon Acquisition Price. Said fee shall be made payable to BNSF Railway Company by a separate check. Witness the execution of this Easement Agreement as of the date first set forth above. GRANTOR. BNSF RAILWAY COMPANY, Delaware corporation By, 1 Name: Title: Mark D. Ude Assistant Vice President Corporate Real Estate Development GRANTEE: City of Fort Worth, 200 Texas Street By: Name: -title_ Form 704CM; Rev. 08/17/11 6 EXBJBIT "A-1" Property Description for EASEMENT AGREEMENT PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEI! . No.10 PERMANENT STREET EASEMENT CITY PROJECT No. 02239 W. RISINGER ROAD, FORT WORTH, TEXAS E. B. DISHMAN SURVEY, ABSTRACT No. 407 ,JACOB WILCOX SURVEY, ABSTRACT No.1743 EXMBZT CIA59 Being a permanent street easement situated in the E. B. Dishman Survey, Abstract No. 407 and the Jacob Wilcox Survey, Abstract No. 1743, City of Fort Worth„ Tarrant County, Texas, said permanent street easement being a portion of two tracts of land deeded to the Gulf, Colorado and Santa Fe Railway Company as recorded in Volume R, Page 530 and Volume R, Page 534 of the Deed Records of Tarrant County, Texas, said two tracts of land currently owned by Burlington, Norther. and Santa Fe Railway Company, said pemanent street easement being more particularly described by metes and bounds as follows: BEGHgNING railroad spike found for the most easterly northeast corner of a 201.486 acre tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of the Official Public Records of Tarrant County, Texas, said railroad spike being the southeast corner of a 45.594 acre tract of land (by deed) deeded to CJB Prim Property, LLC as recorded in County Clerk's File No. D210196934 of said Official Public Records of Tarrant County, Texas, said railroad spike also being the apparent southwest comer of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534, said railroad spike also being the apparent northwest comer of said Gulf, Colorado and Santa Fe Railway tract of land recorded in. Volume R, Page 530; THENCE North 01 degrees 25 minutes 46 seconds East, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the east lure of said 45.594 acre tract of land, a distance of 119.62 feet to a point for corner; THENCE South 88 degrees 34 minutes 14 seconds East, a distance of 40.00 feet to a point for corner; THENCE South. 01 degrees 25 minutes 46 seconds West, a distance of 60.93 feet to a point for corner; THENCE North 89 degrees 45 minutes 46 seconds East, a distance of 59.85 to point for corner in the east line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534, said point being in the west line of a 4.733 acre tract of land (by deed) deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk File No. D210264416 of said Official Public Records of Tarrant County, Texas; Exhibit A Page 1 of 3 THENCE South 01 degrees 25 minutes 00 seconds West, with east line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the west line of said 4.733 acre tract of land, a distance of 57.26 feet to a pk wail found for the southwest comer of said 4.733 acre tract of land, said pk nail being the apparent southeast comer of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534, said point also being the apparent northeast corner of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded io Volume R, Page 530; THENCE South 01 degrees 10 minutes 40 seconds West, with east line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530, a distance of 19.96 feet to a mag nail found for the northwest corner of a 6.26 acre tract of land (by deed) described as Tract One deeded to 2201 Risiuger, L.L.C. (50% undivided interest) as recorded in County Clerk's File No. D209049450 of said Official Public Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in Volume 9931, Page 1980 of said Deed Records of Tarrant County, Texas, and being further described in County Clerk's File No. D208403925 of said Official Public Records of Tarrant County, Texas; THENCE South 01 degrees 25 minutes 45 seconds West, with east line of said Gulf, Colorado and Santa Fe Railway Company tract of land iecoxded in Volume F, Page 530 and with the west line of said 6.26 acre tract of land, a distance of 37.83 feet to a point for coiner; THE NCE South 89 degrees 45 mutes 46 seconds West, a distance of 99.96 feet to a point for corner in the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530 and being in the east line of said 201.486 acre tract of land; THENCE North 01 degrees 25 minutes 16 seconds East, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530 and with the east line of said 20.1 A86 acre tract of land, a distance of 57.52 feet to the POINT OF BEGINNING and containing 13,951 square feet or 0.320 acres of land, of which 2,604 square feet or 0.060 acres of land lies within the existing prescriptive road area for West Risingei Road leaving a net area of 11,347 square feet or 0.260 acres of lard, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this Iegal description. (2) R.O.W. markers along the proposed right-of-way line arc a 519" iron rod with blue cap stamped "Goi: ondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zane 4202. All distances and areas shown are surface. Date: May 4, 2016 4 �4- z. Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 3 of 3 .EXHIBIT ,3-9 PARCEL No. 14 PERM4Nla'NT STREET EASE1k NT ,Qr 45,594 ACRES (9Y REED) ° U ki Cd9 PRIME PROPERTY, LLC -..: C.C.F. 10. glQt95434 y�, n Ai P I OsT. rho 17 f 4.733 ACRES (BY DEED) SOUTHWEST METAL TREATING CORPORATION. LLC c,c.F. No. D21 D2844t 6 A.. RAILROAD SIGNAL r.AaINET MP. 336.2 r hppjl(1MA7C LOCATION OF SURVEY LINE] p. o. B. FOUND RAILROAD SPIKE ST RISINGIER ROAD so VV PEitPETUAL EASEMENT AND RIGHT--OF—WAY I'OR ROAD PURPOSES GRANTED TO CONVEYOR CORPORATION OF AMERICA, INC. VOLUME 7257. PAGE 23t2 D.R.T.C.T. REMAINDER OF 201.486 ACRES BY DEED) AY:CART—RISING , LP, C.C.F. NO. D204331983 O.P:R.T.C.T. RIM Q?jP S;irlSl�$i'•��ARI7ti?a4FUti' �kr ala4:- 'IIUCCNJ}IpL�T}�.J4RE I2€NI S kC� bhl VERT AL 7ON5 4!?04'ALlt-i paiCOLORADO eta SANTA RAILWAY COMPANY n'. gNTLY OWNED BY I 8>iIR1`fH(3tQN. NORTHERN & SAWA { FL' RAILWAY COMPANY 1 VOLUME R. PAGE 630 D.R.T.G.T. I L- 3 . hI 9'48'4B"E SPAS PERMANENT b'"MEET CEMENT AREA 11,347 SQ. M OR D.260 ACRES (NET) APPROXIMATE LOCATION OF SURVEY LINE D. PK NAIL , f • i DEDICATED TO THE USE i I AND BENEFIT OV THE.�.I PUBLIC AS A ROAD EASEMENT VOLUME 5165, PAGE 278 D.R.T.C.T. 5�8` IF��I ftt3iT: V'il�1 6.26 ACRES (BY DEED) 2201 RISINGEk LLC. (5139 OWNERSHIP) C.C.F. No. 0209049450, O.P.R.7 C.T, PAATELA L ANDERSON, TRUSTEE OF THE ANDERSON MARITAL TRUST (50X OWNERSHIP) VOLUME 693t, PAGE t980, D.R.T.C-T. FURTHER DESCRIBED IN D208403925 O.P.R.T.C.T. Y�SCALE ,IN_ FEET — — -- r 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIDIT S 0 G A STREET S MENT OUT OF A 1WO TRACTS OF LAND SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 de THE JACOB WILCOX SURVEY ABSTRACT No. 1743 CITY 0F FORT WOAsTR,CORADR PAINT COUNTY, TEXAS VOLUME R. PAGE 530 & VOLUME R. PAGE 534 DEED RECORDS OF TARRANT COUNTY, TEXAS ls.a,...-.. - .,.-.k .r Znnl-•en-r-n.n ..._u . ... - . ..-:1rnen-MEW PAWL nvwc -nwf :i. E=IT "A-2" Property Description for MEMORANDUM OF EASEMENT PROJECT DAME: RISINGER ROAD FRONT CROWLEY ROAD TO MCCAWT AVENUE PARCEL No.10 PERMANENT STREET EASEMENT CITY PROJECT No. 02239 W. RISINGER ROAD, FORT WORTH, TEXAS E. B. DISMdAN SURVEY, ABSTRACT No. 407 JACOB WILCOX SURVEY, ABSTRACT No.1743 EXMIT "A" Being a permanent street easement situated in the E. B. Dishman Survey, Abstract No. 407 and the Jacob Wilcox Survey, Abstract No. 1743, City of Fort Wortlk, Tarrant County, Texas, said permanent street casement being a portion of two tracts of land deeded to the Gulf, Colorado and Santa Fe Railway Company as recorded in Volume R, Page 530 and Volume R, Page 534 of the Deed Records. of Tarrant County, Texas, said two tracts of land currently owned by Burlington, Northern and Santa Fe Railway Company, said permanent street easement being more particularly described by metes and bounds as follows: BEGDUgNG railroad spike found for the most easterly northeast comer of a 201.486 acre tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of the Official Public Records of Tarrant County, Texas, said railroad spire being the southeast corner of a 45.594 acre tract of land (by deed) deeded to CJB Prime Properly, LLC as recorded in County Clerk's File No. D210196934 of said Official Public Records of Tarrant County, Texas, said railroad spike also being the apparent southwest corner of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534, said railroad spike also being; the apparent northwest corner of said Gulf, Colorado and Santa Fe Railway tract of land recorded in. Volume R, Page 530; THENCE North 01 degrees 25 minutes 46 seconds East, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the east line of said 45.594 acre tract of land, a distance of 119.62 feet to a point for corner; THENCE South 88 degrees 34 minutes 14 seconds East, a distance of 40.00 feet to a point for corner; THENCE South, 01 degrees 25 minutes 46 seconds ?Vest, a distance of 60.93 feet to a point for corner; THENCE North 89 degrees 45 minutes 46 seconds East, a distance of 59.85 to point for comer in the east line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534, said point being in the west line of a 4.733 acne tract of land (by deed) deeded to Southwest Metat Treating Corporation, LLC as recorded in County Clerk File No. D210264416 of said Official Public Records of Tarrant County, Texas; 7'iv ;lti;t a Pam- i ^-P'q THENCE South 01 degrees 25 minutes 00 seconds West, with east line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the west line of said 4.733 acre tract of land, a distance of 57.26 feet to a pk nail found for the southwest corner of said 4.733 acre tract of land, said pk nail being the apparent -southeast corner of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534, said paint also being the apparent northeast corner of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530; THENCE South 01 degrees 10 minutes 40 seconds West, with east line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530, a distance of 19.96 feet to a m.ag nail found for the northwest corner of a 6.26 acre tract of land (by deed) described as 'Traci One deeded to 2201 Risinger, L.L.C. (50% undivided interest) as recorded in County Clerk's File No. D209049450 of said Official Public Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in Volume 9931, Page 1980 of said Deed Records of Tarrant County, Texas, and being further described in County Clerk's File No. D208403925 of said Official Public Records of Tarrant County; Texas; THENCE South 01 degrees 25 minutes 45 seconds 'Test, with east line of said Gulf, Colorado and Santa Fe Railway Company tract of land xecorded in Volume R, Page 530 and with the west line of said 6.26 acre tract of land, a distance of 37.83 feet to a point for comer; THENCE South 89 degrees 45 minutes 46 seconds West, a distance of 99.96 feet to a point for corner in the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530 and being in the east line of said 201.486 acre tract of land; THENCE North 01 degrees 25 minutes 16 seconds feast, with the west lime of said Gulf, Colorado and Santa Fe Railway Company tract of laud recorded in Volume R, Page 53 0 and with the east line of said 201.486 acre tract of land, a distance of 57.52 feet to the POINT GE BEGINNING and containing 13,951 square feet or 0.320 acres of land, of which 2,604 square feet or 0.060 acres of land lies within the existing prescriptive road area for West Risinger Road leaving a net area of l 1,347 square feet or 0,260 acres of land, more or less. Exhibit A Paae 2 of 3 Notes; (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorirondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202. All distances and areas shown are surface. Date: May 4, 2016 Curtis Smith - Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Pvhiliit A Pnap I nfI EXHIBIT Pwwn No. to PuamANwNT STREET EASMENT 4.5.694 ACRES (BY DEED) G,18 PRIME PROPERTY, LLC C.C.R NO. -))Z Q 95934 RAILROAD SIGNAL LOCATION I LINE A - — -Y-@ FOUND RAILROAD ROAD - s -�gfkc Age PERPETUAL EASEMENT AND RIGHT-OF-WAY FOR ROAD PURPOSES GRAWED TO CONVEYOR CORPORATION OF AMERICA, INC, VOLUME 7257, PAGE 2312 D.R.T.C,T. REMAINDER OF 201.486 ACRES (BY [WED) MCCART-RISINGER, L.P. C,C.K NO. D204331963 O.P.R.T.C.T. s 4 0 ;rz S _D -25 s 93'-, W 2 R . . . . . . . . . . . . . . 