Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 53452
CtrYSECRETrARY CON RACT NO. 'ORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE, & UTILITY IMPROVEMENTS FOR NORTH RIVERSIDE DRIVE FROM NORTH TARRANT PARKWAY TO OLD DENTON ROAD VOL. 1 City Project No. 02272 Betsy Price David Cooke Mayor City Manager Chris Harder Director, Water Department William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department August 2019 93==B BAIRD, HAMPTON &BROWN, INC. ENGINEERING & SURVEYING 3801 William D. Tate Blvd., Suite 500 Grapevine, Texas 76051 OF _n% 9s KONSTANTINE BAKINTAS 67022 p�mo a �e °Q;oGISTCR�� v000. s�a�AL EN�� U M"S T Y RTWORTHO City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 -1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 00 10 Seals Page 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7123.01 Attachment A Survey Staking Standards 01 7423 Cleaning 01 7719 Closeout Requirements 01 7823 Operation and Maintenance Data CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised February 2, 2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 01 78 39 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Prof ect's Contract Documents Division 03 - Concrete 0335 13 Integral Concrete Color Division 31- Earthwork 3123 16 Unclassified Excavation 3125 13 Flexible Channel Lining 31 50 00 Subgrade Preparation for Temporary Paving Division 32 - Exterior Improvements 3213 13 Concrete Paving 32 31 26 Wire Fences and Gates Division 33 - Utilities 33 50 00 Miscellaneous Utility Adjustments Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htns://proj ectpoint. buzzsaw. con/client/fortworthgov/Resources/02%20- N20Construction%20Documents/Specifications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 80 00 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 Embankments 31 25 00 Erosion and Sediment Control 31 37 00 Riprap CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised February 2, 2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 12 16 Asphalt Paving 3213 13 Concrete Paving 32 13 73 Concrete Paving Joint Sealants 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 3231 13 Chain Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 3301 30 Sewer and Manhole Testing 3301 31 Closed Circuit Television (CCTV) Inspection (Hard Copy Included in this Project Manual) 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 22 Steel Casing Pipe 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 1105 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 1210 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 3331 50 Sanitary Sewer Service Connections and Service Line 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Epoxy Liners for Sanitary Sewer Structures CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised February 2, 2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 4 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 46 02 Trench Drains 3349 10 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 15 Rectangular Rapid Flashing Beacon 3441 l6 Pedestrian Hybrid Signal 344120 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 3441 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised February 2, 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 SECTION 00 00 10 SEALS PAGE CIVIL ENGINEER Baird, Hampton & Brown, Inc. 3801 William D. Tate BIvd, Suite 500 Grapevine, Texas 76051 WATER AND SANITARY SEWER IMPROVEMENTS John Austin Baird ..� ....srre►...a.ro.o... 97239 EN °••...r.e• G OVAL EN 08/14/19 PAVING IMPROVEMENTS °i0F• m esemmrrmrmr•.eoe000.00e000 CHARLES GENE CAPPS errsmemmemmeeseeeeeee0000e. e 104919 ' �' °•.;cG1S 7CR6� oiVA0„EN�� 08/14/19 DRAINAGE IMPROVEMENTS OF * �p KEVIN B. MILLER e 00 60119 08/14/19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 08/14/19 00 0010- i SEALS PAGE Page 1 of 2 North Riverside Drive Project No. 02272 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1s 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 ELECTRICAL ENGINEER Baird, Hampton & Brown, Inc. 6300 Ridglea Place, Suite 700 Fort Worth, Texas 76116 OF I 0 4. op �4 00*0►440444►Q4►40O454► PAUL. MORRIS � f4444 ooaoa44g+400��oa4 12752-1 a o s 08/14/19 LANDSCAPE ARCHITECT Baird, Hampton & Brown, Inc. 3801 William D. Tate Blvd, Suite 500 Grapevine, Texas 76051 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 00 10- 2 SEALS PAGF, Page 2 of 2 North Riverside Drive Project No. 02272 City of Fort Worth., Texas Mayor and Council Communication DATE: TuvrOay. December 17, 2019 REFERENCE NO.: M&C 19-0406 LOG NAME: 20N RIVERSIDE DR FROM N TARRAINT TO OLD DENTON RD DEJECT: Authorize the Execution of a Contract with McMahon Contracting LP in the Amount of $8,907,940.57 for Construction of North Riverside Drive from North Tarrant Parkway to Old Denton Road, Adopt Approprlatiori Ordinances and Amend the FY 020-2024 ClP (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended than the City Council' 1. Adopt the attacked Appropriation Ordinance increasing the estimated receipts and appropriations 111 the North Riverside Dr - N Tarrant to Old Denton Rd project (City Projen[ C 02272) in the amount of $3,000,000,00 front avallable funds wIthIn the Transportation Impact Fe Cap Fund (301 U8), 2. Adopt the attached Approprlstion Crdlpance increasing the estimated receipts and appropriations In the North Riverside Dr - N Tarrant to Old Denton Rd project in the'amount of $86,000.00 from available funds within the Slormwater Capital Projects Fund-, 3. Authorize the execution of a constriction contract with McMahon Contracting LP In the amount'af 8,907,940.57 for North Riverside Dr - N Tarrant to Old Denton Rd project {Dlly Project No. CO277 j; and 4. Amend the F Y 2020-2024 C I P by Increasing funding in the North Riverside Dr - N Tarrant to Old Denton Rd project by $3,086,000,00. DISCUSSION: The 2014 Bond Program provides funding for improvements to North Riverside Drive from a two-lane roadway to 8 fQUr-la me divided arterial street between North Tarrant Parkway and Did Denton Road. Two new travel lanes wJll be constructed on the west side of the exlstl rig roadWay and the existing east li&Jf is designated to be rnhabliltated er replaced where new pavement Is warranted. The project includes turd lames, median openings, sidewalks, streetlights, roundabouts and shared Lise paths as necessary to Improve overall connectivity. The majority of the construction contract will ba funded through the 2014 Bond Program, Available resources within the General Fund will be used to provide interim financing for these expenses until debt Is Issued, Once debt associated with this project Js sold, band proceeds will reimburse the General Fund In accordance with the statement expressing official Intent to ReiMbUFSe that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-0 - 014)_ In addltian to bond funds, transportatlor) Impact fee revenuea will be used to fund the construction of the western half of the roadway, Transporta#Ion impact fees will be used to complete the construction of N Riverside Dr, as well aS acquire right-cf-way, destgn and construct the northern lanes of Surnmerfields Blvd from N Riverside Dr oast to Cannonwood Or_ This project is located In Transportatlon Impact Fee ServIce Area D and was Included In the adopted 2017 Transportation Impact Fee Study es projects 0-21, D- 9. D- 0 and 0-31. North Riverside Drive from Norlh Tarrant Parkway to Old Denton Road was advertised August 15, 2019 and August 22, 2019 in the Fork Worth Star -Telegram, On September 19, 2019 the following bids were received; Contractor I Total Bid McMahon Contracting LP 8.907,940,57 Texas Bit 10,198, 95.71 JPavecon Public Works $10,448,076.19 Texas Sterling Construction Company 11,050,756.55 Jac scr o€ struction — ----- - $11.8 8r488.75 The project wlil begln In Spring 2020 and is Scheduled to be complete in Summer 2021. The Might -of -Way and traffic divider maintenance impact is expected to begin in June. 2021. Beginning in Fiscal Year 2021, the Right -of -Way and traffic divider maintenance impact is anticipated to be $3.915,00 annually, This additional 2approp rlstion for this project was riot Included In the FY202U-2024 Capita[ Improve rnent Man. Recently an opportunity was Identified to leverage transportation Impact fees and expand the project scope, The act Ion In this M &G will amend the FY2020-2024 Caplta i Irrrprovp ent Ilan. IVWBE OFFICE - McMahon Construction Is In compliance with the ity's SIDE Offnance by committing to 1 5,40 % MSE participation on This project, The City's MBE goal on this project Is 151%. The project Js located In COUNCIL DISTRICT 4. FISCAL INFORMATION / CERTIFICATION: The DIfector of FinanaVe certlfles that upon approval of the above fecommend aticns-and adoption of the attached appropriatlon ordinances, funds will be available in the Transportation Impact Fee Capital (Trans IrrmPact Fee +map) Fund, and the Stormwater Capital Projects Fund. Prior to en expenditure being incurred, the Transportation & Public Works Department has the responsibillty of verifying the ovallablllty of funds. FUND IDENTIFIERS (F, ).: und�Departrnent ccount Project JProgramlActiviliky 8udgef Deference # Amount ID ID Year ,Lrtfield FROM _ Fund Department ccoint_ P-ojecl~ ;Prorarn ctxulty B Idget a#eren_rwe #___ At'nottrt# ID ID I _ Year (Chartfield - ---. (MRTIFICATIOtIS. Sulxmftted far Olty. M anager's Office yj Dana Burghdoff (8018) Originating_aePartment Head: William Johnson (7801) Addit on a nformation Contact: Monty Hall (866 ) ATTACHMENTS 1- Zip? VERSIDE OR FRO.M.N TARRAMIOhl RD Fund g AvaJlahilit.y 111499ASx (CFW Internal) RIVE RSIDE OR FROM N 1' S -M OLD_DENTON RD 30108 AO20 (I)r docx (Pub]ir') 3.20N F2111Ef FROM N TO_OLD _I E iDM tr 1 0�{ }rdoc (Public) 4-CO.2 72 NIvets' s ra�ctlo110%26CLEID.S with add%27I Summtwrflelds%24 SD%24 (! )-&= (CFW Irtramal) - - - 5. Eorm 1295 nAffJcake_ 5 grled.pdf (CFW Intarrot) 6. MrMahon Ootnpa rLi- iVlemo.pdf (CFW trrternal) T,McMghun Contracting LP,$,AM Stattas-pdf (CFW tntu:naii 8. N RR��,iversd - Additional' Funding -for Ummarfields I�f+ac Fep Funding Authorization 2019.11- IL. P_d#{(CFW InteM01) - 9. N RIVEESOE DRIVE M ,&f (Public) 10, N RQ Q PIS 022 72 Signed FundI g p,rcval.pdf tC FW Inlarnal} CITY Or TOUT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS ADDENDUM NO. 3 To the Specifications and Contract Documents For NORTH RIVERSIDE DRIVE UNIT la a WATER IMPROVEMENTS UNIT 1 b - SANITARY SEINER IMPROVEMENTS UNIT 9 c - PAVING IMPROVEMENTS UNIT I d Q SIGNAGE & PAVEMENT MARKING IMPROVEMENTS UNIT le e DRAINAGE IMPROVEMENTS UNIT If - STREET LIGHTING IMPROVEMENTS KNIT 'Ig - LANDSCAPE IMPROVEMENTS UNIT 2 a CHANNEL IMPROVED rNTS North Riverside Drive (From North Tarrant Parkway to Old Denton Road) City Project No. 02272 Addendum No. 3 Issued: September 17, 2019 Bid Opening Date: September 19, 2019 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for NORTH RIVERSIDE DRIVE are hereby revised by Addendum No. 3 as follows: The Project Manual is amended as follows: 1. Sections 00 42 43 Proposal Form: Please replace the previous Addendum 2 Proposal Form with the enclosed Addendum 3 Proposal Form, which removes bid item le-12b Concrete Collar. A"1 ADDENDUM 3 North Riverside Drive City Project No. 02272 II. Contractor/Bidder Questions & Comments: 1) There was already an item for Concrete Collars in the storm drain section prior to Addendum 2 and Addendum 2 added a duplicate bid item for Concrete Collars. Could the duplicate please be removed with Addendum 3? RESPONSE. Addendum 3 removes the duplicate bid item. This Addendum No. 3, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 3 by completing the requested information at the following locations: (1) In the space provided in Section 0041 00, Bid Form, Page 3 of (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. 3" Include a signed copy of Addendum No. 3 in the sealed bid envelop at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 3 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Company: McMAI-ION CONTRACTING, LP M BAIRD, HAMPTON & BROWN, INC. � OF TF�� ppa a°m ate;• °Is j 'tea °°;� �o a� KONSTANTINE BAKINTAS 9 eappppeppppp0p°OppOppOB o 67022 a a ° P 09/17/19 Q ADDENDUM North Riverside Drive City Project No. 02272 CITY OF FORT WORT", TEXAS TRANSPORTATION AND PUBLIC NT10 V2&1 ADDENDUM NO. 2 To the Specifications and Contract Documents For NORTH RIVERSIDE DRIVE UNIT 1a -WATER IMPROVEMENTS UNIT 1 b - SANITARY SEWER IMPROVEMENTS UNIT 1c - PAVING IMPROVEMENTS UNIT 1 d - SIGNAGE & PAVEMENT MARKING IMPROVEMENTS UNIT 1e - DRAINAGE IMPROVEMENTS UNIT If - STREET LIGHTING IMPROVEMENTS UNIT 19 - LANDSCAPE IMPROVEMENTS UNIT 2 - CHANNEL IMPROVEMENTS North Riverside Drive (From North Tarrant Parkway to Old Denton Road) City Project No. 02272 Addendum No. 2 Issued: September 16, 2019 Bid Opening Date: September 19, 2019 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for NORTH RIVERSIDE DRIVE are hereby revised by Addendum No. 2 as follows: Construction plans are revised as follows: 1. Water and Sanitary Sewer Adjustment Plans: Plan and profiles stipulate to install CLSM or CSS backfill at all proposed water and sanitary sewer locations. Addendum 2 changes backfill requirements to allow native material backfills. CLSM or CSS backfill shall be installed upon the direction of the City. The Project Manual is amended as follows: 1. Sections 00 42 43 Proposal Form: Please replace the previous Proposal Form with the enclosed Addendum 2 Proposal Form. Revisions/changes in the Proposal Form are shaded. A-1 ADDENDUM 2 North Riverside Drive City Project No. 02272 Ill. Contractor/Bidder Questions & Comments: 1) Can we get an item for Cut in Tees on the water section? Or will we get paid for a connection on each side of the tee? RESPONSE: Bic items have been added for connections to the existing water line on each side of the tee. The cost of the tee is covered by the "Ductile Iron Fittings" bid item. 2) Can we get items for water connections to 4"-12" existing water mains and larger existing main connections? RESPONSE: Yes. Bid items have been added for these connections. 3) All water and sanitary sewer pipe bid items contain CLSM and CSS backfill and there's not an option for native backfill. There are most likely spots that CLSM and CSS are not necessary (when pipe isn't in the roadway or not crossing other utilities). Can the CLSM and CSS backfill be separated from the pipe bid items so the City can choose when to use these more expensive backfills? We've been able to do this on other jobs that have bid recently and it'll save the City money. RESPONSE: Yes. Revisions in the Addendum 2 Proposal Form change the pipe bid items to include native backfill. Separate CLSM and CSS backfill items are provided. CLSM and CSS backfill shall be installed upon the direction of the City. 4) Some of the bore logs show that shallow rock exists near the north end of the project. Can we get a bid item for imported select backfill by the cubic yard? RESPONSE: Yes. A bid item for select backfill by the cubic yard is added. Select backfill shall be installed upon the direction of the City. 5) Item 1 c-07 for grading and subgrade preparation of the temporary phasing pavement stipulates native material and/or flexible base is to be utilized under this single bid item? It's hard to know how much flexible base is needed. Can these items be separated? RESPONSE: Yes. A bid item for flexible base is added. Flexible base shall be installed upon the direction of the City. 6) Could clarification on the concrete collars in the storm drain section be provided? Will we get paid a concrete collar any time we connect to an existing storm drain pipe or structure? RESPONSE: A concrete collar bid item is added for storm drain connections to existing storm drain pipes. Storm drain connections to existing or proposed A-2 ADDENDUM 2 North Riverside Drive City Project No. 02272 structures are considered subsidiary to all other bid items and separate payment for connections to structures will not be provided. This Addendum No. 2, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 2 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. 2" Include a signed copy of Addendum No. 2 in the sealed bid envelop at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 2 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting indisqualification. RECEIPT ACKNOWLEDGED B: f Company: M CAA." _ __ CA6f a.c�in7 BAIRD, HAMPTON & BROWN, INC. OF e � �o a� �eeeeeeoe000eooeoeeeoeoeeo CHARLES GENE CAPPS �A 104919 e4L- eee 09/16/2019 A-3 ADDENDUM 2 North Riverside Drive City Project No. 02272 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORDS ADDENDUM NO. 1 To the Specifications and Contract Documents For NORTH RIVERSIDE DRIVE UNIT I -WATER IMPROVEMENTS UNIT 1 b - SANITARY SEWER IMPROVEMENTS UNIT 'Ic a PAVING IMPROVEMENTS UNIT 1 d - SIGNAGE & PAVEMENT !MARKING IMPROVEMENTS UNIT 1e - DRAINAGE IMPROVEMENTS UNIT If m STREET LIGHTING IMPROVEMENTS UNIT 1 g - LANDSCAPE IMPROVEMENTS UNIT 2 - CHANNEL IMPROVEMENTS North Riverside Drive (From North Tarrant Parkway to Old Denton Road) City Project No. 02272 Addendum No. 1 Issued: August 29, 2019 Bid Opening Date: September 19, 2019 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for NORTH RIVERSIDE DRIVE are hereby revised by Addendum No. 1 as follows: The Project Manual is amended as follows: Sections 00 32 13 Cast -in -Place Concrete Retaining !Malls: Per the standard{unedited specification, retaining wall measurement & payment is the measured area from finished ground line on the face of the exterior wall to the top of the wall. This addendum revises the measurement & payment to be a measurement of the area from the top of footing to the top of the wall. A-1 ADDENDUM 1 North Riverside Drive City Project No. 02272 II. Contractor/Bidder Questions & Comments: 1) Sheets 37-40: Hydrant construction entails shutting off the water system, cutting into the existing water Fine and installing new tees. Can a tapping sleeve and valve assembly be installed instead? RESPONSE. The Water Ueparu.iiei"ci rcviewua tmb pipjuut and Icyuliwb hu current water design which entails installing new tees. Tapping sleeve and valve assemblies are not allowed. 2) Bidder Comment: Most existing utility structures in the project area are cast -in - place, which will impact the level of effort to adjusting them to finished grade. Also, MH covers will need to be replaced with appropriately sized covers. NESPONSE: C:orreci: and understood. 3) Water & Sewer Improvements: Please confirm if temporary or permanent pavement repairs are intended for interim pavement repairs prior to paving construction. RESPONSE: Permanent pavement repair4. 4) When are working hours and what is the schedule for holidays and schools? RESPONSE. work should proceea auring reguiar working hours — hours beginning at 7.00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). The Contractor will not be allowed to work on City holidays which include New Year's Day, Martin Luther King, Jr. Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving, and Christmas. North Riverside Elementary School calendar is posted on the following webpage: https:/Iwww.kellerisd.net/Page/4738#calendar38/20190828/month Vista Ridge Middle School calendar is posted on the following webpage.- hftps:/Iwww.kellerisd.net/Pa.ge/151 1#calendar49/20190828/rnonth 5) Must roundabout construction be phased? RESPONSE: The Thompson Roundabout must accommodate school traffic at all times; and the SummerFeld roundabout may be constructed in halves. 6) What is the construction period? RESPONSE. 18 month 7) Are there conflicts with franchise utilities? RESPONSE: Charter Communications is currently relocating their facilities. They're the last franchise utility company to relocate their facilities for utility clearance. However, the Contractor is responsible for calling 811 prior to digging and reporting/coordinating potential conflicts that may exist. A-2 ADDENDUM I North Riverside Drive City Project No. 02272 8) What is the estimated cost of the project? RESPONSES $8.1 million 9) What is the MBE goal and are there any extra federal MBE requirements? RESPONSE: The MBE goal is 15%. There's not any extra requirements than what's normally required, 10) What is the status of right-of-way acquisition and temporary construction easements. RESPONSE: All project right-of-way acquisition is obtained. Several temporary construction easements shown on sheets 6 and 7 are labeled as "not available". These easements were determined not necessary for completing the work and were eliminated from the project This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. I" Include a signed copy of Addendum No. 1 in the sealed bid envelop at the time of bid submittal_ Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting indisqualification. RECEIPT ACKNOWLEDGED BAIRD, HAMPTON & BROWN, INC. OF 13 McMAHON CONTRACTING L.E a 7 aomamoaooeseeaomeaeamameaoo _ Company__ CHARLES GENE CAPPS ma oe® ae ae o i e aoeaaee049i9 m a eaea aa¢aa '� ST1 — o®aaaa AI 1E ."-A' A-3 ADDENDUM 1 North Riverside Drive City Project No. 02272 0011 13 - 1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 It 13 2 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of PaviaDraina e & Utilit Irn ravements for North Riverside Dr. From North Tarrant Parkway to Old Denton Road will be received by the City of Fort Worth Purchasing Office: 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth, Texas 76102 12 until 1:30 P.M. CST, Thursday, September 19, 2019, and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORD 16 The major work will consist of the (approximate) following: 17 30 055 SY 10" Concrete Pavement 18 2,800 LF 21" to 60" RCP 19 210 LF of 16" DIP Water. 20 430 LF of 6" to 12" DR-14 & DIP Water 21 850 LF of 6" to 8" SDR-26 & DIP Sanit ry Sewer 22 23 PREQUALIFICATION 24 The improvements included in this project must be performed by a contractor who is pre- 25 qualified by the City at the time of bid opening. The procedures for qualification and pre- 26 qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 27 28 DOCUMENT EXAMINATION AND PROCUREMENTS 29 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 30 of Fort Worth's Purchasing Division website at h :! www.fortwortht xa . o / rchasin and 31 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 32 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 33 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 34 Parties Form 1295 and the form must be submitted to the Project Manager before the 35 contract will be presented to the City Council. The form can be obtained at 36 h sa/r ww.ethicsstate.hc.us/tec/1295-Info.htnt . 37 38 Copies of the Bidding and Contract Documents may be purchased from 39 Baird, Hampton & Brown, Inc. 40 3801 William D. Tate Blvd. Suite 500 41 Grapevine, Texas 76051 42 43 The cost of Bidding and Contract Documents is: 44 Set of Bidding and Contract Documents with full size drawings: $350.00 45 Set of Bidding and Contract Documents with half size (if available) drawings: $200.00 46 47 PREBID CONFERENCE 48 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 49 BIDDERS at the following location, date, and time: North Riverside Drive CITY OF FORT WORTH Project No. 02272 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22, 2016 001113-2 INVITATION TO BIDDERS Page 2 of 2 I DATE: August 27, 2019 2 TIME: loam-1 lam 3 PLACE: 200 Texas Street, Fort Worth TX 76102 4 LOCATION: TPW Conference Room 270 5 6 7 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 8 City reserves the right to waive irregularities and to accept or reject bids. 9 10 I 1 INQUIRIES 12 All inquiries relative to this procurement should be addressed to the following: 13 Attn: Mitchell Aiton, City of Fort Worth 14 Email: mitchell.aiton(a?fortworthtexas.gov 15 Phone: 817-392-6591 16 AND/OR 17 Attn: Austin Baird, P.E. & Gene Capps, P.E., Baird, Hampton & Brown, Inc. 18 Email: abaird@bhbim.com & ca s bhbin -.c r , 19 Phone: 817-338-1277 & 817-251-8550 20 21 ADVERTISEMENT DATES 22 August 15, 2019 23 August 22, 2019 24 25 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS North Riversid: Drive Revised December 22, 2016 Project No.02272 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terns used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring Prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving — Requirements document located at; 40 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41%20Construction%2ODocuments/Contractor%o2OPre ualification/TPW%2OPavin 42%20Contractor%2OPregualification%2OProgram/PREOUALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?12ublic 44 45 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 46 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 48%20Contractor%2OPrequalification%a2OProg gm/PREQUALIFICATION%20REQ 49 UIREMFNTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised August 21, 2015 0021 I3 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 2 3.1.3. Water and Sanitary Sewer — Requirements document located at; 3 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 4 %2OConstruction%20Documents/Contractor%20Prequalification/Water%2Oand%2 5 OSanitary%2OSewer%20Contractor%20Prequalification%20Program/WSS%20pre 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 prequalification 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 1.9 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, 2.1 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested, may be grounds 26 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council, 28 29 3.4. In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 33 34 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 35 36 4.1. Before submitting a Bid, each Bidder shall: 37 38 4.1.1. Examine and carefully study the Contract Documents and other related data 39 identified in the Bidding Documents (including "technical data" referred to in 40 Paragraph 4.2. below). No information given by City or any representative of the 41 City other than that contained in the Contract Documents and officially 42 promulgated addenda thereto, shall be binding upon the City. 43 44 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 45 site conditions that may affect cost, progress, performance or furnishing of the 46 Work. 47 48 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 49 progress, performance or furnishing of the Work. 50 51 4.1.4.0M ITTED CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised August 21, 2015 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations, opinions or information. 12 13 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated or expressly required 18 by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by '28 Paragraph 4,06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work, Etc, 32 33 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or pen -nits to be acquired by the City are Iisted 43 in Paragraph SC 4,01 of the Supplementary Conditions. In the event the necessary right- 44 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised August 21, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 I8 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 0021 13 -5 INSTRUCTIONS TO BIDDERS Page 5 of 9 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require pen -nits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Mitchell Aiton, PE, Transportation and Public Works Department Fax: 817-392-8092 Email: Mitchell.Aiton@Fortworthtexas.gov Phone: 817-392-6591 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw at <https: Ilprojec0oint. buzzsaw. cam/fortworthgov/Infrastructure%2OProjects102272%20 %E2%80%93%2ON.%2ORiverside%2ODrive%20from%2OO1d%2ODenton%2ORoad%2 Oto%20N. %2OTarrant%2OParkway/Bid9lo2ODocuments9lo20Package?public>. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 North Riverside Drive Project No. 02272 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 S. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Norm with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies maybe 48 obtained from the City. 49 CfFY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised August 21, 2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7, Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8, All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 —Vendor Compliance 40 to State Law Non -Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title, the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised August 21, 2015 0021 13 - 8 INSTRUCTIONSTO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforining, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised August 21, 2015 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.112272 Revised August21, 2015 003513 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. hftp:/fwww.ethics.state.tx.us/forms/CIQ.pdf hftp://www.ethics.state.tx.ustforms/C[S.pdf C� El BIDDER: CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary McMahon Contracting L.P. 3019 Roy Orr Blvd. Grand Prairie,Texas, 75050 END OF SECTION By: Shawn ahon Signatur 0 Title: Manager CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS North Riverside Drive Form Revised 20120327 Project No. 02272 00 41 00 BID FORM Page I of 3 SECTION 00 4100 BID FORM TO: The City Manager c/o: The Purchasing Department 200 Texas Street City of Fort Worth, Texas 76102 FOR: Paving, Drainage & Utility Improvements for North_ Riverside Drive From North Tarrant Parkway to Old Denton Road City Project No.: 02272 Units/Sections: Unit 1 - Paving & Drainage Improvements Unit 1a - Water Improvements Unit 1 b - Sanitary Sewer Improvements Unit 1 c - Paving Improvements Unit 1d- Si nape & Pavement Markings Unit 1e- Drainage Improvement Unit 1f - Street Lighting Improvements Unit 1 - Landscape Improvements Unit 2- Channel 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS North Riverside Dive Form Revised 20120327 Project No_ 02272 0041 00 BID FORM Page 2 of 3 b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice` means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban + Renewal 16-inch diameter & smaller b. Sewer Collection System, Urban + Renewal 8-inch diameter & smaller c. 21" to 60" RCP d. 10" Concrete Paving e. Street Lights 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 540 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS North Riverside Drive Form Revised 20120327 Project No. 02272 00 41 00 BID FORM Page 3 or 3 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 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. Total Bid $8,907,940.57 7. Bid Submittal This Bid is submitted on 9/19/19 by the entity named below. Respectfully sub By: (Sig ature) Shawn McMahon (Printed Name) Title! Manager Company: McMahon Contracting L.P. Address: 3019 Roy Orr Blvd. Grand Prairie,Texas, 75050 State of Incorporation: limarg Mara Email: niil mcmairunuuritractin .corn Phone! 972-263-6907 END OF SECTION Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS North Riverside Drive Form Revised 20120327 Project No. 02272 SECTION 00 42 43 AI)DENDUM NO. 3-PROPOSAL FORM UNIT PRICE BID 00 Q2 3 "OP Pqe I d5 Bidder's Application Pr jest ITV-rof mim 6iddets"...I Bidlisl ltan Na Description snMi6satian Section No, Unit ofMeesure Sid QuanOty Vi d Aice Bid value Unit 1: vinn & Drainage Improvements Unit la: Water Improvements la-01 3311.0551 Install 16" DI Water Pipe 33 11 10 LF 230 $125.14 $28,782.20 la-02 3311.0461 Install 12" PVC DR-1 4 Water Pie 33 11 12 LF 20 $126.61 $2,520.20 1a-03 3311.0261 Install 8" PVC DR-14 Water Pipe 33 11 12 LF 145 $68.08 $9,871.60 la-04 33%0161 Install 6" PVC DR-14 Water Pipe 3311 12 LF 170 $111.08 $18,883-60 1a-05 3311-0251 Install 8" DI Water Pie 3411 10 LF 30 $154.24 $4,627.20 la-063 3311.0151 Install VDI Water Pipe 351110 LF 70 $14139 $9,925.30 la-06b 3305.0203 Imported Embec nentMackfdl, CLSM as Directed By Cl 33 05 10 CY 605 $111I.20 $66,671-00 to-06c 3305.0207 IrWated EmbedmentlBackfill. Select Fill as Directed By City 330510 CY 185 $63.80 $11,003.00 10-06d 33120106 Connectim to Existing 16"Water Main 331225 EA f 7 $2.659.19 $18614.33 la-06e 3312.0117 Connectim to Existing 4"42" Water Main 331225 FA 9 $1,997.99 $17,981.91 1&07 3305.0110 Utili Markers 33 05 26 LS 1 $59132 $891.72 la-08 0171.0102 As -Built Survey 01 71 23 LS 1 $6.960.00 $6,960.00 1a-09 0171.9101 Cons€rudion Staking 017123 LS 1 $4,640.00 $4,640.00 1a-10 33050103 Exploratory Excavation of Existing Utilities 330530 EP, 8 $1.319.25 $10554.00 1&11 99990000 RemovelSalva e1"Comb€nation ArValveAssembfy 024114 EA 1 $1.311 A2 $1.811.42 1 a. 12 0241.1510 Salvage Fire Horant 0241 14 EA 10 $724.57 $7,245.70 la-13 0241.1512 Salvage Ex. 1" Water Meter 0241 14 EA 9 $603.81 $5,434.29 la-14 D241.1302 RemwelSatva e6"Water Valve 024114 10 $724.57 $7,245.70 la-15 0241.1303 Remove/Salvage 8" Water Valve 0241 14 EA 2 $905.71 $1.811.42 1&16 9999.0000 RemovelSelva e19'Gale,ValvewlVault 024114 EA 1 $1,811.42 $1,811.42 $a-17 9999 0000 Remove 1" Water Service Line 02 41 14 LF 220 $13.73 $3.020.60 la 18 0241.1012 Remwe 6" Water Line 02 41 14 LF 100 $12.97 $] 297.00 la-1!) 0241.1013 Remove 8" Water Ltne 024114 LF 150 $12.97 $1,945.50 1s-20 0241.1015 Remove 12" Water Line 024114 LF 20 $1369 $273.80 1 a-21 0241.1016 Remove 16"We,€er Line 024114 LF 100 $15.87 $1,587.00 1a-22 3312.3002 Install 6"Crate Valve 331220 EA 11 $1,315.34 $14.46&74 1&23 3312.3003 Install V' Crate Valve 331220 EA 6 $1,71354 $10.281.24 1 a-24 3312.0001 Install Fire Hydrant 331240 FA 11 $3.131.26 $34,44&86 1 a-25 3311.0001 Ductile Iran Fittings with Restraint 331111 TON 5.5 $5,621.21 $30,91e.66 1 a-26 9999.0000 Install 1" Water Meter 33 12 10 EA 9 $] 546.35 $13.917.15 1a-27 9999.0000 Install V Water Service 331210 !=R 9 $1.669.12 $9,622.08 1a-28 3312.3006 Install l6" Gate Valve wlVan It 331220 EA 5 $14.037.72 $70,188-60 le-29 3304.0101 TemporaryWater Services 330430 LS 1 $12,248.89 $12.248.89 la-30 19999.0000 ConnUmatim Air Valve Adjustment 331230 EA 1 $5,653.511 $5,653.51 fa-31 3305.01109 Trench Safety 330510 LF 375 $1.42 $532.59 7 a-32 32010127 10'Wide Asphalt Pvmi Repair. Arterial 320117 LF 140 $68.39 $12,514.60 la-33 3201.0123 0Wide As hall PvmtR air. Arterial 320117 LF 160 $42.97 $6,875.20 le-34 3201.0616 ODoc Wont Repair, ArtedalAndustdal 32 0129 SY 5 $364.96 $1,824.80 UNIT 1a7 Water Ion rmemems Subtclal $469.697-74 Unit lb: Sanitary Sewer Improvements 1b-01 3331.4119 Install 8" DI Seaver Pipe 33 1t 10 LF 445 $130.05 $57,872.25 lb-02a 3331.4108 Install 6" PVC SDR-26 Sewer Pie 3331 20 LF 410 $109-24 $44,788.40 lb-02b 3305.0202Imported EmbedmentfBackfill. CSS as Directed By City 330510 CY 585 $84.04 $49,161,10 1 b-02c 3305-02031m atted Embedment/Backfill. CLSM as Directed By, City 330510 CY 1055 $85.20 $89,886.00 lb-03 3305.0110 Utility Markers 330526 LS 1 $891.72 $891.72 lb-04 330&0103 Exploratory Excavation of Existing UtOities 330530 EA 8 $1319,25 $10.55400 lb-05 0171,0102 As -Built Sumey017123 LS 1 $6,960.00 $6,960.00 R 06 071.0101 Construction Staking 01 71 23 LS 1 $4 640.00 $4,640.00 1lb-07 9999.0000 Remove Ex. 4" 2-way Sanitary Sewer Clean Out 0241 14 EA 5 $405.39 $2,026.95 1b-08 9999.0000 Remove E3c G' 2-way Sanitary Sewer Clean Out 02 41 14 EA 2 $405.38 $810.76 lb-09 9999.0000 Adjust Ex. 6" 2 way Sanitary Sewer Clean Out to Finished Grade, 300514 PA 1 $452.85 $452.85 lb-10 3331.3202 Install 6' 2-waySanitary Sewer Clean Out 33 31 50 EA 8 $1 526 39 $12.211.12 lb-11 3301.0001 Pre -CCTV inspection 330131 LF 210 $14.27 $2,996.70 lb-12 3301.0002 Post -CCTV Inspection 330131 LF 210 $8.50 $1,785.00 lb-13 3305j0114 4'ManholeAcllustment,MaorwlCover-Sewer 330514 EA 10 $2,718.02 $27,180.70 lb-14 3339.1001 4'Manhole 33 3910.33 39 20 FA 4 $4,420.53 $17,682.12 lb-15 3339.1003 4' Extra Ile th Manhcie 33 3910. 33 39 20 VF 45 $549.02 $24,705.90 lb-16 3301.0101 Manhole Vacuum Testing 330130 EA 4 $145.05 $580.00 lb-17 0330.0001 Concrete Encase Sewer P' a 033000 CY 45 $297.09 $1,336.91 lb-18 3305.1002 19'CaslnQby Open Cut 33 05 22 LF 80 $94.61 $7,568.80 1b-19 330&0109 Trench Safe 330510 LF 850 $1.01 $858.59 lb-20 3201.012719 Wide Asphalt Pvmt Repair, Arterial 320117 LF 140 $89.39 $12,514.60 1b-21 3201.0123 0 Wide Asphalt Pvmt Repair. Arterial 32 01 17 LF 130 $42.98 $5,587.40 UNIT 1b: SanitarySewer Improvements Subtotal $383,053.58 CITY OFFORT WOta'H Nmh&vued<➢sevr STALIDAEa OLwsreaCr[OHsps©HGT30H➢OCaldeNiS PxoEMU 93- FwmaenudZl33a3xo Copp of 00410 _00 43 33 00 43e3 00d33i_00d512 350013_9�d4ropoal Wu&bwk_ADDElm LQd 3ffis SECTION 00 42 43 ADDENDUM NO. 3-PROPOSAL FORM UNIT PRICE CID 00 a243 .,KokOSAL ? 2"r5 Bidder's Application Prnj"clltrm Inf nmiw 1314hler6 Prnpnsal BldliA llev' Na Description Speoificefion 8.6-No. U.itofkf- Sid Q-1ky [Snit Price Md Vahie Unit 9 c: Paving Improvements 10-01 9999.0000 Project Sign 999999 FA 4 $482.96 $1931.44 1 o-02 3125.0101 Erosion Canted Measures 312500 LS 1 $116,028.05 $116.028.05 10-03 3471.0001 Traffic Control Measures 34 71 13 MO 24 $2,816.71 $67.601.04 Ic04 3471,0002 Portable Message Si n 347113 EA 2 $11,010.98 $22,021,96 1c-05 0171.0101 Construction Staking 01 71 23 LS 1 $25,206.80 $25,206.80 tG06 9999.0000 Misc. Utili Relocationsr Adjustments 335000 LS 1 $45,000.001 $45,000.00 10-07a 9999.0000 Temporary Phasing Pvmt: Grading &Subgrade Preparation 31 50 00 SY 6910 $6.94 $47.955.40 11076 99991.0000 Flexible Base as Needed & as Directed By City 321123 CY 1000 $45.10 $45 100.00 1a-08 3212.0503 TamporaryPhasiM Pvmt: 6" Asphalt Base Type B 321216 SY 5830 $41.76 $243.460.60 le-09 0241 1100 Temporary Phasic Pvmt: Remove Asphalt Pvmt 02 4115 SY 5830 $5,61 $3$706.30 1c-10 0241.0401 Remove Concrete Drive 024113 SF 6110 $3.60 S21,996.00 1C11 024111100 Remove Asphalt Pvmt 024115 BY 8815 $6.62 $50,355.30 1c-12 024E 1000 Remove Concrete Pvmt 024115 SY 12190 $.43 $102,761.70 1c 13 0241.0100 Remove Sidewalk Pvmt 0241 13 SF 14050 0.59 S&M.50 1c-14 0241 0700 Remove. Salvage, Repair & Reinstall or Replace Mail Box 0241 13 FA 8 102.18 $817.44 1c-15 0241.0500 Remove Fence 024113 LF 3240 2.32 $7,516An to-16 3110.0101 Site Clearing 311000 LS 1 260,623.89 $260.623.89 10-17 3t10.0102 6" - 12" Tree Removal 311000 EA 28 273.68 $7.663-04 1c+18 3110010317"-18"Tree Remwel 311000 FA 33 520.67 $17,182.11 1c-19 3110.010418"-24'Tree Removal 311000 EA 6 735.25 $441150 1c-20 3110.0105 > M' Tree Removal 31 10 00 EA 71 813.43 $6,114.01 1c-21 3123 0101 Unclassified Excavation by Plan Cut 312316 CY 11525 26.64 $307,026.00 le 22 3124.0101 Embankment by Plan OwS16 312400 CY 10300 9.14 $94,142.00 1c-23 32110111 4" Ftexible Base. Type A GR-1(A-,oak Driveway) 32 11 23 SY 180 12.37 $2,226 M 10-24 3211.0113 B" Flexible Bese, Type A. GRA (Curb RecrosUucfim Near Elementary School) 32 17 23 SY W5 26.51 $25,502.15 1 o-25 9999.0000 Flexible Base. Type A. OR-1 Underneath Pedestrian Trail 0. Roundabmts 32 t4 23 CY 55 116.04 $6,382.20 10-26 3211.0400 H dreled Lime at 38 LbsMo 32 11 29 TN 700.0 178.64 $125 048.00 10-27 321 t.05D2 8" Lime Treatment 321129 SY 35990 3.05 $109,769.60 10-28 3212.0302 2" Asphalt Pvmt Type p N Riverside Dr Pvmt & Driveway) 32 12 16 SY 2535 19.08 W 367 80 Ic-29 9999.00002"Asphalt Base TypeB Drlvew 321216 SY 120 38.92 $4,67040 1c-30 3212,0502 5"As half Base Type B Old Denton Rd Pvmt) 32 12 16 SY 12 328.28 $3.939.36 tc-31 3212,0505 8"As halt Base Type B N Riverside Dr Pvml 32 12 16 SY 2370 43.79 $103,782,30 1 c-32 3213.0102 7" Concrete Pavement (Surnmerflelds, Thom son, Mmterra & Old Dentin Pvmt) 32 13 13 SY 1550 45.73 $70 881.50 1c-33 3213.0202711Cmc Pvmt HES 321313 SY 240 113,31 $27.194.40 1c-34 3213.0103 8" Concrete Pvmt(Western Thompson Roundabout Le - Dunaway Plans 321313 SY 416 6724 $23.811.84 1035 9999.0M Integra! C4:iored Stamped V' Concrete (Western Tlompsm Roundatwul Leg - Dunaway Plans) 321313 SY 34 164.91 $5,60694 1 c-36 3213DID510" Concrete Pvmt(N Riverside Dr Pvmt) 321313 SY 1 27135 52.96 $1,431,069.60 10-37 to-3g 3213.0205 10" Conc P mt HES 9999,0000 Type A & D Paving - Integral Cclaredfrextured 10"Concrete (Truck Apron & Outside of Crosswalks) 32 13 t3 SY 1470 104.89 $154,18830 32 13 13 SY 1325 t35.30 $119.272.50 is-39 9999.0000 Type C Paving - integral Colored NY'Concrete Splllter Islands) 33 13 13 SY 125 135.30 $16,91250 1c40 19999.0mo jAe B Paving- Integral Cdoredfrextured 4" Cmcrete S litter Islands & Medians 32 13 13 SF 9880 10.96 $108.284.80 tc-41 9999.0000 6" Wide x IT''Fell Ralover Curb (Adjacent to Pedestrian Trails & I(a Splitter Islands; Including Sloped Sputter Island Noses) 32 13 13 LF 1425 15.42 $21 973.50 le-42 9999.000012"Widex 4" Tall Rollover Curb Between Truck Aprm and Circular Lanes 321313 LF 755 29.16 $72,015.W 1c-43 9999.0000 8" Wide x U' Tall Curb (Interior of Roundabout Circles) 321313 LF 535 14.51 $7,162.85 1c-44 9999.00006"Tall Asphalt Curb 321313 LF 555 16.24 $9,013.20 1c-45 3213.0401 6" Concrete Driveway 321320 SF 8885 6.02 $53.487.70 1C-46 32113.0301 4"Cmc Sidewalk <6'Wide) 321320 SF 430D 634 $28,982.00 is-47 32t3.0311 4"Cmc Sidewalk Adacenl to Curb <S Wide 321320 SF 4751 7.91 $3,757.25 10-48 3213.0302 5" Cone Sidewalk (> 6 Wide) 321320 SF 73410 6.87 $504 326 70 1c49 3213.03125"Cone Sidewalk, AAacent to Curb> B Wide 321320 SF 17100 8.82 $150,82200 is-50 3232 0101 Cone Ret Wall with Sidewalk, 5" Sidewalk 323213 SF 490 $41.06 $20,119.40 to-51 3232.0100 Cone Rat Wail with Sidewalk. Face 323213 SF 70 $41.06 $2,87420 1c-52 3213.0504 Banter Free Ramp. TeM-2 321320 PA 1 $2,146.00 $2,146,00 1c-53 9999 BODO Barrier Free Ramp, MODIFIED lWeW2 Trail Ram 321320 EA 14 $2,4914.00 $34,916.00 1 rr54 3213.0506 Barrier Free Ramp, 7 e P 1 33 13 20 EA 7 $2,021 01 $14,147.07 10-55 3213.0507 Banier Free Ramp. TWe PR2 32 13 20 EA 3 $2,021.01 $6,063.03 1e-56 99990000 Barrier Free Ramp, MODIFIED Type P-2 jTrail items 331320 FA 2 $2.494.00 $4,988.00 10-57 13213.0501 Barrier Free Ramp, 7 e R-1 34 13 20 FA 2 $3.596.00 $7.192.00 14>58 9999.0000 Bike Ramp 321320 EA 2 $2.320.01) $4,640-00 10-59 9999.0000 6" Sch 40 PVC Sleeve (includes Trenching & BackffllF 26 05 33 LF 1880 $20.88 $39.254.40 1 c-60 9999.0000 4" Sch 40 PVC Sleeve (includes Trenching & Backfil!) 