4,733 ACRES (BY DEED) SOUTHWEST METAL TREATING CORPORATION, LLC c.c.F. No. D20284416 O.P.R.T.C.T. PERMANENT STREET EASEMEW AREA 10�1.,y 11,347 SQ. Fr. OR .......... -0 0.260 ACRES (NM ............. ............... ..... APPROXi"TF LOCATION Or SURVEY LINE zx. -rw= ........... D. PK NAIL ..... . ...... .. . .... Lt WEST RISINGER ROAD el f Sb"'OOAD EkSMENT DEDICATED TO THE USE 3.)Rw ZOO* 9d.irs Jl AND BENEFIT OF THE f',:SrErrrr PUBLIC AS A ROAD EASEMENT ..... VOLUME 5168, PACE 278 89'45 48 9.915' O.R.T.C.T. Ujf, COLORADO & SANWTA FE. RAILWAY COMPANY 6.26 ACRES (BY DEED) QUIRR914T1.Y OWNED BY 2201 ftlSJNCER, L-L,C, (LjG?. OWNERSHi?) NORTHERN & SWA CC,F, No. D209049450, O.P.R.T.C.T. K RRAN1iWAY COMPANY PAMEEA L.ANDERSON, 'TRUSTEE OF THE VOLUME R. PAGE 530 ANDERSON MARITAL TRUST (60% OWNERSHIP) D.A.T.O.T. VOLUME 9931, PAGE 19,10 D.R.T.C.T. FURTHER DESCRI13ED IN 0,06403925 O.P.R.T.C,T. 1 n, -a kl' 6030" 0 60, pRo�osgI Ibtakr bi4if -15Y# ICON PAR, WfM ---- ---- StALE ilk FEET In IRM *0 - p 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A STREET EASEMENT OUT OF A TWO TRACTS OF LAND SITUATED IN THE E. B. DISHMAN SURVEY, ABSTRACT No. 407 & THE jAcos WILCOX SURVEY, ABSTRACT No. 1743 CITY OF FORT WORTHicTARDERRANINT COUNTY, TEXAS AS R6D VOLUME R, PAGE 530 & VOLUME R, PAGE 534 DEEO RECORDS OF TARRANT COUNTY, TEXAS o4a4' [PRO&CT.- RISINGER, ROAD FROM CXOWLEY NQAD TO CCAW AVE CITY P-1304. No— Q2239 E)=T "A-3 - Property Description for temporary construction easement PROJECT NAM : RISI LAGER ROAD FROM CROWLE'Y' ROAD TO MCCART AVENUE PARCEL No.10 TCE-PART I CITY PROJECT No. 02239 W. RISI1rNGER ROAD, FORT WORTH, TEXAS E. B. DISY3MAN SURVEY, ABSTRACT No. 407 Being a temporary construction easement situated in the E. B. Dishman Survey, Abstract No. 407, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a tract of land deeded to the Golf, Colorado and Santa Fe Railway Company as recorded in Volume R, Page 534 of the Deed Records of Tarrant County, Texas, said tract of land currently owned by Burlington, Northern and Santa Fe Railway Company, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a railroad spike found for the most easterly northeast corner of a 201 A86 acre tract of land (by deed) deeded to McCart "finger, L.P. as recorded in County Cleric's File No. D204331963 of the Official Public Records of Tarrant County, Texas, said railroad spike being the southeast comer of a 45.594 acre tract of land (by deed) deeded to CJB Prime Property, LLC as recorded in County Cleric's File No. D210196934 of said Official Public Records of Tarrant County, Texas, said railroad spike also being the apparent southwest corner of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534, said railroad spike also being the apparent northwest corner of a tract of land deeded to Gulf, Colorado and Santa Fe Railway as recorded in Volume R, Page 530 of said .Deed Records of Tarrant County, Texas, from which a PK nail found for the southwest cornier of a 4.733 acre tract of land deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk's File No, D210264416 of said Official Public Records of Tarrant County, Texas bears North 89 degrees 36 minutes 49 seconds East (radial bearing), a distance of 99.81 feet, said PK nail being in the north right-of-way line of West Risinger Road (a variable width right-of-way), said PIS nail also being in the west line of said Gulf, Colorado and Santa Fe Railway tract of land recorded in Volume R, Page 530; TBENCE North 01 degrees 25 minutes 46 seconds East, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the east line of said 45.594 acre tract of land, a distance of 119.62 feet to the POINT OF B>EGtNNING of the herein described temporary construction easement, said point being the northwest corner of a proposed road easement; THENCE North 01 degrees 25 minutes 46 seconds East, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the east line of said 45.594 acre tract of land, a distance of 884.59 feet to a point for corner; THENCE South 88 degrees 34 minutes 14 seconds East, a distance of 40.00 feet to a point for comer; 1xhibitA Page 1 of 2 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No. lA TCE-PART 1 CITY PROJECT No. 02239 W. RISINGER ROAD, FORT "WORTH, TEXAS E. B. DISHMAN SURVEY, ABSTRACT No. 407 EXHIBIT d'A$$ Being a temporary construction easement situated in the E. B. Dishrnan Survey, Abstract No, 407, City of Fort Worth, Tarrant County, `texas, said ternporaty construction easement being a portion of a tract of land deeded to the Gulf, Colorado and Santa Fe Railway Company as recorded in Volume R, Page 534 of the Deed Records of Tarrant County, Texas, said tract of land currently owned by Burlington, Northern and Santa Fe Railway Company, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a railroad spike found for the most easterly northeast corner of a 201.486 acre tract of land (by (teeed) deeded to McCart-Risinger, L.P. as recorded in County Cleric's rile No. D204331963 of the Official Public Records of Tarrant County, Texas, said railroad spike being the southeast corner of a 45.594 acre tract of land (by deed) deeded to CJB Prime Property, LLC as recorded in Catmty Clerk's File No. D210196934 of said Official Public Records of Tarrant County, Texas, said railroad spike also being the apparent southwest corner of said Gulf, Colorado and Santa Pre Railway Company tract of land recorded in Volume R, Page 534, said railroad spike also being the apparent northwest corner of a tract of land deeded to Gulf, Colorado and Santa Fe Railway as recorded in Volume R, Page 530 of said Deed Records of Tarrant County, Texas, flour which a PK nail found for the southwest comer of a 4.733 acre tract of land deeded to Southwest Metal Treating Corporation, LLC as recorded in County Clerk's File No. D210264416 of said Official Public Records of Tarrant County, Texas bears North 89 degrees 36 mimrtes 49 seconds East (radial bearing), a distance of 99.81 feet, said PK nail being in the north right-of-way line of West Risint er Road (a variable width right-of-way), said PK nail also being in the west line of said Gulf, Colorado and Santa Fe Railway tract of land recorded in Volume R, Page 530; THENCE North 01 degrees 25 ininutes 46 seconds East, with the west Line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the east line of said 45.594 acre tract of land, a distance of 119,62 feet to the POINT OF BEGINNING of the herein described temporary constr-action easement, said point being the northwest corner of proposed road easerent; THENCE North 01 degrees 25 minutes 46 seconds East, .with the west tine of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 534 and with the east line of said 45,594 acre tract of land, a distance of 884.59 feet to a point for corner; THE, NCE South 88 degrees 34 minutes 14 seconds .East, a distance of 40.00 feet to a point for corner; Exhibit A Page 1 of 2 THE, NCE South 01 degrees 25 mim:tes 46 seconds West, a distance of 884.59 feet to a point for the most northerly northeast corner of a proposed street easement; THENCE North 88 degrees 34 minutes 14 seconds West, with the most northerly Borth line of said proposed street easement, a distance of 40.00 feet to the POIN`i' OF BEGINNING and containing 35,383 square feet or 0.812 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NADu83, The North Central Zone 4202. All distances and areas shown are surface. Date: May 4, 2016 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 F.xhihit A Pgw_e 2 of 2 EXHIBIT 99B " muu No. fo TcE PART 1 MATCH LINE PAGE 2 TEMPORARY CONS1RUC-nON� :: EAS5MENT AREA ,� . 35,383 S F � � � ' OR 0.812 ACRES .... ..................... P.... ......... 4�,5a4 ACRES (BY DEED) CJB PRIME PROPERTY. LLC Logy $ . C.C.F. NO, D210106O34 I O.P.R.T.C.T. PROPOSED ROAD EASEMENI z ui RAILROAD SIGNAL w I` �` CABINET MP 336.25 L—L APPROXIMATE LOCATION ' DF SURVEY LINE o (RADIAL BEARING) P. 0. C. N BW38'49"E FOUND RAILROAD 99.81' SPIKE — 1 EST RISINGER ROAD v (A VARIA&LE WIDTH R04T-OF_WAYj--__ - — — — co)( "o 4 EXISTING PRESCRIPTIVEROAP 'sw AREA PROPOSED ROAD — EASEMENT PERPETUAL EASEMENT AND RIGHT--OF-WAY FOR RGAO PURPOSES GRANTED TO GULF, COLORADO & SAWA CONVEYOR CORPORATION OF AMERICA, INC. FE RAILWAY COMPANY VOLUME 7257, PAGE 2312 I CURRENTLY OWNED BY D.R.T.C.T. 1 BURUNGTON NORTHERN & SAWA FE RAILRWAY COMPANY REMAINDER OF VOLUME R. PAGE 530 201.486 ACRES (BY DEED) D.R.T.C.T, MCCART-RISINGER, L.P. G.C.F. NO. D204331963 O.P.R.T.C.T. LIE TABU LENS1 BEARING DISTANCE L--1 j N 8&3414'W 1 40.00 -50g.4 0 4.733 ACRES (BY OECD) SOUTHWEST METAL TREATING CORPORATION, LLC C.C.F. No, D210264416 O.P.R.T.C.T. -_^-f - - APPROXIMkTE LOCATION LINE �-�---.� OF SURVEY �. PK NAIL T A1Sl 6%R 0AD (A VARIABLE WIDTH RIGHT—OF—WAY)— D� MA6 AfAIL -- _ — — — --- 5V ROAD EASEMENT DEDICATED TO THE USE: AND BENEFIT OF THE PUBLIC AS A ROAD EASEMENT VOLUME 5168, PAGE 778 D.R.T.C.T. 6.26 ACRES (BY DEED) 22G1 RISINGER, L.L.C. (50% OWNERSHIP) C.C.F, No. D209049450. O.P.R,T.C.T. PAMELA L. ANDERSOON, TRUSTEE OF THE ANDERSON MARITAL TRUST (609 OWNERSHIP) VOLU?AE 9031. PAGE 1960, D.R,T.C.T, FURTHER OESCRIBEO IN 0200403925 O.P.R.T.C.T. N©TES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. R.O.W. MARI(FAS ALONG THE PROPOSED BIGHT -OF -WAY LINE ARE A 5/W IRON ROD WITH BLUE CAP STAMPED "GORRONDOW SET UNLESS OY"ERWISE NOTED, 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYMM. NAD-83,IHE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND ARIAS SHOWN ARE SWWACE, 60' 30' 0 60, SCALE IN FEET qp i f ' � r 1000 THROCKMORTON STREET" FORT WORTH, TEXAS 78102 EXHIBIT SHOWINQ A TEMPORARY CONSTRUCTION EASEMENT 'ST' TRACT OF LAND IN E, G. CISHMAN SURVEY, No. 407 ( q�W1 I CITY OF FORT WORTH, TARRANT COUNTY. TEXAS AL 4 'i AS RECORDED IN VOLUME R PAGE 534 DEED RECORDS OF TARRANT COUNTY. TEXAS••'`'� RmmnidnMNA k miRnmars- INC.. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX, 15114 4 nl i-4w'u- l4z'4 t A& 131 f- ltv*- I fuc m PARML No. 10 TCE PART 1 ............ 45.594 ACRES (BY DEED) e!1 CJB PRIME PROPERTY LLC C.C.F. NO V210196934 zj s1 � MPf�ARY CONSTRUCTION ..��' EASEMENT AREA :55,383 SO. FT OR 0.812 ACRES- : N ti• 01 S RAGS rya. .`� MATCH LINE PAGE 3 2.99 ACRES (BY DEED) SOUTHWEST METAL TREATING CORPORATION, LLC VOLUME 11455, PACE B46 D.R.T.C.T. 4.733 ACRES (BY DEED) SOUTHWEST METAL. TREATING CORPORATION, LLC C.C.F. No. D210264416 O.P.R.T.C.T. 