260533 LF 1880 $23.20 $43,616,00 1c-61 3305.0111 12" Valve Sox Adjustment 330514 EA a $412.03 $3.296.24 10-62 3305 0111 8" Valve Sox A ustrnent 330514 FA 5 $411.09 $2,059.95 ta63 3305.0114 Machete Adjustment, Major w7Cover-Water 16"Waterlina 330514 FA 2 $1.9W.72 $3,801.44 tc-64 3231.0132 TWrougihil Iron Fence 323113 LF 1 35 $48.72 $1.705-20 Ic-65 9999.01000 20' Wrought Iron Gate 323t 26 EA 1 $2.871.00 $2,871.00 1r66 13231.0211 Barbed Wire Fence, Metal Posts 3231 26 LF 485 $6.72 $4,229.20 1c-67 3231.0212 Smooth Wire Fence. Metal Posts 3231 26 LF 2350 $9.28 $21.$08.00 10-63 3231 0305 12'Gate, Steel 323126 FA 1 $522.00 $522.00 1c-69 3231.0301201 Gate. Steel 323126 EA 1 $690.00 $696.00 10-70 99D9 0000 33' Gate, Steel 32 31 26 FA 1 $870.00 $370.00 1c-71 99990D0o PavingIon rovements Cmstmcttm Allowance 999999 t_8 1 $30D,000.00 $300,000.00 UNIT le: Paving Improvements SVbtetat $5,320,857.90 STY oFFOR1• WMTa 5'rAIIDAAr, ceNS3 c Fmm1--M20120 N«xh&v¢adc Dnac peen No. 022Y2 Co de)4100_OD4313_004243_00433i_004511_003513 AidYxepenF Wa k6aeP�ADDAiNipa 3�r SECTION 00 4243 ADDENDUM NO. 3-PROPOSAL FORM UNIT PRICE BID 004243 Hm PROPOSAL P" adi Bidder's Application Pr�j.tlt-lnf xli- niddee. Proposal Bid6sL11em Na. D-ipsi- SPMiEceliun Section No. ❑.k ofM-- Bi4Qumttily Linn lace nidvalne Unit 1d: Signage & Pavement Marking Improvements 1 d-01 3217.0001 4" SLD Pvmt Muking HAS W 32 17 23 LF 940 $1.22 $780.80 1G02 3217.0002 4" SLD Pvml Marking HAS (Y) 32 17 23 LF 1433i $1.22 $1,748.26 1603 3211.0000 4" 13RK Pvmt Markin HAS 32 17 23 LF 25001 $1.22 $3,050.00 1d04 11999.0000 4" Contrast SLD PVMT Marking HAE (W) 32 17 23 LF 18 $23.20 $417.60 1d-05 3217.0201 8" SLD Pvmt Marking HAS (W) 32 17 23 LF 3610 $2.32 $603.20 f606 1321Y,0202 &'SLD Pvmt Markin HAS Y 321723 LF 450 $2.32 $1,044.00 1 d-07 19999.0000 8" SLD Pvmt Marking HAE W 32 1723 LF 150 $6.96 $1,04400 1 d-08 9999.0000 CONTRAST 1 a' SLD Pvmt MaMng NAE &D 321723 LF 150 $20.88 $3,13200 1 CW9 3211,0501 24" SLD Pvmt Markin HAE W 32 17 23 LF 905 $9.28 $8,398.40 ld-10 3217.1002 Lane Legend Mow 321723 EA 2 $150.60 $30160 1411 99992000 CONTRAST Lane Legend Arrow &B 321723 EA 4 $406.00 $11,624A0 1d12 9999.41000 CONTRAST Lane Legend DRL Armsw &8 321723 EA 14 $759.80 $10,637.20 1r1-13 3217.2102 REFL Raised Marker TY l-C 321723 EA 60 $4,64 $278A0 ld-14 3217.2104 REFL Raised Marker TY 11-G11 32 17 23 EA 250 $4.64 $1,160.00 1d-15 32172103 REFL Raised Marker TY 11-AA 331723 EA 200 $4.64 $928.00 1d-16 32174301 Remove 4"Pvmt Markinn 321723 LF 460 $1.04 $476.40 1617 13217.4306 Remove 24" Pvm1 Marking 32 17 23 LF 150 $4.06 $609.00 id-18 13217,4307 Remove Raised Marker 32 17 23 EA 375 $1.16 $435.00 1r?-19 3441,4108 Remove Sin Panel and Post 344130 EA 29 $110.20 $3,195.80 1 d-20 3441.1034 Remove School Zane Flashin Assembly AC 344110 1 EA 3 $580.00 $1,740.06 1 d-21 3441A831 Schod zone Flasher Assemh Sdar 344110 FA 3 $15,030.121 $45,090.36 1642 3441-1841 RRFBAssemtgy angle Sided Solar 344110 EA 30 $7.513.321 $225.399.60 1623 3441.4003 FurnishAnstall Alum Sign Grwnd Mount Ci Sad- 34 41 30 FA 73 $539.40 $39 376 20 1624 3441.4004 Fumli hilnsta8 Alum Srgn Ex. Pole Mount 34 41 30 FA 67 $75.40 $5.051.80 UNIT 1d-Si na e & Pavement Marking improvements Subtdal $362.903.62 Unit le: Draln elmr ovements le-01 0241.3014 Remove 21"Storm Line 024114 LF 74 $14.07 $1,041.18 1e-02 0241.3015 Remove 24• Storm Line U 41 14 LF 234 $15.78 $3,692.52 ta03 0241.3018 Remove 33"Storm Line 024114 LF 45 $12.0 $570.60 1 e-04 0241.3019 Rem we 36"Stoml Line 024114 LF 66 $21.73 $1,434.1a 1 e-05 0241 3023 Remove 48" Storm Line 02 41 14 LF 581 $24.56 $14,289.36 1 e-06 0241.4101 Remwe 10' Curb Inlet 0241 14 EA 5 $744.67 $3.723.35 1 e-07 0241.4403 Remove 20' Curb Inlet 0241 14 FA 1 $744 67 $744.67 le-08 0241A2D2 Remove 5'Drop Inlet 024114 EA 1 $744.65 $744.65 le-09 0241A203 Remora 6'Drap inlet 024114 FA 1 $744.65 $744.65 le-10 0241.4401 Remove 36" HeadwalVS.E.T. 024114 EA 2 $1.050.01 $2,100.02 le-11 0171.0101 Censtruclion Stakin 01 71 23 LS 1 $4,640.00 $4,640.00 1e-12a 0241.0800 Remove concrete Rip rap 024113 SF 346D $139 $6,193A0 le-13 3349.0001 4' Starm Junction Box 334910 EA 4 $5,568.00 $22272.00 le-14 3349.0003 B Storm Junction Rox 334910 EA 2 $10,208.00 $20.416.00 1e,15 3341.0201 21" RCP, Class Ill 334110 LF 385 $90.06 $34Rn10 ie-16 3341.0205 24" RCP. Class III 33 41 10 LF 975 $97.17 $94,740.75 le-17 13341.0302 30' RCP, Class 111 33 41 W LF 896 $90,85 $81 401.60 l e-18 3341.0602 60" RCP. Class 111 3341 10 LF 581 $289.44 $168.164.64 la-19 3349-6001 101 Recessed Curb Inlet 334920 EA 9 $5,22000 $46.980.00 le-20 3349.6002 15' Recessed Curb Inlet 33 49 20 EA 1 6 6,8440D $41,064.00 1a21 3349.6003 20'Recessed Curb Inlet 334920 EA 4 8,64200 $34.56&00 le-22 9999,9999 3? Drop Inlet 334920 EA 1 4.524.00 $4,524.0 le-23 9999.9999 Drop lnletwith Curb 334920 EA 2 5,568.00 $11.136.W le-24 3349.9001 2 Grate Inlet 33 49 20 EA 1 9,512.00 $9,512.00 le-25 3305.0109 Trench Safety 330510 LF 2797 1.31 $3,664.07 1e,26 3305.0112 Concrete cellar 330517 EA 6 1,466.59 $5.799.54 1a27 3305.0106 Manhole Ad ustment, Major 330514 EA 4 1,901171 $7.602.84 ie-28 3305.0107 Manhole Adjustment. Mino 330514 FA 2 1.600.55 $3.201.10 fe'29 0241.4401 Remove 8'0'HeadwallS.E.T. 024114 FA 1 2 1.832.88 $3,665.76 1e-30 3341.1502 Extend 8k&COlvert 334110 LP 120 859.87 $103,184.40 ie-31 3349.100D Headaall(Oouhle 8'x5' Box Culvert) 33 49 40 EA 2 53.983.09 $107,966.18 1 e-32 9999.0000 High Performance Turf Reinforcement Mat 317513 SY 1501 40.60 $6,090.00 le-33 3292.0400 Seeding. dromulch 329213 SY 150 10.44 $L566,00 UNIT le: Drainage Improvements Subtdal $855,0�.56 CITY OFFMT WOATrr NaNK+rsde Dnee SrAHI1AHD CONSIR-lm SPkQFMIOND OCOld s 7,q,, Nn NV2 SrmR-a 20120n0 Copy N004100_U04311042 43 M4337_004512_003513_➢APro Wwkbwk_ADDZN uu Ld SECTION 00 42 43 ADDENDUM NO. 3-PROPOSAL FORM UNIT PRICE BID 004243 SIn PROPOSAL Pape 4 el Bidder's Application Prq M rl® W-Wim Bidd,e, 4hT-d BiJIielltem Nn D-iplinn sp-ificafion 9-fi-Nn_ U.itnrM.-- Bid Quantity Dn4 Price JU Vah. Unll 1f: Street Lighting Improvements if-01 3441.3003 R Ilium Assmhl TY 18.18A.19. and D-40 344120 FA 30 3,150.56 $94.516.80 If--02 3441.3302 Rdwy Ilium Foundation TY 3.5.6. and 8 34 4120 EA 35 $1,566.00 $54.810.00 tf--03 3441.1734 Rdwy 8hlm Foundation TY 12 34 41 20 EA 1 $1.2t8.00 $1,218.00 1 f-04 3441.3201 LED Lighting Fixture 344120 FA 70 $986.00 $69020.00 lf-05 2605.3016 2"Sch80 PVC includes Trenching & Backfill),260533 LF 5498 $13.92 $76,532.16 1f-06 3441-3404 2-2-2-4 Quad iex Alum Elec Ccndr 1344120 LF 6506 $3.481 $22.640.88 1f07 3441.1405 NO 2 Insulated Sec Concir 344110 LF 441 $3.19 $1,406.79 1f-08 9999.00D0 Furnish & Instell 9T arm for Type D40-9 pole 99 99 99 EA 10 $1,742.32 $17.42320 1f-09 3441.3502 Relocate Street light Pole 34 41 20 FA 8 $1,044-00 $8.352.00 If 10 3441.3028 FrlmishMstalE Oreander Type 8 Light Assembly INSTALL ONLY) 344120 FA 1 $812.00 $817.00 1f11 9999.0000 Remove Street Light Foundation 344120 FA 7 $1.102.00 $7,714.00 if--12 9999.0000 Salvage Cobra Head Fbdure 414120 FA 22 $tt6.00 $2,552.00 1f13 3441.1502 Ground Bar, Small, w7Lid Apra) 344110 FA 26 $98600 $25636,00 1t-14 3441,3312 Contact Enclosure, Pad Mount 344120 FA 2 $9,260.00 $1856000 1f-15 2605.3014 2"OONT RM Riser 280533 LF 66 $4060 $2.679.60 1f-16 3441 Wl 6-6-6 Triplex Alum Elm Cwductrr 514120 LF 136 $720 $303.60 1f-17 2605.3001 1-114" Sch 80 PVC includes Trenching & Backbll 260533 LF 105 $13.92 $1,461.60 if-18 3441.3501 Salve a Street Light Pete 34 41 20 EA 1 $522 00 $522.00 1f 19 9999.00D0 Salvage Wood Pole Arm 34 41 20 EA 4 $1 moo $464.00 It 20 3441.3323 FumishAnstall 8' Wood Li ht Pole Arm 344120 FA 1 $487.20 $48720 1f-21 9999.0000 Temporary Lighting Provision 999999 LS 1 $9.280.00 $9,280.00 UNIT if. Street Ughing Improvements Subtotal $416 391 83 Unit 1 : Landscape Improvements 1g-01 3291.0100lmputMTopsoil 14"Thick inIodAreas) 329119 CY 3808 $42.00 $159,936,00 1g-02 3292.0100 Block Sad Placement 329213 SY 34275 $5.86 $200851.50 1 -03 9999.0000 Integral Colomd/rexlured 4" Concrete Random Jnterlocking 03bblestme Pattern 32 13 t3 SF 2794 $17.40 $48,615.66 1g-04 99991.0000 Ccncrele Border (12" wide x S'thick) 32 13 13 LF 1019 $25.52 $26,004.88 1 -05 9999.0000 Uecorn osed Granite 4"layer 999999 CY 82 $339.65 $27,851.30 1 -06 999&0000 River Rock 4"la r New Mexico Small 3"-5'stone 999999 CY 5.38 $771.17 $4.148.89 1g,-07 9999.0000 Wend Block Fabric 999999 SF 7084 W.58 $4,106.72 1 -08 9999.0000 Boulders 99 99 99 1 EA 1 32 $1.1 t0.82 $3554C 1 -09 9999.0000 3' Pipe Underdrain; Type 6: Perforated Includes #57 stone and fiilterfebric 33 46 00 1 LF 514 $17.40 $8.943.60 1 -10 3346.0008 4" Pipe Underdrain; Type 8 includes stone beddingand 4" to 3' reducer coupling) 33 46 00 IF 155 $20.80 $3,236A0 1 -11 9999.0000 Cast Iron Cleanoui 99 99 99 1 FA 1 $1.038.20 $1,038,20 UNIT 1g: Landscape Improvements Subtotal $520,281.33 UNIT 1: Paying & Drainage Subtotal(Unit 1a4g) 1 $8,328,276.55 Unit 2: Channel Improvements 2-Of 0171.0101 Construction Stoldnq 01 71 23 LS 1 040.0 4 040.00 2-02 0241.3019 Remove 36"Stem Line 024114 LF 2 102.34 $20068 2-03 0241-4401 Remove 36" Headwa165.E.7. 0241 14 EA 1 1.066.10 $1,066A0 2-04 0241-0800 Remove concrete Rip rap 02 41 14 SF 3270 1.88 $ 147.60 2-05 3137.0101 ConcrateRiprap 31 37 00 SY 60 103.83 $6 229.80 2-06 3123.0101 Unctassi8ed Fxcavatien b Plan Cut 31 2316 CY 1400 24.09 $33,726.00 2-07 3124.0101 Embankment Flan 31240D CY 1100 6.52 $5,216.00 2-08 19999.0000 High Performance Turf Reinforcement Mat 31 2513 SY 76001 23.78 $180.728.00 2-09 13292.0400 Seeding, H drrmulch 329213 SY 7600 0.75 $5.700.00 2-09b 3305.0112 ConcreteColar 330517 IFA 1 1,466.60 $1,466.60 240 334t,0309 36" RCP, Class 111 3341 10 LF 32 118.87 $3.803.84 2-11 334RAW3 24"Flared Headwall, I Pie 334920 EA 1 4,176.00 $4176.00 2-12 3349.2007 36" Parallel Headwall, I Pie 334920 EA 1 4.524.00 $4 524.00 2-13 3232.0202 TX DOT Std Rot Wall - RW 1 L D 32.32.13 SF 1325 89.00 $117,925.00 2-14 9M9 00D0 8' W ide Concrete Flumewilh 6" Curb 321313 SY 1636 10&85 $178.078.60 2-15 3213.0101 6" Cone Pvmt 32.1313 SY iA0 58.15 $0,141.00 2-16 9999.0000 Pedestr€an Railin 9999 99 LF 170 165.24 $17,890.80 UNIT 2: Channel Improvements Subtotal $579,664.02 aTrorrarr woxza tra.na.a.a� n.�" SSISSAaa CCNSIAVCtlONSPIiOP]CAT[ON60a11AleEmS Prgar L4". oPia Fmm RegxJ 101301]0 Cepr M4100-004313004243004337_0045 12„003513_MPop WuF.bwk DRMID 3dr SEC-n ON 00 42 43 ADDENDUM NO. 3-PROPOSAL FORM UNIT PRICE BID 004243 8m PRO?0 Page 5 d, Bidder's Application P<oj.t 11— Bilamwiaa Bidders Pmpasal Bidlislltem Na ➢—dptioa sp-iGcatim sedioa No. il ❑aal'Meaalre Bid Qaaalily ❑aft Price Bid value Bid Summary Unil la: water improvements $469.697.74 Unit 1 h: Sanitary Sewer Improvements $383,053.58 Unit ic: Pa%lng Improvements $5.320,857.90 Unit Id: Signage & Pavement Markln Improvements $362,903.62 Unit 1 e: drainage Imrpovements $856,09056 Unitlf-Slreet Ll hlin lm rovements $4t6,394.83 Unit 1 g, Lmdseapo Improvements $520.281.33 Unit 2: Chminal Im rovements $579,664.02 Total Bia $ 907940.57 END OF SECTION MY F=WO a Nn�h Psvaade Dnve STAt An Cf8151ReCi10NsFEQF1CATIRB➢OCIR gs Psoleel Na 02M Farm-20120120 epy 40on10u_0o5513 42 a30u53 004512_W35I limyrwaad was+�bwk�A�nSNRVM M, SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 1 That we, (Riddar N^rne) McMahon Contracting, LP hereinafter called the Principal, and (Surety Name) Fidelity and Deposit Company of Maryland a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter tailed the Obligee, in the sum of Five Percent of the Greatest Amount Bid ----------------------------------------- and No/100 Dollars ($ 5% ), the payment of which sum will be well and truly made and the said principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, Identified as Paving, Drainage, & Utility improvements for North Riverside Drive From North Tarrant Parkway to Old Denton Road NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract In writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void, if the Principal fails to execute such Contract In accordance with the terms of such proposal or falls to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obl€gee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount, SIGNED this 13th day of September , 2019 By. McMahon CpAftiacong, LP p B (Signature and Title of Princip I) 'By: Fidelity and Deposit Company of Maryland of "Attach Power of Attorney (Surety) for Attorney -in -Fact END OF SECTION Impressed Surety Seal Only re CITY OF FORT WORTH STANDARD CONSTRUCTION SAECIFICATION DOCUMENTS NAn Riverside Drive Form Revised 20110627 D Project No. 02272 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies'), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Ricardo J. RE, YNA, Tina MCEWAN, Don E. CORNELL, Joshua SAUNDERS, Robb! MORALES, Sophinie HUNTER, Kelly A. WESTBROOK and Tonie PETRANEK, all of Dallas, Texas, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9'h day of April, A.D. 2019. Ci- ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By., Robert D. Murray Vice President dISL 4 {�QIG��r By: Dcnvn E. Brown Secretary State of Maryland County of Baltimore On this 9th day of April A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duty commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described inand who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swum, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seats of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 9, 2019 saes Important notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2160 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANT E Para obtener informacldn o para presentar una queja: Usted puede Ilamar al numero de telbfono gratuito de Zurich North America's para obtener informacibn o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacl6n sobre com- pahfas, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPU`i°AS POR PRIMA$ DE SEGUROS 0 RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclemaci8n, usted debe comunicarse con la comparila primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU P®LIZA: Este aviso es solamente para propbsitos informativos y no se con- vierte en parte o en condicl6n del documento adjunto. U-GU-296-E (06/16) Page 1 of 1 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 or 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located, The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of I.�. , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of IJPM r11 BOL , 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. M, BIDDER: McMahon Contracting L.P. By: Shaw McMahon 3019Roy Orr Blvd. �'— 0 (Signature) Grand Prairie,Texas, 75050 Title: Manager Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS North Riverside Drive Form Revised 20110627 Project No. 02272 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and l l financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April trust file the information by the 31 St day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "NIA" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 4 8 END OF SECTION CITY OF FORT WORTII North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 004512-1 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the infonnation 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 Prequali#ication Expiration Date l . Water Distribution, Urban + Renewal McMAHON CONTRACTING, L.P. //� O 16-inch diameter & smaller 2. Sewer Collection System, CONTRACTING, L•P - 0, Urban + Renewal MCMAi-ION 13X- 8-inch diameter & smaller 3. 2 1 " to 60" RCP MCMAHON CON.TFACTING,,L 4. 10" Concrete Pavement McMAHON CONTRACTING, L.P. 5. Street Lights & The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: McMAHON CONTRACTING, L.P. Company Address pp/ �r rQ,r;� . l x 7560 City/State/Zip By: S Signature: Title: �%��,� �� �,_ K (P44ase Print) 22 23 Date: 24 25 END OF SECTION CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 02272 Revised July 1, 2011 FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Name under which you wish to qualify Individual Limited Partnership General Partnership Corporation Limited Liability Company Past Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block l and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORD CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of S 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you?_ If so, where and why?, 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer?. 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY 1 DETAILED ADDRESS I 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of S CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation. State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 14. Equipment 0045 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the fret is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 02272. 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 3 0(g &� Address 6T (WI� O , Title: _ AMIAW Ci y/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of MWAkWeM.Mk1jQ AA 1p. for the purposes and consideration therein expressed and in the opacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of f r emycomm.Expire SHELLEY MCMAHO Notary bTic in and for the State of Texas Notary PublicState of Texas s 08 04-2022 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Riverside Drive Project No. 02272 NIinon I)r rrkVIJIC%S P:uLcrp33a1' Sporlt3CaTiUMJ rage ] 01'.2 I ECTiON NO 45 irk 2 ilipikyau-Siness Enterprise Ixeci.ficakivits 3 APPLICATION OF POLICC;Y 4 If Ilia; Ioliil doIlar value of the con Iraci is greater than $50,000, then s MBE -subcon"bling goal is 5 applicable, 7 POLICY STATEME.N N It is the policy of [lie City of Fort Wurlh to ensure the full and eciLkilable participation by Minority 9 Businvis Enteirprfisori (MBF) 61 the prne i4rc nmil of all goes&; and serylec%, All requirements and 10 rcguJatians staled in the CityN mvrenl Rusiness Diversity Enterprise Ordinance apply to ihi's bid, 11 MBIR OE(T7' GOALS 13 The City's MBE goaI on Ili is project is 115.E oI' the. LotaI bid value of [lie contrac:i. (Base b& applies to 14 Parks and Commmdr.i- Sw-vives). Ig 16 Note. if holh II+EBE: and SIREgubcantractling garbs are eNtablilshed for this project, then all Offeror 17 must submit bath a MHE Ufilization form and it SRE Utilization Form to he deemed responsive. Is 19 COMPLIANCE TO Sill SPECIFICATIONS 20 On City contrats350,000 or 11143re where ji MBE'subcontracling goal is applied, Ofterars are rewired to 21 comply wills [lie intent oFthe Cit s Business biversily Enterprise Ordinanre by one of the following: 22 1. Meet or excetd the above staNd NM goal through VIBE snbeontracting particiiratian, or 23 2. Meet or exceed the above stated NUBE goal through MBE Joint Venture participntinR, or 24 3, Good Fairli Effort doirunseuteitinn, or; 2.5 4. Prime Waiver documentation, 26 27 SUBMITTAL OF REQUIRED DOC'L`MVNTATION 28 The mplicoble doctrnvirs niLug W received by the Pm- hosing Divisimi, within the fo lowtng rinses 29 a]Ioeatcd, in oider 6or the enIire bid to bo coii idcrcd responsive to tlit! sl)etificatioiis_ Tlic 0Tfvrcirshal1 30 &hoot Ilia KDE deoun'tcniatiun In per,iori 10 111C apprOprictle eniptayce 01' i1Ie Purchasing divisimi acid 31 ohinks a daleitime receipt. Such rcceipt ditiII he evidence, that Ihti City received tlic ductnnt:nitiIion in Iho 3: titre all"atcd. A fizzed anrilcrr eMalled copy will "at be accepted. 33 34 1, SuilwcuFitraeliria' Ufiilzntim) Form. if I received do later than 2,00 p-ni.. on IIic second City' business goal is met or exceed: day after tho bid €rpening date, exciLLsive of the bid opening date. 2. Good Faith Effort and received no later than 2,00 p.m., on the second City business Subcontractor Utilftatfoit Form, it ciny 13ner dic bid opening dale, exclusive of the bid opening partici ation 6 less Ihan slated goal., dale. 3. Good Faith Effort and received no later than 2.00 p.m.. oii the second City business Subcontractor Utilization Form.- if rnk) deter timer tic bid opening date, exclusive of the bid opening M13E particiNtion: data. 4. Prime Con Iracter Waiver Furni, received no later than 2:00 part., on Ili setond Cily busincsr; if'You W ill perform all day after the bid opening elate, exclusive of Ilic bid opcning contracti Fighqu pp Iierwark: date, (Till OF r-catt'i' WORTH M�rttr kiwrKids brave 9VANDARD CONSTRIJer1014 SPECIFICATION DUCUMFMTS lh,ijmI No 0272 Row imcd line 9. 20 15 Op4i40•2 Page 2 or 2 5. Jobi I VeiiIure Form, ifgoal is mat received no Wer than 2,00 p.m.. Dn tim Aecond City busin6s or exceeded. day after the bid opening date, exclusive of Lila laid opning dash. 2 FAIL[JRE TO C01VIPLY WFM THE CTT'Y'S HUSMESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN T'IIEHED BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS, 4 FAILURE i-a Stiamn THE REQiJII D An "cpr-u p-NTA'f`ioN w LLL RnULT IN THE AID BEING CONSIDERED NON -REST ONSIV& A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUAL FLED FOR A PERIOD OF ONE YEAR. THREE FALLURES IN A FIVE VEA►R PERIOD WILL RESULT IN A DIS UALMCAI7'ON PERIOD OF THREE YEARS. 6 Any Que0ions. Pleas Cointact The E4 ("E Office at (8117) 2124674. END OF SECTION {',f1Y OF CURT WORTH KIM01 R.i%wsidc DtJva ReViNcd hirm a, N1IG 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 rAGREEMENT 3 THIS AGREEMENT, authorized on D► ) 7 Q) 1 is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and McMahon Contracting, LP, authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as S follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Paving, Drainage, Utiliiy Improvements for North Riverside Drive from North Tarrant Parkway 16 to Old Denton Road, 17 City Project No. 02272 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for perforinance of the Work in accordance with the Contract 20 Documents an amount, in current funds, of Eight Million, Nine Hundred Seven Thousand, Nine 21 Hundred Forte Dollars and Fifty -Seven Cents ($8 907,940.57}. 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 540 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 Iegal 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 Six Hundred Fifty Dollars 36 ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final 37 Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised 11.15.17 005243-2 Agreement Page 2 of 5 38 ArticIe 5. 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 2. Attachments to this Agreement: 44 a. Bid Form 45 1) Proposal Form 46 2) Vendor Compliance to State Law Non -Resident Bidder 47 3) Prequalification Statement 48 4) State and Federal documents (project specific) 49 b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Form(s) 51 d. Payment Bond 52 e. Performance Bond 53 f. Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker's Compensation Affidavit 56 i. MBE and/or SBE Utilization Form 57 3. General Conditions. 58 4. Supplementary Conditions. 59 5. Specifications specifically made a part of the Contract Documents by attachment 60 or, if not attached, as incorporated by reference and described in the Table of 61 Contents of the Project's Contract Documents. 62 6. Drawings. 63 7. Addenda. 64 8. Documentation submitted by Contractor prior to Notice of Award. 65 9. The following which may be delivered or issued after the Effective Date of the 66 Agreement and, if issued, become an incorporated part of the Contract Documents: 67 a. Notice to Proceed. 68 b. Field Orders. 69 c. Change Orders. 70 d. Letter of Final Acceptance. 71 72 Article 6. INDEMNIFICATION 73 1.2 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 74 expense, the city, its officers, servants and employees, from and against any and all 75 claims arising out of, or alleged to arise out of, the work and services to be performed 76 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 77 under this contract. This indemnification provision is specifically intended to operate 78 and be effective even if it is alleged or proven that all or some of the damages being 79 sought were caused, in whole or in part, by_any_act, omission or negligence of the city. 80 This indemnity provision is intended to include, without limitation, indemnity for 81 costs, expenses and legal fees incurred by the city in defending against such claims and 82 causes of actions. 83 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 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 dame es beina souAt were caused in whole or in part, 91 by anv act, omission or negligence of the city. 92 93 ArticIe 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. 116 117 7.7 Prohibition On Contracts With Companies Boycotting Israel. 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or 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 North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised I1.15.17 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 verifrcation to the City that 125 Contractor. (1) does not boycott Israel; and (2) will not boycott Israel during the terse 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 (1-9). Upon request by City, Contractor shall provide City with copies of 132 all I-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 134 establish appropriate procedures and controls so that no services will be performed by any 135 Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 138 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 140 Contractor, shall have the right to immediately 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 suppligrs 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 159 Contract Documents and any health or safety precautions required by such construction 160 work. The Engineer and its personnel have no authority to exercise any control over any 16I 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 North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised 11,15,17 166 167 169 169 170 171 172 173 174 175 176 177 178 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: McMahon Contracting, LP y:: (Signature) (Printed Name) Title: Address: 3019 Roy Orr BIvd. Grand Prairie, TX 75050 4" it 7,Du . Date City of Fort Worth By: C.� Oe G IC - Dana Burghdoff Interim Assistant City Manager Date ZK 2V //A�M44cfAttest: I gr City S cretary (Seal) M&C - D 9 OLP Date: '� { i I ao ! Form 1295 No. -)o I Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensurin all performance and reporting r irem ts. Rat Lopez, P.E. Senior Project Manager A- oved as to Form and Legality: Dou - s lack Assistant City Attorney APPR VAL RECQA411E . DED: William Johnson,. DIRECTOR, Transportation and Public Works CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 1 rry SECRETARY 2 Bond No. 9330033 006113-1 PERFORMANCE BOND Page I of 2 I SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRA NT § 7 That we, McMahon Contracting, known as "Principal" herein and Colonial American Casualty an Surety Company 8 and Fidelity and Deposit Com an of Ma land a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are hold and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Eight Million, Nine 12 Hundred Seven Thousand, Nine Hundred Forty DolIars_and Fifty -Seven Cents ($8,907,940.57), 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 14 payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, 15 administrators, successors and assigns, jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the day of 204 which Contract is hereby referred to and 18 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 19 labor and other accessories defined by taw, in the prosecution of the Work, including any Change 20 Orders, as provided for in said Contract designated as Paving, Drainage & UtilAy Improvements 21 for North Riverside Drive from North Tarrant Parkway to Old Denton Road, City Proiect No. 22 02272, 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised Iuly 1, 2011 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 0061 13 - 2 PERFORMANCE13OND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 8th1 day of January , 20 2D ATTEST: P(c�� (Prmclpal SecretaryshelI OWAAW . OAJ, J,. e~ Witness as to Prin p l 5ft"If Witness as to Surety PRINCIPAL: McMahon Corittactim LP Signature Address: 3019 Roy Orr Blvd. Grand Prairie, TX 75050 SURETY: Colonial American Casualty and.Surqty Company and Fidelity and Deposit Company ofWarylabd Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway, Suite 1500 Dallas TX 75244 Telephone Number: 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Riverside Drive Project No. 02272 Bond No. 9330033 00 61 14 -1 PAYMENT BOND Page 1 of 2 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, McMahon Contracting, LP, known as "Principal" herein, and Colonial American Casualty and Surety Company 8 and Fidelity and Deposit Company of Maryland a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of Eight Million Nine Hundred Seven Thousand Nine Hundred Fody Dollars and 13 Tufty -Seven Cents ($8,907,940.57), lawful money of the United States, to be paid in fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 A VaMREAS, Principal has entered into a certain written Contract with City, awarded the 18 y, i. _day of - J-)UgftJ&- , 20 17 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Paving, Drainage & Utility Improvements for North Riverside 22 Drive From North Tarrant Parkway to Old Denton Road, City Project No. 02272. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void, otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No_ 02272 Revised July 1, 2011 0061 14-2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 8th day of 4 5 b 7 S 9 10 11 12 January , 2020 ATTEST: r (Principa )-Secretary �[to W jyl . to Principal1gAV(XSVr, ATTEST: &"P.w (Surety) Secretary 311A%t, Witness as to Surety PRINCIPAL: McMahon Contracting, LP s B ` a� S' ature wrnrn AAMAKK Name and Title Address: 3019 Roy Orr Blvd. Grand Prairie, TX 75050 SURETY: Colonial American Casualty and Surety_Company and Fidelity and Deposit Company of Maryland BY: Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway, Suite 1500 Dallas, TX 75244 Telephone Number: 2141989-0000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CPrY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 2 3 4 5 6 7 10 11 12 13 14 is 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Bored No. 9330033 006119-1 MAINTENANCE BOND Page 1 of 3 SECTION 00 61 19 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we McMahon Contracting, LP, known as "Principal" herein and Colonial American Casualty and Surety Company and Fidelity and Deposit C_omoanv -f Maryland , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Eight Million, Nine Hundred Seven Thousand, Nine Hundred Forty Dollars and Fifty -Seven Cents ($8,907,940.57), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the ��'day of . , 20 1 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment Labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Paving, Drainage & Utilily hu rovements for North Riverside Drive from North Tarrant I?arkwgy to Old Denton Road Ci Project No.02272; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Riverside Drive Pmject No. 02272 0061 19 -2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 13 14 15 16 17 18 19 20 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Riverside Drive Project No. 02272 006119-3 MAINTENANCE BOND Page 3 of 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 8th day of January 3 12020 . 7 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 ATTEST: (Principal) Secretary >tky #- M,0 = r ATTEST:: (Surety) Secretary Witness as to Surety PRINCIPAL: McMahon Contracting, LP c BY. Signature WWn A Name and Title Address: 3019 Roy Orr_Bivd. Grand Prairie TX 75050 SURETY: Colonial American Casualty and Surety Company and Fidelity and Deposit Company of Maryland Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway, Suite 1600 Dallas, TX 75244 Telephone Number: 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. V Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Riverside Drive Project No. 02272 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Ricardo J. REYNA, Tina MCEWAN, Don E. CORNELL, Joshua SAUNDERS, Robbi MORALES, Sophinie HUNTER, Kelly A. WESTBROOK and Tonic PETRANEK, all of Dallas, Texas, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 81h day of November, A.D. 2019. aiC 3 w y SM YiO �' � trs3 tip° rri m��cas'' ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President �Da4vrtf 4 6>_�' By: Dawn E. Brawn Secretary State of Maryland County of Baltimore On this 8th day of November A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written, ttty5l ntjt! � 31i1V ..91 „ice Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time. CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By - Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 81h day Of January 2U20 tiYE Piro a FrY�� By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reporisfclaims@zurichna.com 800-626-4577 Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 49 ZUftICH� AVISO IMPORTANTE Para obtener informaci6n o para presentar una queja: Usted puede Ilamar at numero de tel6fono gratuito de Zurich North America's para obtener informacion o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sobre com- panias, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamaci6n, usted debe comunicarse con la compahla primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU P6LIZA: Este aviso es solamente para prop6sitos informativos y no se con- vierte en parte o en condici6n del documento adjunto. U-GU-296-E (06115) Page 1 of 1 This page has been left blank intentionally. 006125-I CERTIFICATE OF INSURANCE Page I of I 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 STANDARD GENERAL EIIAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of ScheduIes.................................................................................................... 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 .................................................... 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...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities ................ 6.01 Supervision and Superintendence....... ...................................................................................19 ...................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 201b 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........... 7.01 Related Work at Site ........... 7.02 Coordination ........................ Article8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition.................................................................... 37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnmtyZ 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 of the Work......................................................................................................................... 41 11.02 Allowances.................................................................................................................................. 43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays.......................................................................................................................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and Inspections.................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work............................................................................................................. 49 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article16 - Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnnFy 2, 2016 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdmmty2, 20I G 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award -- Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 1 l . Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniwy2, 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmazy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of'the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 72 UO - 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, 2Q16 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours --- Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications maybe specifically made apart 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: Febmazy 2, 2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaty2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy 2, 2016 007200-1 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: Febmazy2, 2016 00 72 00 - 1 GENERAL. CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febma[y2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order, B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2, City's review of a Submittal (subject to the provisions of Paragraph 6.18.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 WORT%I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 00 72 00 -1 GENERAL CONDITIONS Page 1 I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2, 2016 00 72 UO - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized.- Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; February2, 2D 15 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniary2, 2016 007200-1 GENERAL CONDITIONS Page 14 of63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page t5 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: Febnmry2, 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: Febmary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febmary2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable'- adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from; premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy 2, 2016 007200-1 GENERAL CONDITIONS Page 19 of63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkuy2, 2016 00 72 00 -I 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: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntary 2, 2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named i£ a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaiy 2, 2016 00 72 00 - I GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTI4 STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS Revision: Febma y2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febmaiy2,2016 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. hiip://www.window.state.tx.us/taxinfo/taxforms/93-fortns.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmazy2,2016 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 DOCOMENTS Revision: Fc$nmy2,2016 00 72 00 - I GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site, 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.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: Febniaty 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febivary2,2016 00 72 00 - I 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; 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 INDEININIFICATION PROVISION ISSPECIFICALLY IIaITEI+IDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALIT OR SOMIE DY TH& DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY A(,L OMISSjOlil 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, Iicensees or invitees under this Contract. THISDEININIFI ATI I CITY OF FORT WORTI3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED -OR -PRO N THAT ALL OR SOME OF THE DAMAGES BEING �SOE HT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.1 S.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 WORTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fey2, 2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended. Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkry2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor, 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8,03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements, Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4,01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaty2, 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 her, >, 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 DOCUMENTS Revision: Febnmry2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations far Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febtuary2, 2015 007200-t 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: 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 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 further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnjuy2, 20I6 00 72 00 - I GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORD; ALLOWANCES; UNTIT PRICE WORD; PLANTS QUANTTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febivary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmuy 2, 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 11.01.