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. R.D.W. MARKERS ALONG THE PROPOSED RIGHT -OF• -WAY LINE ARE A 5/8" IRON ROD WITH BLUE CAP STAMPED "GORRONDONA" SLAT' UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSWX NAD-03. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. ) IN IR 60' 30, D 60' SCALE IN FEET MATCH LINE PAGE 1 0�5b-e --%f Fort Worth 1000 TTIROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT' SHOWING ,, OF TEMPORARY CONSTRUCTION FASEMENT '- T�QUT DOF A E° SITUATED IN TH ry =�•� E. B. DISHMAN SURVEY, ABSTRACT No. 407 r L SM1i i CITY OF FORT WORTH TARRANT COUNTY, TEXAS AS RECORDED IN ti : s 5494 e VOLUME R PAGE 534 DEED RECORDS OF TARRANT COUNTY. TEXAS AAn Rims 7,67%u l ry Brun Tr ►,IrreaT AWrAill IIV Trl.iW 1 0AA AI.. n179in '. FILE: it T.nRQnN"nNA & ASSnCIATFS. INC. 0 71524 JACK NEWCLL HUUL@VARU NUUIN PUNT WUNIH. IA. f6776 0 E77/—�Ftibl-1.^E4 MA G1/"RIiG'"i109 � PARCBLr No. 10 TCR PART t S GW,34' l 4"s 40.00 ......... sHMp'\A S��a `. TEMPORARY CONSTRUCTION MEMENT AREA 35,383 SQ. FT, OR 0.812 ACHES f ; y°pelt I A)OJT1DN 0) a 4�a Ry TitAy A 6409 45.594 ACRES (BY DEED)o Ei G! GApTN p g. CJS PRIME PROPERTY, LLC C.C.F. NO D210195934 O.P.R.T.C.7. � i'.` El _ — o FNO 5/8-IR 2.99 ACRES (BY DEED) SOUTHWEST METAL TREATING CORPORATION, LLC VOLUME 11455, PAGE 846 60' 30' 0 60' _ pt5N Ado qp� 4'ALE IN FEETci =':� �• A�S���' .... - MATE H LINE PAG E 2 1. A LEGAL DESCRIPTION OF EVEN DATF. ACCOMPANIES THIS PLAT. 2. R.O.W. MARKERS ALONG THE PROPOSED RIGHT-OF-WAY LINE ARE A tiff" IRON ROD WITH BLUE CAP STAMPED GORRONDOW Su UNLESS OTHERWISE: NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COOROINATE SYSTEM, NAD -03, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. amity of Fort Worth EXHIBIT TEMPORARY A E. B. DISHMAN CITY OF FORT W DEED RECORDS 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 SHOWING 0 ' RUCTION EASEMENTOF A OF LAND x I IN THE Y, ABSTRACT No. 407 CU TIS SMITI rARRANT COUNTY, TEXAS IRDED 1N 4 COUNT ` RpANT RAY, TEXAS PROFESSIONAL SURVEYOR anugnMMMA A, AgRnMAYES. We. 1 7654 JACK NEWELL BOUTAVANO SOUTH FORT WORTH, TX. 76118 • Oi7-490-1424 FAX 517-496-170B 11111 PROJECT NAME: RISINGER ROAD FROM CROWLEY ROAD TO MCCART AVENUE PARCEL No.10 TCE-PART 2 CITY PROJECT No. 02239 W. RISINGER ROAD, FORT WORTH, TEXAS JACOB-V"LCOX SURVEY, ABSTRACT No. 1743 EXHIBIT "A" Being a temporary construction easement situated in the Jacob Wilcox Survey, Abstract No, 1743, City of Fort Worth., Tarrant County, Texas, said temporary construction easement being a portion of a tract of land deeded to the Gulf, Colorado and Santa Fe Railway Company as recorded in Volume R, Page 530 of the Deed Records of Tarrant County, Texas, said tract of land currently owned by Burlington, Northern. and Santa Fe Railway Company, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a railroad spike found for the most easterly northeast corner of a 201,486 acre tract of land (by deed) deeded to McCart-Risinger, L.P. as recorded in County Clerk's File No. D204331963 of the Official Public Records of Tarrant County, Texas, said railroad spike being the southeast corner of a 45.594 acre tract of land (by deed) deeded. to CJB Prime Property, LLC as recorded in County Clerk's File No. D210196934 of said Official Public Records of Tarrant County, Texas, said railroad spike also being the apparent southwest corner of a tract of land deeded to the Gulf, Colorado and Santa Fe Railway Company as recorded in Volume R, Page 534 of said Deed Records of Tarrant County, Texas, said railroad spike also being the apparent northwest corner of said tract of land deeded to Gulf, Colorado and Santa Fe Railway as recorded in Volume R, Page 530, from which a PK nail found for the southwest corner of a 4.733 acre tract of land deeded to Southwest Metal Treating Corporation, L' LC as recorded in County Clerk's File No. D210264416 of said Official Public Records of Tarrant County, Texas bears North 89 degrees 36 minutes 49 seconds East (radial bearing), a distance of 99.81 feet, said PK nail being in the north right-of-way line of West Risinger Road (a variable width right-of-way), said PK nail also being in the west line of said Gulf, Colorado and Santa Fe Railway tract of land recorded in Volume R, Page 530; THENCE South 01 degrees 25 minutes 16 seconds "Vest, with the west line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530 and with the east line of said 201.486 acre tract of land, a distance of 57,52 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being in the south line of a proposed road easement; TI NCE North 89 degrees 45 minutes 46 seconds East, with the south line of said proposed road easement, a distance of 99.96 feet to a point for corner in the east line of said Gulf Colorado and Santa Fe Railway Company tract of land recorded in Volume. R, Page 530, said point being in the west fine of a 6.26 acre tract of land (by deed) described as Tract One deeded to 2201 Risinger, L.L.C. (50% undivided interest) as recorded in County Cleric's bile No. D209049450 of said Official Public Records of Tarrant County, Texas, and being deeded to Pamela L. Anderson, Trustee of the Anderson Marital Trust (50% undivided interest) as recorded in Volume 9931, Page Exhibit A Page 1 of 2 1980 of said Deed Records of Tarrant County, Texas, and being further described in County Clerk's File No. D208403925 of said Official Public Records of Tarrant County, Texas, from which a Mag nail found for the northwest corner of said 6.26 acre tract: of land bears North 01 degrees 25 minutes 45 second East, a distance of 37.83 feet, said Mag -rail being in the existing south right-of-way line of West Risinger Road (a variable width right-of-way), said Mag nail being in the east lime of said tract of land deeded to elf, Colorado and Santa Fe Railway Company recorded in Volume R, Page 530; THENCE South 01 degrees 25 minutes 45 seconds West, with east line of said Gulf, Colorado and Santa Fe Railway Company tract of land recorded in Volume R, Page 530 and with the west line of said 6.26 acre tract of land, a distance of IS. 01 feet to a point for corner; TMN'CE South 89 degrees 45 minutes 46 seconds West, a distance of 99.96 feet to a point for corner in the west line of said Gulf, Colorado and Santa Fe railway Company tract of land recorded in Volume R, Page 530 and being ;in the east line of said 201.486 acre tract of land TTWN+CE North 01 degrees 25 minutes 16 seconds East, with the west line of said Gulf, Colorado and Santa. Fe Railway Cornpany tract of land recorded in Volume R, Page 530 and with the east line of said 201.486 acre tract of land, a distance of 15.01 feet to the POINT OF BEGIf WSRI NG and containing 1,499 square feet or 0.034 acres of lazed, more or less. Notes: (1) Aplat of even survey date accompanies this legal description. (2) R.O.W. markers along the proposed right-of-way line are a 5/8" iron rod with blue cap stamped "Gorrondona" set unless otherwise noted. (3) .All bearings and coordinates are referenced to the Texas Coordinate System, NAD-93, The North Central Zone 4202. All distances and areas shown are surface. Date: May 4, 2016 Curtis Smith Registered. Professional Land Surveyor No. 5494 Texas Firm. No. 10106900 Exhibit A Page 2 of 2 PARCEL No, 10 TCR PART 2 45.594 ACRES (BY DEED) CJB PRIME PROPERTY, LLC �n C.C.F. No. 0210196934 O.P,R.T.C.T. 4 EE r j� ?� r3�s' i .,IF �. � 5j jS G� O P:?�j} : A T AD z �*— .um m RAILROAD 310NAL PROPOSED ROAD GADIfJEI,�-3%625_ �," . EASEMENT L 410 SURVEY L A LOTION (RACIAL BEARING) 89'36'49"E FOUND, 11A L OAD =�R1N Y 99.81 .' #-» - Ff EST ; SI^R AC i ��R - - . vi (k VARIABLE WIDTH RIGW-OF-WAY) } GO� loli EXISTING PRESC�11?x3!>7 ROAD AREA- � �O; .: _ (F RAGE As ll..B, 89'45"45'°E 99.9B'. _ 0 �w� 4 i 4.733 ACRES BY DEED) SOUTHWEST METAL TRMI G CORPORATION, LLC C.C.F. No, D210264416 O.P.R.T.C.T. APPROXIMATE LOCATION OF SURVEY LINE PK NAIL RIB _WER I . W-�---- MAG,NAIL_ o� �._ . " 5D' ROAD EASEMENTy DEDICATED TO THE USE AND BENEFIT OF THE _, 01'25'45" W iFJ.01� PUBLIC AS A ROAD EASEMENT VOLUME 6168, PAGE 270 D.R.T.C.T. 5.0 S 9'45'415°`�f' 99.E TE(POFi�',RY CONST'RClMON PlrRPffUAL EASEMENT AND RIGHT-OF-WAY MEMENT ARF, FOR ROAD PURPOSES GRANTED 70 ; 01r.� COLORADDO CONVEYOR CORPORATION OF AMERICA, INC. L(VAY com. VOLUME 7257, PAGE 2312 �URREHTLY O11NED 6t' ��`�i �►' RU R NOMFERN & SWA 6.26 ACRES (BY DEED) r RAILIMAY COMPANY I• 2201 RISINGER, L,L.C. (50n OWNERSHIP) REMAINDER OF 1 VOLUMERTC.T,E 53D C.C.F. No. 0209049450, O.P.R.T.C.7 201.488 ACRES (BY DEED) PAMEUI L ANDERSDN, TRUSTEE OF THE "CCART RISINGER, L.P. ANDERSON MARITAL TRUST (50x OWNERSHIP) C.C.F. NO. 0204331953 VOLUME 9931. PAGE 1980, D,R.T.C.T, O.P.R.T.C.T. FURTHER DESCRIBED IN D208403926 = 17 ' a, _ > (o a N DAT .rsc�o>ai�r f s i ' U6 . 60' 30 0 6[)' ' €irls 'G I9NBli1 1` U. uS,(�iijf��Is� w. Ais+.R. d001.�I�J17�. f�R%�1+✓�', 7Q 7H� g _�0(iRi31�11i . � 4��2, itt � n�srnNa€s . cs .sNWON —M. .. SCALE C — . . Of t, nh 1000 THROCKMORTON STREET � FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSi-F2UCTION EASEMENT OUT OF A TRACT OF LINO SITUATED IN THE JACOB WILCOX SURVEY, ABSTRACT No. 1743 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME R PAGE 530 DEED RECORDS OF iRRANT COUNTY. TEXAS .. .......... ...... ..... .......... Page 1 of 8 D218043253 31112010 7:40 AV PCS 8 Fee: $44.00 Submitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records • p•�woe �� a1.t, Mary Louise Garcia THIS MEMORANDUM OF EASEMENT Is :heteby eXeouted this day of FEBRUARY, .2018, by, a ihd betWeeh BNSF' RAILWAY COMPANY, a Delilware corporation VGrgntor"), whose gicldiess for purposes of this instrument Is: 2500 Lou Ment< Drive, Fort Worth, T'exa a. ' 0-131, and City of Fort: Worth, a municipality ggrpopptior1(110rantee•1), whose address for purposes of this instrument 'l-s 200 Texas Sr., Fort Worth, Texas 70125which. terms "Grantor" and "GranteaW" shall Incline, wherevorthe .contoxt ppririlts.gr•requireq, singular or plural, and the'heirs., legal repregiRntjtiyes,. sugcei sars and Asafgns oFthe respective parties: WVNE WTrf: 'WHERM, Grantor- owns or-contr-afs cartaln real -property -situated In Fort ill 60, Tarrant• County; Texas.as described on Exitjhj k .attached hereto and Inaurporasted herein by reverence (the "Premises'); WHISR15AS, Grantor and Grantee. entered into an Easement Agreement, datedof FEBRUARY,. 2CL18 (the "Easement Agreement") which set forth, among other thingar the terms of an easement granted ixy. Grantor to Grantee over and across the Premises (the "Easament"); and Ili HERSAS, Grantor and Grantea desire to memorialize -the terms and condffll ns of the Easement Agreement of record, For valuable consideration the receipt- and' sufficiency of which are Hereby acknowledged, - Grantor dues grant unto Grantee. and Grantee dons hereby accept from Grantor the Easement over and across the Premises.. The term -of the Easement, unless soarer terminated under provisions of the Easement Agreement, shall be perpetual. .All 'the terms, conditions, provisions and covenants of the Easement Agreement are incerporsited. herein by this reverence for all- purposes as though written out at length herein, and both .the: Easement Agreement and this Memorandum of Easement shall be deemed to constitute, a single Instrument. or document. Thia Memorandum of•Ease rient is not intended to amend, modify, auppiament, or supersede any, of the provisions ofthe. Easement Agreement and, to the extent Chore may be any conflict.or Inconsistency between the Eaaement Agreement -or NIS Memorandum. of Easement, the Easemant.Agreement shall control.. Pflge 1 af.3 Page 2 of 8 IN WITNESS WHEREOF, Grantor and Grantee gave executed We Memorandum: of Easement to as of the date and year &st (above wr[ttan. GRANTOR: BX8F RAILWAY COMPANY, a Dalaware. corporation BY; Nai Ao Tdle. AVRComorate Be,2d Estate Developrnen( STATE of TEXAS COUNTY 'OF TARRANT Tfii's 1h tftuMent Wat acknowledged tiafora t7i8 an they day afi -t t ", 204 by Mark D.• Ude (dame) as AVP Corporate Real Estate Pevelo}idierit of BNB • RAILWAY COMPANY', a Delaware Corporatl6n. lV.ptary P . . My appaitytLn�nt:explres;�.; '" .. 40tou ID # $509907 iHfr Ctirnmtss�on £a�pti�a • . .,� Fobfutry.17, 209 Page 2 of 3 ......... .......... I 1. -1-1 .... ..... . . . ....... Page 3 of 8 8T-AT8 Or COUNTY OF GRANTSE: DJW of Fort Worth. 200 as jLrgeet By.� Nate: . . . . . . Title: j,ulcagwgsv,ing,AmlgtgotC[qA*n"Y before me on the /;-a- - day o a Publid My appointment expires:- d1i Page I of 3 Page 4 of 8 0WAUY ROAD T-4 MC i-�AkT AVENt 19 POUM NO -, I OTCE-PART I 01T,-ir rjWYA 11'A.-DINUKAN SOM, Yj,0K11kACTVN.Q*, 40.7 xw 4T lwft .13.elug a Imparally constiV06A. 'Casmnofit 0,diftd.d. ha the K B, DisiftOTS 011VOY, Abdr.EL eft M. 40.7, city, ot_r�.ba. woki-fi,. rl.AvAtit (Miffity, Twido, said i.00411 o-tvifry Qmp it tiaw. df ImI& &dod -to SW 0,04-Wartik Ad40 d. fita Q xy -as Vo IWIMY hi- ' t W,Y 'N ftid trut of a lnd dTanW, - c6i, ., - 6mrm*Y.-:Q*ned_ by Huegagtoilp Vmillou.) -atul. Sioltd A-AAD-Way beilho Moto by.tuetes And box&0 09 W10WO', I Ddmo r a I m -o , 20.1,06 uvailroaa spiko v 0:tqty.,,po v - r .. wf . mt :Katb tvivat of Imid ftdaerd) 4m6d to L.P; as robrdo4pia OWN: Pilo 'Y No. 0-20.031963 of o16 ixrm4l Poop 1,"Cqds Ta ANA cwatyo- *- T*Um, Judd rallroad WHO Y. golkiIj qpto yaq pfa-45.5-94-awe tKo-OkO WA (by deod)-d CI J-0 p14%vPr0ptzTC -L. Ld, as ix 'C'Ou'aty Cleik'u- Ffla No. ID2 104 96954 of -j*69#1014 P090 0-1600tdli Of Tarr -nit tears; -said 1.0.11road:0,pike also bdingtha-appairmt souffiwest -oomer of, said Utilf, -mi- 0 , -5 4. C. 610rado and $onto Fe Railway Company -tract of -hind m-ord - in Vq1quib, RP do 0 3 , -,gaid -railroad spike- also being: the appatfttn6lth-mkO OU&T of a- tract d Nim -debadd td Out -C. d6d.. in V-6 Itjitte R,.pjg.C- WdWoi 6W'SatitO. rid RAI-iWAY' as red6t upziliit -ddtimy-7 Togas, AhDjji,*jAobL A. PX tiall h;md lbk Ifi6 d-,4-41� � 4601rab t. oflaW d6edird . -'W..:Sbvjt . Wat Metal -Troado cawontion'. ru &.1 imwetl to Cwhty meged tile, � A). b2l 02-644,16-ar'sold, -0frid"101 f4bV0, lkbq- JWR Of"TfirRoxi Cpluilty-, 'r-ems DeAra, North '99. 4 oAdJ41 bmtig),'s cURfaamof 641d rX -flail. IT01,69 poos too 4D odoWd, t-At ( . pb width flghtrqf-vay)j said pX �+ov ..!C N -h.qi .2-1 minx#ps 40 ��qap a. 03 Boot W44 . . %N . 0. jgj to" $ f lio West fille of 806 Opif 'Cotorada and Santa FoRailway Cq m. ,p#ny- #qpt of -load reQ0ydW ftr V61utp R, rU&jp.534:ajjd- writ tb feet to the, POINT Ori -.UrtGM.NWG of ft la i* dmi*od temporarY.0onstraction easmumt, -s id. point being flic. mrthme.pi. corner laf apmPuS41 road emmucklt; TUENCE, Noffli 01 degives 25 -minutos 46 SpO01.1da L7a8t,..Vyitjj the p§f fili& Vf SAiCl, &ff, Colomdo and 8 atita FeXailway Company. tract of IRfid r000ided - ih Vokiuo it, pale .53-4 and• wWiifi?� edWiijo 6! stAld 45,04 €iW W604, thfid, A distAn 6fR94,$0-M6ti6 a pplil-t fa f adkilen EX-hiitA: P a go I - of 2 Page 6 of 8 THENCE, South 0-1 dvgr-008. 2.5. wirtittes 4.6.4dowds West, a d gt#nce of 984.59 faet 0D ii.p6litt for the- mostmoif heriy-nortlleast comer. ofa 1xoposed.street easoment; TOFU, CCE North 89, dogreas• 34 tialnutes '14 armads Wok witli the taiost lior iherl 110filr grin of said proposed street, easemont, ft distance at 40.00 feet to the- POINT' OF RU, GI NING 35038.3 aquat'e foet ox: O,Q1l aareg of 14f14, wore. orlegs.. Notes; (r) �:l�l,at-al:° even s�tt'veyd�tle accotripanies ibis legal ci�scri��tla�n. M-prlcpr4 algiig' trie proposed rIght-of way line are• a 510' iron gad wAll. Wiruu-cap .stumped "Goryondona" set unless otherwise tx0ted. (S) ,All boar'bxgs and eoardWtes -are LqfergAogd• tp rho 'Toxaa. Coordinato S.ystenz, NAD-Ra,."rho North Central Tome 4202, Ail 4fs#auxces and areas sianwn We - Date; Wy 4;1.616 Rogistered Professimrxal-Land Surveyor N`6� 5494 Texas Firm No. 10106900 Exh bit A page 2 of I ...................................................................................................... . Page 6 0f 6 EXHIBIT PABOUb ,tea. tO '210.9 PA -fill 8 6TCHI LINE PA-PEwo _� . �trMPIAA!.� C��Y �f�![ tl fL�`�I�pphl (�E�(AI (3 01812 _ ORES irvnti{ L't� B' 414 Dd0 `f V{ *'f 1' �����! �..:, w f. 44-ojo g4 A000 ' 13Y psi n ' �1, •: r $� h` tRim i O.Ff.R7.C.'f. PITOP19SCD �ii1AIT .-..�.�•• I�-•-. A� (_ f ASEL{EM' k' i gt� iiWl &{'ANf 7A1. TR�'A1'iW2,D�pj.RATION, W; b21Oz8A�F11t RAILRO, RONA CADINEr -MF "ILZ8 P$ROxIiAA�iE iaQnTiaN 4F SU1iVf:Y LINE Al. t� (qAU PE1�[i� "p) IkP�Noftl�A`fI: LpD�►71QN i.r W Sp"36'A8 bF S RVEY f.1NE' POUhIp RItko � 4' FND. P>c MAIL l � T 'l ei GER KC�r��! I T' C �� SPIKE I P► ... (A• VARWBLZ WIDTH AfOUT -�Yl4Y) (A vA13}ABIE WIDTH RiOHT- _ O1VAl EiiI�TlMIi <�RRR{;I#IPRIVE ow mmo eliB M # f 0 iiOAD ARLA 0&illO!} TU �is� AAlO �� PifBL{O A8 P� R0FA3 - ENT —. VOLUME Hl04, PA09 p,Fi:f.C.T. I�ltidA� p.9twElUAL I_AStUMT %WR. PIQHT-Or W& �F�g�I,� ROAU PUt�RPOSES (IMAED TO CCllpol A71+7N OP A IA18, 4ULr, fiFlltlA'ADQ & WACONVR`loft FE RAILWAY C�i)1MPQAW TlIA, . VOLUMC 771k7. PAQE 'zl14 ` GUR ILY. !9 N • BY r D;li.7:G's7. ! URIJH( 0 NOR( ER &-SANm r PC SWAY MUM, 8,K ACK4 i T 09 A�. 22�} i RISINGIER' t�L,C. SOX• OWNERSFIIP) G.C.E Ha. i�4§0404 l4, r RrJAAINDE{i qF i VOLUM I; PAOF -{�30 � PAM�IA L. ANpERWM, TRUSTEE. Cf- THE 0.R�I;C:T. ANDERS.O�,I MARITAL TRUST 039 OWNLR9NIh) ARD,Rsr. z LS OAftT' !IRIS R a AF�EI?l G.b,. NO, i?�3i1#g3 1!GLpIAe 00 1.. FACE 141R1), ,7: >,uRTli�t� pESCRISEQN p2D8abaezA O.p.ti. T.C.Y. 0 IY.R,,T.O,T. Ig- A lKOAL 'OOCRIPTION or• EVFW pmT Aodom ANIg$ 7HI4 PLAT. ��x �Q' D �Q: 9. R O.W, "KERS I&ON4 lKi' I ROPOUP RIPKE- W WAY LIN9. AR9 A AI& IRON ROD wilii BLUE CAP STAMPED UARONDOW SET UNLPS ORNEMWISS. ggfgo... -mmiw S. ALL, BmRII+iQs AND Q00MCIMTE8 rE EFERENCED• To. lH TF3{AS OORDINATE !SYSTEM; NAD,vlll THE NORTH C�FktIfAL_ 6 E �4�OZ. ALL AISTAKO, .A U ARVM SHOWN ARI PURFACE.SCALE Iffi` E City OF roir x. W.- orth, 1000 THROCKMORUIN 0AEET P FORT WORTH, UX0 7010t A•';:' ••;'� 'tENPbkARY' C.ON0.30QT 04 MCMVNI° }:fgrR�`d�'X' �sr • 7f:.. ol�r 0� b9to Talmo Too F VCK I�E19f3L1, biiULSVARD .ZOUTH FORT W01M, Tx, 7Sllu ....................................... .. . . ... 15ige I of 8 BMW J 0, f0 9 .PARS'! g5.694 C,Cte:G AORES 9Y DED) FPB F_a".02101D¢Y34 .P.K,T.e r. ie ,h l,6QAL bESCRIPTION OF'�N DATE ACCOtdpMlo THIS PLAT. S: R.A.W. 4AATtKERS AIUNQ 7RIt PROPOSED' Rl0W;-:9F--WAY ClNC'AR. A Ole IRON ROD WIrN f LVJE. CAP ATAMPED URRONDOW. VET UHI48$ MERWkS� .NOTED. $. All .&CaI;1NGQ /INqC6D1iD1NAT :►7Ri:_I FFCRg"Olb Td 7t[R t GOQIRD1 fA;E 4Y$f£M. MATCH LJN �.89' ACHE;; ((DY DEED)' $oUYmar AIE'AL ' "AD- INR ao'a'pZ� mvaN, LLB VoLAIME ! 4%Il15, IPAQE 946. 4ti73 ACRES JBY DEED Sdtlll wat m fAL lit W.- O WRI' NATION, U0 0.04 No,ZIO964410 l? b:.W.V. 601 - -- ----- �301 SOALE rN FEET MATCH LINE PAGE. 1 dl.0 r t W-orth Toaa THRaftaRrON S REBT i FORT WOW, TEXAS 70102 EifFpolT. S}10fNIF1ii TEMPORARY GGN;'TRUGffOR WEMENT ";` r_w2"'-.' s'r Q R, e; 0 MAN. suARKA RAQT ND: 407 OffAF FO T WGF ..MR i R�COUNTY, TEXAS ns aa D ip� IM DEED RZO DSMO �ARMN T FUMY, WAS ....... . . .... ... ... .... . . ..... .... gage ..... ..l. 1. . .., I—— ....... . ..... . ...... ..... .. ..... . 8 of 8 .EXHID. IT f"B 'to ,PA.n M. M TO PAR27 s I %Jft � i 14W 00 1 SOON 00i MC� MMPO)" EASM9W V . ........ ....... A) 31si3ll-l- SQ. Fr. OR 0.0.12 ACRES e., T =0)it low ships 11jov 40,50.A AR�T C PRO 4.Q A PROMYU0 10 Ab PAO , 2T:IfRN,�. SOUTOWMVOMMIE LLD (tT T 00 ' , 0ol "?Rhf "i 5.8 3o0 CALe x IR FE ... ........... 7711�& Mcf1i"oN 0 VOU MIR ACPOPANO *$ #14 2, 1LON, MARKERS AWNG 7W FRONEW R(0liT-0E-WAY* UN5 -AK A A/A" IRDN- ROD WTH BLUE CAPSTAMPEW "GORRONROW UTUNLE33 01HERME "OTEN 3. ALL RINO blATES ARE REFEREN090L TO TH5* TWS COORD)HATE MEW go ,K F Am monm . , TO NORTA. ORNW& XOME' 4902, ALL DISTANOM AND ARMS. SHOWN -ARE SVRFJ ""be, -of Fort, Worth 1000- THROCKMORT014 STRM rOKr WORTH, I QNS 70102 T TEMPORARY ;.ONST61JOCION EAMENT w1l A TRE WALAND IHE C. El 0150MAN SQ EY ABSTRACU.Nci 407 . ....... 01TY OF FORT WGJTH. YAMAY 00 TY;. TEXA9 RECORD W I AHN' VOLUME qAnP QE DEED RECORDA OF OW COUNK TEW rim, a "19 Mor EXH1131T es ss FORM: PP 102 (Revisod 09/0312013) CONTRACTOR REQUIREMENTS 1.01 General: • 1.01.01 The Contractor must cooperate with BNSly RAILWAY COMPANY, hereinafter referred to as "Rahway" where work is over or under on or adjacent to Railway property and/or right-of-way, hereafter referred to as "Railway Property", dudng the construction of roadway Worth, Texas In Tarrant County. • 1.01.02 The Contractor must execute and deliver to the Railway duplicate copies of the Exhibit "C-1 d Agreement, in the form attached Hereto, obligating the Contractor to provide and maintain in full force and effect the insurance called for under Section 3 of said Exhibit "C-1 ". Questions regarding procurement of the Railroad Protective Liability Insurance should be directed to aoaa ililllartirne atMarsh. _US&-29��3�3F�t��9. ® 1.01.03 The Contractor must plan, schedule and conduct all wont activities so as not to interfere with the movement of any trains on Railway Property. • 1.01.04 The Contractor's tight to enter Rahway',, Property is subject to the absolute right of Railway to cause the Contractor's work on Railway's Property to cease if, in. the opinion of Railway, Contractor's activities croate a herd to Railway's Property, employees, anchor operations. Railway will have the right to stop construction work on the project if any of the following events take place: (l) Contractor (or any of its subcontractors) performs the Project work in a manner contrary to the plans and specifications approved by Railway; (ii) Contractor (or any of its subcontractors), in Railway's opinion, prosecutes the Project work in a manner which is hazardous to Railway property, facilities or the safe and expeditious movement of railroad traffic; (iii) the insurance described in the attached gxtribit C-9 is canceled during the course of the Project; or (iv) Contractor fails to pay Railway for the Temporary Construction License or the Easement. The work stoppage will continue until all necessary actions are taken by Contractor or its subcontractor to rectify the situation to the satisfaction of Railway's Division Engineer or until additional insurance has been delivered to and accepted by Railway. In the event of a breach of (i) this Agreement, (ii) the Temporary Construction License, or (iii) the Casement, Railway may immediately terminate the Temporary Construction License or the Casement. Any such work stoppage under this provision will not give rise to any liability on the part of Railway. Railways right to stop the work is in addition to any other rights Railway may have including, but not limited to, actions or suits for damages or last profits. In the event that Railway desires to stop construction worts on the Project, Railway agrees to immediately notify the following individual in writing: rei Marne: Leon Wilson, Jr.' P.E. -- Title: Seniors Professional Enoinaer Anenoy_: City of Fart Worth _ Address: Transtoodation and Public Works —Dot Adolresa. 