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 I LOLA and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2,2016 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. 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: Febmvy2, 2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnaryyZ 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 11.0l.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l .A.4 and 11.0l.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next Iower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 2016 007200-I 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-tcsts, 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: Febmary2, 20I6 007200-I GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrtwty2, 20 t6 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal ofDefective 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: Febniay2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: >aebnmiy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnlazy2,2016 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 CJTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaiy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmacy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a, directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnwy 2, 2Q16 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is detennined 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: Febmary2,2016 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. l . If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2, If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febminy 2, 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 15.023, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febramy2, 2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwacy2, 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.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: Crl" Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febnuary2, 2016 00 72 00 - I GENERAL CONDITIONS Page 62 ofb3 elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmry2, 201b 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febn ary 2, 2016 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 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 4 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.0313.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of August IS"', 2019: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 North Riverside Drive City Project No. 02272 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 4 1 SC-4.01A.2, "Availability of Lands" 2 3 Utilities or obstructions to be removed, adjusted, and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 6 as of August 1511, 2019 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADJUSTMENT Charter Overhead and Underground Electric Fall 2019 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Investigation Report No. 14256, dated September 2014, prepared by Globe Engineers, Inc. a sub -consultant of Baird, Hampton & Brown, Inc., a consultant of the City, providing additional information on the subsurface physical conditions of the project site and the paving recommendations for the project. 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 of Fort Worth (2) Consultant: Baird, Hampton & Brown, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 North Riverside Drive City Project No. 02272 00 73 00 - 3 SUPPLEMENTARY CONDITIONS Page 3 of 4 1 2 SC-5.04B., "Contractor's Insurance" 3 4 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance 5 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 6 minimum limits of: 7 8 $1,000,000 each occurrence 9 $2,000,000 aggregate limit 10 11 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the 12 General Aggregate Limits apply separately to each job site. 13 14 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 15 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 16 17 SC 5.04C., "Contractor's Insurance" 18 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 19 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 20 21 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 22 defined as autos owned, hired and non -owned. 23 24 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 25 least: 26 27 $250,000 Bodily Injury per person / 28 $500,000 Bodily Injury per accident / 29 $100,000 Property Damage 30 31 SC-5.04D., "Contractor's Insurance" 32 33 None 34 35 SC-6.04., "Project Schedule" 36 37 Project schedule shall be tier 5 for the project. 38 39 SC-6.07., "Wage Rates" 40 41 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 42 Appendixes: 43 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) 44 45 SC-6.09., "Permits and Utilities" 46 47 SC-6.09A., "Contractor obtained permits and licenses" 48 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 49 1. TCEQ Notice of Intent of Storm Water Discharges 50 2. TCEQ General Permit for Stormwater Discharges from Construction Activities 51 3. TCEQ Notice of Termination of Storm Water Discharges 52 4. Licensed Plumber 53 54 55 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02272 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 007300-4 SUPPLLMENTARY CONDITIONS Page 4 of 4 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: None 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 August 15'h, 2019: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None Vendor Scope of Work Coordination Authority SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Mitchell Aiton, PE, or his/her successor pursuant to written notification from the Director of Transportation and Public Works Infrastructure Design and Construction. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTI3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 North Riverside Drive City Project No. 02272 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 1100 SUMMARY OF WORK 011100-1 SUMMARY OF WORK Pagel of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. is No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item 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 I . Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 01 25 00 - 1 SUBSTITUTION PROCEDURES Page I of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to I or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised duly 1, 2011 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 till 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm _ Address Date Telephone For Use by City: Approved City Recommended Recommended _ Not recommended _Received late By Date Remarks Date Rejected CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Riverside Drive Project No. 02272 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0131 19 PRECONSTRUCTION MEETING 01 31 19 - 1 PRE CONSTRUCTION MEETING Pagel of 3 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 --- Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] IS 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised August 17, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 North Riverside Drive Project No. 02272 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised August 17, 2012 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre -construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as - II needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 c. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off -site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 £ Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 31 20 - 3 PROJECT MEETINGS Page 3 of 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 0A 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1, None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier S - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Riverside Drive Project No. 02272 0132 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 1 I in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera {P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 3I t. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY ]NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 17 18 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 02272 Revised duly 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 01 32 33 - 1 PRECONSTRUCTION VIDEO Page I of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 --- Bidding Requirements, Contract Forms and Conditions of the Contract 12 2, Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 19 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 2 4 01 32 33 - 2 PRECONSTRUCTION VIDEO PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Page 2 of 2 North Riverside Drive Project No. 02272 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 013300-1 SUBMITTALS Page 1 of & 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents, 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 0133 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01 -99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 % inches x 11 inches to 8 1/2 inches x 1 I inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 North Riverside Drive Proj cot No. 02272 013300-3 SUBMITTALS Page 3 of 8 1 2, The Project title and number 2 3. Contractor identification 3 4. The names of 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) is drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2, The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 01 33 00 - 5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non -conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents, 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL ,SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS ]NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 112 WARRANTY [NOT USED] CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 02272 Revised December 20, 2012 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 01 33 00 - 8 SUBMITTALS Page 8 of 8 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 North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 £ 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 1. Coordination with North Central Texas Council of Governments Clean 19 Construction Specification 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division I — General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Coordination within Railroad permit areas 29 a. Measurement 30 1) Measurement for this Item will be by lump sum. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 will be paid for at the lump sum price bid for Railroad Coordination. 34 c. The price bid shall include: 35 1) Mobilization 36 2) Inspection 37 3) Safety training 38 4) Additional Insurance 39 5) Insurance Certificates CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 0135 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Ftagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation (TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Insulating cage -type of guard about the boom or arm 2 b, hisulator links on the lift hook connections for back hoes or dippers 3 c. Equipment must meet the safety requirements as set forth by OSHA and the 4 safety requirements of the owner of the high voltage lines 5 4. Work within 6 feet of high voltage electric lines 6 a. Notification shall be given to: 7 1) The power company (example: ONCOR) 8 a) Maintain an accurate log of all such calls to power company and record 9 action taken in each case. 10 b. Coordination with power company 11 1) After notification coordinate with the power company to: 12 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 13 lower the lines 14 c. No personnel may work within 6 feet of a high voltage line before the above 15 requirements have been met. 16 C. Confined Space Entry Program 17 1. Provide and follow approved Confined Space Entry Program in accordance with 18 OSHA requirements. 19 2. Confined Spaces include: 20 a. Manholes 21 b. All other confined spaces in accordance with OSHA's Permit Required for 22 Confined Spaces 23 D. Air Pollution Watch Days 24 1. General 25 a. Observe the following guidelines relating to working on City construction sites 26 on days designated as "AIR POLLUTION WATCH DAYS". 27 b. Typical Ozone Season 28 1) May 1 through October 31. 29 c. Critical Emission Time 30 1) 6:00 a.m. to 10:00 a.m. 31 2. Watch Days 32 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 33 with the National Weather Service, will issue the Air Pollution Watch by 3:00 34 p.m. on the afternoon prior to the WATCH day. 35 b. Requirements 36 1) Begin work after 10:00 a.m. whenever construction phasing requires the 37 use of motorized equipment for periods in excess of 1 hour. 38 2) However, the Contractor may begin work prior to 10:00 a.m. if: 39 a) Use of motorized equipment is less than 1 hour, or 40 b) If equipment is new and certified by EPA as "Low Emitting", or 41 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 42 alternative fuels such as CNG. 43 E. TCEQ Air Permit 44 1, Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 45 F. Use of Explosives, Drop Weight, Etc. 46 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to commencing. 4 2) Minimum 24-hour public notification in accordance with Section 01 31 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate, for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2. Coordinate any event that will require connecting to or the operation of an existing 11 City water line system with the City's representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required, coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 21 will be prosecuted to the full extent of the law. 22 b) In addition, the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis, prepare and deliver a notice or flyer of the pending construction to the front 27 door of each residence or business that will be impacted by construction. The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor's letterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No (CPN) 35 c) Scope of Project (i.e. type of construction activity) 36 d) Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and phone number 39 g) City's after-hours phone number 40 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the construction start and finish time for each 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 1. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction, prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the fallowing 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers (USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required, meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required, meet all requirements set forth in each designated 30 railroad permit. This includes, but is not limited to, provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad's 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 b. If wet -saw cutting is performed, capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 N. Coordination with North Central Texas Council of Governments (NCTCOG) Clean 5 Construction Specification 6 1. Comply with equipment, operational, reporting and enforcement requirements set 7 forth in NCTCOG's Clean Construction Specification. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 19 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13 — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752, High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of S 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 0W '9W 0 ='Mw ® W ® qw Mw w !I w qw 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE ®QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. sCIYY INsPECTO}`i> AT C TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 1 Pa 4 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 f00. FORT WORT pug NO. xxml Imo: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TILEPHONE NUMBER) OR MR. _ AT (CITY INSPECTOR) - (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 North Riverside Drive Project No. 02272 014523-1 TASTING AND INSPECTION SERVICES Page I of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 19 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 l) Tests performed by City 7 a) Distribute l hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 27 28 29 30 PART 2 o PRODUCTS [NOT USED] PART 3 o EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Riverside Drive Project No. 02272 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings I 1 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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 jurisdictions. 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 North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 02272 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS ]NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [oR1 SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 311 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division I — General Requirements 15 3. Section 34 71 13 Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Riverside Drive Project No. 02272 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13, 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD), 20 2. Install temporary sign before the removal of permanent sign, 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 PRODUCTS [NOT USED] 35 PART 3 o EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 02272 Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than I acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 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 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: I . 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 TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements I ) 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) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 19 QUALITY ASSURANCE [NOT USED] 8 1,10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION ]NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 59 13-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS ]NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE1 CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 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 North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July I, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1— General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE ]NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July I, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 66 00 - 3 PRODUCT STORAGE AND IiANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR 1 RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING ]NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page I of 4 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 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Specified Remobilization" in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents I b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price per each "Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section I.I.A.3.a.1) 19 2) Demobilization as described in Section I.I.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price per each "Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.I.A.4.a) 34 2) Demobilization as described in Section I.I.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES ]NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 02272 Revised November 22, 2016 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 o EXECUTION [NOT USED] 5 END OF SECTION 6 7 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 11 /22116 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 North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised November 22, 2016 0171 23- 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1, Construction Staking a. Measurement 1) Measurement for this Item shall be by Iump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02272 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for "Construction Staking" shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as -built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES it A. Definitions 12 1. Construction Survey - The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As -built Survey —The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking — The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey "Field Checks" — Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 27 website) 01 71 23.16.01— Attachment A Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 31 4, Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 0133 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTI4 North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02272 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As -built Redline Drawing Submittal 7 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 10 — Survey Staking Standards) . 11 2. Contractor shall submit the proposed as -built and completed redline drawing 12 submittal one (1) week prior to scheduling the project final inspection for City 13 review and continent. Revisions, if necessary, shall be made to the as -built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re -stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re -stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02272 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater -- Not Applicable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 North Riverside Drive City Project No. 02272 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as -built survey including the elevation and 2 location (and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater — Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02272 Revised February 14, 2018 01 71 23-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 L0 $. tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line, these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3. LA. 39 2. Vertical locations shall be established from a pre -established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02272 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey "Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [oR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24 2. Checks by City personnel or 3' party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 29 30 31 32 33 34 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 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02272 Revised February 14, 2018 [Ulf/11043wi CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 9/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02272 Revised February 14, 2018 FORTWORTH. Section 017123.01 - Attachment Surrey Staking Standards February 2017 E, 014.000.000V014.706.0413�Docs\9 - 2 n d Revised 100'r. Su bm] ttA 1\5 PEC BOOK\Div 01-Genera l ReqLrirements\01 7123.16.01_Attachnient A_Survey StaWng Standards.docx Page 1 of 26 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on MOT right-of-way or through joint MOT participation, adherence to the TX®Ot Survey Manual shall be followed and if a discrepancy arises, the TXOOT manual shall prevail. (htto:!/onlinemanuals.txdot.eovftxdotmanualslessless.ndf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information Il. 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 E:\2014.000.000\2014.706.0001Docs\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 26 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 ITE WHJOB ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC _ ORANGE PINK GLRFFN PURPLE" SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Staring 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 E:\2014.000,000\2014.706.000\Docs\9 - 2nd Revised 100% Submittal\SPEC B00K\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 26 Ili. Survey EgMprnentXontrol, and Datum Standards A. City Benchmarks All city benchmarks can be found here: htto://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. II. 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 allovved. 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 E:\2014.000.000\2014.706.000\Dots\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 26 F. 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_E ast i ng: 19 68500.00000000 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 N2jgi 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,F,2,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. preferred File (darning 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 E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submitta1\SPEC BOOK\Div 01-General Requirements\0171 23.16.01_Attachment A —Survey Staking Standards.docx Page 5 of 26 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes E:\2014.000.000\2014.706.00O\Docs\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\01 7123.16.01 Attachment A_Survey Staking Standards.docx Page 6 of 26 w LLJ m z z C7 fl� 1016 EL.= 100,OD' W, 0 LL Zw t W w O U � z aC C3 ��.. 2 h— z W nw CL J o LLJ z rL- w m q 0n � w ac o c) ' CAP #1 N=5000M. E=5000.00 V. WaterStaking Standards E:\201.4.000.000\2014.706.00O\Docs\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 26 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 (7/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb Ill. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & faults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example rater Stakes E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 26 16 US S n ua o rN x r-"ti w WAL STAt2+ CW3.62 LL LAJ 0j z 0 � 7' OJS W%L0 STA-1+72.81 � C--3.81 _i L U7 � I _ ,41T 2.0 7 AV m F-0 W 6. s � r� �4IL 0 �MM��J�;STA�o+QQ a c��.78 m Sanitary Sewer Stakin;� E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\01 7123.16.01 Attachment A_Survey Staking Standards.docx Page 9 of 26 A. Centerline Staking— Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking IL 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 Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker R. 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 E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 26 Example Sanitary Sewer Stakes Z D r- C� L-- I � VON 0 y!?,: n/S CL SS11 11 STA P,704 1�t'y p ce ft! a_ 441 c-Ow L ' 0-011t a-oa V0/3rSS co a c ( � 7' / 55 s7f..A W 0 0 Z3 12. 0/S (k Ss rA-O. � U.Uj = LL— -r C•-6 yr p-B� W C-OK oil a Q E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submitta1\SPEC BOOK\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 26 VII. Storm Sewer & InIe Njykin 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 m Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval H. 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 il. 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 E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 12 of 26 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING (SIDE FACING -.I o NO FLAGGING REQUIRED o IN LIEU OF PINK PAINTED LATH cn �+ n m m o m s z r z rrn m --I BACK i RACK � (SIDE FACIMC R.Q.W.) {SSE FAQMC MOM.) IDENTIFIES MICH rn IDENIIFIFM WHICH PCiNr -I END OF THE WIND PUNT 0 END OF THE STING BEING STAKED BEING STAKED rn � II I HIM OXIATIE" m m � INLET STATION HUN R"AWN. A. (IF NOTED ON PLANS) th CCIDENMIFS T C GltApE TO TOP OF CURB T/c + � O C7 IDENTIFIES GRADE FL TO FLDMJNE C? C7 DISTANCES FOR INLET'S STANDARD 10' _ 16' RECESSED 10' - W STANDARD DOUBLE 10' ; &67' HUB VATH TACK - - - - - - RECESSED DOUBLE T0' - 30-67 I I BACK OF INLET � H I C3I bl FAARHOLE of - - - FLWLINE - - EDGE OF PAVEMENT YANG•••....° t •• 4: •. FACE OF INLET EDGE CIF PAVEMENT FACE OF INLET , EDGE OF E:12014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submittal\SPEC BOO(<\Div 01-General Requirements10171 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 26 BACK OF CURS FLTW NE -- - EDGE OF PAVEMENT VIII. Curb and Gutter Staking A. Centerline Staking m 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 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 Staling —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 E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 14 of 26 Example Orb & Gutter Steles FRONT (SIDE FACING ITL) C BACK � CK IWIFIE9 OFFSET 19 M (SIDE FACING R.U.W.) la RAW OF CURB OR Ff6 FUR FkCE OF CUM FR ON T (SIDE FACING GQ MTFIES START PONT OF CURYATUBE a w � ER IOEUTIFIES MwE m p T TP TOP -0F GUM HUB ELEVATION o ¢ FRONT IuwrmQc-ID (SDE FACING k� T IN ENT 6 L B PT ric 4 U H m Ili I II11 III I Ili I NLJ FLAT SING REWUIRED r { I I IN LIEU OF FINKD . PA114TELATH � {1 I TOP OF CURE BAOK OF CURB FACE Of CURB FLO WLI NE EHGE OF PAYEMEN7 FRONT (SIDE FAOINO q} A 7 0 O_ 2 NO SPADE ON ROMY5 POINTS Example Curb & Gutter Stakes at Intersection E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submitta1\SPEC BOOK\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 26 0 fill U. EQ� O/S m �SfA'�'2+54 w F+WU LLJ � a W v 44 CkGq s .01 C> I 3DW Nh 14 ammo Ao Hsra 39 a � 3 b� E;\2014.000.000\2014.706.000\Docs\9 - 2n.d Revised 100%Submittal\SPEC BOOK\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 26 X. 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) Date: Staking Method: ❑ GPS LOCATION: CONSULTAN11CONTRAC T OR SURVEY CREW INITIALS Standard City Cut Sheet ❑ TOTAL STATION City Project Number: Project Name: ❑ OTHER I I INFe7l`i ie71e7-R&A 11 7.711 111�I I �`�,��� 1: F� t7x i11.� A-L1[#y � :ia PT # STATION OFFSET -LT/+RT DESCRIPTION PROP. GRADE STAKED ELEV. _ CUT + FILL E:\2014.000.00012014.706.0001Docs10 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\0171 23.16,01_Attachment A_Survey Staking Standards.docx Page 17 of 26 X. As -Guilt Su rve�+ A. Definition and purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 26 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. E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 26 F- 9w.x wlY4pflv�Y+ J 1rdY' OM W -03AW A O '.+hSA J LB 8 6 � Jf�4Rfill! � pa ►¢>: of 4 - 17VJlJAGO b g y�� �VMdN N3J135 AMllh'15 pSsi2�A �R Oho get b3NAl 6 S� � � i� b�`!B i gyI � _ ta�3 I`��a ��p?� � P�� � � i• Fie � �} �r� � � 6` � 5 � 3 � � 4 F"{x a • � a � � 3 3 e E i - F d IL E:\2014.000.000\2014.706.000\Dots\9 - 2nd Revised 100% Submittal\SPEC BOOK\Div 01-General Requirements\01 7123.16.01—Attachment A —Survey Staking Standards,docx Page 20 of 26 M 191-K 6 sMOVIM -M WL WL&D ro AtAWC & tALVAX LkST COE VALW. A rlD'irG'Ji• LQA,eur ra r xi;?,. *1 wok #i N., 47 A U I A, tz S Y P) Sl a YE 7 E-&40--E A $NVAM hk,-�T. nw., VALVE' W" w WF A � P!41- VOW'. Wl I ;r E--C%k;swg SrA OW-W /low (0-1-M) !*J� SrA 0 WMIL- , MAW JF- u All We) S(&VF IV Ir OF 11WMA Me ONAwr To EMM. le Wt-A, I k-, 0z -7 Lam - z, 7.- w PROPOSED SMITAW d SEA; SHFFA &AL E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% Submittal\SPEC B00K\Dlv 01-General Requirements\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 21 of 26 Requirements\01 7123.16.01 Attachment A Survey Staking Standards.docx Page 22 of 26 ENO■■--- Obviously the .csv or .txt 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 EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM S -tic,2 6946260.893 2296062.141 725.668 GV RIM 3 6946307.399 2296038,306 726.85 GV RIM God--T>/i, It7k _ 4 6946220.582 2296011,025 723,358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM f 6 6946190.528 2296022.721 722.325 FH �+ i 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919,133 713.831 WM RIM 9 6946003.056 2295933.418 713.652 CO RIM 4 2-c- 10 6945984,677 2295880.52 711,662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860,962 707.72 WM RIM 13 6945896.591 2295862.188 708.205 WM RIM �y ' 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936,727 2295830.441 710.084 CO RIM p i L1Cy�'3Y�h 11�� 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708.392 55MH RIM 18 6945759,776 2295758.643 711.218 SSMH RIM 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 "r 24 6945643.407 2295736.03 719.737 CO RIM 6 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.223 WM RIM ITD 27 6945519.834 2295619.49 732.689 WM RIM co q,4) �-- 28 6945417.879 2295580.27 740,521 WM RIM 1 1 29 6945456,557 2295643.145 736.451 CO RIM 30 6945387.356 22.95597,101 740.756 GV RIM 31 6945370.688 2295606.793 740.976 GV RIMS.• 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319,365 2295539.728 746,777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544,626 749.59 SSMH RIM � d� > 37 6945206.483 2295529.305 751.058 WM RIM �--� 38 6945142.015 2295557.666 750.853 WM RIM 39 40 6945113.445 6945049.02 2295520,335 2295527.345 751.871 WM RIM 752,257 SSMH RIM of 41 6945041,024 2295552.675 751.79 WM RIM 2F 42 43 6945038.878 6945006.397 7.295552,147 2295518."S 751.88 WM RIM 752.615 WM RIM t�s� �� y► {f 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM `�` 46 6944860.416 2295534,397 752.986 SSMH RIM E:\2014.000.000\2014.706.000\Dots\9 - 2nd Revised 100%Submittal\SPEC BOOK\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 26 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. E:\2014.000.000\2014.706.000\Docs\9 - 2nd Revised 100% S.ubmittal\SPEC BOOK\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 26 E:\2014.000000\2U147OG.0OO\Docs\9'ZndRevised 1D0% Submitt PSPECBOOK\DK/01-Genera| Requinements\017123.16.01_AuachmentA — Survey Staking Stan6an]s.6ncx Page 26of26 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fart Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I — General Requirements 13 3. Section 32 92 13 Hydra -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS ]NOT USED] 26 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 74 23 -2 GLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.17 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR I RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located containers): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior {Site or Right of Way} Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORT14 North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1, None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES INOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 02272 Revised July 1, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July I, 2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR 1 RESTORATION [NOT USED] 18 3.6 REINSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 02272 Revised July 1, 2011 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/z inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 017s23-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 I d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 £ Cover 10 1) Identify each volume with typed or printed title "OPERATING AND I I MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION ]NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2Ot2 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page I of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical Iayout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 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 017839-4 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 REWINSTALLATION [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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Riverside Drive Project No. 02272 SECTION 03 35 13 INTEGRAL CONCRETE COLOR PART 1 - GENERAL 1.1 SUMMARY 033513-1 INTEGRAL CONCRETE COLOR Pagel of3 A. This section describes coloring concrete used to construct work under other contract bid items as well as any special materials and special construction techniques associated with using colored concrete. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . Work associated with this Item is considered subsidiary to the various Items bid and where indicated on the Drawings. No separate payment will be allowed for this item. PART 2 - PRODUCTS 2.1 MATERIALS A. CONCRETE 1. Integrally color concrete using non -fading pigments conforming to ASTM C979 as follows: a. Truck Apron and Splitter Islands (Red): Use non -fading synthetic iron oxides at a loading of 6 percent or more by weight of total cementitious material in the mix. Match the concrete color in reasonably close conformance with Federal Standard 595 Color Server, FS color 31136, and/or Summer Rose (SGI17-2) by Scofield, or approved equal. b. Raised Pedestrian Crosswalk and Splitter Island (Gray): Use non -fading synthetic iron oxides at a loading of 6 percent or more by weight of total cementitious material in the mix. Match the concrete color in reasonably close conformance with Cobble Gray (SG860-2) by Scofield, or approved equal. 2. Add integral concrete colorant according to manufacturer's instructions. Provide a copy of those manufacturer instructions to the City before producing material for incorporation into the work. 3. The City will accept the color based on approval of color samples, and field mock-up. a. Contractor shall submit a standard color chart and color samples for review and preliminary selection by the City. CITY OF FORT WORTH North Riverside Drive STANDARD CONDTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02272 033513-2 INTEGRAL CONCRETE COLOR Page 2 of 3 b. Contractor shall provide a 3'x3' minimum mock-up of the selected color samples for approval of the City. 4. Maintain mix characteristics for colored concrete requiring a matching finish. Use the same source, brand, type, and color of portland cement, supplementary cementitious materials, aggregates, and admixtures for colored concrete throughout the project. Use constant cement content, supplementary cementitious material content, and water/cementitious materials ratio to maintain consistent color. B. CURING COMPOUND 1. Furnish a liquid membrane -forming clear curing compound conforming to ASTMC1315, type 1. C. ADMIXTURES 1. Furnish admixtures designed for use with and compatible with colored concrete pigments. Do not use calcium chloride or other admixtures containing chlorides. D. COLORED CONCRETE MIX APPROVAL 1. GENERAL a. Obtain City approval for colored concrete mixes before placing colored concrete. The City will base approval either on a successful performance history or on trial batches. Upon City approval, the submitted sample panel (Minimum 3'x3'x3") or the test slab will be the visual quality standard for finished work under the contract. 2. PERFORMANCE HISTORY a. Use the same materials mixed in the same proportions as used on another department project where the City approved the color. Ensure that all materials, including admixtures, are of the same type and brand and from the same sources. Provide the following to the City for review and approval: 1) Project Info: Project ID, andlocation. 2) Mix proportions: quantities per cubic yard expressed as SSD weights and net water, water to cementitious material ratio, air content, and 28-day or earlier compressive strength. 3) Materials: type, brand, and source. 4) Sample panel: Provide a finished colored concrete sample having minimum dimensions of 3- foot by 3-foot by 3-inch, from the previous project (if available), or a photo image of the previous sample panel. 3. TRIAL BATCHES a. The contractor may use preliminary laboratory or field trial batching to establish the mix proportions necessary to conform to the contract -required color. b. Produce test slabs to demonstrate the texture, surface finish, color, and color intensity. At least 2 business days in advance, provide the City with the date and time for test slab construction. C. At a City -allowed location on the project, place, finish, and cure a 10-foot by 10- foot by 6-inch colored concrete test slab using the same methods proposed for CITY OF FORT WORTH North Riverside Drive STANDARD CONDTRUCTION SPECIFICATION DOCUMENTS City Project No. 02272 03 35 13 -3 INTEGRAL CONCRETE COLOR Page 3 of contract work. Produce test slabs using the same workers designated to perform the contract work. Retain samples of cements, sands, aggregates, and color additives used in test slabs for comparison with materials used in contract work. d. Use at least a 2-cubic yard batch or a batch of the size proposed for production whichever is larger. e. Submit final mix design information to the City. Including specific sources and, if applicable, trade names for materials. PART 3 o EXECUTION 3.1 CONSTRUCTION A. Construct work incorporating colored concrete conforming to contract specifications under the associate bid items except cure with clear curing compound and use only non -chloride admixtures as specified in Section 2.1. B. Produce consistently colored concrete in full cubic yard increments. The City will not allow variations in the amounts, types, or source of materials with the exception of minor adjustments of water and air- entraining agent. Other changes require mix re -approval. C. Schedule placement to minimize exposure to rapid drying conditions, wind and full sun, before applying curing compound. Do not place colored concrete if rain, snow, or freezing temperatures are forecast within 24-hours. D. Cover or otherwise protect adjacent concrete work from discoloration and spillage while placing and curing colored concrete. Remove and replace discolored concrete as directed by the City. E. Perform finishing operations consistently to avoid color variation. Do not begin finishing while bleed water is present. The City will order removal and replacement of colored concrete if the contractor adds water to the surface to aid in finishing. Apply strokes in the same direction during final finishing andtexturing. F. Protect colored concrete from premature drying and excessive cold or hot temperatures by promptly applying curing compound. Do not allow plastic sheeting to come in contact with colored concrete. G. Protect the colored concrete from damage. Do not permit construction traffic or material storage on colored concrete. Exclude foot traffic from colored concrete for at least 24 hours after placement. H. Remove test slabs not permanently incorporated into the work and restore the site after the City determines the test slab is no longer needed. END OF SECTION CITY OF FORT WORTH North Riverside Drive STANDARD CONDTRUCTION SPECIFICATION DOCUMENTS City Project No. 02272 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 3 i 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. LLC — Related Specification 16 2. 