1000 Throckmorton Street Address: tort Wos't . iaxn 76102. thrsns: 917-392-8993 Email: Leon.Nlson&fortwor hr ieas,raov 1.01.05 The Contractor is responsible for determining and complying with all Federal, State and Local Governmental laws and regulations, including, but not limited to environmental laws and regulations (including but not limited to the Resource Conservation and Recovery Act, as amended: the Clears Water Act, the Oil Pollution Act, the Hazardous Matedeis Transportation Act, CERCLA), and health and safety laws and regulations. The Contractor hereby Indemnir , defends and holds harmless Railway for, from and against all Fines or penalties imposed or. assessed by Federal, State and Local Governmental ►8,gemcles against the Railway which arise out of Contractor's work under this Agreement. 4,01.06 The Contractor rritst notify City fFort MtUdh [la_�ffl# 81 at_ and Railway's Manager public Projects, Office # 917-352-2902 at least this (30) calendar clays before commencing any work on Railway Prop". Contractor's netMicati.on to, Railway mast refer to Railway's file: 020497E. 1.09.07 For any bridge demolition and/or falsework above any tracks or any excavations located with any part of the excavations located within, whichever is greater, twenty-five (25) feet of the nearest track or intersecting a slope from the plane of the top of rail on a 2 horizontal to 1 vertical slope beginning at eleven (11) feet from centerline of the nearest track, both measured perpendicular to center lime of track, the Contractor must furnish the Railway five sets of working drawings showing details of construction affecting Railway Property and tracks. The working drawing must include the proposed method of installation and removal of falsework, shoring or cribbing, not included in the contract plans and two sets of structural calculations of any falsewoetc, shoring or cribbing. For all excavation and shoring submittal plans, the current "BNSF-U PRR Guidelines for Temporary Shoring roust be used for determining the design loading conditions to be used in sharing design, and all calculations and submittals roust be in accordance with the current "ONSF-UPRR Guidelines for Temporary Shoring", All submittal drawings and calculations must be stamped by a registered professional engineer licensed to practice In the state the project is located. All calculations must take into consideration railway surcharge loading and insist be designed to meet American Railway Engineering and Maintenance -Of ` 'ay Association (previously known as American Railway Engineer"i13g Association) Coopers E-Sty live loading standard. All drawings and calculations must be stamped by a registered protessionai engineer licensed to practice in the state tfre project is tocat+ed. The Contractor musk not: begin work until notified by the Ball; sy that plans have been approved. 1-he Contractor will be required to use lifting devlces suai as, cranes anchor winches to place or to remove any falsework over Railway's 2 dji � , OW091FAWAV tracks. In no case will the Contractor be relieved of responsibility for results obtained by the implementation of said approved plans. 1.01.08 Subject to the movement of Railway's trains, Railway will cooperate with the Contractor such that the work may be handled and performed in an efficient manner. The Contractor will have no claim whatsoever for any type of darnapes or for extra or additional compensation in the event his work is delayed by the RaiiWay. 1.02 Contractor Safety Orientation 1.02.01 No employee of the Contractor, its subcontractors, agents or invitaos may enter Railway property without first hawing completed Railway's FIrngineoring Contractor Safety Orientation, found on the web site www.bnsfcorltra t �°.corP; The Contractor must ensure that each of its employees, subcontractors, agents or invitees completes Railway's Engirneorring Contractor Safety Orientation through Internet sessions before any work is performed on the Project. Additionally, the Contractor must ensure that each and every one of its employees, subcontractors, agents or Invitees possesses a card certifying cornpl+efion of the Railway Contractor Safety Orientation before entering Railway Property. The Contractor is responsible for the cost of the i llway Contractor Safoty Orientation. The Contractor must renew the Railway Contractor Safety Orientation annually. Further clarification can be found on the web alto or frorn the Railway's Representative. 1.03 Railway Requirements 1.03.01 The Contractor must take protective measures as are necessary to keep railway facilities, including track ballast, free of sand, debris, and other foreign objects and materials resulting from his operations. Any damage to raikvay facilities resulting from Contractor's operations will be repaired or replaced by Railway and the cost of such repairs or replacement must be paid for by the agency. 1.03.02 The Contractor mUst notify the Railway's Division Engineer Rennie Akiderson at Office 9 817..352:2907 and provide blasting plan to the Railway for review seven (7) calendar stays prior to conducting any blasting operations adjacent to or on Railway's Property. 1.03.03 The Contractor must abide by the fallowing temporary clearances daring construction: • 15'-0" Horizontally from centerline of nearest track ■ 21'-W Vertically above tap of rail 27'4' Vertically above top of rail for electric Mires carrying less than 750 volts 28'a0° Vertically above top of rail for electric wires carrying 750 volts to 15,000 volts 30'-U' Vertically above top of hail for electric wires carrying 15,000 volts to 20,000 volts 3*-U' Vertically above top of rail for electric wires carrying more than 20,000 volts .e�r�sr�rar 1.03.04 Upon completion of construction, the following clearances shall be maintained: 2s' Horizontally from centerline of nearest track 23' 64 16ertrcaliy above top of rail 1.03.05 Any infringement within State statutory clearances clue to the contractoes operations must be submitted to the Railway and to the glty of Fort Wirth. sexes and must not be undertaken until approved in writing by the Railway, and until the glity of Fart Worthjexars has obtained any necessary authorization from the State Regulatory Authority for the infringement. No extra compensation will be allowed in the event the Contractors work is delayed pending Railway approval, and/or the Mate Regulatory Authority's approval. ® 1.03.06 In the case of impaired vertical clearance above top of rail, Railway will have the option of installing tell -tales or Other protectiva devices Railwaoy deem i s necessary tar pmtectiorr of Railway operations. The cost of tell -tales or protective devices will be borne by the Agency. 1.03.07 The details of construction affecting the Railway's Property and tracks not included in the contract plans roust be submitted to the Railway by Cft of Fart Worth, Texas for approval before work is underioken and this work must not be undertaken until approved by the Railway, 1.03.08 .At other than public road crossings, the Contractor roust not rove any equipment or materials across Railways tracks until perrnission has been obtained from the Railway. The Contractor must ootain ai "Temporary Construction Crossing Agr'eernant' from the Railway prior to moving?)IS equipment or materials across the Railways tracks. The temporary crossing must be gated and locked at all times when not required for use by the Contractor, The temporary crossing for use of the Contractor will be constructed and, at the completion of the project, removed at the expense of the Contractor. 1.03.09 Discharge, release or spill on the Railway Property of any hazardous substance, oil, petroleum, constituents, pollutants, contaminants, or any hazardous waste is prohibited and Contractor must immediately notify the Railways Resource Owrrations Center at 1.900W 2, of any discharge, release or spills in excess of a reportable quanti4r_ Contractor must not allow Railway Property to become a treatment, storage or transfer facility as those tee are defined in ire Resource Conserve#ion and Recovery Act or any state analogue. 1.03.10 The Contract -or upon completion of the wadt covered by this contract, must promptly remove from the Railway's Property all of Contractors tools, equipment, Implernernts and other materials, whether brought upon said property by said Contractor or any Sub -contractor, employee or agent of Contractor or of any Subcontractor, and gust cause Railways Property to be left in a condition acceptable to the Railways representative. 1.04 Contractor Roadway Worker on Track Safety Program and Safety Aeflorr Plan. 4 w.ertrvpr 1.04.01 Each Contractor that will perform work within 25 feet of the centerline of a track must develop and implement a Roadway Worker ProtectionlOn Track Safety Program and work with Railway Project Representative to develop an on track safety strategy as described in the guidelines listed in the on track safety portion of the Safety Orientation_ This Program must provide Roadway Worker protectionlon track training for all employees of the Contractor, its subcontractors, agents or invitees. This training is reinforced at the job site tlirough job safety briefings. Additionally, each Contractor must develop and implement the Safety Action Plan, as provided for on the web site MMW.bmfcontractar.com which will be made available to Railway prior to commencement of any work on Railway Proper ,. During the performarica of work, the Contractor must audit its work activities. The Contractor must designate an on -site Project Supervisor who will serve as the contact person for the Railway and who will maintain a copy of the Safety Action Plan, safety audits, and Material Safety Datasheets (MSUS), at the job site. 1.04.02 Contractor shall have a background investigation performed on all of its employees, subcontractors and agents who will be performing any services for Railroad under this Agreement which are determined by Railroad in its sole discretion a) to be on Railroad's property, or b) that require access to Railroad Critical Infrastructure, Railroad Critical Information Systems, Railroad's Employees, Hazardous Materials on Railroad's property or is being transported by or otherwise in the custody of Railroad, or Freight in Transit involving Railroad. The required background screening shall at a minimum tweet the tall industry background screening criteria defined by the e-RAILSAFE Program as outlined at WMM.�-rallaUfe.00rn, in addition to any other applicable regulatory requirements. Contractor shall obtain written consent from all its employees, subcontractors or agents screened in compliance with the a-R AILSAFE Program to participate in the Program on their behalf and to release completed background information to Railroad's designee. Contractor shall be subject to periodic audit to ensure compliance. Contractor subject to the e-RAILSAFE Program hereunder shall not permit any of its employees, subcontractors or agents to perform services hereunder who are not first approved under e- RAILSAFE Program standards. Railroad shall have the right to deny entry onto its premises or access as described in this section above to any of Contractors employees, subcontractors or agents who do not display the authorized identification badge issued by a background screening service meetings the standards set forth in the e-RAILSAFfE Program, or who in Railroad's opinion, which may not be unreasonable, may pose a threat to the safety or security of railroad's operations, assets or personnel. Contractors shall be responsible for ensuring ftt its amployoes, subcontractors and agents are United States citizens or legally working in the United States under a lawful and appropriate work VISA or other work authorization, 5 XAJd iY.�Y 11.05 Railway /dagger Services: 1.06.01 The Contractor must give Railway's Roadmaater tRodr�ey� at. Office # 817-224- M or Mobile # 402-416-9927 and e-mail: Rodney. AdarneSF.com a minimum of thirty (30) calendar days advance notice when flagging services will be required so that the Roadmaster can matte appropriate arrangements (i.e., hullerin the fiagger's position)_ If flagging services are scheduled in advance by the Contractor and it is subsequently determined by the parties hereto that such services are no longer necessary. the Contractor must give the Roadmaster five (6) working days advance notice so that appropriate arrangements can be made to abolish the position pursuant to union requirements. ® 1.05.02 Unless determined otherwise by Railway's Project Representative, Railway fyagger will be required and furnished when Contractor's work activities are located over, under and/or within twenty-five (25) feet measured horizontally from centerline of the nearest track and when cranes or similar equipment positioned beyond 25-feet from the track centerline could foul the track in the evert of tip over or other catastrophic occurrence, but not limited thereto, for the following conditions: 9.05.02ai When, upon inspection by Railway's Representative, other conditions warrunt. ® 1.05.02b When any excavation is performed below the bottom of tie elevation. if, in the vpin`on of Railway's representative, track or ruiner Railway raciiities may be subject to movement or settlement. I .06.02c When work in any way interferes with the safe operation of trains at timetable spe€ds. 1.06.02d When any hazard Is presented to Railway track, communications, signal, electrical, or other facilities either due to persons, material, equipment or blasting in the vicinity. 1.06.02& Special permission must be obtained from the Railway before moving heavy or cumbersome objects or equlpinerpt which might result in making the track impassable. O `l .05i.03 Flagging services will be perfanned by qualified Raftay f aggers. 9.00.03ai Flagging crew generally consists of one employee. However, additional personnel may be required to protect Railwvay Properly and operations, if deemed necessary by the Railways Representative. ® 1.45.03b Each time a flagger is called, the minimum period for billing will be the eight (8) hour basic day. 11.05.03c The cost of flagger services provided by the Railway will be borne by CONTRALTO . The estimated cost for one (1) flagger is approximately between $800.00-$1,600.00 for an eight (5) hour basic day with time and one-half or double time for overtime, rest days and holidays. The estimated cost for each dagger includes vacation allowance, paid holidays, Railway and unemployment insurance, public liability and property damage insurance, health and welfare, benefits, vehicle, transportation, meals, lodging, radio, equipment, supervision and other costs incidental to performing flagging services. Negotiations for Railway labor or collective bargaining agreements and rate changes authorized by appropriate Federal authorities may increase actual or estimatedflagging rates. THE FLAGGING DATE IN EFFECT AT THE TIME OF PERFORMANCE BY THE CONTRACTOR HEREUNDER WILL RE USED TO CALCULATE THE ACTUAL COSTS OF FLAGGING PURSUANT TO THIS PARAGRAPH. _ 1.05.03d The average train traffic on this route is 38 freight trains per 24-•hour period at a timetable speed 1519.+ PH and 2 passenger trains at a timetable speed of 55 MPH. 1.06 Contractor General Safety Requirements 0 1.06.01 Itii~ork in the proximity of railway back(s) is potentially hazardous where. movement of trains and equipment can occur at any time and in any direction. All work performed by contractors within 25 feet of any track must be in compliance with FRA Roadway Worker Protection Regulations. 1.06.02 Before beginning any task on Railway Property, a thorough job safety briefing must be conducted utfith all personnel involved with the task and repeated when time personnel or task changes. If time task is within 25 feet of any track, the job briefing must include the Railways dagger, as applicable, and include the procedures the Contractor will use to protect its employees, subcontractors, agents or invitees from moving any equipment adjacent to or across any Railway traek(s). 1.06.03 Workers must not work within 25 feet of time centerline of any track without an on track safety strategy approved by the Railway's Project Representative. When authority is provided, every contractor employee must know: (1) who the Railway nagger is, and how to contact the dagger, (2) limits of the authority, (3) the method of communication to stop and resume work, and (4) location of the designated places of safety. Persons or equipment entering flag/work limits that were not previously job briefed, must notify the dagger immediately, and be given a job briefing when working within 26 feet of the center line of track, VIWI�' ##A.#tWAY o 1.06.0 4 When Contractor employees are required to work on the Railway Property after normal working hours or on weekends. the Railway's representative in charge of the project must be noted. A minimum of two employees must be present at all times. 1.06.05 Any employees, agents or invitees of Contractor or its subcontractors under suspicion of being ender the influence of drugs or alcawl, or in the possession of same, will be removed from the Railways Property anti subsequently rejeasod to the custody of a representative of Contractor management. Future access to the Railways Property by that employee will be denied 1.06.06 Any damage to Railway Proper iy, or any hazard noticed on passing trains must be reported immediately to the Railways representative in charge of the project. Any vehicle or rnachin6 which may come in contact with track, signal equipment, or structure (bridge) and coLIld result in a train derailment must be reported immediately to the Railway representative in charge of the project and to the Railway's Resource Operations Center at 1(344) 832-5452. Local emergency numbers are to be obtained from the Railway representative in charge of the project prior to the start of any work and must be posted at the job site. 1.06.07 For safety reasons, all persons are prohibited from having packet knives, firearms or other deadly weapons in their possession while working on Railway's Property. 1E.06.08 All personnel protective equipment (PPE) used on Railway Property must meet applicable OSHA and ANSI specifications. Current Railway personnel protective equipment requirements are listed on the web site, www.bnsfcaritractor.com however, a partial list of the requirements include: a) safety glasses with permanently affixed side shields (no yellow lenses); b) hard hats; c) safety shoe +with: hardened toes, alcove -the -ankle lace -up and a defined heap and o'a nigh visibility retro-refilective work wear. The Railways representative in charge of the project is to be contacted regarding local specifications for meting requirements relating to hWisibility work wear. Hearing protection, fall protection, gloves, and respirators must be wom as required by State and Federal regulations. (NOTE Should them be a_discreparncy between the information contained on the web site and the inforwation in this parag aph, the web sate �. will ��vern.t 1.06.09 THE CONTRACTOR MUST NOT PILE OR STORE ANY MATERIALS, MACHINERY OR EQUIPMENT CLOSER THAN 2F.0" TO THE CENTER .LINE OF THE NEAREST RAILWAY TRACK. MATERIALS, MACHINERY OR EOUIP1MIENT MUST NOT 19E STORED OR LEFT WITHIN 2IId FEET OF A#�i"r' HIGHWAY/FtAIL AT -GRADE CROSSINGS ORTEMPORARY CONSTRUCTION CROSSING, WHERE STORAGE OF THE SAME WILL OBSTRUCT THE VIEW OF A TRAIL APPROACHING THE CROSSING. PRIOR, TO 13EGINNING WORK, THE CONTRACTOR MUST ESTABLISH A STORAGE AREA WITH COINCURR15NC15 OF THE RAILWArS REPRESENTATIVE. 1.06.10 Machines or vehicles must not be ?eft unattended with the engine running. Parked machines or equipment must be in gear with brakes set and if equipped with blade, pan or bucket, 8 ,@A/ AWAWAr they must be lowered to the ground. All machinery and equipment left unattended on Railway's Property must be left inoperable and secured against movement. (See internet Engineering Contractor Safety Orientation program for more detailed specifications) 40 1.06.11 Workers must not create and leave any conditions at the work site that would interfere with water drainage. Any work performed over water must meet all Federal, State and Local regulations. 1.06.12 All power line wires must be considered dangerous and of high voltage unless informed to the contrary. by proper authority. For all power lines the minimum clearance between the lines and any part of the equipment or load must be; 200 KV or below - 95 feet; 200 to 350 KV - 20 feet; 350 to 500 KV - 25 feet; 500 to 750 ITV - 35 feet; and 750 to 1000 KV - 45 feet. If capacity of the line is not known, a minimum clearance of 45 feet must be maintained, A person must be designated to observe clearance of the equipment and give a timely warning for all operations where it is difficult for an operator to maintain the desired clearance by visual means. 1.07 Excavation: 1.07.01 Before excavating, the Contractor must determine whether any underground pipe lines, electric wires, or, cables. including fiber optle cable systems are present and located within the Project work area. The Contractor must determine whether excavation on Railway's Property could cause damage to buried cables resulting in delay to Railway traffic and disruption of service to users. delays and disruptions to service may cause business Interruptions Involving loss of revenue and profits. Before commencing excavartlon, the Contractor roust contact-. $F15 i_�Qadrnaster (Rodney Adams) at Ofifice # 99 7-224-7009 ang BNS1 'a ftnailmmn Lim. on SoEh2l at Mcp' 817-22 ,70 3. All underground and overhead wires will be considered HIGH VOLTAGE and dangerous until verified with the company having ownership of the line. It is the Contractor's responsibility to notify any other companies that have underground utilities In the area and arrange for the location of all underground utilities before excavating. 1.07.02 The Contractor must cease all work and notify the Railway immadiataly before continuing excavation in the area if obstructions are encountered which do not appear on drawings. If the obstruction is a utility and the owner of the utility can be identified, then the Contractor must also notify the owner immediately. If there is any doubt about the location of underground cables or lines of any kind, no work must be performed until the exact location has been determined. There will be no exceptions to thew;: instructions. 1.07.03 All excavations must be conducted in compliance with applicable OSHA regulations and, regardless of depth, must be shored whero there is any danger to tracks, structures or personnel. 1.07.04 Any excavations, holes or trenches on the RaiWays Property must be covered, guarded 9 .vela war and/or protected when not being worked on. When leaving work site areas at night and over weekends, the areas must be secured and left in a condition that will ensure that Railway employees and other personnel who may be working or passing through the area are protected from all hazards. All excavations mast be back tilled as soon as passible. 