1.2.A - Measurement 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1— General Requirements 20 3. Section 3124 00 — Embankments 21 4. Section 3125 00 — Erosion and Sediment Control 22 5, Section 3 t 25 13 — Flexible Channel Lining 23 6. Section 3137 00 — Riprap 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Excavation by Plan Quantity 27 a. Measurement 28 1) Measurement for this Item shall be by the cubic yard in its final position 29 using the average end area method. Limits of measurement are shown on 30 the Drawings. 31 2) When measured by the cubic yard in its final position, this is a plans 32 quantity measurement Item, The quantity to be paid is the quantity shown 33 in the proposal, unless modified by Article 11.04 of the General 34 Conditions. Additional measurements or calculations will be made if 35 adjustments of quantities are required. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under "Measurement" will be paid for at the unit 39 price bid per cubic yard of "Unclassified Excavation by Plan". No 40 additional compensation will be allowed for rock or shrinkage/swell 41 factors, as these are the Contractor's responsibility. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised January 28, 2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 3 1 c. The price bid shall include: 2 1) Excavation 3 2) Excavation Safety 4 3) Drying 5 4) Dust Control 6 5) Reworking or replacing the over excavated material in rock cuts 7 6) Hauling 8 7) Disposal of excess material not used elsewhere onsite 9 8) Scarification 10 9) Clean-up 11 2. Excavation by Lump Sum 12 a. Measurement 13 1) Measurement for this Item shall be by Lump Sum in its final position. 14 b. Pa meat 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under "Measurement" will be paid for at the 17 Lump Sum unit price bid of "Unclassified Excavation by Lump Sum". 18 c. The price bid shall include: 19 1) Excavation 20 2) Excavation Safety 21 3) Drying 22 4) Dust Control 23 5) Reworking or replacing the over excavated material in rock cuts 24 6) Hauling 25 7) Disposal of excess material not used elsewhere onsite 26 8) Scarification 27 9) Clean-up 28 1.3 REFERENCES [NOT USED] 29 A. Definitions 30 1. Unclassified Excavation — Without regard to materials, all excavations shall be 31 considered unclassified and shall include all materials excavated. Any reference to 32 Rock or other materials on the Drawings or in the specifications is solely for the 33 City and the Contractor's information and is not to be taken as a classification of 34 the excavation. 35 1.4 ADMINSTRATIVE REQUIREMENTS 36 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 37 01. 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 40 1.7 CLOSEOUT SUBMITTALS [NOT USED] 41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 42 1.9 QUALITY ASSURANCE 43 A. Excavation Safety CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised January 28, 2013 3123 16 - 3 UNCLASSIFIED EXCAVATION Page 3 of 3 1 1. The Contractor shall be solely responsible for making all excavations in a safe 2 manner. 3 2. All excavation and related sheeting and bracing shall comply with the requirements 4 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Storage 7 1. Within Existing Rights -of -Way (ROW) 8 a. Soil may be stored within existing ROW, easements or temporary construction 9 easements, unless specifically disallowed in the Contract Documents. 10 b. Do not block drainage ways, inlets or driveways. 11 c. Provide erosion control in accordance with Section 3125 00. 12 d. When the Work is performed in active traffic areas, store materials only in 13 areas barricaded as provided in the traffic control plans. 14 e. In non -paved areas, do not store material on the root zone of any trees or in 15 landscaped areas. 16 2. Designated Storage Areas 17 a. If the Contract Documents do not allow the storage of spoils within the ROW, 18 easement or temporary construction easement, then secure and maintain an 19 adequate storage location. 20 b. Provide an affidavit that rights have been secured to store the materials on 21 private property. 22 c. Provide erosion control in accordance with Section 3125 00. 23 d. Do not block drainage ways. 24 111 FIELD CONDITIONS 25 A. Existing Conditions 26 1. Any data which has been or may be provided on subsurface conditions is not 27 intended as a representation or warranty of accuracy or continuity between soils. It 28 is expressly understood that neither the City nor the Engineer will be responsible 29 for interpretations or conclusions drawn there from by the Contractor. 30 2. Data is made available for the convenience of the Contractor. 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Materials 36 1. Unacceptable Fill Material 37 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 38 D2487 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised January 29, 2013 31 23 16-4 UNCLASSIFIED EXCAVATION Page 4 of 4 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CONSTRUCTION 6 A. Accept ownership of unsuitable or excess material and dispose of material off -site 7 accordance with local, state, and federal regulations at locations. 8 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 9 during construction with eh exception of water that is applied for dust control. 10 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 11 properly dispose according to disposal plan. 12 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 13 proposed or existing structures. 14 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 15 City. 16 F. Shape slopes to avoid loosening material below or outside the proposed grades. 17 Remove and dispose of slides as directed. 18 G. Rock Cuts 19 1. Excavate to finish grades. 20 2. In the event of over excavation due to contractor error below the lines and grades 21 established in the Drawings, use approved embankment material compacted in 22 accordance with Section 3124 00 to replace the over excavated at no additional 23 cast to City. 24 H. Earth Cuts 25 1. Excavate to finish subgrade 26 2. In the event of over excavation due to contractor error below the lines and grades 27 established in the Drawings, use approved embankment material compacted in 28 accordance with Section 3124 00 to replace the over excavated at no additional 29 cost to City. 30 3. Manipulate and compact subgrade in accordance with Section 3124 00. 31 3.5 REPAIR [NOT USED] 32 3.6 RE -INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL 34 A. Subgrade Tolerances 35 1. Excavate to within 0.1 foot in all directions. 36 2. In areas of over excavation, Contractor provides fill material approved by the City 37 at no expense to the City. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 02272 Revised January 28, 2013 31 23 16 - 5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] S r'� END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised January 28, 2013 SECTION 02376 - 1 FLEXIBLE CHANNEL LINING Page 1 of 3 1 2 SECTION 312513 3 FLEXIBLE CHANNEL LINING 4 5 PART I - GENERAL 6 1.1 SUMMARY 7 A. SECTION INCLUDES 8 1. Erosion control material as a flexible liner for newly constructed and rehabilitated 9 stormwater channels to be seeded and vegetated. 10 B. Related Specification Sections include, but are not necessarily limited to: 1 I 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I — General Requirements 13 3. Section 3123 16 — Unclassified Excavation 14 4. Section 2125 00 — Erosion and Sediment Control 15 5. Section 3137 00 — Riprap 16 6. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 17 7. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 18 19 1.2 PRICE AND PAYMENT PROCEDURESUNIT PRICES 20 A. Measurement 21 1. Measurement 22 a) Measurement for this Item shall be by the square yard of furnished and installed 23 flexible channel lining. 24 2. Payment 25 a) The work performed and materials furnished in accordance with this Item will be 26 paid for at the unit price bid per square yard of Flexible Channel Lining. 27 3. The price bid shall include: 28 a) Furnishing, Placing and Installing all Flexible Channel Lining 29 b) Seams 30 c) Overlaps 31 d) Anchor Trenches 32 e) Cable Anchors 33 f) Pins 34 g) Wastage 35 h) Cleanup 36 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this specification refer to the current reference standard 40 published at the time of the latest revision date logged at the end of this specification, 41 unless a date is specifically cited. 42 2. ASTM International (ASTM): 43 a) D 570 - Standard Test Methods for Water Absorption of Plastics. 44 b) D 6524 — Standard Test Method for Stiffness of Geosynthetics Used as Turf 45 Reinforcement Mats. 46 c) D 6525 - Standard Test Method for Measuring Nominal Thickness of Permanent 47 Erosion Control Products. 48 d) D 6575 — Test Method for Stiffness of Geosynthetics Used as Turf 49 Reinforcements Mats (TRM's) 50 e) D 4354 - Practice for Sampling of Geosynthetics for Testing. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 f) 2 3 g) 4 h) 5 SECTION 02376 - 2 FLEXIBLE CHANNEL LINING Page 2 of 3 D 4355 - Test Method for Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon -Arc Type Apparatus). D 4439 - Terminology for Geotextiles. D 6818 - Test Method for UItimate Tensile Properties of Turf Reinforcement Mats. D 4632 - Test Method for Grab Breaking Load and Elongation of Geotextiles. D 4759 - Practice for Determining the Specification Conformance of Geosynthetics. 9 k) D 4873 - Guide for Identification, Storage, and Handling of Geotextiles. 10 3. Geosynthetic Accreditation Institute - Laboratory Accreditation Program (GAI-LAP). 11 4. International Standards Organization (ISO) 9001:2000 - Quality System Certification. 12 1.4 DEFINITIONS 13 A. Certificate of Compliance (COC): An official document certified by an authorized representative 14 within the manufacturer's company that the manufactured synthetic turf reinforcement mat 15 product(s) meet designated property values as manufactured in a facility having achieved ISO 16 9001:2000 certification, and tested in accordance with GAT -LAP procedures. 17 B. High Performance Turf Reinforcement Mat (HPTRM): A long-term, non -degradable RECP 18 composed of UV -stabilized, non -degradable, synthetic fibers, nettings and/or filaments processed 19 into three-dimensional reinforcement matrices designed for permanent and critical hydraulic 20 applications where design discharges exert velocities and shear stresses that exceed the limits of 21 mature natural vegetation. HPTRMs provide sufficient thickness, strength and void space to 22 permit soil filling and/or retention and the development of vegetation within the matrix. The 23 HPTRM MARV tensile strength per ASTM D-6818 is 3000 lbs/ft in the weakest principle 24 direction. 25 C. Manufacturer: Entity that produces synthetic turf reinforcement mats through a process directly 26 utilizing obtained raw materials, in a facility owned and operated by said entity, using equipment 27 and assemblies owned and operated by said entity, subject to a certified Manufacturing Quality 28 Control (MQC) Program. Upon completion of production, the manufacturer may sell the turf 29 reinforcement mat product(s) directly to the customer, or through a vendor entity. 30 D. Manufacturing Quality Control (MQC) Program: A certified and documented program initiated 31 and operated by the manufacturer that outlines the operational techniques and activities which 32 sustain a quality of the synthetic turf reinforcement mat product(s) that will satisfy given needs. 33 E. Minimum Average Roll Value (MARV): Property value calculated as typical minus two standard 34 deviations. Statistically, it yields a 97.7 percent degree of confidence that any sample taken 35 during quality assurance testing will exceed value reported. 36 F. Rolled Erosion Control Product (RECP): A temporary degradable or long-term non -degradable 37 material manufactured or fabricated into rolls designed to reduce soil erosion and assist in the 38 growth, establishment and protection of vegetation. 39 G. Securing Pin: A device designed to temporarily hold the HPTRM in place while either vegetation 40 establishes, or the installation of the HPTRM occurs. The securing pin offers no long term value 41 to permanent tie -down of the HPTRM in an ARVS. 42 H. Trilobal Monofilament Yarn: A multi -dimensional polymer fiber consisting of a minimum of 43 three points, providing increased surface area and grooves/channels along the fiber to capture 44 additional moisture and sediment to enhance vegetative growth. 45 I. Typical Roll Value: Property value calculated from average or mean obtained from test data. 46 J. Vendor: An entity that provides synthetic turf reinforcement mat product(s) to a customer, on 47 behalf of an independent manufacturer. A vendor does not manufacture the actual synthetic turf 48 reinforcement mat product(s), and therefore is not subject to provisions of a certified MQC 49 Program. 50 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 SECTION 02376 - 3 FLEXIBLE CHANNEL LINING Page 3 of 3 1 1.5 SUBMITTALS 2 A. Submit under provisions of Section [01 33 00] [ ]: 3 1. Certification: 4 a) The Contractor shall provide the Engineer a certificate stating the name of the 5 HPTRM manufacturer, product name, style, chemical compositions of filaments 6 or yarns and other pertinent information to fully describe the geotextile. 7 b) The Manufacturer is responsible for establishing and maintaining a Quality 8 Control Program to assure compliance with the requirements of the specification. 9 Documentation describing the quality control program shall be made available 10 prior to the approval of the HPTRM for use on the project. 11 c) The manufacturer's Certificate of Compliance (COC) shall state that the 12 furnished HPTRM meets MARV requirements of the specification as evaluated 13 under the manufacturer's quality control program. The certificate shall be 14 attested to by a person having legal authority to bind the Manufacturer. 15 d) The Contractor shall establish and maintain a quality control procedure to assure 16 compliance of the ARVS with the requirements of the specification. 17 Documentation describing the quality control procedure shall be provided to the 18 Engineer. 19 2. Manufacturing Quality Control (MQC) test results shall be provided by the manufacturer 20 for the HPTRM prior to installation during the duration of the project as material is 21 delivered to the jobsite. 22 3. Independent Performance Test Results shall be provided upon request. 23 24 1.6 DELIVERY, STORAGE, AND HANDLING 25 A. HPTRM labeling, shipment and storage shall follow ASTM D 4873. 26 B. Product labels shall clearly show the manufacturer or supplier name, style name, and roll number. 27 C. Each shipping document shall include a notation certifying that the material is in accordance with 28 the manufacturer's certificate. 29 D. Each HPTRM roll shall be wrapped with a material that will protect the HPTRM from damage 30 due to shipment, water, sunlight, and contaminants. (This will be waived for HPTRMs having a 31 90% retention of strength after 6000 hours of exposure per ASTM D-4355.) 32 E. The protective wrapping shall be maintained during periods of shipment and storage. 33 F. During storage, HPTRM rolls shall be elevated off the ground and adequately covered to protect 34 them from the following: Site construction damage, extended exposure to ultraviolet (UV) 35 radiation, precipitation, chemicals that are strong acids or strong bases, flames, sparks, 36 temperatures in excess of 71 deg C (160 deg F)m and any other environmental condition that 37 might damage the HPTRM. 38 1.7 QUALITY ASSURANCE SAMPLING, TESTING, AND ACCEPTANCE 39 A. HPTRM shall be subject to sampling and testing to verify conformance with this specification. 40 Sampling for testing shall be in accordance with ASTM D 4354. 41 B. Acceptance shall be in accordance with ASTM D 4759 based on testing of either conformance 42 samples obtained using Procedure A of ASTM D 4354, or based on manufacturer's certifications 43 and testing of quality control samples obtained using Procedure B of ASTM D 4354. 44 C. Quality Assurance Sampling and Testing will be waived for ISO 9001:2000 Certified 45 Manufacturing Facilities. Documentation of ISO 9001:2000 Certification shall be provided upon 46 request. 47 PART 2 -- PRODUCTS 48 2.1 MATERIALS 49 A. HPTRM: 50 1. Three-dimensional, lofty woven polypropylene RECP specially designed for erosion 51 control applications on levees, steep slopes, and vegetated waterways. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 SECTION 02376 - 4 FLEXIBLE CHANNEL LINING Page 4 of 4 1 2. Matrix composed of Trilobal monofilament yarns woven into uniform configuration of 2 resilient pyramid -like projections that minimize watering requirements while enhancing 3 vegetation establishment. 4 3. Must be a homogeneous matrix, and not comprised of layers, composites, or 5 discontinuous materials, or otherwise loosely held together by stitched or glued netting. 6 4. The woven matrix of Trilobal yarns must be heat -set to improve interlock and minimize 7 yarn displacement around anchors and pins, which also results in greater flexibility for 8 improved conformance to uneven surfaces. 9 5. Material is to exhibit very high interlock and reinforcement capacity with both soil and 10 root systems and demonstrate high tensile modulus. 11 6. The HPTRM should meet the following values: 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Property Test Method Test Units Property Parameters Requirement Thickness I ASTM D- Minimum min 10.2 6525 (in) (0.40) Light Penetration ` ASTM D- (% Passing) 6567 Maximum percent 10 Tensile Strength I ASTM D- Minimum kN/m 58.4 x 43.8 6818 (lb/ft) (4,000 x 3,000) Tensile Elongation ASTM D- Minimum percent 40 x 35 6818 Resiliency ASTM D- Minimum percent 80 6524 Flexibility 2,3 ASTM D- Maximum mg -cm 615,000 6575 (in -lb) (0.534) UV Resistance 2 ASTM D Minimum percent 90 at 6000 hrs 4355 Note: 1. Minimum Average Roll Value (MARV). 2. Typical Value. 3. A smaller value for flexibility denotes a more flexible material. 7. Performance Properties: In a vegetated state, the HPTRM must demonstrate acceptable performance (as defined by the Engineer) when subjected to at least 0.5 hrs of continuous flow producing the following conditions. a) Permissible velocity: 7.6 m/sec (25 ft/sec) b) Permissible tractive force (shear stress): 0,766 kPa (16 psf) c) Performance may be demonstrated by: 1) Flume testing at an independent facility under conditions similar to this project provided that the manufacturer can demonstrate that the material tested is functionally equivalent to the material being supplied. This may be demonstrated by providing index property test results (listed in 2.2.A.4) from a GAI-LAP accredited laboratory for both the tested and supplied materials. 2) A documented case history of successful performance (as defined by the Engineer) at an installation similar to this project where (documented) hydraulic forces met or exceeded the requirements listed above provided that the manufacturer can demonstrate that the case history material is functionally equivalent to the material being supplied. This may be demonstrated by providing index property test results (listed in 2.2.A.4) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS North Riverside Drive Project No. 02272 2 4 6 2.2 SECTION 02376 - 5 FLEXIBLE CHANNEL LINING Page 5 of 5 from a GAI-LAP accredited laboratory for both the case history and supplied materials. 8. Manufacturing Quality Control: Testing shall be performed at a laboratory accredited by GAI-LAP for tests required for the geosynthetic, at frequency exceeding ASTM D 4354, with following minimum acceptable testing frequency: ACCESSORIES Property Test Frequency m 2 (yd ) Thickness 1/10,974 (1/13,125) Light Penetration (% Passing) 1/10,974 (1/13,125) Tensile Strength 1/10,974 (1/13,125) Tensile Elongation 1/10,974 (1/13,125) Resiliency 1/30,727 (1/36,750) Flexibility 1/30,727 (1/36,750) UV Resistance Annually 7 A. Securing Pins: 8 1. Securing pins should be at least 0.20 in. diameter steel with a .5 in. steel washer at the 9 head of the pin. Securing pins should be driven flush to the soil surface. 10 2. Length: 12 to 24 inches; sufficient ground penetration to resist pullout. 11 3. Placement: The pins provide for temporary tie -down of the HPTRM to the slope to aid 12 with vegetation establishment. Locations of the pins along trenches are indicated in the 13 drawings at the center of the 1 ft x Ift trench spaced 1 ft apart. Locations of the pins 14 along the vertical overlaps are spaced 1 ft apart. HPTRM rolls wider than 10.5 ft must not 15 have a pin spacing greater than 1.5 ft in any direction to minimize wrinkling of the 16 material common to wide roll width geosynthetics and the loss of intimate contact 17 beneath the HPTRM. 18 4. Heavier metal stakes may be required in rocky soils 19 5. Depending on soil pH and design life of the pin, galvanized or stainless steel pins may be 20 required. 21 22 PPART 3 — EXECUTION 23 3.1 PREPARATION 24 A. Grade and compact areas to be treated with HPTRM (compacted as indicated or as directed by 25 Engineer). Subgrade shall be uniform and smooth. 26 B. Remove large rocks, soil clods, vegetation, and other sharp objects so that the installed mat will 27 have direct contact with the soil surface. 28 C. Prepare seedbed by loosening 2 to 3 in of soil above final grade. This may be accomplished with 29 a rotary tiller on slopes 3H:1 V or flatter. 30 D. Select and apply soil amendments, fertilizer, and seed (if applicable), (in an amount equivalent to 31 50% of the total mixture required to be installed on the soil surface) in accordance with Section 32 32 92 13 Hydro -Mulching, Seeding and Sodding, to scarified surface prior to installation of 33 HPTRM. Do not mulch areas where HPTRM is to be placed. 34 E. Keep areas moist as necessary to establish vegetation. When watering seeded areas, use fine spray 35 to prevent erosion of seeds or soil. If as a result of rain, prepared seedbed becomes crusted or CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 SECTION 02376 - 6 FLEXIBLE CHANNEL LINING Page 6 of 6 1 eroded, or if eroded places, ruts, or depressions exist for any reason, rework soil until smooth and 2 reseed such areas. 3 F. Excavate a Crest of Slope (COS) trench 12 in. wide by 12 in. deep, a minimum of 3 ft. over the 4 crest of each side slope. Excavate an Initial Channel (IC) and Terminal Channel (TC) trench 12 5 in. wide by 12 in. deep at the channel armoring limits. 6 7 3.2 INSTALLATION 8 A. Install HPTRM at elevation and alignment indicated. 9 B. Beginning at downstream end of channel, place initial end of first roll of HPTRM in one of the 10 COS trenches and secure with securing pins at 12 in intervals. 11 C. Unroll the HPTRM down the initial side slope and up the opposing side slope, terminating the 12 HPTRM edge in the IC trench. 13 D. Secure the HPTRM end in the opposite COS trench with securing pins at 12 in intervals. 14 E. Position adjacent upstream rolls in same manner, overlapping preceding roll minimum 3 in until 15 the armoring limits are completed and the last HPTRM panel edge terminates in the TC trench. 16 F. BackfilI and compact the trenches with specified soil or as directed by Engineer. 17 G. Secure HPTRM to channel bottom and side slopes with securing pins at a frequency of 2 pins per 18 square yard. Increased anchoring frequency may be required if site conditions are such that the 19 Engineer determines it necessary. 20 H. Alternate installation methods must be approved by Engineer prior to execution. 21 I. Soil fill and sod/seed the HPTRM: 22 1. Installed HPTRM shall be seeded (or re -seeded) and soil filled, OR sodded as required by 23 the project documents. 24 2. Do not place excessive soil above material. 25 3. Broadcast additional seed or mulch (if applicable) above soil -filled mat and irrigate as 26 necessary to establish/maintain vegetation. 27 4. Rubber -tired vehicles must be used, and sharp turns avoided. No heavy and/or tracked 28 equipment or sharp turns are permitted on the installed HPTRM. Avoid ANY traffic over 29 the HPTRM if loose or wet soil conditions exist. 30 3.3 FLEXIBLE CHANNEL LINING SCHEDULE 31 32 33 34 35 36 37 A. Locations indicated on plans. 1. HPTRM: Pryamat HPTRM by Propex Operating Company, LLC, 1110 Market Street, Suite 300, Chattanooga, TN 37402 or approved equivalent. END OF SECTION Revision La DATE NAME SUMMARY OF CHANGE 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS North Riverside Drive Project No. 02272 315000-1 SUBGRADE PREPARATION FOR TEMPORARY PAVING Page 1 of 2 1 SECTION 3150 00 2 GRADING & SUBGRADE PREPARATION FOR TEMPORARY PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. This section includes the unclassified excavation, grading and subgrade preparation for 6 temporary pavement specified in the Construction Phasing Plans. Areas underneath 7 temporary pavement shall be excavated, graded, loosened, shaped, and moisture 8 conditioned and compacted to 100% standard proctor density, between 0% to +4% 9 points of the optimum moisture content. In area where the native soils are unsuitable 10 for bearing surfaces install 6-inches of flexible base, type A, Grade-1 compacted to 11 100% standard proctor density over graded, shaped and compacted native soils. In 12 areas where the temporary pavement needs to be elevated higher than existing grade, 13 install flexible base, type A, Grade-1 compacted to 100% standard proctor density. 14 B. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1 - General Requirements 17 3. Section 3123 16 — Unclassified Excavation 18 4, Section 32 1123 — Flexible Case Course 19 5. Section 32 01 18 - Temporary Asphalt Paving Repair 20 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item will be by the square yard of prepared subgrade or 25 flexible base. 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item and 28 measured as provided under "Measurement" will be paid for at the unit price 29 bid per square yard of Grading & Subgrade Preparation. 30 3. The price bid shall include: 31 a. Excavation 32 b. Grading 33 c. Preparation of subgrade 34 d. Compacting 35 e. Flexible base, type A, Grade-1 as needed CITY OF FORT WORTH North Riverside Drive CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 1 2 3 4 5 6 7 8 9 10 I 12 13 14 15 16 17 3I 50 00 - 2 SUBGRADE PREPARATION FOR TEMPORARY PAVING Page 2 of 2 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NUT USED] 1.6 ACTION SUBMITTALANFORMATIONAL SUBMITTALS [ NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 o EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS North Riverside Drive Project No. 02272 321313-1 CONCRETE PAVING Page 1 of 3 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 2. Integral Colored/Textured Concrete Pavement 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. LLA -- Section Includes 11 2. 1.1.0 -- Related Specifications 12 3. 1.2.A — Measurement 13 4. 2.2.1, — Color Materials 14 S. 2.2.M — Imprinting Tools 15 6. 3.4.H.3 — Integrally Colored Concrete Finish 16 7. 3.4.M — Texture/Stamping 17 8. 3.4.N — Decorative Concrete Pavement Schedule 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 20 2. Division I - General Requirements 21 3. Section 03 35 19 — Integral Concrete Color 22 4. Section 32 0129 - Concrete Paving Repair 23 5. Section 32 13 73 - Concrete Paving Joint Sealants 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement 26 1. Measurement 27 a. Measurement for this Item shall be by the square yard of completed and 28 accepted Concrete Pavement in its final position as measured from back of curb 29 for various: 30 1) Classes 31 2) Thicknesses 32 3) Colors 33 4) Finishes 34 2. Payment 35 a. The work performed and materials furnished in accordance with this Item will 36 be paid for at the unit price bid per square yard of Concrete Pavement. 37 3. The price bid shall include: 38 a. Shaping and fine grading the placement area 39 b. Furnishing and applying all water required CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 32 1313 - 1 CONCRETE PAVING Page 1 of 4 1 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 2 ingredients including all freight and royalty involved 3 d. Mixing, placing, finishing and curing all concrete 4 e. Furnishing and installing all reinforcing steel 5 f Furnishing all materials and placing longitudinal, warping, expansion, and 6 contraction joints, including all steel dowels, dowel caps and load transmission 7 units required, wire and devices for placing, holding and supporting the steel 8 bar, load transmission units, and joint filler material in the proper position; for 9 coating steel bars where required by the Drawings 10 g. Sealing joints 11 h. Monolithically poured curb 12 i. Monolithically poured concrete median nose 13 j. Cleanup 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this specification refer to the current reference standard 17 published at the time of the latest revision date logged at the end of this 18 specification, unless a date is specifically cited. 19 2. ASTM International (ASTM): 20 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 21 Reinforcement 22 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 23 Field 24 c. C33, Concrete Aggregates 25 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 26 Specimens 27 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 28 Beams of Concrete 29 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete 30 g. C150, Portland Cement 31 h. C156, Water Retention by Concrete Curing Materials 32 i. C 172, Standard Practice for Sampling Freshly Mixed Concrete 33 j. C260, Air Entraining Admixtures for Concrete 34 k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 35 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 36 in. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 37 Admixture in Concrete 38 n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 39 Concrete 40 o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 41 Cement Concrete 42 p. C1602, Standard Specification for Mixing Water Used in the Production of 43 Hydraulic Cement Concrete. 44 q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 45 (12,400 ft-lbf/ft3) 46 3. American Concrete Institute (ACI): 47 a. ACI 305.1-06 Specification for Hot Weather Concreting 48 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 32 13 13-1 CONCRETE PAVING Page 1 of 5 I c. ACI 318 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 5 A. Mix Design: submit for approval. See Item 2A.A. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 111 FIELD CONDITIONS 11 A. Weather Conditions 12 1. Place concrete when concrete temperature is between 40 and 100 degrees when 13 measured in accordance with ASTM C1064 at point of placement. 14 2. Hot Weather Concreting 15 a. Take immediate corrective action or cease paving when the ambient 16 temperature exceeds 95 degrees. 17 b. Concrete paving operations shall be approved by the City when the concrete 18 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 19 Concreting (ACI 305.1-06). 20 3. Cold Weather Concreting 21 a. Do not place when ambient temp in shade is below 40 degrees and falling. 22 Concrete may be placed when ambient temp is above 35 degrees and rising or 23 above 40 degrees. 24 b. Concrete paving operations shall be approved by the City when ambient 25 temperature is below 40 degrees. See Standard Specification for Cold Weather 26 Concreting (ACI 306.1-90). 27 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 28 pavement in natural light, or as directed by the City. 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 32 2.2 MATERIALS 33 A. Cementitious Material: ASTM C150. 34 B. Aggregates: ASTM C33. 35 C. Water: ASTM C1602. 36 D. Admixtures: When admixtures are used, conform to the appropriate specification: CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 1 2 3 4 5 6 7 8 I 10 11 12 13 14 15 16 17 18 19 20 21 22 23 32 13 13-1 CONCRETE PAVING Page 1 of 6 1. Air -Entraining Admixtures for Concrete: ASTM C260. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Fly Ash a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C618. b. Fly ash may be substituted at one pound per pound of cement up to 25% of the specified cement content when such batch design is approved by the Engineer. E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-foxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Slow Set Adhesives Technology Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 300OFS SpecChem b. Epoxy Use, Storage and Handling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 North Riverside Drive Project No. 02272 321313-1 CONCRETE PAVING Pagel of 7 1 1) Package components in airtight containers and protect from light and 2 moisture. 3 2) Include detailed instructions for the application of the material and all 4 safety information and warnings regarding contact with the components. 5 3) Epoxy label requirements 6 a) Resin or hardener components 7 b) Brand name 8 c) Name of manufacturer 9 d) Lot or batch number 10 e) Temperature range for storage I 1 f) Date of manufacture 12 g) Expiration date 13 h) Quantity contained 14 4) Store epoxy and adhesive components at temperatures recommended by the 15 manufacturer. 16 5) Do not use damaged or previously opened containers and any material that 17 shows evidence of crystallization, lumps skinning, extreme thickening, or 18 settling of pigments that cannot be readily dispersed with normal agitation. 19 6) Follow sound environmental practices when disposing of epoxy and 20 adhesive wastes. 21 7) Dispose of all empty containers separately. 22 8) Dispose of epoxy by completely emptying and mixing the epoxy before 23 disposal 24 H. Reinforcement Bar Chairs 25 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 26 reinforcement bars and shall not bend or break under the weight of the 27 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 28 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 29 plastic. 30 3. For approval of plastic chairs, representative samples of the plastic shall show no 31 visible indications of deterioration after immersion in a 5-percent solution of 32 sodium hydroxide for 120-hours. 33 4. Bar chairs maybe rejected for failure to meet any of the requirements of this 34 specification. 35 I. Joint Filler 36 1. Joint filler is the material placed in concrete pavement and concrete structures to 37 allow for the expansion and contraction of the concrete. 38 2. Wood Boards: Used as joint filler for concrete paving. 39 a. Boards for expansion joint filler shall be of the required size, shape and type 40 indicated on the Drawings or required in the specifications. 41 1) Boards shall be of selected stock of redwood or cypress. The boards shall 42 be sound heartwood and shall be free from sapwood, knots, clustered 43 birdseyes, checks and splits. 44 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 45 be sufficiently rigid to permit ease of installation. 46 3) Boards shall be furnished in lengths equal to the width between 47 longitudinal joints, and may be furnished in strips or scored sheet of the 48 required shape. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 32 13 13-1 CONCRETE PAVING Pagel of 8 1 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 2 Drawings; the width shall be not less than that shown on the Drawings, providing 3 for the top seal space. 4 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 5 requirements of this specification. 6 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 7 K. Curing Materials 8 1. Membrane -Forming Compounds. 9 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 10 compound and be of such nature that it shall not produce permanent 11 discoloration of concrete surfaces nor react deleteriously with the concrete. 12 b. The compound shall produce a firm, continuous uniform moisture -impermeable 13 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 14 concrete. 15 c. It shall, when applied to the damp concrete surface at the specified rate of 16 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 17 normal conditions suitable for concrete operations. 18 d. It shall adhere in a tenacious film without running off or appreciably sagging. 19 e. It shall not disintegrate, check, peel or crack during the required curing period. 20 f. The compound shall not peel or pick up under traffic and shall disappear from 21 the surface of the concrete by gradual disintegration. 22 g. The compound shall be delivered to the job site in the manufacturer's original 23 containers only, which shall be clearly labeled with the manufacturer's name, 24 the trade name of the material and a batch number or symbol with which test 25 samples may be correlated. 26 h. When tested in accordance with ASTM C156 Water Retention by Concrete 27 Curing Materials, the liquid membrane -forming compound shall restrict the loss 28 of water present in the test specimen at the time of application of the curing 29 compound to not more than 0.0 1 -oz.-per-2 inches of surface. 30 L. Color Materials 31 1. Color Pigment: See Section 03 35 19 32 M. Imprinting Tools 33 1. Stamp Mats: Semirigid polyurethane mats with projecting textured and ridged 34 underside capable of imprinting texture and joint patterns on plastic concrete. 35 Contractor to coordinate with City for final pattern selection and provide mock-up 36 for review in field. 37 a. Approved Manufacturers: 38 1) Scofield L.M. Company 39 2) Approved Equivalent 40 2. Stamp Tools: Open -grid, aluminum or rigid plastic stamp tool capable of imprinting 41 texture and joint_patterns on plastic concrete._ Contractor to coordinate with City_for 42 final pattern selection and provide mock-up for review in field. 43 a. Approved Manufacturers: 44 1) Scofield L.M. Co_mpanv 45 2) Approved Equivalent CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 321313-1 CONCRETE PAVING Page 1 of 9 1 3. Rollers: Manually controlled, water -filled aluminum rollers with projecting ridges 2 on drum capable or imprinting texture and joint patterns on plastic concrete. 3 Contractor to coordinate with Ci1y for final 12attem selection and provide mock-u 4 for review in field. 5 a. Approved Manufacturers 6 1) Scofield L.M. CompanX 7 2) Approved Equivalent 8 4. Texture Rollers: Manually controlled, abrasion -resistant polyurethane rollers 9 capable of imprinting texture on plastic concrete. Contractor to coordinate with 10 City for final pattern selection and provide mock-up for review in field. 11 a. Approved Manufacturers: 12 1) Scofield L.M. CompanX 13 2) Approved Equivalent 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL 16 A. Mix Design 17 1. Concrete Mix Design and Control 18 a. At Ieast 10 calendar days prior to the start of concrete paving operations, the 19 Contractor shall submit a design of the concrete mix it proposes to use and a 20 full description of the source of supply of each material component. 21 b. The design of the concrete mix shall produce a quality concrete complying with 22 these specifications and shall include the following information: 23 1) Design Requirements and Design Summary 24 2) Material source 25 3) Dry weight of cement/cubic yard and type 26 4) Dry weight of fly ash/cubic yard and type, if used 27 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 28 6) Design water/cubic yard 29 7) Quantities, type, and name of admixtures with manufacturer's data sheets 30 8) Current strength tests or strength tests in accordance with ACI 318 31 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 32 and date of tests 33 10) Fineness modulus of fine aggregate 34 11) Specific Gravity and Absorption Values of fine and coarse aggregates 35 12) L.A. Abrasion of coarse aggregates 36 c. Once mix design approved by City, maintain intent of mix design and 37 maximum water to cement ratio. 