1.08 Hazardous Waste, Substances and Material Reporting: 1.06.011 If Contractor discovers any haizarAous waste, hazardous substance, petroleum or other delete ions material, including but not limited to any non -containerized commodity or material, on or adjacent to Railway's Property, in or near any surface water, swamp, weElainds or waterways. while performing any work under this Agreement, Contractor must immediately- (a) notify the Railway's Resource Operations Center at 1(800) 832-5452, of su,^l,4 discovery. (b) take safeguards necessary to protect its employees, subccintractors., agents and/or third parties: and (c) exercise clue care with respect to the release, including the taking of any appropriate measure to minimize the impact of such release. 1.09 Personal Injury Reporting 149.09 The Railway Is required to report certain injuries as apart of compliance witft federal Railroad Administration ( IRA) reporting rerluiremenis. Any personal injury sustained by an employee of the Contractor, subcontractor or Contractor's invitees while on the Railway's Property must be reported immediately (by phone mail if unable to contact in parson) to the Railway's representative in charge of the project. The Non -Employee Personal Injury Data Collection Form contained hereii; is to be completed and seat by Fax to the Railway at 1(817) 352-759 a and to the Railway's Project Representative no later than the close of shift an the date of the injury. to ,ff.1/7w,4,- NNN-EMPLOYEEPSI®ll INJURY DATA COLLECTION (if injuries are in connection with rail equips,9nt accident/!Pcident, highway rail grade crossing oc€;ident ar automahile occident, ensure that appraPFiRtn infurMaiion is ubtairfied, forms completed and that data antry per<eonnel are aware that iitiu4-ies relate to that specific event.) Injured Person Type: Passenger on train Q Hun-emplayea (N) rm &v##1ov11mrrxWvAd ar n-. d,.ifem{rr: _'.sdmrr etc � rehlc/ff/ Contractor/safety sensitive (f) ❑ Centractar/nan-safety sensitive (G) F] Voluntaer/safety sunsitive (`I) n V!luoteer/other non -safety sensitive (I) �� Non-traspasser (G) - 'a inchuee highway users involved in highway rail crude crossing accidents who did not go aroun.l of through gates Trespaa-er (E) - to lechida airway users involved in highway rail grade crossing accidents %fin =l orvand ar `'_E a,,;h gates Dflan-trespossor (j) -off cailruae property If train involved, Train 11 Transmit attached Information to Accidenti'Incident Reporting Center by: Fax 1-017-352.7595 or by Phone I-SUG-1397-9736 or mail Inv Aa-14waNkg.rcntec�UN. _9M AND COPY TO: ROADMASTIR FAX j11�2k%1 3 & RAILWAY MANAGER PUBLIC PROJECTS FAX ill-W.12. Gfficar Providing information: {NAme) {Fr{rpluyae too.) (Phone �) REPORT FREPARFd T11 COMPLY WITH FRITH! ACCIDENT REPOMIKU RFOUIRENSiCIS AND PbTOIFffEf] FROM HISULD90 PURSWIM TO 4920203 AND 83 11.3.410 "Avr, 0.41FAWdilo NEN-alIALOYEE FRONAL INJURY DATA GOLL EMN 01 GI2MATIMJt MIRED TO HE'MLLUTEMOA16t TIJ I' U l 9FSIILASJOR JG SUM BE &O Fri CMIMU M IM MEN Q#WATIIUNS ION(`'` AMID II tJ9WE0 lu PgESM AMPTma OF RE }NS(Wllrf OR iiwvT*' < AcMent Da* We 1�v ! UN A art a8rnersIirilrseNeWdIdWalurQtff J 6 Nam least Iitro ,'mI Aidres., Cr SE 8, Dete Of Ai&L any: or A; id rk di 41:4p) In, oady Pwt: 'I r (##roan e!a} FI] L-F; kIC l iI Azridrm I .: ITI1_iC4m r.-341-i __ r - i lime A i4acher SSN jr qt W).. IX X. Nekld �Gn'• El I'm An, I;-Fd ri bwir!.+ Fleii[il T :aImnnt — —�-�^---~- 0 uinar J1¢ra Treatment a ur No date Streat "ty: St: Lip � iie�pit#i�k�� Straket: Taty: Sit _ i7 DIelrinsls !2 REPORT PRE PARED TO COMPLY WITH FEDERAL ACCIDENT RE, PORTING RE0111", 'TENTS AND PROTE, CTED VIIII DISCLOSURE PtMSUANf TO 49 U.SX. 29M AND 93 U.S.C. 490 &41zMV y EXHIBIT BVC.1 ve FORM: FOP 103 (Revised 09/03/2003 Right of Entry Agreement Botween ONSF RAILWAY COMPANY and the CONTRACTOR Railway Fie., 020467E Agency Project: Construction of Rlsintaer= Road crossing at HNSP Railway (hereinafter called "Contractor'), has entered into an agreement (hereinafter called "Agreement") dated , with the Cityof Fort orth Texas for the performance of certain work in connection with the following project: construction of roadMy Proagfres,crrrbing, and sidewalks fcr Risin er Road COT No. _020 7E) crossIna located at railroad mI.Igpost 336.24 on Railways. Fort _Worth Subdivision, Line So-amernt 760 in Fori Worth. Texas in Tar#ant Court Performance of such work will necessadly require Contractor to enter BNSF RAILWAY COMPANY (hereinafter called "Railway") right of way and property (hereinafter called "Railway Property"). The Agreement provides that no work will be commenced within Railway Property until the Contractor employed In connection with said work for the Litt of Port %forth, T(i) executes and delivers to Railway an Agreement in the form hereof, and (ii) provides insurance of the coverage and limits specified in such Agreement and Section 3 herein. if this Agreement is executed by a party who is not the Owner, General Partner, President or Vice President of Corifractor, Contractor must furnish evidence to Railway certifying that the signatory is empowered to execute this Agreement on behalf of Contractor. Accordingly, in consideration of Railway granting permission to Contractor to enter capon Railway Properly and as an inducement for such entry, Contractor, effective on the date of the Agreement, has agreed and does hereby agree with: Railway as follows: 1} RELEASE OF LIABILITY AND INDEMNITY Contractor hereby waives, releases, indemnifies, defends and holds harmless Railway for all judgments, awards, claims, demands, and expenses (including attorneys' fees), for injury or death to all persons, including Railwary's and Contractor's officers and employees, and for loss and damage to properly belonging to any person, arising in any manner from Contractors or any of Contractor's subcontractors' acts or omissions or any work performed on or about Railway's property or right-of-way. THE LIABILITY ASSUMED BY CONTRACTOR WILL NOT BE AFFECTED BY THE FACT, IF IT IS A FACT, itwxr THAT THE DESTRUCTION, DAMAGE, DEATH, OR INJURY WAS OCCASIONED BY OR CONTRIBUTED TO BY THE NEGLIGENCE OF RAILWAY, ITS AGENTS, SERVANTS, EMPLOYEES OR OTKERWISE, EXCEPT TO THE EXTENT THAT SUCH CLAIMS ARE PROXIMATELY CAUSED BY THE INTENSIONAL MISCONDUCT OR GROSS NEGLIGENCE OF RAILWAY. THE INDEMNIFICATION OBLIGATION ASSUMED BY CONTRACTOR INCLUDES ANY CLAIMS, SNITS OR JUDGMENTS BROUGHT AGAINST RAILWAY UNDER THE FEDERAL EMPLOYEE'S LIASILITi' ACT, INCLUDING CLAIMS FOR STRICT LIA1311-I1V UNDER THE SAFETY APPLIANCE ACT OR THE LOCOMOTIVE INSPECTION ACT, WHENEVER SO CLAIMED. Contractor further agrees, at its expanse, in the name and on behalf of Railway, that it will adjust and settle all ciairns made against Railway, and will, at Rasilway's discretion, appear and defend any suits or actions of law or in equity brought against Railway on any claim or cause of action arising or growing out of or in any rna nner connected with arty liability assumed by Contractor under this Agreement far which Railway Is liable or Is alleged io be liable. Railway will give notice to Contrador, In writing, of the reca 1pt or dependency of such alai" and Ihareupon Ccfdrador must prcoeed to adjust acid handle to a conclusion such claims, and In ttte wvant cf a suit being brought against Railway, Raihrvay may forwafd surnimortz and complaint of sitter process In connectian therewith to Contractor. and Contractor, al Raiiway's discretion, must defend, scHust, or settle such suits and praWL Indemnify, and save harmless Ral1way frorn and against all damages, judgmmnts, decrees, etta y'e fees, cosb. and expenses growing out of or resu[Uri 0 from or Incident lu any such claims or snits. In addition to any other provision of this Agreement, in the event that all or arty portion of this Article shall be deemed to be lniapplicabfe for any reason, Including witbout limitation as a result pf a decision of an applicable sour!, tegisiative enach7wnt or regulalsxy order, the partiea agree that this Artis:le s#rall be interpreted as requiring Contractor to Indemnity ReIlway to ltle fullest extent permitted by applicable law. THROUGH THIS AGREEMENT THE PARTIES EXPRESSLY INTEND FOR CONTRACTOR TO INDEMNIFY RAILWAY FOR RAILWAY'S ACTS OF NEGLIGENCE. It is mutually understood and agreed that the assunVtion of Ilabilitles and Indemnification provided for in this Agreement survive- any tarmination of this Agreement. ++ '1rrn��} -- -- No other endorsements limiting coverage as respects obligations under this Agreoment may be included on the policy with regard to the worts being performed under this agreement. S. Business Automobile Insurance. This insurance shall contain a combined single limit of at least $1,0G9.000 per nrzurrenr e, and include coverage for, but not limited to the following: * Bodily injury and property damage # Any and all vehicles awned, used or hired The policy shall also contain the foito..iing andorserrients or language, which shall be indicated can the certificate of insurance: ® Waiver of subrogation in favor of and accAptable to Railway. Additional insured endorsement In favor of and aicptable to Railway. * Separation of Insureds. ® The policy shall be primavy and non--e4rttrlbuting with respect to any Insurance carried by Railway G. Workers Compensation and Employem liability Insurance Including coverage for, but not limited to: # Contractor's statutory liability under the. worker's compensation laws of the state(s) in which the work is to be perfori-ned. if optional tinder State law, the insuranco, must cover all employees anyway. * Employers' Liability (Fart B) with limits of at least $500,000 each € ccident, $500,©00 by disease palm limit, $500,000 by disease each omploy ee, This laolloy shall also contain the following endorsements or language, which shall be indicated on the certitieate of insurance: Waiver of subrogation in favor of and sccmptable to Railway. D. Railroad Protective l=lability insurance naming only the Railway as the Insured with coverage of at least 12,CqO.000 per occurrence and U.000.000 In the aggregate. The policy lust be issbad on a standard ISO farm Cis 00 35 12 04 and include the following: * Endorsed to include the Pollution Exclusion Amendment Endor d to include the Limited Seepage and Pollution Endorsernent. Ct aMOMERr' * Endorsed to remove any exclusion for punitive damages. o No other endoirsernents mtricting coverage may be added, + The, original policy must be provided to the Railway prior to performing any work or service under this Agreement Definition of "Physical Damage to Propertyw shall be endorsed to read: "means direct and accidental lass of or damage to all propel awned by any named insured and all property in any named insured' care, custody, and cornfrof arising out of the acts or omissions of the cofltractor Turned on the Ddclarstions. In lieu of prWding a Railroad Protective l.isbility Policy, licensee may participate (if available) in Raitway's Blanket Railroad Protective Liability insurance Policy. Other Requimments: Where allowable by law, alt policies (applying to coverage listed above) shall contain no exclusion for punifive damages. Contractor agrees to waive its right of recovery against Railway for all claims and suits against Railway. In addition, its insurers, through the terms of the policy or - policy endomement, wive their right of subragation a flainst Rallwy for all claims and snits. Contractor further waives its right of recovery, and its hist=Tier-s also waive Their right of subrogation against Railway for lass of its owned or leased property or property under Contractor's care, custody or control. e% Led Lass Expense shall be an ad;;t;on too all policy limits for coverages referenced above. Contractor Es not allowed to self -insure without the prior written consent of Railways If granted) by Railway, any self -insured retention or other financial responsibility for claims shall be covered directly by Contractor in lieu of insurance. Any and all Rallrr y liabilities that would otherwise, In accordance Y.4th the pray; I'aas of this Agreement, be covered by Contractor's insurance will be covered as if Contractor elected not to include a deductible, self -insured retention or other financial re s pon sibilRy for claims. Friar io commencing sere, Contractor shall furnish to Railway an ar. ptable certificate(s) of insurdric* from an authorized) representative evidancing the required coverage(s), endorsenients, and amendments. The certificate should be directed to the following address: DNSF Railway Company cicr_ GertFocus 5 _ f t/dWAY P.O. Box 140528 Kansas City, MC 64114 Foil Free: 877-576-2378 Fax number: 817•• 0-7487 Email: Qi FQ)ga o us.com Contractor small notify railway ire writing at lust 30 days prior to any cancellation, non -renewal, substitution or materiel alteration. Any insurance policy shall be writt n by a mputable insurance company acceptable to Railway or with a current Best's Guide Rating of A-, and Mass VII or beer, and authorized to do business in the state(s) in which the service is to be provided. If coverage is purchased on a Lclaimq rnadeH basis, Contractor hereby agrees to maintain coverage in farce for a minimum of three years after expiration, cancellation or termination ofFthis Agmernent Annually Contractor agrees to provide evidence of such coverage as required hereunder. Contractor represents that this Agreement has been thoroughly reviewed by Contr,actor's insurance agent(#brcker(s), who have been instructed by Contractor to procure the insuranm coverago rwjuirad by this Agroonient. Not more ftquengy than once every flke years, Railway may masonably modify the required insurance coverage to reflect then -current rids management practices In the railroad Industry and underwriting practices in the insurance industry. . If any portion of the operation is to be subcontracted by Contractor, Contractor shall require that the subcontractor shall provide and maintain insurance coverage(s) as set forth h gain, naming l;Ca► vay as an additional Insured, and shall require that the subcontractor shall release, defend and indemnify Railway to the same extent and under ft sane terms and conditions as Contr-astar is required to release, defend and Indemnify Railway herein. Failure to provide evidence as required by this section shall entitle, but not require, Rallwayto terminate this Agreement immediately. Acceptance of a certificate that does not comply with this section shall not operate as a walvor of Contractor`s obligations hereunder. The fact that insuranc* (including, without limitation, self-insurance) is obtained by Contractor shall not be deemed to release or diminish the liability of Contractor Including, without limitation, liability under the Indemnity provisions of 6 L�� � this Agreement Damages r=verable by Raflways mall not he 14Fifted by the aninunt of the required insurance coverage. In the event of a clalrrt or law. suit involving Railway arising out of this agreement, Contractor will make available any required policy covering such claim or lawsuit. I rese inFurance provisions are intended to be a separate and distinct obligation on the part of the Contractor. Therefore, these provisions shall be enforceable and Contractor small be bound thereby regardless of whether of, not indemnity provisions are determined to be onfomeable in the jurisdiction in which the work covered hereunder is performed. For purpones of this section, Raffiveyshall mean "Buffington Northern Santa Fe [.,I V', 'E NSF Railway Company` and the subsidiaries, successors, assigns and affiliates of each. 4) SALES AND OTHER TA�LEfi In the event applicable sales waxes of a state or Wffical subdiviWon of a state of the UnFted States are levied or assessed In connection with and dilrectly related to any antounts involimi d by Cantractor to Rai lw ay {'Sales Taxes'). Rai Way shall be respons le for paying only the Sales Taxes that Contractor separately states on Me invoice or other billing documents provided to Railway; provided, however, that ii j nDlhing herein shall` prectude Railway from claiming whatever Sales Tare exemptions are applicaWe to amounts Contractor bills Railway, (li) Contranctor shall be responsible for all sales, use, exclse, consumption, servilces and other taxes which may accrue on all serviCeS, materials, equipment, supplies or f"ixlures that Contractor and its subcankau-tors use or consurne in the perrormanc:e of this Agreement, {lii} Contractor shall he reaporrsib for Sales Taxes (together with any penalties, tries or interest thereon) that Contractor fails to separately state an the invoice or other billing d0cu„eats provided to Railway or fails to collect at the time of payment by Railway of invoiced amounts (except where Railway claims a Sales Tax exemption), and (ivy Contcactor shall to responsible for Sales Taxes (together with any penalties, fines of interest thareon) if Contractor fails to issue separate Invoices for each state In which Contractor delivers good's, provides services c; , if, applicable, transfers intangible rights to Raft- ay. Upon: request, Contractor shalt provide Railway satisfactory evidence that all taxes (together with any penalties, fines or Interest ttereon) that Contractor is responsible to pay under this Agreement hava been paid. If a written claim is made against Contractor for Sales Tares with respwt to which Rahway may be liable for under this Agreement. Contractor shall promptly notify RaiWay of such claim and provide Railway copies of all correspondence rec eivod Ram the taxing A"r. authority. Railway shall have the right to contest, protest, or claim a refund, in Railway's own name, any Sales Faxes paid by Railway to Contractor or for which Railway might otherwise be responsible for under this Agreement; provided, however, that if Railway is not permitted by law to contest any such Sales 'Tax in its own name, Contractor shall, if requested by Railway at Railway's sole cost and expense, contest in Contractor's own name the validity, applicability or amount of such Sales Tax and allow Railway to control and conduct such contest. Railway retains the right to withhold from payments made under this Agreement amounts rewired to be withheld under flax laws of any jurisdiction. If Contractor is maiming a withholding exemption or a reduction in the withholding rate of any Jurisdiction on any payments under this Agrsament, before any payments are made (end in each succeeding period or year as rewired by Iaw), Contractor agrees to furnish to Railway a properly completed axeraption form prescribed by such jurisdiction. Contractor shall be responsible for any taxes, Interest or penalties assessed against Railway with respect to withholding taxes that Railway dots not withhold from payments to Contractor. 5) EXHIBIT "C" CONT OCTOR REQUIREMENTS The Contractor must observe and comply with all provisions, obligations, requireimnts and limitations contained in the Agreement, and the Contractor Requirements set forth on Exhibit `C� attached to the A reement and this Agreement, including, but not be limited to, payment of all costs incurred for any damages to Railway roadbed, tracks, and/or appurtenances thereto, resulting from use, occupancy, or presence of its employees, representatives, or agents or subcontractors on or about the construction site. Contractor shall execute a Temporary Construction Crossing ► greement or Private Crossing Agreement (mmw—.hnsf.com/Cammuni,ag&lowmits- , for any temporary crossing requested to aid in the construction of this Project, if approved by SNSP. 6) T.A N DELAY Contractor is responsible for and hereby indemnifies and holds harmless Railway (including its affiliated railway companies, and its tenants) for, from and against ail damages aiftng from any unscheduled delay to a freight or passenger tsin which affects Railway's ability to fully utilize its equipment and to meet customer service and contract obligations. Contractor will be biped, as further provided below, for time economic losses arising from loss of use of equipment, contractual loss of incentive pay and bonuses and contractual penalties resulting from train delays, whether caused by Contractor, or subcontractors, or by the Railway performing work under this Agreement. Railway agrees that it will not penorm any act to unnecessarily cause train delay. w stw.vx� for loss of use of equip"rit, Contractor will be billed the current freight train hour rate per train as deterrnined from. Railways records. Any disruption to trait, traffic may cause delays to multiple Walms at the same time for time same period. Additiorxalty, the parties acknowledge that passenger, U.S. mail trains and certain other grain, intermodai, coal and freight trains operate under Incentivelpenalty cor4tracts between Railway and its custamer(s). Under these a"ngernerts. if Railway does riot meet its cornfruct service commitments, Railway may suffer loss of Performance or incentive pad; as d yr b� suhiect to penarty payments. Contractor is responsible for any train performaom and incen#ive penalges or other contractual tconornic lasses actually incurred by I ailway which are attm`Ibutable to a train delay caused by Contractor or its subrormtractom. Tl%. contractual relationship between Railway and Its customers is proprietary and confidential. In the event of a train delay covered by this Agreement, Raikualy will share information relevant to any train delay to the extent consistent with Railway con�.dentiality obligetions. The rate Oran in effed at the time of parfon r°2ince by the Contractor here.undeF w-11l be Wi sad to caIckAate I he actual costs of trout delay pursuant to This a rewwn4. Contmetor and its subcontractors must give Raftay's Roadmaster AdamAdaMg at Office # ql 7-2244-7� or Mobile # 40& 16- 7 and e-mail: r�dr_n rx d rtrsMNSF,com four (4) weeks advance notice of the times and dates for proper work windows. Railway and Contractor will establish mutually agreeable work windows for the project. Railway has the right at any time to revise cr change the work windows due to train operations or service obligations. Railway will not be responsible for any additional ants or expenses msulting from a change in want windows. Additional costs orexpenses resulting from a change in work winds 5 Fhall 67 accounted for in Gonfractor' , expenses for the project. Coniractof and subcontractors ust plan, sr-hodule, coordinate and conduct all Coriftetees work so as to not cause any delays to any trains. 9 fi /dfi31Y IN WITNESS WHEREOF, F, each of the patties hereto has caused this Agreement to be executed by its duty authorized officer tbo day and year first above written. Contractor By: Printed Fume: Title: } Addre%: City: -- - State: rip: Fait: Office: Contact Peman: Mobile: E-mail: 10 BNSP Railway Company By: Name: ]r1mothy J. Huyal - Manager Public Projects Apted and effective this � ray.+ Of