38 d. No concrete may be placed on the job site until the mix design has been 39 approved by the City. 40 2. Quality of Concrete 41 a. Consistency 42 1) In general, the consistency of concrete mixtures shall be such that: 43 a) Mortar shall cling to the coarse aggregate 44 b) Aggregate shall not segregate in concrete when it is transported to the 45 place of deposit CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 32 13 13-1 CONCRETE PAVING Page 1 of 10 1 c) Concrete, when dropped directly from the discharge chute of the mixer, 2 shall flatten out at the center of the pile, but the edges of the pile shall 3 stand and not flow 4 d) Concrete and mortar shall show no free water when removed from the 5 mixer 6 e) Concrete shall slide and not flow into place when transported in metal 7 chutes at an angle of 30 degrees with the horizontal 8 f) Surface of the finished concrete shall be free from a surface film or 9 laitance 10 2) When field conditions are such that additional moisture is needed for the 11 final concrete surface finishing operation, the required water shall be 12 applied to the surface by hand sprayer only and be held to a minimum 13 amount. 14 3) The concrete shall be workable, cohesive, possess satisfactory finishing 15 qualities and be of the stiffest consistency that can be placed and vibrated 16 into a homogeneous mass. 17 4) Excessive bleeding shall be avoided. 18 5) if the strength or consistency required for the class of concrete being 19 produced is not secured with the minimum cement specified or without 20 exceeding the maximum water/cement ratio, the Contractor may use, or the 21 City may require, an approved cement dispersing agent (water reducer); or 22 the Contractor shall furnish additional aggregates, or aggregates with 23 different characteristics, or the Contractor may use additional cement in 24 order to produce the required results. 25 6) The additional cement may be permitted as a temporary measure, until 26 aggregates are changed and designs checked with the different aggregates 27 or cement dispersing agent. 28 7) The Contractor is solely responsible for the quality of the concrete 29 produced. 30 8) The City reserves the right to independently verify the quality of the 31 concrete through inspection of the batch plant, testing of the various 32 materials used in the concrete and by casting and testing concrete cylinders 33 or beams on the concrete actually incorporated in the pavement. 34 b. Standard Class 35 1) Unless otherwise shown on the Drawings or detailed specifications, the 36 standard class for concrete paving for streets and alleys is shown in the 37 following table: 38 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 321313-1 CONCRETE PAVING Page 1 of 11 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive, Water/ Aggregate Lb./CY Strength Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 1 0.45 1-1/2 1. All exposed horizontal concrete shall have entrained -air. 2. Minimum Compressive Strength Required. 2) Machine -Laid concrete: Class P 3) Hand -Laid concrete: Class H c. High Early Strength Concrete (HES) 1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. 3) No strength overdesign is required. Standard Classes of Pavement Concrete Class of 1 Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength' Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 d. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement Slumn Reauirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 2) No concrete shall be permitted with slump in excess of the maximums shown. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 North Riverside drive Project No. 02272 32 13 13-1 CONCRETE PAVING Page 1 of 12 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered 3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine -Laid Concrete Pavement a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip -Form Paver 1) Slip -form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip -Form Paver if paver requires over -digging and impacts trees, mailboxes or other improvements. 4. Hand -Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand -laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M. City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 North Riverside Drive Project No. 02272 321313-1 CONCRETE PAVING Page I of 13 1 2) The method of sampling shall provide that the samples are representative of 2 widely separated portions, but not from the very ends of the batch. 3 d. The mixing of each batch, after all materials are in the drum, shall continue until 4 it produces a thoroughly mixed concrete of uniform mass as determined by 5 established mixer performance ratings and inspection, or appropriate uniformity 6 tests as described in ASTM C94. 7 e. The entire contents of the drum shall be discharged before any materials are 8 placed therein for the succeeding batch. 9 £ Retempering or remixing shall not be permitted. 10 3. Delivery 11 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 12 City to prevent cold joint. 13 4. Delivery Tickets 14 a. For all operations, the manufacturer of the concrete shall, before unloading, 15 furnish to the purchaser with each batch of concrete at the site a delivery ticket 16 on which is printed, stamped, or written, the following information to determine 17 that the concrete was proportioned in accordance with the approved mix design: 18 1) Name of concrete supplier 19 2) Serial number of ticket 20 3) Date 21 4) Truck number 22 5) Name of purchaser 23 6) Specific designation of job (name and location) 24 7) Specific class, design identification and designation of the concrete in 25 conformance with that employed in job specifications 26 8) Amount of concrete in cubic yards 27 9) Time loaded or of first mixing of cement and aggregates 28 10) Water added by receiver of concrete 29 11) Type and amount of admixtures 30 C. Subgrade 31 1. When manipulation or treatment of subgrade is required on the Drawings, the work 32 shall be performed in proper sequence with the preparation of the subgrade for 33 pavement. 34 2. The roadbed shall be excavated and shaped in conformity with the typical sections 35 and to the lines and grades shown on the Drawings or established by the City. 36 3. All holes, ruts and depressions shall be filled and compacted with suitable material 37 and, if required, the subgrade shall be thoroughly wetted and reshaped. 38 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 39 corrected. 40 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 41 density as determined by ASTM D698. 42 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 43 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 44 pavement to ensure its being in a firm and moist condition. 45 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 46 of the work. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 32 13 13-1 CONCRETE PAVING Page i of 14 1 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 2 place concrete pavement. 3 10. After the specified moisture and density are achieved, the Contractor shall maintain 4 the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base, additional tests may be required as directed by the City. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms for machine -laid concrete 10 1) The side forms shall be metal, of approved cross section and bracing, of a 11 height no less than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form. 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 16 without appreciable springing, settling or deflection. 17 3) The forms shall be free from warps, bends or kinks and shall show no 18 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stability. 30 b. Forms for hand -laid concrete 31 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 32 inches in thickness or equivalent when wooden forms are used, or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used. 35 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 38 shall be rejected. 39 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. 46 c. Repair damage resulting from form removal and honeycombed areas with a 47 mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 32 13 13- 1 CONCRETE PAVING Page 1 of 15 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bars 7 1. General 8 a. When reinforcing steel tic bars, dowels, etc., are required they shall be placed 9 as shown on the Drawings. 10 b. All reinforcing steel shall be clean, free from rust in the form of loose or 11 objectionable scale, and of the type, size and dimensions shown on the 12 Drawings. 13 c. Reinforcing bars shall be securely wired together at the alternate intersections 14 and all splices and shall be securely wired at each intersection dowel and load- 15 transmission unit intersected. 16 d. All bars shall be installed in their required position as shown on the Drawings. 17 e. The storing of reinforcing or structural steel on completed roadway slabs 18 generally shall be avoided and, where permitted, such storage shall be limited 19 to quantities and distribution that shall not induce excessive stresses. 20 2. Splices 21 a. Provide standard reinforcement splices by lapping and tying ends. 22 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 23 the Drawings. 24 3. Installation of Reinforcing Steel 25 a. All reinforcing bars and bar mats shall be installed in the slab at the required 26 depth below the finished surface and supported by and securely attached to bar 27 chairs installed on prescribed longitudinal and transverse centers as shown by 28 sectional and detailed drawings on the Drawings. 29 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 30 on the Drawings and shall be approved by the City prior to extensive 31 fabrication. 32 c. After the reinforcing steel is securely installed above the subgrade as specified 33 in Drawings and as herein prescribed, no loading shall be imposed upon the 34 bar mats or individual bars before or during the placing or finishing of the 35 concrete. 36 4. Installation of Dowel Bars 37 a. Install through the predrilled joint filler and rigidly support in true horizontal 38 and vertical positions by an assembly of bar chairs and dowel baskets. 39 b. Dowel Baskets 40 1) The dowels shall be held in position exactly parallel to surface and 41 centerline of the slab, by a dowel basket that is left in the pavement. 42 2) The dowel basket shall hold each dowel in exactly the correct position so 43 firmly that the dowel's position cannot be altered by concreting operations. 44 c. Dowel Caps 45 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 46 direction. 47 5. Tie Bar and Dowel Placement 48 a. Place at mid -depth of the pavement slab, parallel to the surface. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 32 13 13- 1 CONCRETE PAVING Page 1 of 16 1 b. Place as shown on the Drawings. 2 6. Epoxy for Tie and Dowel Bar Installation 3 1) Epoxy bars as shown on the Drawings. 4 2) Use only drilling operations that do not damage the surrounding operations. 5 3) Blow out drilled holes with compressed air. 6 4) Completely fill the drilled hole with approved epoxy before inserting the tie 7 bar into the hole. 8 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 9 F. Joints 10 1. Joints shall be placed where shown on the Drawings or where directed by the City. 11 2. The plane of all joints shall make a right angle with the surface of the pavement. 12 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 13 4. Joint Dimensions 14 a. The width of the joint shall be shown on the Drawings, creating the joint 15 sealant reservoir. 16 b. The depth of the joint shall be shown on the Drawings. 17 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 18 recommendations. 19 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 20 surface at the center of the joint. 21 5. Transverse Expansion Joints 22 a. Expansion joints shall be installed perpendicularly to the surface and to the 23 centerline of the pavement at the locations shown on the Drawings, or as 24 approved by the City. 25 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 26 approved by the City. 27 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 28 approved by the City, and shall be installed at the specified spacing. 29 d. Support dowel bars with dowel baskets. 30 e. Dowels shall restrict the free opening and closing of the expansion join and 31 shall not make planes of weaknesses in the pavement. 32 f. Greased Dowels for Expansion Joints. 33 1) Coat dowels with a thin film of grease or other approved de -bonding 34 material. 35 2) Provide dowel caps on the lubricated end of each dowel bar. 36 g. Proximity to Existing Structures. When the pavement is adjacent to or around 37 existing structures, expansions joints shall be constructed in accordance with 38 the details shown on the Drawings. 39 6. Transverse Contraction Joints 40 a. Contraction or dummy joints shall be installed at the locations and at the 41 intervals shown on the Drawings. 42 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 43 approved by the City. 44 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 45 approved by the City, and shall be installed at the specified spacing. 46 d. Joints shall be sawed into the completed pavement surface as soon after initial 47 concrete set as possible so that some raveling of the concrete is observed in 48 order for the sawing process to prevent uncontrolled shrinkage cracking. CITY OF PORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 32 13 13-1 CONCRETE PAVING Page 1 of 17 e. The joints shall be constructed by sawing to a 114 inch width and to a depth of 2 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 3 pavement thickness, or deeper if so indicated on the Drawings. 4 f. Complete sawing as soon as possible in hot weather conditions and within a 5 maximum of 24 hours after saw cutting begins under cool weather conditions. 6 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 7 the point where some raveling is observed. 8 h. Damage by blade action to the slab surface and to the concrete immediately 9 adjacent to the joint shall be minimized. 10 i. Any portion of the curing membrane which has been disturbed by sawing 11 operations shall be restored by spraying the areas with additional curing 12 compound. 13 7. Transverse Construction Joints 14 a. Construction joints formed at the close of each day's work or when the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use of metal or wooden bulkheads cut true to the section of the finished 17 pavement and cleaned. 18 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 19 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 20 surface and at right angles to the centerline of the pavement. 21 d. Edges shall be rounded to 1/4 inch radius. 22 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 23 the work. 24 8. Longitudinal Construction Joints 25 a. Longitudinal construction joints shall be of the type shown on the Drawings. 26 9. Joint Filler 27 a. Joint filler shall be as specified in 2.2.1 of the size and shape shown on the 28 Drawings. 29 b. Redwood Board joints shall be used for all pavement joints except for 30 expansion joints that are coincident with a butt joint against existing 31 pavements. 32 c. Boards with less than 25-percent of moisture at the time of installation shall be 33 thoroughly wetted on the job. 34 d. Green lumber of much higher moisture content is desirable and acceptable. 35 e. The joint filler shall be appropriately drilled to admit the dowel bars when 36 required. 37 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 38 slab. The top edge shall be held approximately 1/2 inch below the finished 39 surface of the pavement in order to allow the finishing operations to be 40 continuous. 41 g. The joint filler may be composed of more than one length of board in the 42 length of joint, but no board of a length less than 6 foot may be used unless 43 otherwise shown on the Drawings. 44 h. After the removal of the side forms, the ends of the joints at the edges of the 45 slab shall be carefully opened for the entire depth of the slab. 46 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 47 and as specified in Section 32 13 73. Materials shall generally be handled and 48 applied according to the manufacturer's recommendations as specified in Section 49 32 1373. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 32 13 13-1 CONCRETE PAVING Page 1 of 18 1 G. Placing Concrete 2 1. Unless otherwise specified in the Drawings, the finished pavement shall be 3 constructed monolithically and constructed by machined laid method unless 4 impractical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by shoveling or other approved methods. 8 3. Any concrete not placed as herein prescribed within the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 10 Temperature — Time Requirements 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Concrete Temperature at point of placernent Max Time — minutes no retarding agent) Max Time — minutes t with retarding Merit)' Non -Agitated Concrete All temperatures 45 45 Ajzitated Concrete Above 90°F Time may be reduced by city 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3A.F.7 of this Section. 6. Honeycombing a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing 1. Machine a. Tolerance Limits 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch -per -foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 118 inch. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 North Riverside Drive Project No. 02272 32 13 13-1 CONCRETE PAVING Page I of 19 1 4) Any surface not within the tolerance limits shall be reworked and 2 refinished. 3 b. Edging 4 1) The edges of slabs and all joints requiring edging shall be carefully tooled 5 with an edger of the radius required by the Drawings at the time the 6 concrete begins to take its "set" and becomes non -workable. 7 2) All such work shall be left smooth and true to lines. 8 2. Hand 9 a. Hand finishing permitted only in intersections and areas inaccessible to a 10 finishing machine. 11 b. When the hand method of striking off and consolidating is permitted, the 12 concrete, as soon as placed, shall be approximately leveled and then struck off 13 with screed bar to such elevation above grade that, when consolidated and 14 finished, the surface of the pavement shall be at the grade elevation shown on 15 the Drawings. 16 c. A slight excess of material shall be kept in front of the cutting edge at all times. 17 d. The straightedge and joint finishing shall be as prescribed herein. 18 3. Integrally Colored Concrete Finish 19 a. Integrally Colored Concrete Finish: After final floating, apply a hand trowel 20 finish followed by a broom finish to concrete. 21 1) Burlap Finish: Drag a seamless strip of dam burlap across float finished 22 concrete.,12=endicular to line of traffic, to provide a uniform. rg_itty 23 texture. 24 2) Medium -to -Fine Textured Broom Finish: Draw a soft bristle broom across 25 float -finished concrete surface, perpendicular to line of traffic, to provide a 26 uniform, fine -line texture. 27 3) Medium -to -coarse -textured Broom Finish: Provide a coarse finish by 28 striating float -finished concrete surface 1/16 to 1/8 inch deep with a stiff 29 bristled broom, perpendicular to line of traffic. 30 b. See also Section 03 35 13 31 1. Curing 32 1 _ The curing of concrete pavement shall be thorough and continuous throughout the 33 entire curing period. 34 2. Failure to provide proper curing as herein prescribed shall be considered as 35 sufficient cause for immediate suspension of the paving operations. 36 3. The curing method as herein specified does not preclude the use of any of the other 37 commonly used methods of curing, and the City may approve another method of 38 curing if so requested by the Contractor. 39 4. If any selected method of curing does not afford the desired results, the City shall 40 have the right to order that another method of curing be instituted. 41 5. After removal of the side forms, the sides of the slab shall receive a like coating 42 before earth is banked against them. 43 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 44 as to cover the entire surfaces thoroughly and completely with a uniform film. 45 7. The rate of application shall be such as to ensure complete coverage and shall not 46 exceed 20-square-yards-per-gallon of curing compound. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 321313-1 CONCRETE PAVING Page I of 20 1 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 2 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 3 curing period. 4 9. If for any reason the seal is broken during the curing period, it shall be immediately 5 repaired with additional sealing solution. 6 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 7 Materials, the curing compound shall provide a film which shall have retained 8 within the test specimen a percentage of the moisture present in the specimen when 9 the curing compound was applied according to the following. 10 11. Contractor shall maintain and properly repair damage to curing materials on 11 exposed surfaces of concrete pavement continuously for a least 72 hours. 12 J. Monolithic Curbs 13 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 14 back from the paving mixer, shall be placed within 20-minutes after being mixed. 15 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 16 shall be thoroughly worked with a wooden flat. 17 3. The exposed edges shall be rounded by the use of an edging tool to the radius 18 indicated on the Drawings. 19 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 20 K. Alley Paving 21 1. Alley paving shall be constructed in accordance with the specifications for concrete 22 paving hereinbefore described, in accordance with the details shown on the 23 Drawings, and with the following additional provisions: 24 a. Alley paving shall be constructed to the typical cross sections shown on the 25 Drawings. 26 b. Transverse expansion joints of the type shown on the Drawings shall be 27 constructed at the property line on each end of the alley with a maximum 28 spacing of 600 feet. 29 c. Transverse contraction and dummy joints shall be placed at the spacing shown 30 on the Drawings. 31 d. Contraction and dummy joints shall be formed in such a manner that the 32 required joints shall be produced to the satisfaction of the City. 33 e. All joints shall be constructed in accordance with this specification and filled 34 in accordance with the requirement of Section 32 13 73. 35 L. Pavement Leaveouts 36 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 37 provided at location indicated on the Drawings or as directed by the City. 38 2. The extent and location of each leaveout required and a suitable crossover 39 connection to provide for traffic movements shall be determined in the field by the 40 City. 41 M. Texture/Stamping CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 32 13 13- 1 CONCRETE PAVING Page 1 of 21 I I. Mat Stamping: While initially finished concrete is plastic, accurately align and 2 place stamp mats in sequence. Uniformly load mats and press into concrete to 3 produce required imprint pattern and depth of imprint on concrete surface. Remove 4 stamp mats immediately. Hand stamp edges and surfaces unable to be imprinted by 5 stamp mats. 6 a. Remove unembedded release agent no fewer than three days after stamping 7 concrete._ High pressure wash surface and joint patterns. taking care not to 8 damage stamped concrete. Control, collect, and legally dispose of runoff_. 9 2, Tool Stamping: While initially finished concrete is plastic, cover surface with 10 polyethylene_film, stretch taut to remove wrinkles, lap sides and ends 3 inches, and 11 secure edge to forms. Lightly broom surface to remove air bubbles. Accuratel 12 align and place stamp tools in sequence and tamp into concrete to produce required 13 imprint p[pattern and depth of imprint on concrete surface. Remove stamp tools 14 immediately. Hand stamp edges and surfaces unable to be imprinted by stamp 15 tools._ Unroll and remove polyethylene film immediately after tool stamping_ 16 a. Antiquing agent: apply over liquid release agent according to manufacturer's 17 written instructions. 18 3. Roller Texturing: While initially finished concrete is plastic, cover surface with 19 polyethylene film, stretch taunt to remove wrinkles lap sides and ends 3 inches, 20 and secure to edge forms. Lightly broom surface to remove air bubbles. 21 Accurately align roller and repeat rolling operation to produce required imprint 22 pattern and depth of imprint on concrete surface. Hand stamp surfaces inaccessible 23 to roller. Unroll and remove polyeftlene film immediately after roller stamping 24 a. Antiquing Agent: Apply over liquid release agent according to manufacturer's 25 written instructions. 26 N. Decorative Concrete Pavement Schedule 27 1. Locations indicated on plans. 28 a. Coloring Method: Integrally colored 29 1) As noted on plans and in Section 03 35 19 30 b. Imprinting Method: ,Stamped 31 1) Textures and patterns: Brick Herringbone Pattern 12570) by Scofield & 32 Running Bond by Scofield, or approved equivalent 33 2) Color Pigment: As noted in Section 03 35 19 34 3) Release Agents: Scofield, Antiquing Release A-26 Brick Red by 35 Scofield, or approved equivalent. 36 3.5 REPAIR 37 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 38 specified in Section 32 0129. 39 3.6 RE4NSTALLATION [NOT USED] 40 3.7 SITE QUALITY CONTROL 41 A. Concrete Placement 42 1. Place concrete using a fully automated paving machine. Hand paving only 43 permitted in areas such as intersections where use of paving machine is not 44 practical CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 32 13 13-1 CONCRETE PAVING Page 1 of 22 a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials 1. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the Drawings. 2. In the event the initial sampling and testing does not comply with the specifications, all subsequent testing of the material in order to determine if the material is acceptable shall be at the Contractor's expense at the same rate charged by the commercial laboratories. 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician must be ACI certified or equivalent. C. Pavement Thickness Test 1. Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. The cost for the initial pavement thickness test shall be the expense of the City. 4. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. 7 9 Deficiency in Thickness Determined by Cores Proportional Part Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 North Riverside Drive Project No. 02272 32 13 13- 1 CONCRETE PAVING Page I of 23 1 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 2 than 1/10 of the plan thickness, whichever is greater, shall be removed and 3 replaced, at the Contractor's entire expense, with concrete of the thickness shown 4 on the Drawings. 5 11. No additional payment over the contract unit price shall be made for any pavement 6 of a thickness exceeding that required by the Drawings. 7 D. Pavement Strength Test 8 1. During the progress of the work the City shall provide trained technicians to cast 9 test cylinders for conforming to ASTM C31, to maintain a check on the 10 compressive strengths of the concrete being placed. 11 2. After the cylinders have been cast, they shall remain on the job site and then 12 transported, moist cured, and tested by the City in accordance with ASTM C31 and 13 ASTM C39. 14 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 15 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 16 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 17 and expense, core the pavement in question and have the cores tested by an 18 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 19 the average of all cores must meet 100 percent of the minimum specified strength, 20 with no individual core resulting in less than 90 percent of design strength, to 21 override the results of the cylinder tests. 22 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 23 meet minimum specified strength, additional cores shall be taken to identify the 24 limits of deficient concrete pavement at the expense of the Contractor. 25 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 26 meeting the minimum specified strength shall be subject to the money penalties or 27 removal and placement at the Contractor's expense as show in the following table. 28 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90- ercent Greater Than 10 percent - Not More Than 15 percent 80- ercent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 29 30 7. The amount of penalty shall be deducted from payment due to Contractor; such as 31 penalty deducted is to defray the cost of extra maintenance. 32 8. The strength requirements for structures and other concrete work are not altered by 33 the special provision. 34 9. No additional payment over the contract unit price shall be made for any pavement 35 of strength exceeding that required by the Drawings and/or specifications. 36 E. Cracked Concrete Acceptance Policy 37 1. If cracks exist in concrete pavement upon completion of the project, the Project 38 Inspector shall make a determination as to the need for action to address the 39 cracking as to its cause and recommended remedial work. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 32 13 13-1 CONCRETE PAVING Page 1 of 24 1 2. If the recommended remedial work is routing and sealing of the cracks to protect 2 the subgrade, the Inspector shall make the determination as to whether to rout and 3 seal the cracks at the time of final inspection and acceptance or at any time prior to 4 the end of the project maintenance period. The Contractor shall perform the routing 5 and sealing work as directed by the Project Inspector, at no cost to the City, 6 regardless of the cause of the cracking. 7 3. If remedial work beyond routing and sealing is determined to be necessary, the 8 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 9 agreement is reached that the cracking is due to deficient materials or workmanship, 10 the Contractor shall perform the remedial work at no cost to the City. Remedial I I work in this case shall be limited to removing and replacing the deficient work with 12 new material and workmanship that meets the requirements of the contract. 13 4. If remedial work beyond routing and sealing is determined to be necessary, and the 14 Inspector and the Contractor agree that the cause of the cracking is not deficient 15 materials or workmanship, the City may request the Contractor to provide an 16 estimate of the cost of the necessary remedial work and/or additional work to 17 address the cause of the cracking, and the Contractor will perform that work at the 18 agreed -upon price if the City elects to do so. 19 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 20 the cause of the cracking, the City may hire an independent geotechnical engineer 21 to perform testing and analysis to determine the cause of the cracking. The 22 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 23 with the City. The Contractor and the City shall use the services of a geotechnical 24 firm acceptable to both parties. 25 6. If the geotechnical engineer determines that the primary cause of the cracking is the 26 Contractor's deficient material or workmanship, the remedial work will be 27 performed at the Contractor's entire expense and the Contractor will also reimburse 28 the City for the balance of the cost of the geotechnical investigation over and above 29 the amount that has previously been escrowed. Remedial work in this case shall be 30 limited to removing and replacing the deficient work with new material and 31 workmanship that meets the requirements of the contract. 32 7. If the geotechnical engineer determines that the primary cause of the cracking is not 33 the Contractor's deficient material or workmanship, the City will return the 34 escrowed funds to the Contractor. The Contractor, on request, will provide the City 35 an estimate of the costs of the necessary remedial work and/or additional work and 36 will perform the work at the agreed -upon price as directed by the City. 37 3.8 SYSTEM STARTUP [NOT USED] 38 3.9 ADJUSTING [NOT USED] 39 3.10 CLEANING [NOT USED] 40 3.11 CLOSEOUT ACTIVITIES [NOT USED] 41 3.12 PROTECTION [NOT USED] 42 3.13 MAINTENANCE [NOT USED] 43 3.14 ATTACHMENTS [NOT USED] 44 CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 02272 Revised December 20, 2012 321313-1 CONCRETE PAVING Page I of23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modified items to be included in price bid 0S/21 /2014 Doug Rademaker 2.2.1) — Modified to clarify acceptable fly ash substitution in concrete paving CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 02272 Revised December 20, 2012 F) 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 3126 WIRE FENCE AND GATES 3231 26 - 1 WIRE FENCE AND GATES Page 1 of 3 5 A. Section Includes: 6 1. Furnish and construct fence of barbed or smooth wire. 7 2. On utility projects: 8 a. When existing fence is within the project Site (i.e. parallel to the utility trench 9 and/or within utility easement) and is directly disturbed by construction 10 activities, fencing will be paid for as listed in Article 1.2 below. 11 b. When existing fence is crossing the proposed utility trench, the work performed 12 and materials furnished in accordance with fence replacement will be 13 considered subsidiary to the trench and no other compensation will be allowed. 14 c. When existing fence is outside of the limits of the project Site or is identified as 15 protected on the Drawings and is disturbed and/or by construction activities, 16 replacement will be at the expense of the Contractor and no other compensation 17 will be allowed. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. 1.2.A.2.h.1) - Payment 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 22 2. Division 1 - General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Wire Fence 26 a. Measurement 27 1) Measurement for this Item shall be by the linear foot of Wire Fence, 28 excluding gates. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per linear foot of Wire fence installed for various: 33 a) Post types 34 b) Wire types 35 c) Number of Strands as specified in the Drawings 36 c. The price bid shall include: 37 1) Removal of existing fence and/or, unless specifically defined as a separate 38 pay item on Drawings 39 2) Furnishing, preparing, hauling, and installing Wire Fence 40 3) Excavation, backfilling, and disposal of surplus material 41 4) Removal and trimming of brush and tree limbs 42 2. Steel Gates 43 a. Measurement CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 323126-2 WIRE FENCE AND GATES Page 2 of 3 1 1) Measurement for this Item shall be per each Steel Fence. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under "Measurement" will be paid for at the unit 5 price bid per each Steel Gate by length. 6 c. The price bid shall include: 7 1) Removal of existing fence and/or gates, unless specifically defined as a 8 separate pay item on Drawings 9 2) Furnishing, preparing, hauling, and installing Steel Gates 10 3) Excavation, backfilling, and disposal of surplus material 11 4) Removal and trimming of brush and tree limbs 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this specification refer to the current reference standard 15 published at the time of the latest revision date logged at the end of this 16 specification, unless a date is specifically cited. 17 2. American Society for Testing and Materials (ASTM): 18 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 19 Wrought 20 b. A 121, Standard Specification for Metallic -Coated, Carbon Steel Barbed Wire 21 c. A 116, Standard Specification for Metallic -Coated, Steel Woven Wire Fence 22 Fabric 23 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 24 (Galvanized) Welded, for Fence Structures 25 3. American Wood Protection Association (AWPA) 26 a. P8/P9, Standard for Oil -Borne Preservatives 27 b. C5, Fence Posts - Preservative Treatment by Pressure Processes 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 ACTION SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 WARRANTY [NOT USED] 37 PART 2 - PRODUCTS 38 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 39 2.2 MATERIALS 40 A. Furnish materials in accordance with details shown on the Drawings and with the 41 following requirements. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3231 26-3 WIRE FENCE AND GATES Page 3 of 3 B. Metal Posts and Braces 1. Steel Pipe: ASTM F 1083 2. T posts: ASTM A 702 3. Use only new steel. Do not use rerolled or open -seam material. 4. Furnish galvanized steel sections in ASTM F 1083. 5. Painting a. Use an approved anticorrosive coating. b. After installation of painted posts and braces, spot -coat damaged areas with the same paint color. c. Use paint with at least the same anticorrosive properties as the original paint. 6. Use the size, weight, and area of posts, braces, and anchor plates shown on the Drawings. C. Wood Posts and Braces 1. Untreated Wood: cedar or juniper timber 2. Treated Wood a. AWPA standards govern materials and methods of treatments including seasoning, preservatives, and inspection for treatment. b. Each piece or bundle of other treated -timber products must have: 1) Legible brand mark or tag indicating the name of the treater 2) Date of treatment or lot number 3) AWPA treatment specification symbol c_ Provide the level of preservative indicated in Table 1. Table 1 Minimum Retentinn of Preservative 33 D 34 E. 35 36 37 F. 38 Penta- Product chlorophenol AWPA (lb./cu. ft.) Standard for AWPA Preservative (PS/P9) 'treatment Standard Wire fence posts 0.4 CS round 1. Retention determined by assay (0 to 1.0-inch zone). 3. Use sound timber that is free from decay, shakes, splits, or other defects that would weaken the posts or braces or otherwise make them structurally unsuitable for the purposes intended. 4. Knots that are sound, tight, trimmed flush, and not in clusters will be allowed, provided they do not exceed 1/3 of the small diameter or the least dimension of the posts and braces. 5. Remove spurs and splinters, cutting the ends square. Gates and Gateposts: Furnish materials to the required dimensions. Barbed and Smooth Wire: ASTM A 121, Class 1 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart Wire Mesh: ASTM A 116, Class 1 1. Top and bottom wires: at least 10 gauge wire CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 North Riverside Drive Project No. 02272 323126-4 WIRE FENCE AND GATES Page 4 of 4 1 2. Intermediate wires and vertical stays: 12 1/2 gauge wire 2 G. Miscellaneous 3 1. Fumish galvanized bolts, nuts, washers, braces, straps, and suitable devices for 4 holding barbed wire and wire mesh firmly to metal posts. 5 2. Use material of good commercial quality and design. 6 3. Provide galvanized staples, at least 1 1/2 inch long. 7 H. Concrete 8 1. Minimum 28 day compressive strength of 3,000 psi 9 2. Bagged concrete allowed. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 m EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. Space fence posts as shown on the Drawings or to match existing. 18 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the 19 Drawings or to match existing. 20 C. Brace corner and pull posts in 2 directions. 21 D. Brace end posts and gateposts in 1 direction. 22 E. Install a corner post where the alignment changes 30 degrees or more. 23 F. At alignment angles between 15 and 30 degrees, brace the angle post to the adjacent 24 line posts with diagonal tension wires. 25 G. At grade depressions where stresses tend to pull posts out of the ground, snub or guy 26 the fencing at the critical point with a double 9 gauge galvanized wire. 27 H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom 28 wire or wire mesh fabric, and to a deadman weighing at least 100 pounds. 29 I. Stretch the fence before guying and snubbing. 30 J. Install number stands at spacing shown in Drawings. 31 K. Install corner, end, or angle post assembly before stretching the wire between posts. 32 L. Connect existing cross fences to the new fences and corner posts at junctions with 33 existing fences. 34 M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or 35 staples, or as shown on the Drawings. 36 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet 37 intervals for wood posts. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 323126-5 WIRE FENCE AND GATES Page 5 of 5 1 O. Drive metal line posts provided driving does not damage the posts. 2 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum of 24 3 inches and crowned at the top to shed Water. 4 Q. Thoroughly tamp backfill in 4 inch layers. 5 R. Notch timber posts. 6 3.5 REPAIR/RESTORATION [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] IV 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/2012012 D. Johnson 1. LA. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised December 20, 2012 33 50 00 - 1 MISCELLANEOUS UTILITY ADJUSTMENTS Page 1 of 2 1 SECTION 33 50 00 2 MISCELLANEOUS UTIILTY RELOCATIONS/ADJUSTMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Miscellaneous utility adjustments include lawn sprinkler systems, subsurface drains and other 6 private service lines and appurtenances that are the property owner's responsibility to maintain. 7 Modifications to these miscellaneous utilities will likely be required on this project. Exact 8 locations and work required will not be determined until work begins on the project. The 9 Contractor shall obtain a reputable licensed sub -contractor (irrigator, plumber, electrician, etc.) to 10 repair or replace the existing system, as determined by the City/Engineer. 11 12 ,Should the Contractor damage service lines due to his negligence, where such lines would not 13 have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the 14 Contractor at the Contractor's expense 15 B. Related Specifications Sections include but are not necessarily limited to 16 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division I — General Requirements 18 3. Section 26 05 00 — Common Work Results for Electrical 19 4. Section 26 05 33 — Raceways and Boxed for Electrical Systems 20 5. Section 26 05 43 Underground Ducts and Raceways for Electrical Systems 21 6. Section 32 90 10 — Irrigation Systems 22 7. Section 32 90 19 — Top Soil Placement and Finishing of Parkways 23 8. Section 32 92 13 — Hydro -Mulch, Seeding and Sodding 24 9. Section 32 93 43 — Trees and Shrubs 25 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Measurement for this item shall be made on the basis of each occurrence as determined 29 necessary and pre -approved by the City/Engineer, and payment to the Contractor shall be 30 the actual sub -contractor's bid for the adjustments plus ten percent (10%), to be paid from 31 the allowances given in the contract documents; such price shall include all materials, labor, 32 equipment, tools, and incidentals required to adjust, repair, or replace miscellaneous 33 utilities, complete in place. CITY OF FORT WORTH North Riverside Drive CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 335000-2 MISCELLANEOUS UTILITY ADJUSTMENTS Page 2 of 2 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 9 1.11 FIELD CONDITIONS t0 A. Existing Conditions 11 1. Any data which has been or may be provided on subsurface conditions is not 12 intended as a representation or warranty of accuracy or continuity between soils. It 13 is expressly understood that neither the City nor the Engineer will be responsible 14 for interpretations or conclusions drawn there from by the Contractor. 15 B. Data is made available for the convenience of the Contractor 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS [NOT USED] 18 PART 3 - EXECUTION [ NOT USED] 19 END OF SECTION CITY OF FORT WORTH North Riverside Drive CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 330131-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 7 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7 sanitary sewer or storm sewer mains 8 2. For sanitary sewer projects all (existing: Pre -CCTV, proposed: Post -CCTV) main 9 shaIl be inspected. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 General Requirements 16 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 17 4. Section 33 04 50 — Cleaning of Sewer Mains 18 5. Section 0132 16 — Construction Progress Schedule 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Pre -CCTV Inspection 21 1. Measurement 22 a. Measurement for this Item will be by the linear foot of line televised for CCTV 23 Inspection performed prior to any line modification or replacement determined 24 from the distance recorded on the video log. 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Pre -CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised March 3, 2016 33 01 31 - 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 7 1 a. The work performed and materials furnished in accordance with this Item and 2 measured as provided under "Measurement" will be paid for at the unit price 3 bid per linear foot for "Post -CCTV Inspection". 4 1) Contractor will not be paid for unaccepted video. 5 3. The price bid shall include: 6 a. Mobilization 7 b. Cleaning 8 c. Digital file 9 1.3 REFERENCES 10 A. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. City of Fort Worth Water Department 15 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 16 Program (CCTV Manual). The CCTV Manual is available for download on 17 Buzzsaw. Location: Resources170 — Inspection ToolslStandard Construction 18 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 19 download on Buzzsaw. Location: Resources170 — Inspection ToolslStandard 20 Construction. 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Sanitary Sewer Lines 24 a. Meet with City of Fort Worth Water Department staff to confirm that the 25 appropriate equipment, software, standard templates, defect codes and defect 26 rankings are being used, if required. 27 2. Storm Sewer Lines 28 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 29 confirm that the appropriate equipment, software, standard templates, defect 30 codes and defect rankings are being used, if required. 31 B. Schedule 32 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 33 per Section 0132 16. 34 2. Include time for City review (2 weeks minimum — Notification needs to be send out 35 to Project Manager & Field Operation). 36 3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City 37 per Part 1.4 A. 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 33 00. 40 B. All submittals shall be approved by the Engineer or the City prior to delivery. 41 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 42 video data per the CCTV Manual. Provide additional copy of video in Windows Media 43 AudioNideo (.wmv) format for City Inspection review. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised March 3, 2016 33 01 31 -3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 7 1 D. If inspected with other software provide video data in Windows Media Audio/Video 2 (.wmv) format. Provide CCTV log in EXCEL spread sheet format — The CCTV spread 3 sheet log can be found on Buzzsaw. Location: Resources170 Inspection 4 ToolslStandard Construction. 5 E. Inspection Report shall include: 6 1. Asset 7 a. Date 8 b. City 9 c. Address and/or Project Name 10 d. Main Number — GIS ID (If Available) 11 e. Upstream Manhole GIS ID (If Available) 12 £ Downstream Manhole GIS ID (If Available) 13 g. Pipe Diameter 14 h. Material 15 i. Pipe Length 16 j. Mapsco Location Number 17 k. Date Constructed 18 1. Pipe Wall Thickness 19 2. Inspection 20 a. Inspection Number (i.e. 111,2 d,etc...) 21 b. Crew Number 22 c. Operator Name 23 d. Operator Comments 24 e. Reason for Inspection 25 £ Equipment Number 26 g. Camera Travel Direction (Upstream/Downstream) 27 h. Inspected Length (feet) 28 i. Work Order Number (if required) 29 j. City Project Number (if required) 30 k. City Contract Name 31 1. DOE/TPW Number (if required) 32 m. Consultant Company Name 33 n. Consultant Contact Name 34 o. Consultant Contact Phone Number 35 p. Contractor Company Name 36 q. Contractor Contact Name 37 r. Contractor Contact Phone Number 38 1.6 INFORMATIONAL SUBMITTALS 39 A. Pre -CCTV submittals 40 1. 2 copies of CCTV video results on USB drive 41 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 42 B. Additional information that may be requested by the City 43 1. Listing of cleaning equipment and procedures 44 2. Listing of flow diversion procedures if required 45 3. Listing of CCTV equipment 46 4. Listing of backup and standby equipment CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised March 3, 2016 33 01 31 - 4 CLOSET] CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 7 5. Listing of safety precautions and traffic control measures 2 1.7 CLOSEOUT SUBMITTALS 3 A. Post -CCTV submittals 4 1. 2 copies of CCTV video results on USB drive 5 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to 6 the City Inspector for review prior to scheduling a project final walk through. 7 3. CCTV speadsheet log in EXCEL format — A blank copy of the CCTV spread sheet 8 log can be found on Buzzsaw. Location: Rcsources170 — Inspection ToolslStandard 9 Construction 10 4. Construction Plans identifying the line segments that were videoed. Include cover 11 sheet, overall line layout sheet(s), and plan and profile sheet(s). 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Equipment— l. Closed Circuit Television Camera a. The television camera used shall be one specifically designed and constructed for sewer inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100 percent humidity/submerged conditions. The equipment will provide a view of the pipe ahead of the equipment and of features to the side of the equipment through turning and rotation of the lens. The camera shall be capable of tilting at right angles along the axis of the pipe while panning the camera lens through a full circle about the circumference of the pipe. The lights on the camera shall also be capable of panning 90-degrees to the axis of the pipe. b. The radial view camera must be solid state color and have remote control of the rotational lens. The camera shall be capable of viewing the complete circumference of the pipe and manhole structure, including the cone -section or corbel. The camera lens shall be an auto -iris type with remote controlled manual override. 2. Video Capture System a. The video and audio recordings of the sewer inspections shall be made using digital video equipment. A video enhancer may be used in conjunction with, but not in lieu of, the required equipment. The digital recording equipment shall capture sewer inspection on USB drive, with each sewer segment (from upstream manhole to downstream manhole) inspection recorded as an individual file in Windows Media Audio/Video (.wmv) format. City has a right to change the format from .WMV media to .MP4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2016 North Riverside Drive Project No. 02272 33 01 31 -5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 7 1 b. The system shall be capable of printing pipeline inspection reports with 2 captured images of defects or other related significant visual information on a 3 standard color printer. 4 c. The system shall store digitized color picture images and be saved in digital 5 format on a USB drive. 6 d. The system shall be able to produce data reports to include, at a minimum, all 7 observation points and pertinent data. All data reports shall match the defect 8 severity codes outlined in the City's CCTV manual. 9 e. Camera footage, date & manhole numbers shall be maintained in real time and 10 shall be displayed on the video monitor as well as the video character 11 generators illuminated footage display at the control console. 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 18 plans or City to be used during inspections. Inspections performed using 19 identification numbers other than the plans or from assigned numbers from the City 20 will be rejected. 21 2. Inspection shall not commence until the sewer section to be televised has been 22 completely cleaned in conformance with Section 33 04 50. (Sewer system should 23 be connected to existing sewer system and should be active) 24 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to 25 completion of the following: 26 a. Pipe testing 27 b. All manhole work is complete 28 c. Installation of all lateral services 29 d. Vacuum test of manholes 30 4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. 31 B. Storm Sewer Lines 32 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 33 CCTV equipment and cleaning requirements. 34 3.4 INSPECTION (CCTV) 35 A. General 36 1. Begin inspection immediately after cleaning of the main. 37 2. Move camera through the line in either direction at a moderate rate, stopping when 38 necessary to permit proper documentation of the main's condition. 39 3. Do not move camera at a speed greater than 30 feet per minute. 40 4. Use manual winches, power winches, TV cable, and power rewinds that do not 41 obstruct the camera view, allowing for proper evaluation. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised March 3, 2016 33 01 31 -6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 6 of 7 1 5. During investigation stop camera at each defect along the main. 2 a. Record the nature, location and orientation of the defect or infiltration location 3 as specified in the CCTV Manual. 4 6. Pan and tilt the camera to provide additional detail at: 5 a. Manholes, Include condition of manhole in its entirety and interior corrosion 6 protection (if applicable) (Camera should pan the entire manhole from top as 7 well as while lowering into manhole, also show complete view of invert) 8 b. Service connections, Pan the Camera to get a complete overview of service 9 connection including zooming into service connection Include location (i.e. 3 10 o'clock, 9 o'clock, etc...) 11 c. Joints, Include comment on condition, signs of damage, etc... 12 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 13 joints, obstructions or debris (show as % of pipe diameter). If debris has been 14 found in the pipe during the post -CCTV inspection, additional cleaning is 15 required and pipe shall be re -televised. 16 e. Infiltration/Inflow locations 17 f. Pipe material transitions 18 g. Other locations that do not appear to be typical for normal pipe conditions 19 h. Note locations where camera is underwater and level as a % of pipe diameter. 20 7. Provide accurate distance measurement. 21 a. The meter device is to be accurate to the nearest 1/10 foot. 22 8. CCTV inspections are to be continuous. 23 a. Do not provide a single segment of main on more than 1 USB drive. 24 b. A single segment is defined from manhole to manhole. 25 B. Pre -Installation Inspection for Sewer Mains to be rehabilitated 26 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before 27 rehabilitation work. 28 2. If, during inspection, the CCTV will not pass through the entire section of main due 29 to blockage or pipe defect, set up so the inspection can be performed from the 30 opposite manhole. 31 3. Provisions for repairing or replacing the impassable location are addressed in 32 Section 33 3120, Section 33 3121 and Section 33 3122. 33 C. Post -Installation Inspection 34 1. Complete manhole installation before inspection begins. 35 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 36 0450, 37 D. Documentation of CCTV Inspection 38 1. Sanitary Sewer Lines 39 a. Follow the CCTV Manual (CCTV standard manual supplied by City upon 40 request) for the inspection video, data logging and reporting or Part 1.5 E of 41 this section. 42 2. Storm Sewer Lines 43 a. Provided documentation for video, data logging, and reporting in accordance 44 with City of Fort Worth Transportation/Public Works Department 45 requirements. CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised March 3, 2016 33 01 31 - 7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 7 of 7 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING 7 A. See Section 33 04 50. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Various— Added requirements for coordination with T/PW for Storm Sewer CCTV 03/03/2016 J Kasavich Various —Alternative to CCTV Manual, modified submittal detail requirements CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised March 3, 2016 FORT WORTH PRO.1E T MANUAL FOR THE N TRU 'ION OF P VIN' DRAINA E, & UTILITY IMPROVEENTS FOR FORTH RIVERSIDE DRIVE FROM NORTH T RR I T PARKWAY TO OLD DE ?TON ROAD VOL. 2 - APPENDICES City Prnjccl No, 02272 Betsy Prise Mayor David Cooke City Manager Chris Ha Mer, Di=tor, Water Depaarnnent David V. Magafia, P.E. City Engineer, Tmnspor atjon and Pub]it: Works Depaftmanl Prepared for The City of Fort Worth Transportation and Public Works Department August 2019 8=B BAIRD. HAmtrroN & BROWN. INC. 3801 1 i11iam D. Tate Blvd-. SuiCc 500 ("pevine. Tomas 76051 dr ;- KONSTAN-nNE BAKINTAS ++a++a++1++ar+i+ a OZ2 W 0811 /19 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site: NONE GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities: NONE GG6.24 Nondiscrimination: NONE GR-01 60 00 Product Requirements CITY OF FORT WORTH North Riverside Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02272 Revised July 1, 2011 -4.1 Availability of Lands THIS PACE E LEFT INTENTIONALLY BLANK Cr Y OFMRT WQRTIi rdanli A19rXide ()ViVC STANDARD C�-)NSiRI,ICi M SPaCIPECATiON DI )CLIMEN-1-3 thmjecl No. U271 Revised July 1, Al11 A I� TCE-1 A Blue Maple Group LLC 8463 Old Denton Rd, Fort Worth Tract2, 132t3012615 D.R.T.C.T. TCE-1B xgl- OLD DENTON `o a1d➢cnton Rd, FoH Wmn - TTRjinder LoI I, BIk4 ��m '� rina R.Hersl Q nriln,Flp Addiii- s Victoria Ct, �Keller ISD Fort Worth O� ot 37, Blk l76Lo11,B1k175eldsAddition -9ununcr6clAsAddition_�John yri ongjiim Fonta e — `� Balbir Singh (A 7669rittany P1, Fo Worth 1n le .� Lot 6, Blk 1 _ 3504 Princess Victoria Ct, LLt Britia y Place�ddi(ion Fort Worth C) / I 1.ot 36, Blk 176 Z i 7%6 Huynh Summerfieldr Addition 7656 Brittany Pl, Fort Worth (.L. of 15, Blk I Torrence Brown I 1 •f Brittany Placc Addition 3501 Princess Victoria Ct, For[ I { Lot 19, Blk 1k 176 176 I Samnterftelds Addition TCE-1C TCE-1E TCE-2 ' F ] M Properties LP 7950 N Riverside Dr, Fort Worth I Lot 14, Blk 177 Summerfields Addition T- I Z P-11 Elk A to - _ O Matthew & glCI,n -J Q 35 3SOOCarolineCt,FonWor[h oiTVIT -r1h _ _ Ld W U Lot 18, Blk 176 Summci telds Addition (r _ _ I Joel & Tiffeney Petrie IW :21 I - 3504 Caroline Ct, Fort Worth ) I IM I SUBJECT TRACTS Parcel No. Parcel Status Type of Acquisition Property Owner Property Address Area (sq.ft) Accumulative Area (sq.ft.) P-5 Being Acquired Right -of -Way SDA Properties Ltd. 8330 Old Denton Rd 5,344 P-6 Being Acquired Right -of -Way Bill Markham 8300 Old Denton Rd 5,326 P-7 Being Acquired Right -of -Way Ricardo A. Ibanez 8280 Old Denton Rd 4,553 P- 9 Being Acquired Right -of -Way AIL investments, L.P. 8200 Old Denton Rd Remainder Tract 10. Abstract A-1611, Charles W. Thompson Survey 12,576 P-9 Being Acquired Right -of -Way Bosem & Riad Nimri 0107 Old Denton Rd 18.645 P-10 Being Acquired Right -of -Way HPT, L.L.P. 8101 Old Denton Rd 25.290 P-11 Being Acquired Right -of -Way FJM Properties 7950 N. Riverside Dr 1.017 P-12 Being Acquired Right -of -Way Blue Maple Group, L.L.C. 8463 Old Denton Rd 231.565 P-13 Being Acquired Right -of -Way AIL Investments, L.P. 8497 Old Denton Rd 29.953 DE-1 Being Acquired Permanent Drainage Easement Blue Maple Group, L.L.C. 8463 Old Denton Rd 2,OD7 TCE-lA Not Available Temporary Construction Easement Blue Maple Group, L.L.C. 8463 Old Denton Rd 1.702 1,702 TCE-1B Not Available Temporary Construction Easement Blue Mople Group, L.L.C. 8463 Old Denton Rd 1,688 3,390 TCE-1C Being Acquired Temporary Construction Easement Blue Maple Group, L.L.C. P P 8463 Old Denton Rd 11.250 14,640 TCE-1D Being Acquired Temporary Construction Easement Blue Mop1e Group, L.L.C. 8463 Old Denton Rd 20,567 35;207 TCE-1E Being Acquired Temporary Construction Easement Blue Maple Group, L.L.C. P P 8463 Old Denton Rd 2,727 37,934 TCE-2 BeingAcquired Temporary Construction Easement FJM Properties. L.P. P 7950 N Riverside Or 6,106 TCE-3 Being Acquired Temporary Construction Easement HPT, L.L.P. 8101 Old Denton Rd 4,161 TCE-4 Being Acquired Temporary Construction Easement Basem & Riad Nimri 8107 Old Denton Rd 8,076 TCE-5 Being Acquired Temporary Construction P Easement AIL Investments. L.P. B200 Old Denton Rd Remainder Tract 10, Abstract A-1611. Charles W. Thompson Survey 4,484 TCE-6 Being Acquired Temporary Construction Easement AIL Investments, L.P. 8497 0!d Denton Rd 12,460 TCE-12 Not Available Temporary Construction Easement Bill Markham 8300 Did Denton Rd 307 TCE-13 Not Available Temporary Construction Easement Ricardo A Ibanez 8280 Old Denton Rd 775 TCE-14 Not Available Temporary Construction Easement Bella Vista Texas Apartments 6100 Old Denton Rd 8138 TCE-3 P-10 � I TCE-14 I�I �� P-9 W - — - — ll P T Bella Vista Texas Apartments �� / 8 Wt Old Denton Rd, Fort Worth 8100 Old Denton Rd, Fort Worth Tract 4CO6 & 4C3A, Abstract A-1498, Lot tAl, BIk A William W. Thompson Survey Residence At Old Denton Road TCE-4 Baser & Riad Nimri 8107 Old Denton Rd, Fart Worth Tract 4C, Abstract A-1498, William W. Thompson Survey O S F f7,131k1.6 fff SunuuerRelds Addition I Singh 3505 I 3505 Princess Victoria C[, For[ Worth Let 20, Blk 176 I ISuntrtlerfelds Addition I - _ _ P-8 I I I �I I I ALL Investment LP 8497 Old Denton Rd, Fort Worth Tract2, D211292925 D,R.T.C.T. I I TCE-6 I I TCE_51 All, Investment LP Old Denton Rd, Fort Worth Remainder Tract 10, Abstract A-1611, Charier C. Whyte Survey P-7 I . TCE-13 Ricardo A I Ibanez 1 9280 Old Denton Rd, Fort Worth Tract 2B 13, 1 Abstract a-161 t, Charles C. Whyte Survey I iP-1D � Q TGE-3 Z HPT 8101 Old Denton Rd, Fort Worth Tract 4CO6 & 4C3A, �J Abstmct A•1498, William W. Thompson Survey J t • u • r:.... ;I.::: oaoovvaZ�L�\~*�tt P-6 TCE-12 I P-5 SDA Bill Markham Properties 9300Old Denton Ltd Rd, Fort Worth 8330 Old Tract 2B It 4, Denton Rd, Abstract A-1611, Foil Worth Charles C. Whyte I Tract 2BO7D Survey i &2610, Abstract A-ldl 1, Charles C. Whyte survey 0 100 200 i7-Feet cp M 1"=100' (22"X34") 04 W LEGEND _ o DtSCRIPTION PROPOSLID ASPHALT PAVEMENT & CONCRETE PAVEMENT n CONCRETE CURB & GUTTER r��l I Y ROW DEDICATION DRAINAGE EASEMENT TEMPORARY CONSTRUCTION EASEMENT X 1' OF F2 tZut ra-IARIES GENE CAYFS � OJ "�y� 1a4919 r� r 'PEO15T¢R �G���W 0 O 8/14/ 9 REVISIONS a DESCRIPTOR DATE F Z 0'_ of H IDOE #7236 CITY PROJECT #02272 Z K-2478 X-23611 MAP5CO NO. 35-G,L BNB No. 2014,706,000 BAIRD, HAMPTON & BROWN 8 mo ENGINEERING & SURVEYING 0 fl� ILL 8e01 William D Tale, Suite 500. Grapevine, TX 76051 mall@bhbino.com Tel:817.251,8550 bhbinc.com TBPE Flrm #44 TBPLS FIRM #10011302 I CITY OF FORT WORTH, TEXAS Lij TRANSPORTATION AND PUBLIC WORKS INFRASTRUCTURE DESIGN & CONSTRUCTION DIVISION _© (n NORTH RIVERSIDE DRIVE LLJ -ROM N. TARRANT PKWY. TO OLD DENTON RD. > ROW & EASEMENT PARCELS (1 OF 2) _ DESIGNED: CGC SCALE: DATE: AUG 2019 SHEET O DRAWN: CGC I"=100 1 7 OF 252 Z ( l I I NTPBuilding LP 3409 North Tarrant Pkwy, Fort Worth i Lot2,Blk 1 I NTPPointAddition I I AILenRd, LP I ' 8601 Old Denton,Abst Rd, Fort Worth l Cl I Tract 1, Abstract A-999, _ Wm McCowens Survey I F D211298925 D.R.T,C.T. J Q Saunders, Pamela A Tr P-14-A C McGuire Trust Etal TCE-7 Q I l 3429 North Tarrant I I I I ■ P-14 j I I PkwoPort WorthI _ I Lott 1, BlkAd 1 I I _ I , NTP Point Addition LLI TCE-7 _. P-2-A P-5 P-4 P-3 / ~ ~ ~ f ~ ` Fort Worth Communi Credit Union DFW pLF I LLC TCE-8 P_2 ty 8600 Old Denton Rd, Fort Worth I TCE-11 TCE-10 I TCE-9 I 84000Id Denton Rd, Fort Worth Lot 1, Etk 1 I Lot d BIk 1 I North Riverside Senior Living Prentiss D &Anna I 'i I I North Riverside Senior Living } Addition Scott E& Sharu L I p Clark Ricky W Collins __ 4 I Addition O'Doanoil 8494 Old Denton 8496 Old Denton Rd, I II 8312 Old Denton Rd, Rd, Fort Worth Forl Worth I _ Fort Worth Tract 2E 11, I Tract 2➢07A & 2➢12, t t Lot 1, Blk 1 Abstract A-1611, CAbstract A-1611, I I k O'ponnell'a Addition I Charles C. Whyte Charles C. Whyte I iY i I Survey Survey I TCE-8 I I rn i DGI Enterprises LP c/o Clay Bowden F ( I I I 8500 Old Denton Rd, Fort Worth Remainder orTract 1, Abstract A-1611, 1 Charles C. Whyte Survey I I I D208346159 D.R.T.C.T. V I I I I I SUBJECT TRACTS Parcel No. Parcel Status Type of Acquisition Property Owner Property Address Area (sq.ft) P-2 Being Acquired Right-of-way DGI Enterprises, L.P. 850D Old Denton Rd 1G,0G5 P-2-A Being Acquired Right -of -Way DGI Enterprises, L.P, SWO Old Denton Rd 1,479 P-3 Being Acquired Right-ot-Way- Ricky W. Collins 8496 Old Denton Rd 5,540 P-4 Being Acquired Right-of-Woy Prentiss D. & Anna A. Clark 8494 old Denton Rd 5,404 P-5 Being Acquired Right -of -Way SDA Properties Ltd. 8330 Old Denton Rd 5,344 P-14 Being Acquired Right-of-way AIL Investments, LP. 8601 Old Denton Rd 46,922 P-14-A Being Acquired Right-of-way AIL Investments, I.P. 8601 Old Denton Rd 12.071 TCE-7 Not Available Temporary Construction Easement AIL Investments. LP. 6601 Old Donlon Rd 2,374 TCE-B Not Available Tempo,ary Construction Easement DGI Enterprises, L.P. 8500 Old Denton Rd 8,605 TCE-9 Not Available Temporary Construction Easement Ricky w Collins 8496 Old Denton Rd 418 TCE-10 Not Available Temporary Construction Easement Prentiss D & Anna A Clark 8494 Old Denton Rd 324 TCE-11 Not Available Temporary Construction Easement Scott E & Shanna L O'Donnell 8312 old Denton Rd 647 0 100 200 cn z Feet to 1"=100' (22"X34") N W LEGEND 0 EXISTING DESCRIPTION PROPOSED a -- ASPHALT PAVEMENT CONCRETE PAVEMENT DO n — -- CONCRETE CURB & GUTTER N I Y ROW DEDICATION ® DRAINAGE EASEMENT BEIM TEMPORARY CONSTRUCTION EASEMENT r to t+] N 1 X q Z O yamfc...of . +o ire Z w ...... GENE Rs Q '� 104919 ;tea; O J '�OMAL F- O H 8�14�19 REVISIONS a No. Q DESCRIPTION DATE 1 Al< 2 Al 3 Q � DOE #7236 CITY PROJECT #02272 Z K-2478 X-23011 MAPSCO NO. 35-G,L BHB No. 2014.706,000 ® B BAIRDr HAMPTON & BROWN ® ENGINEERING & SURVEYING O � 3801 William D Tate, Suite 50, Grapevine, TX 76051 mall@bhbinc.com Tel: $17.261.8550 bhbinc.com TBPE Firm R44 TBPLS FIRM #10011302 I CITY OF FORT WORTH, TEXAS j TRANSPORTATION AND PUBLIC WORKS [If a INFRASTRUCTURE DESIGN & CONSTRUCTION DIVISION w _o NORTH RIVERSIDE DRIVE {n w FROM N. TARRANT PKWY, TO OLD DENTON RD. > ROW & EASEMENT PARCELS (2 OF 2) I— DESIGNED: CGC SCALE: DATE: AUG 2019 SHEET 1 O DRAWN: CGC 1"=100' 1 1 8 OF 252 Z NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 2 8500 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT DGI ENTERPRISES, LP., hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10" anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rev. 0212014 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev, 0212014 HERETO WITNESS MY HAND this the day of , 20 . APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § GRANTOR(S): Name Name CITY OF FORT WORTH Fernando Costa Assistant City Manager ACKNOWLEDGMENT 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of z0 Notary Public in and for the State of Texas RIGHT-OI:-WAY EASEMENT Rev. 02/2014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 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 RIGHT-OF-WAY EASEMENT Rev. 02/2014 SIGNATURE BLOCK EXAMPLES Please note the "Signature Block" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner (Name of person authorized to sign), Title GRANTOR: (Name of Corporation) a (State where incorporated) corporation LE (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. RIGHT-OF-WAY EASEMENT Rm 02/2014 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 2 8500 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 EXHIBIT "A" REAL PROPERTY DESCRIPTION N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-2 BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THE REMAINDER OF TRACT 1, AND TRACT 2, AS DESCRIBED IN DEED TO DGI ENTERPRISES, LP, A TEXAS LIMITED PARTNERSHIP, AS RECORDED IN INSTRUMENT NUMBER D208346159, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON FOUND FOR THE NORTHWEST CORNER OF SAID REMAINDER OF TRACT 1, AND THE NORTHEAST CORNER OF A TRACT OF LAND DESCRIBED AS RIGHT--OF- WAY TAKEN FROM SAID TRACT 1, AS RECORDED IN INSTRUMENT NUMBER D208346159, OF SAID DEED RECORDS, ALSO BEING THE SOUTHEAST MOST WESTERLY CORNER OF THAT CERTAIN TRACT CONVEYED TO THE CITY OF FORT WORTH BY JUDGMENT RECORDED IN INSTRUMENT NUMBER D20519.1388, OF SAID DEED RECORDS FOR NORTH TARRANT PARKWAY RIGHT-OF-WAY; THENCE NORTH 09 DEGREES 26 MINUTES 38 SECONDS EAST, 3.94 FEET WITH THE WEST LINE OF SAID TRACT 2, AND THE SOUTH LINE OF SAID NORTH TARRANT PARKWAY; THENCE NORTH 51 DEGREES 56 MINUTES 10 SECONDS EAST, 43.60 FEET WITH THE WEST LINE OF SAID TRACT 2, AND THE SOUTH LINE OF SAID NORTH TARRANT PARKWAY; THENCE NORTH 89 DEGREES 22 MINUTES 08 SECONDS EAST, 57.06 FEET WITH THE NORTH LINE OF SAID TRACT 2, AND THE SOUTH LINE OF SAID NORTH TARRANT PARKWAY TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF THE NEW PROPOSED RIGHT OF WAY LINE OF OLD DENTON ROAD ('VARIABLE WIDTH RIGHT-OF-WAY) AND THE BEGINNING OF A CURVE TO THE LEFT; THENCE 38.66 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 24 DEGREES 44 MINUTES 53 SECONDS WITH A RADIUS OF 89.50 FEET, A TANGENT LENGTH OF 19.64 FEET AND A CHORD WHICH BEARS SOUTH 44 DEGREES 21 MINUTES 11 SECONDS WEST, 38.36 FEET TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 31 DEGREES 58 MINUTES 45 SECONDS WEST, 63.82 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED RIGHT OF WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO THE LEFT; THENCE 52.32 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 33 DEGREES 29 MINUTES 37 SECONDS WITH A RADIUS OF 89.50 FEET, A TANGENT LENGTH OF 26.93 FEET AND A CHORD WHICH BEARS SOUTH 15 DEGREES 13 MINUTES 57 SECONDS WEST, 51.58 FEET TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE PROPOSED EAST RIGHT -OF --WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO THE RIGHT; A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville; TX 76034 Page 1 of 3 REVISION: 10-27-14 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 2 8500 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 N. RIVERSIDE DRIVE RIGHT -Oh -WAY ACQUISITION P-2 THENCE 10.50 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 00 DEGREES 45 MINUTES 47 SECONDS WITH A RADIUS OF 788.50 FEET, A TANGENT LENGTH OF 5.25 FEET AND A CHORD WHICH BEARS SOUTH 01 DEGREES 07 MINUTES 59 SECONDS EAST, 10.50 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 04 DEGREES 3.5 MINUTES 27 SECONDS EAST, 50.94 FEET WITH THE NEW PROPOSED RIGHT OF WAY LINE OF SAID OLD DENTON ROAD TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 25 DEGREES 24 MINUTES 33 SECONDS WEST, 13.43 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 57.89 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 04 DEGREES 12 MINUTES 23 SECONDS WITH A RADIUS OF 788.50 FEET, A TANGENT LENGTH OF 28.96 FEET AND A CHORD WHICH BEARS SOUTH 05 DEGREES 55 MINUTES 32 SECONDS WEST, 57.87 FEET TO A 5./8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 0.8 DEGREES 01 MINUTES 44 SECONDS WEST, 59.48 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF.A CURVE TO THE LEFT; THENCE 56.82 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 04 DEGREES 34 MINUTES 31 SECONDS WITH A RADIUS OF 711.50 FEET, A TANGENT LENGTH OF 28.42 FEET AND A CHORD WHICH BEARS SOUTH 05 DEGREES 44 MINUTES 28 SECONDS WEST, 56.80 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED RIGHT OF WAY LINE OF SAID OLD DENTON ROAD AT THE SOUTH LINE OF SAID TRACT 1, AND THE NORTH LINE OF A TRACT OF LAND CONVEYED BY DEED TO RICKY W. COLLINS AS RECORDED IN VOLUME 11677, PAGE 1829, OF SAID DEED RECORDS; THENCE SOUTH 89 DEGREES 57 MINUTES 48 SECONDS WEST, 32.09 FEET TO THE EXISTING EAST RIGHT -OF --WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF CURVE TO THE RIGHT, FROM WHICH A 1/2 INCH IRON FOUND FOR THE NORTHWEST CORNER OF SAID RICKY W. COLLINS TRACT AND THE SOUTHWEST CORNER OF SAID TRACT 1, BEARS SOUTH 89 DEGREES 57 MINUTES 48 SECONDS WEST, 0.55 FEET; THENCE 212.58 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT AND THE EXISTING EAST RIGHT--OF-WAY LINE OF SAID OLD DENTON ROAD THROUGH A CENTRAL ANGLE OF 11 DEGREES 06 MINUTES 47 SECONDS WITH A RADIUS OF 1096.00 FEET, A TANGENT LENGTH OF 106.62 FEET AND A CHORD WHICH BEARS NORTH 03 DEGREES 55 MINUTES 00 SECONDS EAST, 212.25 FEET; A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page 2 of 3 REVISION: 10-27-14 N. RIVERSIDE DRIVE DOE # 7236; Parcel # P 2 8500 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-2 THENCE NORTH 08 DEGREES 56 MINUTES 24 SECONDS EAST, 136.25 FEET WITH THE EXISTING EAST RIGHT -OF -WAX .LINE OF SAID OLD DENTON ROAD TO THE POINT OF BEGINNING AND CONTAINING 16,005 SQUARE FEET OR 0.367 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith.. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed. A.N.A. Consultants, L.L.C. 5000 Tlrornpson Terrace Colleyville, TX 76034 67e 0 F P.•'�,�sri 6 EDWARD K. KMALL ...o .4.....• o o. 5951 tee' r Q. Pop Q o:,o a ` Page 3 of 3 REVISION: 10-27-14 i NORTH TARRANT PARKWAY {VARIABLE WIDTH RIGHT-OF-WAY) CITY OF FORT WORTH VOL. 15819, PG. 247 I i D.R.T.C.T. I I Apparent Owner AIL INVESTMENT, LP, TRACT 1 INSt.: D211298925 D.R.T.C.T. fU1cC(+}NJENS SURV No. ARC LENGTH DELTA ANGLE RADIUS TANGENT I CHORD DIRECTION CH. L. C1 38. 56 24-44' 53' 89. 50 19. 64 S 44-21' I I' W 38.36 G2 52. 32 33-2W 37' 89.50 26.93 S 15-13' 57' W 51.58 C3 10. 50 00-45' 47' 788.50 5.25 S 01-07' 59' E 10.50 C4 57.89 04-12' 23' 788.50 28.96 S 05-55' 32' W 57.87 C5156.82 04-34' 31' 711.50 28. 42 S 05-44' 28' W 56.80 CIS 212. St3 i i '06' 47' 1096. OD 106.62 1 N 03-55' 00' E i 212. 25 I I I I V. DEDICATION -D20 346)59 D. R.T. I .T.� oc'�i r- -- 112'IAF Q O 0 Scale 1" = 1.00, z a O EDWARD K. KHALI � ,M...... .....%.. {ti 5951 P F s s; °a�. SURGE S i gned>� Dates r2, -- l 2. 1 w DATEl 1.0-27-14 DGN. NO. 1 040180_P2 APPROVED BY, EK REV 1 SED, (210- WIDE RIGHT-OF-WAY) N. TARRANT PARKWAY 57.06' CITY OF FORT WORTH 0205191388 a19.191nR9= — D.R.T.C.T. Cl TRACT 2 -------------------------------------------- �L 4 L1. N09'26'38E 3.94' b L2 N51°56'10"E 43.60' ayw VARIABLE WIDTH RIGHT-OF-WAY ACQUISITION 16,005 SQ.FT+I- I'10 ` IZ S25-24-33"W IRS 13.43' a?= C4 F IRS - F � d . ,.-..- :. RS fit Apparent Owner DGI ENTERPRISES, LP, INSt.: D208346169 D.R.T.C.T, REMAINDER OF TRACT 1 A�pp�pparent Owner RIM W. COLLINS VOL. 11677, PG. 1829 D.R.T.C.T. TRACT 1 EXHIBIT "B" - Z o SHOWING z A PARCEL OF LAND SITUATED IN C.C. WHYTE SURVEY ABSTRACT NO. 1611 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS TRACT 2 IRS %- IRON WITH CAP STAMPED ANA' SET A.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace Colleyville, Texas 76034 Office: (817) 335-9900 Fax: (817)335-9955 F.R.NO. 1009080 SHT. NO. e 1 OF 1 :zL 4�1011 -h -x OH No1N30 alo of 'AMNd 1NVbaVi 'N woa.i — 3ANU IGIS2JJAI J Hidol v ^momnn" .� z i o wD �o ggm c c- p p .... b J w�w--z .0 �woono ffl� OZ6 k D IS o a U V7 ~ o y Liu Q a Z isfj tl J u u a mW LL F H J 1 4 Q o o a -_ ❑❑„ IL z U z z g�i a E I J,MNd 1NVN21V1 N a L Iq w w 1 - rF s'aLLa { ---------------- -- �--------------- — I JIIJI� III I 20 'f 1 i .In b - a b { User Name: ekhalil Project: 140180 RIVERSIDE TOPO Create Mapcheck Reports Date: 01-12-15 Time: 15:34:00 Page: 1 Lot Name: P2 -'_--- Lot Description: Description .Lot Area (Square Feet): 16005.03 Lot Area (Acres); 0.3674 Lot Perimeter: 889.36 Parent Area (Square Feet): 0.00 Closing Direction: N15048126"E Closing Distance: 0.0024 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Directions------- -- Distance Begin 7010852.320311 2334727.257090 N51056110"E 43.600 7010879.201445 2334761.584406 N89022108"E 57.057 PC 7010879.829914 2334818.637945 RP 70108.05.001817 2334867.739940 Curve Direction: CCW Radial In: S33016122"E D.O.0 Arc: 64001103" D.O.0 Chord: 67055134" Radius: 89.500 Delta angle: 24044153" Tangent length: 19.635 Arc length; 38.658 Chord Direction: S44°21111"W Chord length: 38.358 External: 2.129 Middle ordinate: 2.079 Radial Out: N58001'1511W Point Northing Easting Direction Distance PT 7010852.401990 2334791.822395 S3105814511W 63.820 PC 7010798.267267 2334758.022630 RP 7010750.867094 2334833.940174 Curve Direction: CCW Radial In: S5800111511E D.O.0 Arc: 64001103" D.O.0 Chord: 6705513411 Radius: 89.50.0 Delta angle: 33029137" Tangent length: 26.931 Arc length: 52.319 Chord Direction: S1501315711W Chord length: 51.578 External: 3.964 Middle ordinate: 3.796 Radial Out: S88029108"W Point Northing Easting Direction Distance PRC 7010748.501702 2334744.471437 User Name: ekhalil Date: 01-12-15 Project: 140180 RIVERSIDE TOPO Time: 15:34.00 Create Mapcheck Reports Page: 2 RP 7010727.662516 2333956.248864 Curve Direction: CW Radial in: S8B029108"W D.O.0 Arc: 0701515911 D.O.0 Chord: 07016117" Radius: 788.498 Delta angle: 0004514711 Tangent length: 5.251 Arc length: 10.501 Chord Direction: S01007159"E Chord length: 10.501 External: 0.017 Middle ordinate: 0.017 Radial Out: N89014155"E Point Northing Easting Direction Distance PT 7010738.002748 2334744.679061 S04035127"E 50.936 7010687.230167 2334748.755951 S25024133"W 13.432 PC 7010675.097489 2334742.992553 RP 7010727.663284 2333956.248673 Curve Direction: CW Radial In: N8601013911W D.O.0 Arc: 07015159" D.O.0 Chord: 07016117" Radius: 788.498 Delta angle: 0401212311 Tangent length: 28.957 Arc length: 57.888 Chord Direction: S0505513311W Chord length: 57.875 External: 0.532 Middle ordinate: 0.531 Radial Out: S81058116"E Point Northing Basting Direction Distance PT 7010617.531890 2334737.017635 S0800114411W 59.484 PC 7010558.630966 2334728.709363 RP 7010459.254205 2335433.234087 Curve Direction: CCW Radial In: S81058116"E D.O.0 Arc: 08003110" D.O.0 Chord: 08003134" Radius: 711.499 Delta angle: 04034131" Tangent length: 28.423 Arc length: 56.816 Chord Direction: S0504412911W Chord length: 56.801 External: 0.567 Middle ordinate: 0.567 User Name: ekhalil Date: 0.1-12-15 Project: 140180 RIVERSIDE TOPO Time: 15:34:00 Create Mapcheck Reports Page: 3 Radial Out: N86032147"W Point Northing Basting Direction Distance PT 7010502.115183 2334723.027241 S89057148"W 32.088 PC 7010502.094648 2334690.939247 RP 7010533.45.6185 2335786,486456 Curve Direction: CW Radial In: N98021137"E D.O.0 Arc: 05013140" D.O.0 Chord: 05013146" Radius: 1095.996 Delta angle: 110061476 Tangent length: 106.624 Arc lengths 212.579 Chord Direction: N0305510011E Chord length: 212.246 External: 5.174 Middle ordinate: 5.150 Radial Out: N80031136"W Point Northing Basting Direction Distance PT 7010713.844577 2334705.437308 N08056125"E 136.246 70.10848.435306 2334726.610599 N0902613811E 3.936 End 701.0852.317961 2334727.256425 Error of Closure 1 : 364080 Departure in Y (Northing): 0.002350 Departure in X (Easting): 0.000665 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 2-A 8500 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-11611 THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT DGI ENTERPRISES, LP., hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 101h anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rev. 02/2014 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev. 02/2014 HERETO WITNESS MY HAND this the day of APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § GRANTOR(S): Name Name CITE:' OF FORT WORTH Fernando Costa Assistant City Manager ACKNOWLEDGMENT M 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of 20 Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev.0212014 THE STATE OF TEXAS § COUNTY OF TARRAiVT § ACKNOWLEDGMENT 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 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 RIGHT-OF-WAY EASEMENT Rev. 07J2014 SIGNATURE BLOCK EXAMPLES Please note the "Signature Block" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner In (Name of person authorized to sign), Title GRANTOR: (Name of Corporation) a (State where incorporated) corporation Ln (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. RIGHT-OF-WAY EASEMENT Rev. OWO14 N. RIVERSIDE DRIVE DOE # .7236; Parcel # P 2-A 8500 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 EXHIBIT "Au REAL PROPERTY DESCRIPTION N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-2-A BEING A PARCEL OF .LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THE REMAINDER OF TRACT 1, AND TRACT 2, AS DESCRIBED IN DEED TO DGI ENTERPRISES, LP, A TEXAS LIMITED PARTNERSHIP, AS RECORDED IN INSTRUMENT NUMBER D208346159, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 5/8 INCH IRON FOUND FOR THE NORTHWEST CORNER OF SAID REMAINDER OF TRACT 1, AND THE NORTHEAST CORNER OF A TRACT OF LAND DESCRIBED AS RIGHT-OF-WAY TAKEN FROM SAID TRACT 1, AS RECORDED IN INSTRUMENT NUMBER D208346159, OF SAID DEED RECORDS, ALSO BEING THE SOUTHEAST MOST WESTERLY CORNER OF THAT CERTAIN TRACT CONVEYED TO THE CITY OF FORT WORTH BY JUDGMENT RECORDED IN INSTRUMENT NUMBER D205191388, OF SAID DEED RECORDS FOR NORTH TARRANT PARKWAY RIGHT-OF-WAY; THENCE NORTH 09 DEGREES 26 MINUTES 38 SECONDS EAST, 3.94 FEET WITH THE WEST LINE OF SAID TRACT 2, AND THE SOUTH LINE OF SAID NORTH TARRANT PARKWAY; THENCE NORTH 51 DEGREES 56 MINUTES 10 SECONDS EAST, 43.60 FEET WITH THE WEST LINE OF SAID TRACT 2, AND THE SOUTH LINE OF SAID NORTH TARRANT PARKWAY; THENCE NORTH 89 DEGREES 22 MINUTES 08 SECONDS EAST, 57.06 FEET WITH THE NORTH LINE OF SAID TRACT 2, AND THE SOUTH LINE OF SAID NORTH TARRANT PARKWAY TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET FOR THE POINT OF,BEGINNING IN THE SOUTH RIGHT OF WAY LINE OF SAID N. TARRANT PARKWAY; THENCE NORTH 89 DEGREES 22 MINUTES 08 SECONDS EAST, 143.44 FEET WITH THE NORTH LINE OF SAID TRACT 2, AND THE SOUTH LINE OF SAID NORTH TARRANT PARKWAY TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED SOUTH RIGHT-OF-WAY LINE OF SAID NORTH TARRANT PARKWAY; THENCE SOUTH 85 DEGREES 13 MIN.UTES 10 SECONDS WEST, 2.6.55 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED SOUTH RIGHT OF WAY LINE OF SAID NORTH TARRANT PARKWAY AND THE BEGINNING OF A CURVE TO THE LEFT; THENCE 24.91 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 05 DEGREES 00 MINUTES 00 SECONDS WITH A RADIUS OF 285.50 FEET, A TANGENT LENGTH OF 12.47 FEET AND A CHORD WHICH BEARS SOUTH 82 DEGREES 43 MINUTES 10 SECONDS WEST, 24.91 FEET TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE PROPOSED SOUTH RIGHT-OF-WAY LINE OF SAID NORTH TARRANT PARKWAY; THENCE SOUTH 80 DEGREES 13 MINUTES 10 SECONDS WEST, 8.22 FEET WITH THE NEW PROPOSED RIGHT OF WAY LINE OF SAID NORTH TARRANT PARKWAY TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 27.45 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 05 DEGREES 00 MINUTES 00 SECONDS WITH A RADIUS OF 314.50 FEET, A TANGENT LENGTH OF 13.73 A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Pagel of 2 REVISION: 03-04-16 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P .2-.A 8500 OLD DENTON RD. FORT WORTH, TEXAS. G.C. WHYTE SURVEY, A-1611 N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-2-A FEET AND A CHORD WHICH BEARS SOUTH 82 DEGREES 43 MINUTES 10 SECONDS WEST, 27.44 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 85 DEGREES 10 MINUTES 10 SECONDS WEST, 19.33 FEET WITH THE NEW PROPOSED RIGHT OF WAY LINE OF SAID NORTH TARRANT PARKWAY TO A 5/8 INCH IRON WITH CAP STAMPED "'ANA" SET; THENCE SOUTH 62 DEGREES 35 MINUTES 59 SECONDS WEST, 6.50 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 85 DEGREES 13 MINUTES 10 SECONDS WEST, 11.57 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 61.64 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 40 DEGREES 07 MINUTES 57 SECONDS WITH A RADIUS OF 88.00 FEET, A TANGENT LENGTH OF 32.15 FEET AND A CHORD WHICH BEARS SOUTH 65 DEGREES 09 MINUTES 12 SECONDS WEST, 60.39 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT--OF-WAY); THENCE NORTH 31 DEGREES 58 MINUTES 45 SECONDS EAST, 14.36 FEET TO WITH THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED RIGHT OF WAY LINE OF SAID OLD DENTON ROAD AND BEGINNING OF A CURVE TO THE RIGHT; THENCE 38.66 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT AND THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD THROUGH A CENTRAL ANGLE OF 24 DEGREES 44 MINUTES 53 SECONDS_ WITH A RADIUS OF 89.50 FEET, A TANGENT LENGTH OF 19.64 FEET AND A CHORD WHICH BEARS NORTH 44 DEGREES.21 MINUTES 11 SECONDS EAST, 38.36 FEET TO THE POINT OF BEGINNING AND CONTAINI14G 1,479 SQUARE FEET OR 0.034 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD `83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace ColleyvilIe, TX 76034 F:-,-.sa F.aq 00 �N s rCR,�`.;f EDWARD K. KHALIL A 5951 a P " �5 s��� pQ` �O JVf\ j .x f .G /4 Page 2 of 2 REVISION: 03-04-16 i NORTH TARRANT PARKWAY , (VARIABLE WIDTH RIGHT-OF-WAY) , F CITY OF FORT WORTH , VOL, 15819, PG. 24.7 f D.R.T.C.T. i Apparent Owner AIL INVESTMENT, LP, TRACT 1 INSt.: D211298926 D.R.T.C.T. M McC©WENS- A 9JJ Scale V = 100' CtIRVF TABLE NO. ARC LENGTH DELTA ANGLE RADIUS TANGENT CHORD DIRECTION CH. L. C1 24.91' 05"00'00" 285.50' 12.47' S 82043'10" W 24.91' C2 27.45' 05*00,001, 314.50' 13.73' S 82°43'10" W 27.44' C3 61.64' 40°07'67" 88,00, 32.15' S 65"09'12" W 60.39' 04 38.66' 24°44'53" 89.50' 19.64' N 44"21'1 V E 38.36' i i I R.O.W. DEDICATION NSt.: D20 346i59 D.R.T. .T.. I Pa f� , i , i z Ow F-u] Qp 0 i <0 CO Q O 0 o u z 0 a JL O Of j1WAF a d Q � n Lu rr m a a z a 0 z S i geed: ...:� AL Dates 2.. , e& T DRAWN BY: DATE: 03-03-16 DGN. NO. t 040180-PZ-ADD APPROVED BY: EK —L1 N. TARRANT PARKWAY (210' WIDE RIGHT-OF-WAY) 143.44' CITY OF FORT WORTH D205191388 N89022'08"E D.R.T.C.T. L3 TRACT 2 �U-11-------------------- - -- - -ABLE - - - -- PROPOSED VARIABLE WIDTH -RIGHT OF -WAY ACQUISITION 16,005 SQ.FT.+/ IV NO. BEARING DISTANCE L1 N09"26'38"E 3.94' L2 N51°56'10"E 43.60' L3 S85"13'10"W 26.55' L4 S80°13'10'W 8.22' L5 S85"1.3'10"W 19.33' L6 S62"35'59"W 6.50' L7 S85°13'10"W 11.57' L8 N31 "58'45"E 14.36' Apparent Owner DGI ENTERPRISES, LP, INSt.: D208346159 D.R.T.C.T. REMAINDER OF TRACT 1 Apparent Owner RICKY W. COLLINS VOL. 11677, PG. 1829 D.R.T.C.T. TRACT 1 EXHIBIT 1113" SHOWING A PARCEL OF LAND SITUATED IN C.C. WHYTE SURVEY ABSTRACT NO. 1611 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS �'NiSi1iEL-j9R - PE NNf L C. C. WHVTIE BMRVEV A -1011 A.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace Colleyville, Texas 76034 Office: (817) 335-9900 Fax: (817)335-9955 F.R.NO. 10090800 TRACT 2 o %" IRON WITH CAP STAMPED ANA" SET SHT. NO. i I OF i gi:u #300 —... -Y� ...... -.._X 'CiJ NO1N30 010 01 '1.MHd IM'vddV1 'N WOild -- 3AIHO 3QIS,' �/AN I-IINON "1�n 8 am�aFv �p,s w w q 8y c)N Lilo O z €Y 6 V a eon N q a 3 Y r z„ a��@ p U 4 0 8 Z R w i rr Z N5 u c- Owm a i Ec �o ...:� N a o Ea€zg�o o ogn ; o ❑❑ av z z 8 8 m a 71 l,MAd J_NVMVI N s 01 ski ?, 7 C J a� �o I / I f / g II Jew-- 1 11 + 1j I i 0 1111 - r i -4 ii . z f I NOr1ob 0 3Nrv'r d 1Nb{bl N f N01103NN Z) 04 il3d3211 I, j f I iFfO1bW 6BN- f7H01bry d 14"W ` r.. 3N1 N ! P P r f f i r r User Name: ekhalil Date: 03-09-16 Projects 140181 RIVERSIDE TOPO EXTENSION Time: 13:00:06 Create Mapcheck Reports page: 1 Lot Name; P2ad Lot Description: Description Lot Area (Square Feet): 1479.35 Lot Area (Acres): 0.03 Lot Perimeter: 382.63 Parent Area (Square Feet): 0.00 Closing Direction; S1400814111E Closing Distance: 0.0002 Course Data:(Mapcheck Through Radius points -------------------------------------------------------------------------------- Method) Point Northing Easting Direction Distance Begin 7010879.830040 2334818.637710 N89022108"E 143.439 7010881.409984 2334962.068008 S8501311011W 26.552 PC 7010879.197149 2334935.608378 RP 7010594.69134.3 2334959.401767 Curve Direction: CCW Radial In: SO404615011E D.O.0 Arc: 20004107" D.O.0 Chord: 20010022" Radius: 285.499 Delta angle: 05000,001, Tangent length: 12.465 Arc length: 24.914 Chord Direction: S8204311011W Chord length: 24.907 External: 0.272 Middle ordinate: 0.272 Radial Out: N0904615011W Point Northing Easting Direction Distance PT 7010876.040788 2334910.902604 S8001311011W 8.225 PC 7010874.643566 2334902.797149 RP 7011184.571513 2334849.371609 Curve Direction: CW Radial In: N09046150"W D.O.0 Arc: 18013'05" D.O.0 Chord: 1.8017145" Radius: 314.499 Delta angle: 05000,001, Tangent length: 13.731 Arc length: 27.44`5 Chord Direction: S82043110"W Chord length: 27.437 External; 0.300 Middle ordinate: 0.299 Radial Out: 504046150"E ?pint Northing Easting Direction Distance ?T 7010871.166593 2334875.581848 585013110"W 19.333 User Name: ekhalil Date: 03-09-16 Project: 140181 RIVERSIDE TOPO EXTENSION Tiffie: 13:00:06 Create Mapcheck Reports Page: 2 701086.9.555387 2334856.316104 56203515911W 6.500 7010866.564060 2334.850.545318 S8561311011W 11.569 PC 7010865.599904 2334839.016565 RP 7010777.906038 2334846.350455 Curve Direction: CCW Radial In: 504046150"E D.O.0 Arc: 65006132" D.O.0 Chord: 69014'49" Radius: 88.000 Delta angle: 4000715711 Tangent length: 32.145 Arc length: 61.639 Chord Direction: S650094121?W Chord length: 60.387 External: 5.687 Middle ordinate: 5.342 Radial Out: N44 0 54 ' 4 7 11 W Point Northing Easting Direction Distance PT 7010840.225788 2334784.219555 N31058145"E 14.355 ?C 7010852.402284 2334791.822119 2P 7010805.002.111 2334867.739663 Curve Direction: CW Radial in: 55800111511E D.O.0 Arc: 6400110.311 D.O.0 Chord: 67055134" Radius: 89.500 Delta angle: 240441531, Tangent length: 19.635 Arc length: 38.658 Chord Direction: N44021111"E Chord length: 38.358 External: 2.129 Middle ordinate: 2.079 Radial Out: N3301612211W ?oint Northing Easting Direction Distance :nd 7010879.8.30208 2334818.637668 ?rror of Closure 1 : 2215035 )eparture in Y (Northing): -0.000168 )eparture in X (Easting): 0.000042 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIDE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # 7236; Parcel # P 3 8496 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-161I THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT RICKY W. COLLINS, hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law, It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10`h anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT -OF -[NAY EASEMENT Rev. 0212014 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev. 0212014 HERETO WITNESS MY HAND this the day of GRANTOR(S): Name Name APPROVED AS TO FORM AND CITY OF FORT WORTH LEGALITY: Assistant City Attorney Fernando Costa Assistant City Manager THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 2Q 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of rM Notary Public in and for the State of Texas RIGHT-O&WAY EASEMENT Rev. 02/2014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 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 RIGHT-OF-WAY EASEMENT Rev. Q212014 SIGNATURE BLOCK EXAMPLES Please note the "Signature Block" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner (Name of person authorized to sign), Title GRANTOR: (Name Of Corporation) a (State where incorporated) corporation (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. RIGHT-OF-WAY EASEMENT Rev. 02/20I4 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 3 8496 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 EXHIBIT "A" REAL PROPERTY DESCRIPTION N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-3 BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF TRACT 1, AS CONVEYED TO RICKY W. COLLINS, BY DEED RECORDED IN VOLUME 11677, PAGE 1829, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 1/2 INCH IRON FOUND FOR THE NORTHWEST CORNER OF SAID RICKY W. COLLINS TRACT 1, AND THE SOUTHWEST CORNER OF A 13.998 ACRE TRACT, DESCRIBED AS TRACT 1, AS CONVEYED TO DGI ENTERPRISES, LP. BY DEED RECORDED IN INSTRUMENT NUMBER D208346159, OF SAID DEED RECORDS .AND BEING IN THE EAST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY); THENCE NORTH 89 DEGREES 57 MINUTES 48 SECONDS EAST, 32.64 FEET WITH THE COMMON LINE OF SAID RICKY W. COLLINS TRACT, AND SAID DGI ENTERPRISES, LP, TRACT TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO LEFT; THENCE 48.35 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 03 DEGREES 53 MINUTES 37 SECONDS WITH A RADIUS OF 711.50 FEET, A TANGENT LENGTH OF 24.18 FEET AND A CHORD WHICH BEARS SOUTH 01 DEGREES 30 MINUTES 25 SECONDS WEST, 48.34 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 126.69 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE SOUTH LINE OF SAID RICKY W. COLLINS TRACT AND THE NORTH LINE OF THAT CERTAIN TRACT AS CONVEYED TO PRENTISS D. CLARK AND ANNA A. CLARK BY DEED RECORDED IN INSTRUMENT NUMBER D203238576, OF SAID DEED RECORDS; THENCE SOUTH 89 DEGREES 59 MINUTES 43 SECONDS WEST, 30.87 FEET WITH THE COMMON LINE OF SAID RICKY W. COLLINS TRACT AND SAID PRENTISS D. CLARK AND ANNA A. CLARK TRACT TO THE EAST LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES 28 MINUTES 51 SECONDS WEST, 175.00 FEET TO THE POINT OF BEGINNING AND CONTAINING 5,440 SQUARE FEET OR 0.125 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. P .a0 F .�5Tr EDWARD K. KHALIL ..v....... ..... 4.......• f.. 5951 SURI�APP) A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page 1 of 1 REVISION; 10-27-14 Apparent Owner AIL INVESTMENT, LP, TRACT 1 INSL; D211298925 D.R.T.C.T. ICI I�llc��®1�7C�1r�� Scale V = 10.0' //� �••�G { 5 FRt.•.•.h �1 tom? O .ynl 's ...:.....................:.. EDWARD K. KHAL I ..Y ....................Y.. %.a 5951 E 5 s sugv S 1 gnedr Date: iej_„ N. -ru DATES 10-27-14 DGN, N'0. a 040180_P3 APPROVED BY, Eft REV I SEDi VE=Y C. N. I ARC LE %,GTH I DELTA ANGLE I RAD I US ITANI NT CHORD DIRECTION CH. L. C l 4B. 35 03-53' 37' 71 1. 50 24. 18 5 O l -30' 25- W 148.34 C. C. WHYTE SURVEY O zx N89"57'48"E :1 VARIABLE WIDTH �— IRS ACQU SIT ONE 5,440 SQ.FT.+I ias S89059'43" w 30.87' Apparent Owner DGI ENTERPRISES, LP, INSt.: D208346159 D.R.T.C.T. TRACT 1 Appparent Owner RICKY W. COLLINS VOL. 11677, PG. 1829 D.R.T.C.T. TRACT 1 Apparent Owner PRENTISS D. CLARK & ANNA A. CLARK INST. # D203238576 D.R.T.C.T. TRACT 2 LOT 1, BLOCK 1 O'DONNELL'S ADDITION CAB. A, SLIDE 12710 P.R.T.C.T. EXHIBIT "Bil SHOW I NG A PARCEL OF LAND SITUATED IN C. C. W HYTE SURVEY ABSTRACT NO. 1 6 1 1 CITY OF FORT WORTH, IRS %' IRON WITH CAP STAMPED TARRANT COUNTY, TEXAS "ANA" SET Ak A„ ELA.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace Colleyville, Texas 76034 Office: (817) 335-9900 Fax: (817) 335-9955 F.R.NO.I009080 SHi. N0. e 1 OF i 4018n Rnwm d—iviA nrw 4•nwin o.e Kzc 9300 — — — ---N -x 'MAN AY) mo oa kMAd iNVNaVI N hOZ!A — 7AW0 IOISMAld 111dO `Y � �x"N $„ a j�, w -. , pip ume Y � 1 LA 4 $s. oar o��r Ctl� 7L a WZ 'NW W�W�m�w U �o�N- �w EZg ~ o OO n ram- p w wo`6 'ii V� m �> 8 m v Z 4 v Y U o m8 O F aU �1 0 (If o o F °d t lJ d W w_ z w 4 (If r Y g a 7 u n w, [€ Z 0 O a 7 CY a z 4a r� o a as o V V a �a z �a €€bqow d4 a -- ` i ; o ©0� z< Z J I �y �,slata l 1 I INrl ti II q � N Wit•--aa ��-�1N„n-. h_ pp" n 1NyaNtl.L N User Name: ekhalil Date: 01-12-15 Project: 14.0180 RIVERSIDE TOPO Time: 16:21:57 Create Mapcheck Reports Page: 1 Lot Name: P3 Lot Description: Description Lot Area (Square Feet): 5440.12 Lot Area (Acres): 0.1249 Lot Perimeter: 413.55 Parent Area (Square Feet): 0.00 Closing Direction: S8800011511W Closing Distance: 0.0001 Course Data:(Mapcheck Through Radiud Points ------------------------------------------------------------------------------- Method) Point Northing Easting Direction Distance Begin 7010502.095320 2334690.388494 N89057148"E 32.639 PC 701050.2.1162.07 2334723.027487 RP 7010459.255169 2335433.235331 Curve Direction: CCW Radial in: S86032147"E D.O.0 Arc: 08003110/1 D.O.0 Chord: 08003134/1 Radius: 711.500 Delta angle: 03053137/1 Tangent length: 24.185 Arc length: 48.351 Chord Direction: S0103012511W Chord length: 48.34.2 External: 0.411 Middle ordinate: 0.411 Radial Out: S89033136"W Point Northing Easting Direction Distance PT 7010453.791295 2334721.756311 S0002612411E 126.691 7010327.104031 2334722.729218 S89059143"W 30.872 7010327.101487 2334691.857219 N0002815111W 175.000 End 7010502.095324 2334690.388614 Error of Closure 1 : 3444912 Departure in Y (Northing): -0.000004 Departure in X (Easting): -0.000120 0 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # 7236; Parcel # P 4 8494 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT PRENTISS D. CLARK & ANNA A. CLARK, hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1 Olh anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rev, 0212014 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev. 0212014 HERETO WITNESS MY HAND this the day of , 20 . APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § GRANTOR(S): Name Name CITY OF FORT WORTH Fernando Costa Assistant City Manager ACKNOWLEDGMENT 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of 20 Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 0212014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 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 RIGHT-OF-WAY EASEMENT Rev. 0212014 SIGNATURE BLOCK EXAMPLES Please note the "Signature Block" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner (Name of person authorized to sign), Title GRANTOR: (Name of Corporation) a (State where incorporated) corporation (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. RIGIff-Or-WAY EASEMENT Rev. 02/2014 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 4 8494 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 EXHIBIT "An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ote: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. EDWARD K. KHALIL ..................o.a e P� 1 .i4-r4 A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyvlle, TX 76034 Page I of 1 REVISION: I0-27-14 Apparent Owner AIL INVESTMENT, LP, TRACT 1 INSU D211298925 D.R.T.C.T. WN fu p-cowmmg a A -000 Scale V = 100' �:.•wuow••••►eu•n .0 EDWARD K. KHAL I .y ►►►►..•.......►..... ka_ 59.5 f -,-!s . 'r S i geed: ' Dates i.-► l DATE$ 10-27-14 DGN. N0. a 040180-P4 APPRDVED SYa Ell REV IBEDa IV a 4 O z O P z W 0 O_ w W a m of z, N89"59'43"E 30.87' IRS A r1' VARIABLE WIDTH 0.37' TRACT 1 Apparent Owner DGI ENTERPRISES, LP, INSt.: D208346159 D.R.T.C.T. Apppparent Owner KICKY W. COLLINS VOL. 11677, PG. 1829 D.R.T.C.T. TRACT 1 Apparent Owner PRENTISS D. CLARK & ANNA A. CLARK INST.# D203238676 D.R.T.C.T. Apparent Owner SDA PROPERTIES LTD. INST. # 207013307 DAT.C.T. TRACT 2 LOT 1, BLOCK 1 O'DONNELL'S ADDITION CAB. A, SLIDE 12710 P.R.T.C.T. EXHIBIT 011311 SHOWING A PARCEL OF LAND SITUATED IN C.C. WHYTE SURVEY ABSTRACT NO. 1 C 1 1 CITY OF FORT WORTH, o IRS %- IRON WITH CAP STAMPED TARRANT COUNTY, TEXAS "ANA" SET A.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace L.L.C. Colleyville, Texas 76034 Office: (817) 335-9900 Fax: (817) 335-9955 cam. NO. a 1 OF i F.R.NO. 1009080 ssac #3aa------- N-------x 'aH No3NAU olo of '/.MAd lNVHHVl 'N HOW -- ANAU 3UISa3AI8 HIZ�ON m I� 9 d{P� IMI F, Vf �eFFFFy�Fid O � �,y}ti7 �,°LLa Zbz�o� • - ,. 3co O��y � yZ RR Gf ��w'� Fib '" 13�0�' � map W� !y!yAA a 6 $ T V V O21� U �a ice- J 10 ¢ CL � � � 4 �. �_ L.1❑ U Z V p� a' g_ pg� U `II L__ 1 i li 1 ddgd w �0 U) F S gg �O s�C ��BIX� �� � §�zi.t� I 00+£S'tlSS - Emil H31tlW ` :+++ i I +« .+.�: 4 +•J•«« III I4 111I 'A: + C11 im si�'1 r � 00-O VIS - Emil HOIIP W I I II I I [ I� 1 III } I E Ij 1 [[[ i I 1 I i I 3 I I III i 3 I E I I I 1 } } I I I I I I I I I , � III n 44 1 User Name: ekhalil Date• 01-12-15 Project: 140180 RIVERSIDE TOPO Time: 16.29:14 Create Mapcheck Reports Page: 1 Lot Name: P4 Lot Description: Description Lot Area (Square Feet): 5404.12 Lot Area (Acres): 0.1241 Lot Perimeter: 412.43 Parent Area (Square Feet): 0.00 Closing Direction: S39°58113"E Closing Distance: 0.0004 Course Data:(Mapcheck Through Radius Points Method) Point Northing Basting Direction Distance Begin 7010327.104452 2334722.729557 S0002612411E 175.390 7010151.719624 2334724.076442 S89055157"W 30.747 7010151.68.3401 2334.693.329464 N0002815111W 175.425 7010327.102223 2334691.857292 N89059143"E 30.872 End 7010327.104768 233472.2.729292 Error of Closure 1 : 10008.69 Departure in Y (Northing): -0.000316 Departure in X (Basting): 0.000265 NOTICE OF CONFIDENTIALITY RIGHTS.: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIDE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 5 8330 OLD DENTON RD. FORT WORTH, TEXAS. C.C. 'WHYTE SURVEY, A-1611 THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT SDA PRPERTIES LTD., hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10"' -anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rev. 0212014 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev. 02/2014 HERETO WITNESS MY HAND this the day of , 20 APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § GRANTOR(S): Name Name CITY OF FORT WORTH Fernando Costa Assistant City Manager ACKNOWLEDGMENT 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of 20 Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 0212014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 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 RIGHT-OF-WAY EASEMENT Rev. 02/2014 SIGNATURE BLOCK EXAMPLES Please note the "Signature Block" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner 1.2 (Name of person authorized to sign), Title GRANTOR: (Name of Corporation) a (State where incorporated) corporation am (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. RIGHT-OF-WAY BASEMENT Rev. 02/2014 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 5 8330 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-I611 EXHIBIT "A" REAL PROPERTY DESCRIPTION N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-5 BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO SDA PROPERTIES LTD, BY DEED RECORDED IN INSTRUMENT NUMBER D207013397, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 1/2 INCH IRON FOUND FOR THE SOUTHWEST CORNER OF SAID SDA PROPERTIES TRACT , AND THE NORTHWEST CORNER OF A TRACT OF LAND AS CONVEYED TO BILL MARKHAM BY DEED RECORDED IN INSTRUMENT NUMBER D206386147, OF SAID DEED RECORDS, AND BEING IN THE EAST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY); THENCE NORTH 00 DEGREES 28 MINUTES 5.1 SECONDS WEST, 174.88 FEET WITH THE COMMON LINE OF SAID SDA PROPERTIES TRACT, AND SAID OLD DENTON ROAD TO A 1/2 INCH IRON FOUND FOR THE NORTHWEST CORNER OF SAID SDA PROPERTIES TRACT; THENCE NORTH 89 DEGREES 57 MINUTES 11 SECONDS EAST, 30.62 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NORTH LINE OF SAID SDA PROPERTIES TRACT FOR THE PROPOSED EAST RIGHT--OF-WAY LINE OF SAID OLD DENTON ROAD FROM WHICH A 1/2 INCH IRON FOUND FOR THE SOUTHWEST CORNER OF LOT 1, BLOCK 1, O'DONNELL'S ADDITION, AS RECORDED IN CABINET A, SLIDE 12710, PLAT RECORDS, TARRANT COUNTY, TEXAS, BEARS NORTH 8.9 DEGREES 57 MINUTES 11 SECONDS EAST, 0.37 FEET; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 174.88 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE COMMON LINE OF SAID SDA PROPERTIES TRACT AND SAID BILL MARKHAM TRACT FOR THE PROPOSED EAST RIGHT -OF --WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 89 DEGREES 57 MINUTES 48 SECONDS WEST, 30.50 FEET TO THE, POINT OF BEGINNING AND CONTAINING 5,344 SQUARE FEET OR 0.1.2.3 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014.. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional. Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. OF T EDWARD K. KHALIL 5951 P -Pop a .0 4 .y ° S S: �O IZ-12-• 4 A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page I of 1 REVISION: 10-27-14 N O Scale 1" = 100, Apparent Owner AIL INVESTMENT, ESTMENT, LIP, TRACT 1 INSU D211298925 D.R.T.C.T. r,40NTERRA BLVD (VARIABLE WIDTH RIGHT-OF-WAY) INSTRUMENTA-TO. ND207079304 D.-C- T- A arent Owner AIL. VESTMENT, LIP, TRACT INSt.., D211298925 D.R.T.C.T. WIN ROCCOWED88 a RVET i Apparent Owner PRENTISS D. CLARK & ANNA A. CLARK INST. # D203238576 D.R.T.C.T. zj�L P 0 z FL Lu W 9 LOT 1, BLOCK I > � O'DONNELLS ADDITION o W cn CAB. A, SLIDE 12710 W R P.R.T.C.T. Lu > 30.652j N89*67'11"E —ApilF 0.37, 0 z N89*57111"E bD ton VARIABLE WIDTH Apparent Owner RIGHT-OF-WAY PROPERTIES ACQUISITION SPA LTD. INST, # 207013397 U) 5 344 SQ.FT.+f D.R.T.C.T. Apparent Owner BILL MARKHAM 0 INST. # 206386147 D.R.T.C.T. ❑ C. C. WHYTIE SURVEY -161T 0 W a_ Apparent Owner RICARDO A. IBANEZ INST. # 209162181 D.R.T.C.T. ....... W ....... EXHIBIT "B" EDWARD K. KHALI ......5.....951 ....... i•SHOW I NG z A A PARCEL OF LAND 4 S16 . RIJ SITUATED IN C.C. WHYTE SURVEY ABSTRACT NO. 1611 CITY OF FORT WORTH, ojR3 • IRON MTH CAP STAMPED Date, %4 TARRANT COUNTY, TEXAS 'AmA' SET DRA%N BYe Ak A.N.A. CONSULTANTS, L.L.C. DATEg 10-27-14 DGN. NO. i 040180-P5 A�k 5000 Thompson Terrace CORSULTANTS, L.L.C. Colleyville, Texas 76034 APPROVED BYt EK Office: (817) 335-9900 —A'EDFax: (817.)335-9955 REV [ v $W. IND. t I OF 1 1 F.R.NO. 1009080 1 1 A-- -- .-- —11— .1--l.... ai, L(, #JUG -N -x I �ig�g yyy 3V �4 'ag,lpazil z z 4 7 w 09+84 'V1S - 314Il Ha1V W I' iJl ++ ; •5 • 04 • a .., K599.b+ f +'a l++•',' :Ili --j�M1lOtl11I,911F IJ p6+E6'V1S-3NIl H�1VW� Ua NV1NJU U IU Ul AMAIJ 1NVLIUVI N wVaj - JAM JLJI tiJ/Ud Hlld 011 _ k C C i z oY 5Fn o ice' n o DOS CL a w rr r d W z C] � wx > v a 0 a S o � -oi Q� SE � an O4 l0 1 a u d -_i z Wxl, S •T1711 -- i { I I � I I I I1 --- 1 II � I I I Ili I III I 4 1 I 1 I I I i I I III I i ' 1 l V I I 1 1 11 I I 1 f I I � I I E �- .. ....__...-..,_...._ 5 l �i..' l i �I �I u 'ON NO1N30 MO 01 -AMAd 1NVdUV1 'N AONj — a rf/ k z a o it 00+£S 'N1S-3N13 H�1tlW *, 4 i `x 0OOV V1S - 3NI3 KUM W y�"rnoiW d CP! CF Y K XF O O - �x o ✓� rP-. Ps� � O� H 00 F 00 �}Q � zo oa jY �prn°E a oz �a Z n 01 � U as o� a �a as a 06 ~ x � IX a I ' 4 it 4� 1 I i I i I 1 I I JI E ! ,, i I ti Ili 11 � I� I j� I I E ' I E 1 { 1 i 1 I • i I �' I I _�_ E I I i I i I 1 i 1 I I i I I 1 i I ti I User Name: ekhalil Date: 01-12-15 Project: 140180 RIVERSIDE TOPO Time: 16:35:27 Create Mapcheck Reports Page: 1 Lot Name: P5 Lot Description: Description Lot Area (Square Feet): 5344.12 Lot Area (Acres): 0.1227 Lot Perimeter: 410.87 Parent Area (Square Feet): 0.00 Closing Direction: S4602015411E Closing Distance: 0.0008 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction Distance Begin 7009976.713784 2334725.420247 S00025124"E 174.879 7009801.839941 2334726.763208 S89'057148"W 30.498 7009.801.8204.23 2334696.26521.4 N00°28151"W 98.449 7009900.265957 2334695.439028 N0002815111W 76.426 7009976.689265 2.334694.797659 N89057111"E 30.622 End 7009976.714355 2334725.419648 Error of Closure 1 : 496702 Departure in Y (Northing): -0.000571 Departure in X (Easting): 0.000599 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 6 8300 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT BILL MARKHAM, hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and `B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 101" anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right -of --way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rm 02/2014 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev_ 0212014 HERETO WITLESS MY HAND this the day of GRANTOR(S): Name Name APPROVED AS TO FORM[ AND CITY OF FORT WORTH LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § Fernando Costa Assistant City Manager ACKNOWLEDGMENT 20 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of 20 . Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev.0212014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20`. day of Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 02/2014 SIGNATURE BLOCK EXAMPLES Please note the "Signature Block" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner 1.2 (Name of person authorized to sign), Title GRANTOR: (Name of Corporation) a (State where incorporated) corporation (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. EIGHT -OF -WAY EASEMENT Rev. 02/2014 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 6 8300 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 EXHIBIT "A" REAL PROPERTY DESCRIPTION N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-6 BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO .BILL MARKHAM, BY DEED RECORDED IN INSTRUMENT NUMBER D206386147, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 1/2 INCH IRON FOUND FOR THE SOUTHWEST CORNER OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO SPA PROPERTIES LTD, BY DEED RECORDED IN INSTRUMENT NUMBER D207013397, DEED RECORDS, TARRANT COUNTY, TEXAS , AND THE NORTHWEST CORNER OF SAID BILL MARKHAM TRACT, AND BEING IN THE EAST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY), THENCE NORTH 89 DEGREES 57 MINUTES 48 SECONDS EAST, 30.50 FEET WITH THE COMMON LINE OF SAID SDA PROPERTIES TRACT, AND SAID BILL MARKHAM TRACT TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE COMMON LINE OF SAID SDA PROPERTIES TRACT AND SAID BILL MARKHAM TRACT FOR THE PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 174.98 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE COMMON LINE OF SAID BILL MARKHAM TRACT AND THAT CERTAIN TRACT OF LAND AS CONVEYED TO RICARDO A. IBANEZ, BY DEED RECORDED IN INSTRUMENT NUMBER D209162181, DEED RECORDS, TARRANT COUNTY, TEXAS, FOR THE PROPOSED EAST RIGHT -OF --WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 89 DEGREES 55 MINUTES 24 SECONDS WEST, 30.37 FEET TO THE EXISTING EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES 2.8 MINUTES 51 SECONDS WEST, 175.00 FEET TO THE POINT OF BEGINNING AND CONTAINING 5,326 SQUARE FEET OR 0.122 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note; Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note; In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 .OF . ... SF EDWARD K. KHALIL / ..% .a... by .............. .r.. �. 59ai 12 o 12 —14 Page I of 1 REVISION: l 0-27-14 A agent Owner AIL I ESTMENT, LP, i O z LOT fi, BLOCK 1 TRACT 1 O'DONNEE S ADDITION INS 925 u� CAB. A, SLIDE 12710 D.R.T.C.T. � P.R.T.C.T. I i MONTERRA BLVD (VARIABLE WIDTH RIGHT-OF-WAY) INSTRUMED TRCjf, 079304 WN PA@CO1 ENS �MG3MC �7 A -000 Apparent Owner AIL INVESTMENT, LP, TRACT 2 INSt.: D211298925 D.R.T.C.T. N Scale 1" = 100' Signed% - Date: /9 _ b ai.+L_f DATES 1.0-27-14 DGN. N0.r04018O-P6 APPROVED BYi EK REVISED, 30.50' VARIABLE WIDTH - RIGHT-OF-WAY ACQUISITION 5,326 SQ.FT.+/- A-Tell Apparent Owner SDA PROPERTIES LTD. INST. # 207013397 D.R.T.C.T. Apparent Owner a L MARKHAM INST. # 206386147 D.R.T.C.T. W I S89"55'24"W 30.3T -- Apparent Owner RICARDO A. IBANEZ u.Iu z p INST. # 209162181 a< D.R.T.C.T. o O O O Q i�� > IM' I0 0. � aU o M a S Apparent Owner ¢c00 W L AIL INVESTMENT LP. > REMAINDER TRACT 10 IY _¢ VOL, 14316 PG. 66 F D.R.T.6.T. z X EXHIBIT "B„ I I SHOWING A PARCEL OF LAND SITUATED IN C.C. WHYTE SURVEY ABSTRACT NO. 1611 CITY OF FORT WORTH, o IRS IRON WITH CAP STAMPEO TARRANT COUNTY, TEXAS ANA" SET Ak A.N.A. CONSULTANTS, L.L.G. '0I4W 5000 Thompson Terrace CONSULTANTS, LA-G. Colleyville, Texas 76034 Office,. (8.17) 335-9900 Pax. (817)335-9955 c�.NO. i 1 OF 1 IL P.R.NO. 1009080 9CZL #Ica-------A-------x 'QU NOIN30 a10 Cl 'AMNd 1NVddV1 'N S"ION1 - 3AIHO 10ISH-WH HIHO ............... . �. LL I�r Rg _�� �w�A �� U ii� J � z � z z sg �g tw �z+m� CDs_ � � Z L,J FO '� t;i O 1111/1 p ojz�q¢ N 02� Q zU �W O Loay <„iNp 0 O - 2- W p M o o n` z ame o o W ( d - _ j -�=W ss o z OO a a k u Fp wjjr O F0. o'F 23 a 110 ORO n z n U z x a 4444 , �� " ¢- a rc b g p6i8Y'V15-3N13 NOlVW K � � � � II �• iF�FF•� +�F• __ I F _ — TF• .I 14 ' w :I 4 E I a+*+�+ I i t ty w W t 4 a- a� Ify 4 z I h+�y. l a • 1 Lb tj jj I 111E «' I r ^;-_-•�o-Jj�'. •�- - !�-. _____L �J�- R+£4 VI1 -3Nil H91VW o h User Name: ekhalil Date: 01-1.2-15 Project: 140180 RIVERSIDE TOPO Time: 16:41:40 Create Mapcheck Reports Page: 1 Lot Name: P6 Lot Description: Description Lot Area (:Square Feet): 5325.65 Lot Area (Acres): 0.1223 Lot Perimeter; 410.84 Parent Area (Square Feet): 0.00 Closing Direction: S47034109"E Closing Distance: 0.0002 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction, Distance Begin 70.09626.868581 2334728.106750 N0002612411W 174.976 7009801.839422 2334726,763044 S89057148"W 30.498 7009801.819904 2334696.265050 S0002815111E 174.998 7009626.828067 2334697.733638 N89055124"E 30.373 End 7009626.868708 23.3472.8.106611 Error of Closure 1 : 2179477 Departure in Y (Northing): -0.000127 Departure in X (Easting): 0.000139 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # 7236; Parcel # P 7 8280 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT Ricardo A. Ibanez, hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property"} situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10"i anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. 1UG11T-OF-WAY GASGh1GNT Ikev. 0112014 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rec-. 0212014 HERETO WITNESS MY HAND this the day of , 20—. APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § GRANTOR(S): Name Name CITY OF FORT WORTH Fernando Costa Assistant City Manager ACKNOWLEDGMENT 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of 20 . Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 0212014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 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 RIG11'1'-QI'-WA)' L•ASCMCNT Rev. 02/2014 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 7 8280 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 EXHIBIT UA" REAL PROPERTY DESCRIPTION N. RIVERSIDE. DRIVE RIGHT-OF-WAY ACQUISITION P-7 BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO RICARDO A. IBANEZ, BY DEED RECORDED IN INSTRUMENT NUMBER D209162181, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND ROUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON FOUND FOR THE SOUTHWEST CORNER OF SAID RICARDO A. IBANEZ TRACT AND THE NORTHWEST CORNER OF THE REMAINDER OF TRACT 10 AS DESCRIBED BY DEED TO AIL INVESTMENT L.P., RECORDED IN VOLUME 14315, PAGE 56, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING I.N THE EAST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY); THENCE NORTH 00 DEGREES 28 MINUTES 51 SECONDS WEST, 150.17 FEET WITH THE WEST LINE OF SAID RICARDO A. IBANEZ TRACT TO THE NORTHWEST CORNER OF THE SAME AND THE SOUTHWEST CORNER OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO BILL MARKHAM, BY DEED RECORDED IN INSTRUMENT NUMBER D206386147, OF SAID DEED RECORDS; THENCE NORTH 89 DEGREES 55 MINUTES 24 SECONDS EAST, 30.37 FEET WITH THE COMMON LINE OF SAID BILL MARKHAM TRACT, AND SAID RICARDO A. IBANEZ TRACT TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 150.15 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE COMMON LINE OF SAID RICARDO A. IBANEZ TRACT, AND AIL INVESTMENT L.P. TRACT, FOR THE PROPOSED EAST RIGHT -OF --WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 89 DEGREES 53 MINUTES 27 SECONDS WEST, 30.27 FEET TO THE POINT OF BEGINNING AND CONTAINING 4,553 SQUARE FEET OR 0.105 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014, Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 P OF G aoaaea.e�% :•�o'Sr£RF EDWARD K. KHALIL ' .. ........... .. a 5951 ., a P. � a ° a'' oO aS�U do Rq � Page I of I REVISION: 10-27-14 N i__ Scale 1' = 100' Apparent Owner AIL INVESTMENT, LP, TRACT 2 INSL: D211298925 D.R.T.C.T. WE H@00W EEG A -00.0 Apparent Owner BLUE MAPLE GROUP, TRACT 2 INSt.: D213012615 D_R,T.C.T. Apparent Owner BILL MARKHAM INST. # 20638614.7 D.R.T.C.T. N89955'24"E 30.37' A�pppparent Owner RICARDO A. IBANEZ INST. # 209162181 D.R.T.C.T. 4.553 SQ.FT.+1- 1°53'27"W Apparent Owner 30.27' AIL INVESTMENT LP. REMAINDER TRACT 10 VOL, 14315 PG. 56 D.R.T.d.T. C. C. WHYTE SURVEY A-Ml VEY Z o � r- LLI w p I- ❑ I� o rT— �. p u� W Im la Or I � I Cr O Z I EXHIBIT "B" `THOMPOON OuRTEY ..::::. .:::::,:.: 5951 SHOW I NG s• op••F ry ••.�aiPr• I A PARCEL OF LAND q� . ,E.5 5;, .•�O ° sUR"J S I TUATED I N. C. C. V4 YTE SURVEY ' ABSTRACT NO. 1611 S i gned4n6CITY OF FORT WORTH, O IRS IRON WITH CAP STAMPED Date, r 1 TARRANT COUNTY, TEXAS ANA" SET g.DRAWN BY= A A.N.A. CONSULTANTS, L.L.C. 7- DATES 10-2l-1A DAT% N0.: 180_P7 A%k 5000 Thompson Terrace CONSULTANTS, L.L.C. Colleyvillc, Texas 76034 APPROVED BYE EK = Office: (817) 335-9900 REV I LASED+ Fax: (817) 335-9955 SHT. M. r 1 OF i F.R.NO. 1009080 9rac ff3o0 -g>1 g -x 'aH NO1N3o 010 of -,u Ad 1NVHHVI 'N INOHJ - 3ANCI 301Sb3AId H1NON F'e�ns1 v i Barm Up d5 fi , D- Uy .+i o rns V) a aC> �o d a _ $i.wwru a Ern o p¢ a a a N d a mlr{ g Foy IQ < f1fo z Y azfJLi a _ x H RS 00+R6 'ViS - 3NIl HO1VM g e +•I•• I h +n - LdI �« I W u «V, ' f I I 1 . 1.ty�a+ � ' 4 a: I 1 ti 1 F [• '«Bf a � I L—ixoati,ali•' 'I — � I i i + ++ _ I , 00At'V1S-3NIl HD1VW - o o a o M1 m y User Name: ekhalil Date: 01-12-15 Project: 140180 RIVERSIDE TOPO Time: 16:47:17 Create Mapcheck Reports Page. I Lot Name: P7 Lot Description: Description Lot Area (Square Feet): 4552.74 Lot Area (Acres): 0.1045 Lot Perimeter: 360.97 Parent Area (Square Feet): 0.00 Closing Direction: N48046124"W Closing Distance: 0.0002 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction Distance Begin 7009476.718577 2334729.255769 N00026124"W 150.154 7009626.868149 2334728.106680 S89055124"W 30.373 7009626.827508 2334697.73370.8 800028151"E 150.172 7009476..6.60796 2334698.993955 N89053127"E 30.266 End 700.9476.71.8462 2334729.259900 Error of Closure 1 : 2072042 Departure in Y (Northing): 0..000115 Departure in X (Easting): -0.000131 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE ## _7236; Parcel ## P S 82,00 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-16.11 THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT AIL .Investment LP, hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($1.0.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property"} situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 101h anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OI:=WAY EASEMENT Rev. 0212014 (SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev.0212014 HERETO WITNESS MY HAND this the APPROVED AS TO FORM AND LEGALITY: .Assistant City Attorney THE STATE OF TEAS § COUNTY OF TARRANT § clay of , 20 . GRANTOR(S): Name Name CITY OF FORT WORTH Fernando Costa Assistant City Manager ACKNOWLEDGMENT 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of 20 Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 022014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20 day of Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 02/2014 SIGNATURE BLOCK EXAMPLES PIease, note the "Signature Block" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner M. (Name of person authorized to sign), Title GRANTOR: (Name of Corporation) a (State where incorporated) corporation (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. RIGHT-OF-WAY EASEMENT Rev. 0212014 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 8 8200 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 EXHIBIT "A" REAL PROPERTY DESCRIPTION N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-8 BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 161.1, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THE REMAINDER OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 10, AS CONVEYED TO AIL INVESTMENT L.P., A TEXAS LIMITED PARTNERSHIP, BY DEED RECORDED IN VOLUME 14315, PAGE 56, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON FOUND FOR THE SOUTHWEST CORNER OF TRACT OF LAND AS CONVEYED TO RICARDO A. IBANEZ, BY DEED RECORDED IN INSTRUMENT NUMBER D2091621B1, DEED RECORDS, TARRANT COUNTY, TEXAS, AND THE NORTHWEST CORNER OF THE SAID AIL INVESTMENT L.P., TRACT, AND BEING IN THE EAST RIGHT--OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH .RIGHT-OF-WAY); THENCE NORTH 89 DEGREES 53 MINUTES 27 SECONDS EAST, 30.27 FEET WITH THE COMMON LINE OF SAID AIL INVESTMENT L.P., TRACT, AND SAID RICARDO A. IBANEZ TRACT TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED EAST RIGHT--OF-WAX LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 193.11 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 32 DEGREES 04 MINUTES 19 SECONDS EAST, 9.93 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 02 DEGREES 04 MINUTES 1.9 SECONDS EAST, 44.38 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 06 DEGREES 38 MI.NUTES 06 SECONDS EAST, 36,35 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED .EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO THE LEFT; THENCE 84.99 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 65 DEGREES 21 MINUTES 38 SECONDS WITH A RADIUS OF 74.50 FEET, A TANGENT LENGTH OF 47.79 FEET AND A CHORD WHICH BEARS SOUTH 39 DEGREES 18 MINUTES 5.5 SECONDS EAST, 80.45 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NORTH RIGHT-OF-WAY LINE OF THOMPSON ROAD (VARIABLE WIDTH RIGHT-OF- WAY)AS RECORDED IN INSTRUMENT NUMBER D211223965, OF SAID DEED RECORDS; THENCE SOUTH 89 DEGREES 26 MINUTES 49 SECONDS WEST, 90.91 FEET WITH THE EXISTING NORTH RIGHT-OF-WAY LINE OF SAID THOMPSON ROAD TO THE EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; A.N.A. Consultants, L.L.C. Page 1 of 2 5000 Thompson Terrace REVISION. 10-27-14 ColleyviIle, TX 76034 REVISION: 05-06-15 N. RIVERSIDE DRIVE DOE # 7236; Parcel # P 8 8200 OLD DENTON RD. FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-8 THENCE NORTH 00 DEGREES 28 MINUTES 51 SECONDS WEST, 345.06 FEET TO THE POINT OF BEGINNING AND CONTAINING 12,576 SQUARE FEET OR 0.289 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. OF 5TjE EDWARD K. KHAUL ..°...e... 0..............� t . o o��pp 5951 Q (91°O S $ y glee°pL s 5-, G., tsr A.N.A. Consultants, L.L.C. Page 2 of 5000 Thompson Terrace REVISION: 10-27-14 ColleyviIle, TX 76034 REVISION: 05-06-I5 Scale 1" = 100' Apparent. Owner AIL INVESTMENT, LP, TRACT 2 INSt.: D211298925 D.R.T.C.T. Wu H@C (DWE RS A -000 Apparent Owner BLUE MAPLE GROUP, TRACT 2 INSt.. D213012615 D.R.T.C.T. buy gne4di5g;v—/. Date3 r_ aL _ ev— D4TE1 10-27-14 DGN. N0. 1 04018O-P7 APPROVED BY! Ek REVISEDi 05-06-15 NO. I ARC LENGTH DELTA AWil-E I RAD I US I TANGENT I CHORD D I RECT I ON I CH, LC 184. 99' 65-21' 38' 74. 50' 47. 79' JS 39'" 18' 55" E IWL45 I � r 0 0. W a ! N89053'27"E 30.27' Rs ! ' w Apppparent Owner RICARDO A. IBANEZ INST. #209162181 D.R.T.C.T. VARIABLE WIDTH RIGHT-OF-WAY ACQUISITION Apparent Owner 12,576 SQ.FT.*1- AIL INVESTMENT LP. REMAINDER TRACT 10 i VOL.14315 PG.56 D.R.T.d.T. S32004'19"E 9.93- xs S02°0419"E er44.38' M S06°38'06"E sr` 36.35' C. C. WHYT S SURVEY l IRS A -91099 S89°2649"W IRS ' - ---------------------- - - - - ---- - - - - -- - - - - - - - - I - - - - - - - - - - _ THO_M_PSON ROAD _ CkTY OF FORTADR7H (VARIABLE WIDTH RIGHT-OF-WAY) _ TNST. NO. D211223965 INST.# D211210676 & D211153454 D.R.T.C.T. Apparent Owner W. T UPSOM SURVEY BASEM AND RIAD NIMRI A-9490 INST. # 0208232375 Apparent Owner D.R.T.C.T. LOT 1, BLOCK A, RESIDENCES AT OLD DENTON ROAD CAB.A, SLIDE 12595 P.R.T.C.T. EXHIBIT r"B" SHOWING A PARCEL OF LAND SITUATED 1N C.C. WHYTE SURVEY ABSTRACT NO. 1611 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS alr:s " IRON WITH CAP STAMPED ANA" SET cNiaa�7ts auaweM�r,s '- �FkAriNL116 A.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace Colleyville, Texas 76034 Office: (817) 335-9900 Fax: (917)335-9955 F.RRNO. 1009080 S-IT. NO. 1 1 OF 1 :t #100 — -----A--------x '(Id NO1NX 010 01 'AMNd 1NV?JdV1 'N woaJ - ]AM TASMAN Hid V) QF'�FF R' O z z x io�g tw�3i� `�-' 167 3 Z Ld z m z a a t ax Sd o z $ o �c~i vla Ir 3 B F5 s - o 3 z a G _ _`oo LEA � S o zo oQ a s z 0-_ C)4E fill 91E p pw 55 _ a z saa L20= ' r E I $irb • - _ ,5'attla { I I D� E I in A - 8I 0 1 r 11.5'L I I1X, 13 z Ir � _..,I Wy i s'ectla I 1 � I ZI i I I I I I I I E I ji E I I I � I � User Name: ekhalil Date: 05-06-15 Project: 140180 RIVERSIDE TOPO Time: 10:58:18 Create Mapcheck Reports Page: 1 Lot Name: PS-R ^^^^ Lot Description: Description Lot Area (Square Feet): 12575.98 Lot Area (Acres): 0.2887 Lot Perimeter: 835.00 Parent Area (Square Feet): 0.00 Closing Direction: N12054150"E Closing Distance: 0.0002 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction Distance Begin 7009476.718578. 2334729.259827 S00026124"E 193.110 7009283.614272 2334730.742791 S3200411.911E 9.930 7009275.199769 2334736.015459 S0200411911E 44.383 7009230.845786 2334737.620098 506038106"E 36.354 PC 7009194.735271 2334741.820583 PIP 7009203.343295 2334815.821610 Curve Direction: CCW Radial In: N8302.1154"E D.O.0 Arc: 76054126" D.O.0 Chord: 84018137" Radius: 74.500 Delta angle: 65021138" Tangent length: 47.792 Arc length: 84.986 Chord Direction: 839018155"E Chord length: 80.4.53 External: 14.012 Middle ordinate: 11.794 Radial Out: S18000F161rW Point Northing Easting Direction Distance PT 7009132.491371 2334792.794347 S8902614911W 90.909 7009131.613872 2334701.889583 N000281.5111W 345.059 7009476.660722 2334698.993838 N89053127"E 30.266 End 7009476.718388 2334729.259783 Error of Closure 1 : 4283377 Departure in Y (Northing): 0.000190 Departure in X (Easting): 0.000044 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 9 8107 OLD DENTON RD. FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1498 THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT Basem and Riad Nimri, hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10'h anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rev. 02/20I4 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev. 02/2014 HERETO WITNESS MY HAND this the APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § day of 24 . GRANTOR(S): Name Name CITY OF FORT WORTH Fernando Costa Assistant City Manager ACKNOWLEDGMENT 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAT, OF OFFICE, this the day of r� Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 02/2014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20 day of Notary Public in and for the State of Texas RIGHT•oF-WAY EASEMENT Rey.0212014 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # 7236; Parcel # P 9 RIGHT-OF-WAY ACQUISITION 9107 OLD DENTON RD. P-9 FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1498 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN W. W. THOMPSON SURVEY, ABSTRACT NUMBER 1498, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO BASEM NIMRI AND RIAD NIMBI, BY DEED RECORDED IN INSTRUMENT NUMBER D208232375, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT THE SOUTHEAST CORNER OF HEREIN DESCRIBED PARCEL OF LAND IN THE SOUTH LINE OF SAID NIMRI TRACT FROM WHICH A 5/8 INCH IRON FOUND FOR THE NORTHWEST MOST WESTERLY CORNER OF LOT 1, BLOCK A, RESIDENCES AT OLD DENTON ROAD, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS RECORDED IN CABINET A, SLIDE 12595, PLAT RECORDS, TARRANT COUNTY, TEXAS, AND BEING IN THE EAST RIGHT- OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY) BEARS NORTH 89 DEGREES 06 MINUTES 42 SECONDS EAST, 0.24 FEET; THENCE SOUTH 89 DEGREES 06 MINUTES 42 SECONDS WEST, 31.61 FEET WITH THE SOUTH LINE OF SAID NIMRI TRACT, TO THE SOUTHWEST CORNER OF THE SAME; THENCE NORTH 00 DEGREES 28 MINUTES 29 SECONDS WEST, 500.01 FEET WITH THE EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD TO THE NORTHWEST CORNER OF SAID NIMRI TRACT IN THE SOUTH RIGHT-OF-WAY LINE OF THOMPSON ROAD (VARIABLE. WIDTH RIGHT-OF- WAY); THENCE NORTH 89 DEGREES 12 MINUTES 40 SECONDS EAST, 46.84 FEET TO THE WEST LINE OF A TRACT OF LAND TAKEN FOR THOMPSON ROAD RIGHT--OF-WAY AS RECORDED IN INSTRUMENT NUMBER D211153454, OF SAID DEED RECORDS; THENCE SOUTH 00 DEGREES 52 MINUTES 47 SECONDS EAST, 7.39 FEET WITH SAID THOMPSON ROAD RIGHT-OF-WAY; THENCE SOUTH 44 DEGREES 23 MINUTES 13 SECONDS WEST, 1.22 FEET WITH SAID THOMPSON ROAD RIGHT-OF-WAY; THENCE NORTH 89 DEGREES 26 MINUTES 49 SECONDS EAST, 106.50 FEET WITH SAID THOMPSON ROAD RIGHT-OF-WAY TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 75 DEGREES 36 MINUTES 34 SECONDS WEST, 38.19 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO THE LEFT; THENCE 101.04 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 36 DEGREES 17 MINUTES 48 SECONDS WITH A RADIUS OF 159.50 FEET, A TANGENT LENGTH OF 52.28 FEET AND A CHORD WHICH BEARS SOUTH 56 DEGREES 48 MINUTES 35 SECONDS WEST, 99.36 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; A.N.A. Consultants, L.L.C. Page i of 2 5000 Thompson Terrace Colleyville, TX 76034 REVISION: 10-27-14 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # 7236., Parcel # P 9 RIGHT-OF-WAY ACQUISITION 8107 OLD DENTON RD. P_9 FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1498 THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 429.04 FEET TO THE POINT OF BEGINNING AND CONTAINING 18,645 SQUARE FEET OR 0.428 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 6.63.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 sE •0 F EDWARD K. KHALIL .•se.•.44.00............ r o. • a 5951 v; a P yAIc o V/�•�{ JC S.yVp4 �V� •r4 ra-/Za ■ Page 2 of REVISION: 10-27-14 N z i z �O w F �af o I � +n ❑ uj Lu _' ❑ 00 W �j Scale 1" = 100' i 0r z, A arent Owner BLUE MAPLE GROUP, LLC, TRACT 2 INSt,: D213012615 D.R.T.C.T. %vu MCCOVIEN suvaWlE ' A -090 f w PROPOSED ROW 106.50, Apparent Owner AIL INVESTMENT LP. Apparent Owner REMAINDER TRACT 10 SILL MARKHAM VOL. 14315, PG. 56 VOL. 11580, PG, 1898 D.R.T.C.T. D.R.T.C.T. C. C. WHVIrE BMR1yEY A-16 1 THOMPSON ROAD ^ _ (VARIABLE WIDTH RIGHT-OF-WAY) INSTX D2112106.76 & D211153454 0m ov. - ,.W 515�3634 L1 S00"5247"E 7.3.9' A=36-17-48" L2 S44°23'1.3"W 1.22' VARIABLE WIDTH RIGHT-OF-WAY ACQUISITION 18,645 SQ.F1•.+1- Apparent Owner BASEM AND RIAD NIMRI INST. 9 D208232375 D.R.T.C.T. W. W. 17'HOUP; 09A BURVET LOT 1, BLOCK A, RESIDENCES AT OLD DENTON ROAD CAB.A, SLIDE 12595 P.R.T.C.T. �S89°06'42"W 1f�yn ..:.......................... EXHIBIT �1�!� 1 EDWA1tp K. KHAL I ..�.....................%.. s4 5951 �9H0F °o� SHOW I NG A PARCEL OF LAND Ss suRv °� SITUATED IN W.W. THOMPSON SURVEY z ABSTRACT NO. 1498 S i fined: CITY OF FORT WORTH, Date: �, � _ TARRANT COUNTY, TEXAS -IRS "IANAON WITH CAP STAMPED DRAWN BYe A.N.A. CONSULTANTS, L.L.C. DATEe 10-27-14 DW ND. a 0401$O_P9 5000 Thompson Terrace cONSULTANYs L.L.C. Colleyville, Texas 76034 APPROVED BYe EK Office: (8.17) 335-9900 RE1/ I ` ' u�� Fax: (817).335-9955 F.R.NO. 1009080 SW. NO, e 1 OF 1 wzZ f1 09 -r -X 'O?J NO1NK CIO Ol "J,M11d 1NVHHVI 'N N'Oa�l - JAINU AlISN-1niN H16UN p, Y a 4 li y oo n �j J1 L z �FErAF FS z z z paaaomQ 'ah O O HE.E. - z8 N � z , � w 5 Q v 8 z m 4a�0 Imo ? g gg c� E d m N ril - of i FoFg B LzW a a a y E- z 10 � r a ra IS rz W ci U� O CLe o o BO g° o a Q a o new �x ~ F' �+ I � _ =r_ I _ Y - I I - ,s�6ez la oI II}I 1 I II II I , m �T 1 - ' -y'6LZLa I T I h n----------------------- - - I - _ ply • � 'I 1 = _� Im I y I I •" .I + I r soya s 51L'1�- _ (INNOSLUJOH1 ---__"��__--- I y I I I I I S l8a = I � a al ! 39• _ I I I r t2' I -___- IIF.1.12'I J I;1I5� - II?[ i S.4 I _ 1 _ _ 1 I - I� - 1� + All m � 7 I4 � 7 I I I I ,56/Z La I I tY.l I I Z) f ' I ' f i k i I I I User Name: ekhalil Date: 01-12-15 Project: 140180 RIVERSIDE TOPO Time: 16:48:16 Create Mapcheck Reports page. 1 Lot Name: P9 Lot Description: Description Lot Area (Square Feet): 18644.53 Lot Area (Acres): 0.4280 Lot Perimeter: 1261.85 Parent Area (Square Feet): 0.00 Closing Direction: S3002114811E Closing Distance: 0.0004 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction - Distance Begin 7008562.696552 2334704.670991 N00028129"W 337.190 7008899.874978 2334701.877247 N00028129"W 162.819 7009062.688390 2334700.528231 N8901214011E 46.842 7009063.333323 2334747.365791 S00052147"E 7.390 7009055.944194 2334747.479253 S4402311311W 1.218 7009,055.073772 2334746.627261 N89026149"E 106.503 7009056.101791 2334853.125300 S7503613411W 98.192 PC 7009046.609925 2334816.131606 RP 7008892.575018 2334857.526019 Curve Direction: CCW Radial. in: S1500213111E D.O.0 Arc: 3505512011 D.O.0 Chord.: 36032117" Radius: 159.500 Delta angle: 36017148" Tangent length: 52.282 Arc length: 101.043 Chord Direction: S56048135"W Chord length: 99.362 External: 8.350 Middle ordinate: 7.935 Radial Out: N5102011911W Point Northing Easting Direction Distance PT 7008992.217314 2334732.980193 S00026124"E 429.043 7008563.186965 2334736.274974 S89006142"W 31.608 End 7008562.696924 2334704.670773 Error of Closure 1 : 2930556 Departure in Y (Northing): --0.000372 Departure in X (Easting): 0.000218 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 10 8101 OLD DENTON RD. FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1498 THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT H. P. T. LLP., hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property"} situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10"' anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rev. 0212014 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev. 02/2014 HERETO WITNESS MY HAND this the day of , 20 . GRANTOR(S): Name Name APPROVED AS TO FORM AND CITY OF FORT WORTH LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § Fernando Costa Assistant City Manager ACKNOWLEDGMENT 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL, OF OFFICE, this the day of M Notary Public in and for the State of Texas NIGHT -OE -WAY EASEMENT Rev. 02/2014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 24 Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 0212014 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 10 RIGHT-OF-WAY ACQUISITION 8101 OLD DENTON RD. P-10 FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1498 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN W. W. THOMPSON SURVEY, ABSTRACT NUMBER 1498, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THE REMAINDER OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO H.P.T. L.L.P., A TEXAS LIMITED LIABILITY PARTNERSHIP, BY DEED RECORDED IN VOLUME 12063, PAGE 986, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT THE NORTHEAST CORNER OF HEREIN DESCRIBED PARCEL OF LAND IN THE NORTH LINE OF SAID H.P.T. L.L.P., TRACT FROM WHICH A 5/8 INCH IRON FOUND FOR THE SOUTHWEST CORNER OF LOT 1, BLOCK A, RESIDENCES AT OLD DENTON ROAD, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS RECORDED IN CABINET A, SLIDE 12595, PLAT RECORDS, TARRANT COUNTY, TEXAS, AND BEING IN THE EAST RIGHT--OF-WAY LINE OF OLD DENTON ROAD ('VARIABLE WIDTH RIGHT-OF-WAY) BEARS NORTH 89 DEGREES 31 MINUTES 31 SECONDS EAST, 0.43 FEET; THENCE SOUTH 01 DEGREES 58 MINUTES 39 SECONDS EAST, 93.00 FEET WITH THE NEW PROPOSED EAST RIGHT -OF -WAX LINE OF SAID OLD DENTON ROAD TO 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 96.71 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 02 DEGREES 59 MINUTES 14 SECONDS WITH A RADIUS OF 1855.00 FEET, A TANGENT LENGTH OF 48.37 FEET AND A CHORD WHICH BEARS SOUTH 02 DEGREES 00 MINUTES 38 SECONDS EAST, 96.70 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 00 DEGREES 31 MINUTES 00 SECONDS EAST, 214.44 FEET TO 518 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 60.74 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 03 DEGREES 32 MINUTES 06 SECONDS WITH A RADIUS OF 984.50 FEET, A TANGENT LENGTH OF 30.38 FEET AND A CHORD WHICH BEARS SOUTH 02 DEGREES 12 MINUTES 27 SECONDS EAST, 60.73 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 29 DEGREES 57 MINUTES 14 SECONDS EAST, 10.12 FEET TO 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 00 DEGREES 02 MINUTES 46 SECONDS WEST, 43.56 FEET TO 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 06 DEGREES 38 MIN.UTES 06 SECONDS EAST, 31.53 FEET TO 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 28.81 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 27 DEGREES 17 MINUTES 06 SECONDS WITH A RADIUS OF 60.50 FEET, A TANGENT LENGTH OF 14.68 FEET AND A CHORD WHICH BEARS SOUTH 20 DEGREES 16 MINUTES 40 SECONDS EAST, 28.54 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; A.N.A. Consultants, L.L.C. Page I oft 5000 Thompson Terrace CoIleyville, TX 76034 REVISION: 10-27-14 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 10 8101 OLD DENTON RD. FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-14:98 N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-10 THENCE SOUTH 33 DEGREES 5.5 MINUTES 13 SECONDS EAST, 21.40 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET THE BEGINNING OF A CURVE TO THE LEFT; THENCE 51.65 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 48 DEGREES 54 MINUTES 48 SECONDS WITH A RADIUS OF 60.50 FEET, A TANGENT LENGTH OF 27.52 FEET AND A CHORD WHICH BEARS SOUTH 58 DEGREES 22 MINUTES 36 SECONDS EAST, 50.09 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 82 DEGREES 50 MINUTES 00 SECONDS EAST, 28.65 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE SOUTH LINE OF SAID H.P.T. TRACT AND THE NORTH LINE OF SUMMERFIELDS BOULEVARD, 60 FOOT RIGHT-OF-WAY DEDICATION AS RECORDED IN VOLUME 13116, PAGE 310, OF SAID DEED RECORDS; THENCE SOUTH 89 DEGREES 34 MINUTES 16 SECONDS WEST, 138.71 FEET WITH THE SOUTH LINE OF SAID H.P.T. TRACT TO THE SOUTHWEST CORNER OF THE SAME IN THE EAST LINE OF THE EXISTING RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD. - THENCE NORTH 00 DEGREES 27 MINUTES 56 SECONDS WEST, 623.52 FEET WITH THE EAST LINE OF SAID OLD DENTON ROAD TO THE NORTHWEST CORNER OF SAID H.T.P. TRACT; THENCE NORTH 89 DEGREES 31 MINUTES 31 SECONDS EAST, 31.33 FEET WITH THE NORTH LINE OF SAID H.T.P. TRACT TO THE POINT OF BEGINNING AND CONTAINING 25,290 SQUARE FEET OR 0.581 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page 2 of 2 REVISION: 10-27-14 �URMi�17 'ITHOMAS PECK SURVEY N A-11909 Scale 1" = 100' Appar�f Imer BLUE MAPLEnGROUP, LLC, TRACT 2 INSI.: D213012615 D.R.T.C.T. N89°31'31 "E 31.3311 1 I � T r ac 0 z r I 0.43' sre ww DeAu N89°31'31 "E IRS rROMPBOIN SURVEY A -9408 VARIABLE WIDTH RIGHT-OF-WAY ACQUISITION 25,290 SQ.FT.tI- H.P.T., L.L.P., REMAINDER OF 32.445 ACRE VOL.12063, PG. 986 D.R.T.C.T. S29.57'14"E 10.12' S00'02'46"W 43.56' 80.6'38'06"E -' 31.53' S33.55'13"E l 21 AO' •."::.:::t.": 28,65' . .w IRS SUMMERF1ELDS BOULEVAR (60' RIGHT-OF-WAY DEDICATION) S1•�G15TfR�;G VOL. 13116, PG. 310 ,n u �p D.R.T.C.T. •EDWARD•K.••KHALI EXHIBIT „B" 2 ••�•••••••••••••••••••••%•,• SHOWING SU ERFIELDS ADDITION sq 5951 C A. SLIDE 7985 {t'y°� �o`:�•�� A PARCEL OF [..AND R•T•c•T• 9tiD SUR��.�O SITUATED IN W.W. THOMPSON SURVEY BL K 177 ABSTRACT NO. 1498 3 S i geed '- �1 CITY OF FORT WORTH, Date; TARRANT COUNTY, TEXAS IRS %" IRON VATH CAP STAMPED ANA" SET oRAvAl BYr A.N.A. CONSULTANTS, L.L.C. DATEr 10-27-14 DGN. N.'O. s 040180-P10 5000 Thompson Terrace COKWLTANTS,L.L.C. Colleyvilic, Texas 76034 APPROVED BY, EK - Office: (817) 335-9900 FEVISEDt Fax: (817) 33.5-9955 o, HT. NO. r I OF 1 11 F.R.NO. 1009080 WU #300-----71— ----- X 'oil NOIN30 010 01 'I.MNd 1NV88VI 'N INOHj — 3RIHU 3alsa3nla Hid( y m�U-5 gel boa ;ie 'my m"",EAm$ jw � m i� J[p�11p I X 6 gRM qojzo o 70 3 E--a 3 a aw a N z <W a a o U ry d El o¢ Ail I 1 ' I I I I I I: , ,jjj. yl I alai I I I I5I 41 �1 � IF 11 a I ; � I ' I I n r I I , ,9'bLZla � - 1�5d = IrZ�II14� y�l tl I� _ I 1 , s'Iaall �, 11.asr ie.5 Ar I � I � „r sr a E', - ..( I. - DAIS -_ "__'___ __:_------_--- ---------- 1� 1 I F k � PI I I ' - I I �I� I I , I I I I I R306r' jY�l I I". I I I I I I I: - - I I I I' , 1 I i I oI User Name: ekhalil Date: 01-12-15 Project: 140180 RIVERSIDE TOPO Time: 16:48:30 Create Mapcheck Reports page: 1 Lot Name: P10 Lot Description: Description Lot Area (Square Feet): 25289.57 Lot Area (Acres): 0.5806 Lot Perimeter: 1474.17 Parent Area (Square Feet): 0.00 Closing Direction: N4803715111E Closing Distance: 0.0024 Course Data:(Mapcheck Through Radius Points Method) Point Northing Basting Direction - Distance Begin 7007891.899344 2334741.430020 S01058139"E 93.00.0 PC 7007798.95473:0 2334744.63-9174 RP 7007685.575041 2332893.107363 Curve Direction: CW Radial In: S86029145"W D.O.0 Arc: 0300511911 D.O.0 Chord: 03005121" Radius: 1855.000 Delta angle: 02059114" Tangent length: 48.368 Arc length: 96.714 Chord Direction.: S0200013811E Chord length: 96.703 External: 0.630 Middle ordinate: 0.630 Radial Out: N89028159"E Point Northing Basting Direction Distance PT 7007702.311334 2334748.031862 S.00031100"E 214.438 PC 7007487.882053 2334749.965538 RP 7007495.442396 2335734.436508 Curve Direction: CCW Radial In: N89,033136"E D.O.0 Arc: 05049111" D.O.0 Chord: 05049120" Radius: 984.500 Delta angle: 03032106" Tangent length.: 30.380 Arc length: 60.741 Chord Direction: S0201212711E Chord length: 60.731 External; 0.469 Middle ordinate: 0.468 Radial Out: S86001130"W Point Northing Easting Direction Distance PT 7007427.195676 2334752.304829 S29057114"E 1.0.123 7007418.424831 2334757.359272 S0000214611W 43.56.0 User Name: ekhalil Date: 01-12-15 Project: 140180 RIVERSIDE TOPO Time: 16:48:30 Create Mapcheck Reports Page• 2 7007374.864845 2334757.324215 S0603810611E 31.532 PC 7007343.544034 2334760.967547 RP 7007350.534443 2334821.0.62340 Curve Direction: CCW Radial in: N83021154"E D.O.0 Arc- 94042114" D.O.0 Chord: 11.1028'15" Radius: 60.500 Delta angle: 27017107" Tangent length: 14.684 Arc length: 28.811 Chord Direction.- S2001613.9"E Chord length: 28.540 External: 1.757 Middle ordinate: 1.707 Radial Out: S5600414711W Point Northing Easting Direction Distance PT 7007316.773.094 2334770.85.8543 S3305511311E 21.396 PC 7007299.018376 2334782.798341 RP 7007332.779481 2334833.002303 Curve Direction: CCW Radial in: N5600414.8"E D.O.0 Arc: 94042114" D.O.0 Chord: 111028015" Radius: 60.500 Delta angle: 48054'48" Tangent length: 27.516 Arc length: 51.64.9 Chord Direction: S5802213611E Chord length: 50.095 External: 5.963 Middle ordinate: 5.428 Radial Out: S0701010011W Point Northing Easting Direction Distance PT 7007272.752141 2334.825.454563 S82050100"E 28.646 7007269.178130 2334853.878749 S8903411611W 138.713 700726.8.139801 2334715.169636 N00027156"W 623.519 7007891.638217 2334710.103302 N89031F31"E 31.326 End 7007891.897765 2334741.428227 Error of Closure 1 : 616934 Departure in Y (Northing): 0.001575 Departure in X (Easting): 0.001793 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIDE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # 1 7236; Parcel # P 11 7950 N. RIVERSIDE DR. FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1498 THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT F J M PROPERTIES., hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($1.0.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the l 01h anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rev. 0212014 [SIGNATURES APPEAR. ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rai. 02/2014 HERETO WITLESS MY HAND this the day of GRANTOR(S): Name Name APPROVED AS TO FORM AND CITY OF FORT WORTH LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § Fernando Costa Assistant City Manager ACKNOWLEDGMENT 24— 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of 2U Notary Public in and for the State of Texas RIGHT -OF -WAX EASEMENT Rev, 02/2014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 24 day of Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 621201A SIGNATURE BLOCK EXAMPLES Please note the "Signature Bloch" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner LIM (Name of person authorized to sign), Title GRANTOR: (Name of Corporation) a (State where incorporated) corporation s (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. RIGHT-OF-WAY EASEMENT Rev. 02/2014 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 11 7950 N. RIVERSIDE DR. FORT WORTH, TEXAS, W.W. THOMPSON SURVEY, A-]498 EXHIBIT "A" REAL PROPERTY DESCRIPTION N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-1 I BEING A PARCEL OF LAND SITUATED IN W, W. THOMPSON SURVEY, ABSTRACT NUMBER 1498, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF LOT 14, BLOCK 177, SUMMERFIELDS ADDITION AN ADDITION TO THE CITY OF FORT WORTH, AS RECORDEDININ CABINET A, SLIDE 7985, PLAT RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD FOUND IN THE NORTH LINE OF SAID LOT 14, AND THE SOUTH LINE OF SUMMERFIELDS BOULEVARD (60 FOOT RIGHT-OF-WAY) AS DEDICATED IN VOLUME 13116, PAGE 310, OF SAID DEED RECORDS; THENCE NORTH 89 DEGREES 32 MINUTES 48 SECONDS EAST, 19.95 FEET WITH THE COMMON LINE OF SAID LOT 14, AND SAID SUMMERFIELDS BOULEVARD TO 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED RIGHT-OF-WAY; THENCE SOUTH 68 DEGREES 25 MINUTES 25 SECONDS WEST, 48.82 PEET WITH THE NEW PROPOSED RIGHT-OF-WAY TO 5/8 INCH IRON WITH CAP STAMPED ";ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 65.64 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 20 DEGREES 22 MINUTES 59 SECONDS WITH A RADIUS OF 184.50 FEET, A TANGENT LENGTH OF 3.3.17 FEET AND A CHORD WHICH BEARS SOUTH 58 DEGREES 13 MI.NUTES 28 SECONDS WEST, 65.29 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE EXISTING RIGHT-OF-WAY OF OLD DENTON ROAD (VARIABLE WIDTH DEDICATION AS RECORDED IN VOLUME 13116, PAGE 310, OF SAID DEED RECORDS)AND THE WEST LINE OF SAID LOT 14, FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 101.63 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 64 DEGREES 41 MINUTES 45 SECONDS WITH A RADIUS OF 90.00 FEET, A TANGENT LENGTH OF 57.00 FEET AND A CHORD WHICH BEARS NORTH 57 DEGREES 11 MINUTES 53 SECONDS EAST, 96.3.1 FEET TO THE POINT OF BEGINNING AND CONTAINING 1,017 SQUARE FEET OR 0.023 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (MAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. OF ,.aaa�eae 1STE EDWARD K. KHALIL . sae�eeaa000a o.e �.�� •assaww asrs e =;a 5951 Y' �p a. It - N A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page I of I REVISION: 1.0-27-14 THOMAS PECK SURVEY A W 9200 N Scale 1" = 100' A arent Owner BLUE MAPLE GROUP, LLC, TRACT 2 INSt.: D213012615 D.R.T.C.T. .N-MM I ARC LENGTH DELTA ANTE I RAD I I CHORD D I IEC71!P31 Cl 6r. 64 259' 184, 50 ?13. 17 S 5B 13' 28' WC2 101.63 64"41'45' 9D.OD 57.00 N 57-11'53' E z 'a O I LL W IQ Q H O ly IO o -1 � m w I� >ir— Ij a zI I H.P.T., L.L.P., PROPOSED ROW REMAINDER OF 32.445 ACRE VOL.12063, PG. 986 D.R.T.C.T. SUMMERFIELDS BOULEVARD N89"32'48"E (60' RIGHT-OF-WAY DEDICATION) oB 19.95' VOL. 13116, PG. 310 - -- D.R.T.C.T. 96e���25 1 1 z 1 3 / VARIABLE WIDTH ! ARABLE SIWAY fION I I 1 1,017 SQ.FT.+I- I I I I I I I I f I 1 I I SUMMERFIELDS ADDITION! I I CAB. A SLIDE 7985 P.k.T.C.T. I I 4 BLOCK 177 I I I LOT 14 1 1 I I I I I i r II I I I i I f 1 I f f I I I F. J. M. PROPERTIES LP., I I VOL. 12128, PG. 611 1 1 I D.R.T.C.T. I I I I I I I I I I I f 'UT FOUND CAROLINE CT. (50' RIGHT-OF-WAY) 177 W. W. 5Tb®[ulPBON SURVEY A-9400 �EDWARD K. KHAL1 EXHIBIT90 E31.1 ..Y.....................�.. SHOWING :4 :A 5951 ••: q aA PARCEL OF LAND S� -tr 5 9 �o-00 . •SU1z%J OUT OF LOT 14, BLOCK 177 SUMMERFIELDS ADDITION S i Sned� CITY OF FORT WORTH, Dater �,� . TARRANT COUNTY, TEXAS 0 IRS u IRON WITH CAP STAMPED AMA' SET DRAWN BY9 A.N.A. CONSULTANTS, L.L.C. A%k DATER 10-27-14 DCVI. NQ. a 040180_P1 i 5000 Thompson Terrace CONSULTANTS, L.L.C. Colleyville, Texas 76034 APPROVED BYe EK Office. (817) 335-19900 REV I SERA Fax: (817} 335-9955 W. N(% , 1 OF 1 ® F.R.NIO, 1009080 '08 NOIN30 O10 01 '1.MNd 1NVHHV1 'N MR IA — 3A18C 301Sb3AI8 H1210 O bFFFFb Fm $F>�m$w S u O $ �y jjjSZ # t8 z O 7 W o� v r 2 :n Fl o z rc € w� G � �� m 4o Oa m z s z am g O� no Z o S zo cqf a N �m`-� nCe it a o dU N~ o r N Z� W fL w N F CS ai .: J w J 3�3 ¢ C 3 Q a IN Z A" H O ., �w3� 4 z e I I I I I I I , I f I F I I I I 1F. 8fQ1 - I- I []AlB SO131dtJ n i i i User Name: ekhalil Project: 140180 RIVERSIDE TOPO Create Mapcheck Reports Dates 01--12-15 Time: 17:06:29 Page: 1 Lot Name: P11 Lot Description: Description Lot Area (Square Feet): 1016.56 Lot Area (Acres): 0.0233 Lot Perimeter: 236.03 Parent Area (Square Feet): 0.00 Closing Direction: N6100012011E Closing Distance: 0.0009 Course Data:(Mapcheck Through Radius Points ------------------------------------------------------------------------------- Method) Point Northing Easting Direction Distance Begin 7007209.821963 2334874.525543 S68025125"W 48.817 PC 7007191.869933 2334829.129243 RP 7007020.307079 2334896.999.983 Curve Direction: CCW Radial In: S2103510211E D.0,C Arc.: 31003117" D.O.0 Chord: 3102615211 Radius: 184.500 Delta angle: 2,0023100" Tangent length: 33.169 Arc length: 65.637 Chord Direction: S58013128"W Chord length: 65.291 External: 2.958 Middle ordinate: 2.911 Radial Out: N410581021FW Point Northing Easting Direction Distance PRC 7007157.487903 2334773.623844 RP 7007119.665513 2334855.291750 Curve Direction: CW Radial In: S6500910011E D.O.0 Arc: 6303914.1" D.O.0 Chord: 67029,50" Radius: 90.001 Delta angle: 64041145" Tangent length: 57.002 Arc length: 101.625 Chord Direction: N57011153"E Chord Length: 96.312 External: 16.532 Middle ordinate: 13.967 Radial Out: NO0027115"W Point Northing Easting Direction Distance PT 7007209.663686 2334854.578346 N89032148"E 19.947 End 70072.09.821508 2334874.524722 Error of Closure 1 : 251457 User Name: ekhalil Date• 01-12-1.5 Project: 140180 RIVERSIDE TOPO Time• 17.06:29 Create Mapcheck Reports page: 2 Departure in Y (Northing): 0.000455 Departure in X (Easting): 0.000821 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # 7236; Parcel # P 12 €14+63 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THOMiAS PECK SURVEY, A-1209 THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT BASSWOOD 35 LAND, LLC., hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($14.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1 O'h anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rov. 02/2014 [SIGNA.TURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev. 0212014 HERETO WITNESS MY HAND this the day of GRANTOR(S): Name Name APPROVED AS TO FORM[ AND CITY OF FORT WORTH LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § Fernando Costa Assistant City Manager ACKNOWLEDGMENT 20 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of r� Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 02I2014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY LAND AND SEAL OF OFFICE this day of 24 Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 02/2014 SIGNATURE BLOCK EXAMPLES PIease note the "Signature Block" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner I0 (Name of person authorized to sign), Title GRANTOR: (Name of Corporation) a (State where incorporated) corporation (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. RIGHT-OF-WAY EASEMENT Rev. 02/2014 N. RIVERSIDE DRIVE DOE # 7236; Parcel # P 12 8463 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THOMAS PECK SURVEY, A-1209 EXHIBIT "A" REAL PROPERTY DESCRIPTION N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-12 BEING A PARCEL OF LAND SITUATED IN W. MOCOWEN SURVEY, ABSTRACT NUMBER 999, AND THOMAS PECK SURVEY, ABSTRACT NUMBER 1209, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 1, BY DEED TO BASSWOOD 35 LAND, LLC, AS RECORDED IN INSTRUMENT NUMBER D215190.571, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 5/8 INCH IRON ROD WITH YELLOW CAP STAMPED "DUNAWAY ASSOC. LP" IN THE WEST LINE OF OLD DENTON ROAD (COUNTY ROAD NO. 4048) FOR THE SOUTHEAST MOST EASTERLY CORNER OF SAID BLUE MAPLE GROUP TRACT ALSO BEING THE NORTHEAST CORNER OF THAT CERTAIN TRACT DESCRIBED AS TRACT B BY DEED TO TEXAS ELECTRIC DELIVERY COMPANY, RECORDED IN VOLUME 7219, PAGE 179, OF SAID DEED RECORDS; THENCE NORTH 00 DEGREES 38 MINUTES 54 SECONDS WEST, WITH THE EAST LINE OF SUMMERFIELDS SUBSTATION SITE AS RECORDED IN INSTRUMENT NUMBER D214044241, OF SAID DEED RECORDED AND THE EAST LINE OF SAID BLUE MAPLE GROUP TRACT,' AT 323.23 FEET PASSING THE NORTHEAST CORNER OF SAID SUMMERFIELDS SUBSTATION SITE CONTINUE IN ALL 1396.63 FEET; THENCE NORTH 89 DEGREES 24 MINUTES 54 SECONDS EAST, 22.00 FEET WITH THE COMMON LINE OF SAID BLUE MAPLE GROUP TRACT AND SAID OLD DENTON ROAD TO THE CENTERLINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES 23 MINUTES 54 SECONDS WEST, 220.72 FEET WITH THE EAST LINE OF SAID BLUE MAPLE GROUP TRACT AND THE CENTERLINE OF SAID OLD DENTON ROAD TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE POINT OF BEGINNING AND THE BEGINNING OF A CURVE TO RIGHT; THENCE 361.67 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 17 DEGREES 17 MINUTES 56 SECONDS WITH A RADIUS OF 1197.90 FEET, A TANGENT LENGTH OF 182.22 FEET AND A CHORD WHICH BEARS NORTH 08 DEGREES 56 MINUTES 33 SECONDS WEST, 360.30 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT--OF-WAY) AND THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 31.11 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 01 DEGREES 35 MINUTES 06 SECONDS WITH A RADIUS OF 1126.74 FEET, A TANGENT LENGTH OF 15.59 FEET AND A CHORD WHICH BEARS NORTH 00 DEGREES 51 MINUTES 59 SECONDS EAST, 31.17 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO LEFT; THENCE 39.57 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 02 DEGREES 10 MINUTES 33 SECONDS WITH A RADIUS OF 1042.00 FEET, A TANGENT LENGTH OF 19.79 FEET AND A CHORD WHICH BEARS NORTH 00 DEGREES 34 MINUTES 16 SECONDS EAST, 39.57 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; A.N.A. Consultants, L.L.C. Page 1 of 4 5000 Thompson Terrace Colleyville, TX 76034 REVISION: 04-12-16 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 12 8463 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THOMAS PECK SURVEY, A-1209 N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-12 THENCE NORTH 00 DEGREES 31 MINUTES 01 SECONDS WEST, 1078.29 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO LEFT; THENCE 54.41 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 03 DEGREES 10 MINUTES 00 SECONDS WITH A RADIUS OF 984.50 FEET, A TANGENT LENGTH OF 27.21 FEET AND A CHORD WHICH BEARS NORTH 02 DEGREES 01 MINUTES 24 SECONDS WEST, 54.40 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 03 DEGREES 36 MINUTES 24 SECONDS WEST, 67.74 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET THENCE NORTH 28 DEGREES 03 MINUTES 33 SECONDS WEST, 10.15 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET THENCE NORTH 01 DEGREES 5.6 MINUTES 27 SECONDS EAST, 43.44 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET THENCE NORTH 03 DEGREES 36 MINUTES 24 SECONDS WEST, 35.06 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO LEFT; THENCE 44.85 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 34 DEGREES 29 MINUTES 31 SECONDS WITH A RADIUS OF 74.50 FEET, A TANGENT LENGTH OF 23.13 FEET AND A CHORD WHICH BEARS NORTH 20 DEGREES 51 MINUTES 09 SECONDS WEST, 44.17 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 38 DEGREES 05 MINUTES 54 SECONDS WEST, 0.75 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO RIGHT; THENCE 158.92 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 86 DEGREES 18 MINUTES 21 SECONDS WITH A RADIUS OF 105.50 FEET, A TANGENT LENGTH OF 98.91 FEET AND A CHORD WHICH BEARS NORTH 05 DEGREES 03 MINUTES 15 SECONDS EAST, 144.31 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO LEFT; THENCE 16.68 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 09 DEGREES 14 MINUTES 02 SECONDS WITH A RADIUS OF 103.50 FEET, A TANGENT LENGTH OF 8.36 FEET AND A CHORD WHICH BEARS NORTH.43 DEGREES 35 MINUTES 25 SECONDS EAST, 16.66 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 00 DEGREES 31 MINUTES 01 SECONDS WEST, 378.86 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO LEFT; THENCE 90.83 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 02 DEGREES 59 MINUTES 15 SECONDS WITH A RADIUS OF 1742.00 FEET, A TANGENT LENGTH OF 45.43 FEET AND A CHORD WHICH BEARS NORTH 02 DEGREES 00 MINUTES 38 SECONDS WEST, 90.82 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; A.N.A. Consultants, L.L.C. Page 2 of 4 5000 Thompson Terrace Colleyville, TX 76034 REVISION: 04-12-16 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 12 $463 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THOMAS PECK SURVEY, A-1209 N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-12 THENCE 99.37 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 03 DEGREES 03 MINUTES 52 SECONDS WITH A RADIUS OF 185.8.00 FEET, A TANGENT LENGTH OF 49.70 FEET AND A CHORD WHICH BEARS NORTH 01 DEGREES 58 MINUTES 20 SECONDS WEST, 99.36 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 00 DEGREES 26 MINUTES 24 SECONDS WEST, 879.90 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO LEFT; THENCE 54.41 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 03 DEGREES 10 MINUTES 00 SECONDS WITH A RADIUS OF 984.50 FEET, A TANGENT LENGTH OF 27.21 FEET AND A CHORD WHICH BEARS NORTH 02 DEGREES 01 MINUTES 24 SECONDS WEST, 54.40 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 03 DEGREES 36 MINUTES 24 SECONDS WEST, 68.91 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 28 DEGREES 03 MINUTES 47 SECONDS WEST, 9.94 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 01 DEGREES 56 MINUTES 13 SECONDS EAST, 42,62 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 03 DEGREES 36 MINUTES 24 SECONDS WEST, 35.50 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO LEFT; THENCE 44.85 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 34 DEGREES 29 MINUTES 31 SECONDS WITH A RADIUS OF 74.50 FEET, A TANGENT LENGTH OF 23.13 FEET AND A CHORD WHICH BEARS NORTH 20 DEGREES 51 MINUTES 09 SECONDS WEST, 44.17 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 159.6.5 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 86 DEGREES 42 MINUTES 06 SECONDS WITH A RADIUS OF 105.50 FEET, A TANGENT LENGTH OF 99.59 FEET AND A CHORD WHICH BEARS NORTH 05 DEGREES 15 MINUTES 09 SECONDS EAST, 144.85 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT;. THENCE 15.89 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 08 DEGREES 47 MINUTES 44 SECONDS WITH A RADIUS OF 103.50 FEET, A TANGENT LENGTH OF 7.96 FEET AND A CHORD WHICH.BEARS NORTH 44 DEGREES 12 MINUTES 19 SECONDS EAST, 15.87 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 00 DEGREES 26 MINUTES 24 SECONDS WEST, 144.76 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NORTH LINE OF SAID BLUE MAPLE GROUP TRACT AND THE SOUTH LINE OF A TRACT OF LAND DESCRIBED AS TRACT 2, BY ❑EED TO AIL INVESTMENT, LP. AS RECORDED IN INSTRUMENT NUMBER D211298925, OF SAID DEED RECORDS FOR THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; A.N.A. Consultants, L.L.C. Page 3 of 4 5000 Thompson Terrace Colleyville, TX 76034 REVISION: 04-I2-16 N. RIVERSIDE DRIVE DOE # _7236; ParceI # P 12 8463 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THOMAS PECK SURVEY, A-1209 N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-12 THENCE NORTH 89 DEGREES 06 MINUTES 40 SECONDS EAST, WITH THE COMMON LINE OF SAID BLUE MAPLE GROUP TRACT AND SAID AIL INVESTMENT, LP, TRACT, AT 40.89 FEET PASSING A ONE INCH IRON FOUND FOR THE WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD, CONTINUE IN ALL 62.36 FEET TO THE NORTHEAST CORNER OF SAID BLUE MAPLE GROUP TRACT IN THE CENTERLINE OF SAID RIGHT-OF-WAY; THENCE SOUTH 00 DEGREES 23 MINUTES 54 SECONDS EAST, 3913.37 FEET WITH THE EAST LINE OF SAID BLUE MAPLE GROUP TRACT TO THE POINT OF BEGINNING AND CONTAINING 231,559 SQUARE FEET OR 5.316 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014, Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central. Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 'S `� -•�' .•. P. \5T� EDWARD K. KHALIL •.oe s-oaeeaau•.. e---a--- ju eq 5951 c . Qn�O� F Page 4 of 4 REVISION, 04-12-16 SHEET 2 I — I '° -- NO.ARC LENGTH DELTA ANGLE RADIUS TANGENT CHORD DIRECTION CH. L. C1 361.67 17-17' 56' '1 197. 90 182.22 N 08-56' 33' W 1360.30 I C2 31, 17 01 -35' 06' 1126.74 15.59 N 00-51' 59' E 131.17 I I C3 39. 57 02" I(), 33' 1042. 00 19. 79 N 00-34' 16' E _ 139.57 rN IN 30' ELECTRIC EASEMENT AGREED JUDGMENT---,� I N INSt.: D214044241 �I� lei D.R,T.C.T. d I N I °per LOT 1, BLOCK 175 W SUMMERFIELDS ADDITION VARIABLE WIDTH � RIGHT-OF-WAY 17. I CAB. A. SLIDE 3777 P.R.T.C.T. ACQUISITION 5.316 AC.+7-,,_ Cq �i I Appparent Owner BASSWaOD 3C5rLAND LLC, IC1 „_ Scale; 1 _ 200 ; INSt.: D21.5190571 l I D.R.T.C.T.SUR1 I THOMAS K 1� 1 SEC I E I POB LOT 1., BLOCK 24 I BRITTANY PLACE EXHIBIT "1311 CAB. A, A PARCEL OF LAND Ei^ SITUATED IN THOMAS PECK SURVEY N89'24'54"EI N ABSTRACT NO. 1209 AND W. McCOWEN 22.00 SURVEY ABSTRACT NO. 999 C ! TY OF FORT WORTH,. I I co TARRANT COUNTY, TEXAS i i � Z y� o k BLOCK 4 q J I BRAZOS ELECTRIC POWER COOP.. A,P^,��� sr�R�.D SUMMERFI L U 41ATION SITE vy D.R.T.C.TX. jo ........ .. EQWARD K. KHALI ' ..Y....... .............. %.. I BRITTANY PLACE CAB.PASIDE 4459 �oy°°+5Es9s5I ?'pQ1 °F C.T. ONCOR ELECTRIC DELIVERYP CO. LLC, I 7219 PG. ,:� /�r� S i ned= �"'�-�"' VOL, 179 S D.R.T.C.TX. Dateso.§° IRON WITH CAP STAMPED --_ ANA" SET DRAM BY: ALA.N.A. CONSULTANTS, L.L.C. DATES 10-27-14 5000 Thompson Terrace CONSULTANTS•-L-L.c. Colleyville, Texas 76034 Office: (817) 335-9900 DGN. NO. i 040180-PI2 APPROVED BYs EK Fax: (817) 335-9955 F. R.NO. 10090800 SHT. NO. , 1 OF 3 REV I SED� 04-12-16 SURVEY SI-EET 3 _ 1 NO. ARC LENGTH DELTA ANGLE RADIUS TANGENT CHORD DIRECTION CH. L. C4 54. 41 03-10' DO' 984.50 27.21 N 02" O1' 24' W 54.40 C5 44. 85 34-29' 31' 74.50 23.13 N 20-51' 09' W 44.17 06 156.92 86-18' 21' 105.50 98.91 N 05-03' 15' E 144.31 C7 I G. 66 09-14' 02' 103.50 8.36 N 43-35. 25' E 16. 66 C8 190. 83 02-59' 15' 1742. 00 45. 43 IN 02-00' 38' W 190.82 IjC9_j 99. 37 03-03' 52' 1858. 00 49. 70 N 01-58' 20' W 199. 36 4G;1®NA8 PECK SURVEY A -Me N Scale 1" = 200' Apparent Owner BASSWOOD 35 LAND LLC, 30' ELECTRIC EASEMENT AGREED JUDGMENT INSt.: D214044241 D.R.T.C.T. —� 0.75' N01 °56'27"E ' 43.44' N28°03'33"W 10.15, NO3°36'24"W I 67.74' H.P.T., L.L.R., REMAINDER OF 32.445 ACRE VOL.1.2063, PG. 986 D.R.T.C.T. 1 SIIMMERFIEU a 10 (WWalai oa - I� a f1LOCF(IIi S COT14 f— IIF{ C,+3aT SUMUIERF,EL�S Ar1FAil�d CA9.P a-79 I ��j oaf ELI El TRACT 1 1 M I¢ WSt.: D215190571 D.R.T.C.T. I CAROUNECT. I j0 (Wf"GHrOPWAYj C4 .i 100 O Ir1' co F EXHIBIT "Big A PARCEL OF LAND SITUATED IN THOMAS PECK SURVEY ABSTRACT NO. 1209 AND W.McCOWEN II SURVEY ABSTRACT NO. 999 I I < PRINCESgVFGTQRWCT. CITY OF FORT WORTH, TARRANT COUNTY, TEXAS II M SHEET 2 -----SI-IFFY 1�----� IRON WITH CAP STAMPED "ANA" SET A.N.A. CONSULTANTS, L.L.C. DATEr 10-27-14 DON. NO. = 040180-P 12-52 A%N. 5000 Thompson Terrace CONSULTANTS. L.L.C. Colleyvllle, Texas 76034 APPROVED BYf EK Office. (817).335-9900 p�,� Fax: (817) 335-9955 SI-IT. NO. f 2 OF 3 REV 1 xL/f 04-12-16 F.R.NO. 10090800 9£ZL #300 — --, -N — — — —x 'aa 14011130 alo of *M>ld ANv� W? "N MM — FAIN❑ MISM3AN HIHON o „. d Trm piYt' qj pZ EsrvoR ao Vaxww '� \ ���pFF� �" o o .e .� ' Ote } mN X _j_ I/I W P O o D ry r �s F 0 U it �,$g dl r m O + z m 29 .. a F z ; y N m o i o r O 4 all. W HE } D v•cs p'{YY a- z:d Nl 4 �^ yz? qq ti a tl �e c� - La] N yN> W 7 W All; O n- 0. m p z.fi� N oM afi offs 3E O Il m m s��� a 8 � I � ❑�• U >Z cn ¢ pr In a� m 00+L1'tl1,S-3Ni�H�1tlY4 ta' 9y1� �I � ��� ---i. tom s e oo+tvA y_ r Zb'L9 =N N !3 bl m'O ? f f I 5CLs3-Kvl3m £9 9=181 H Pl o 0 -w13N ZS S9= 81 l 81 ...._. s'C 333rvHry 31 68�381A111 Nal8N 167 O[' =' 0FNM = g I -_-+- ---- ," 650B''9G + 81 59== ilia 3 Ilk. L'9YtlSB rigs = 3ry a al 1 W ' z l SZ993=ll H 81 3N a bl I I a rll y - IV jy ! I 9Z' 3ry a bl ?J J d 9696 4££Z F£'LC9SOOL N '8 03015a3Na CB'4S wNY[03ry �l to_--- ____ _ o• S9="1 bL g I 8_ I I I i 9S S61500L N '9+9 tl15 'Jd _ 4 99-YS =N 86'®si8= 3ry JL 1 A � a Isa gn 1 9Z'bS =NM S3N d X 59 as= �L � 69'£ FS S5= l �1 g 00+0'VJ-8 314I-1 Ho.LVIN 9UL #300 --x -- --x 'Oa NOIN30 010 01 'MSNd 1NWIdVl 'N woa3 — IM20 301S2J3AM HldON om -.- o ��^ a y � o W t�pn g 25 #�A ZO j6 O f. O z 2 e e o a Na, a s 3 a } cnz �%m $as.. OIn W OO o d m 3 N op i Z aw �~ K 69Is N U m Z N `�L .a ro mm ♦ U d Q O~ zz N g12 s� a8 00 ¢U ¢ em s �w�o��� aaaa R rk: 3 Q s6 s9= 13 6'61 91N S'll So1 II I I - 1 ' I �I 98-5 =1m 3n a �l Z8 S9� 1 �l e. E8' =NY1 3n 91 IB 59= l al lyyl 3n �l Mflof l I SL S9- l '.IL Z6 S9= l �1 rrm 3n of B'SS�=NYIp3n Pl 3 1 061L59-11 �1 r9ss= ary m 3'9 =Nv1 3W �1 9CZL #30❑ — --71-------x '08 NO3N30 O10 01 '),MAd 1Nb88bl 'N WOiJ3 — ]A16(] 3aIS2f3AIH HIzIQN R. amp z a^ m &L Z w r. _m to G N � vtzw N W� li�4b€ o 6.x III 06+9Z b1S - 3NILFII H91VW I 4 4694C£Z 3 d " � Sb'1OL100L N a �i n � 8L'ZL+9Z Vl5 ad _ I wTip I I L I_ (49 -YS S133HS Ol N333N) I .' 1no8baNnOi1 Sa"1313m3WWfls ZBS-3NIl HDl'OM X U I �r j I I l 1 (49 -69 S193HS of LI3j3N) 1noevamou SI,1313N3WWns 0Ee-3NIl HO1bW + L p I 0 �ror I M I I 5 rY O 1u 0 V] a 7 iY ►J, 00+9L frog -65 8133HS of kIMIMI) 1noSVONnOM S0131AB"ms ZON - 3NIl HD1b3N m I I j W n � e � S � o - I \ rim �am d' , WL \_ F- f 0 1 O L Z (49 -6S 5133HS Ol 2i33321) In^9baNNOk113213.W. r r LAN - 3NIIIl HU2�l�W w �I !O 3NIlONVDG l 5�Tn �h 1 -MOH ,9LIi— L�0r I�rr LS - 3NIl HD1tlW � • Y n 6 'oc ZZ W Z O W [� � o0 t m ¢? WO 8 =h 'O o n ao W E O_ FLL c mw D ~ F a_Q 4 �Q f O aR > p� ❑❑ a- V) Ln z U Z z ;L < o M � vL o _M ]inY =n J1 S 1'E99 w I � } Z$ ZO M=jn 31 S 'fi Z99 ' ]l is rvaa 1 ao 9 J l L 99- GI 99= 99=1 N aA J! I Zj l 98 199= l 31 1111 4 00' 4S 99= 199= N al l al �E 99'199-JU ZZ L99= 31 l Jl 9C' 09=j]l L6 99= l at N a £0' M-j H ]1 .S1�1 or ss= al al � I L 99= l 3L O «- II 98 59m l �1 0 b _ N �➢ U 1 l I , 69'S = 3rr al 1 h II V I I I a cc ZS 9� � al Y I o V 1 d J 48'4 eNy 3ry ]l r I I I 1 J I I 1 Lw =Nv �ry Jl .... .._ _. ._... ._ LZ 99= l w 94'4S =Ntl 3rr i H 31 I r I l I { I I Z'4S =Ntl ary Y3 al O' 99= 6+9 L 15 iLL' ae a m» - MR. 3 as it t 60'4 .. Nq 3ry ]3 O& S9= 71 a' ql3 y n � OI+1�]LS 9rzc #300 -N -x '08 NO-N34 410 Ol ' MNd 1NV88V1 'N F4083 - 3AINQ 3UISb3Ala HINON ul 4 mm�e sxa nw e a ��, a _o z�� o eve���m N 3 0` z o w zo =e v.a h a 4 ;, zom EkE dU IL Do oS 3 S - Z Y o� > d J g N ti r S3:w ti Inz� 4 p N zoo a Q H IX Yg p €+4 „ o ©❑xE z0 OZ w a`2 yr: �aW� a s J�o�x a z Q m I - 1 I fl fr �77 z _ I � IIk J7Ld I I I iljlr A. G �� } r I I I i I I I I I f d y IINn I'l I I I 9£ZL #30U — -- —N —X ON NO1NK O10 01 '.IMY,d 1NVHHV1 'N YVON.' -- IAIAG 301SJ3RRJ HIZJON OLLmm�'ri o"iN �«zi'o�Vomwaw SCE 7 M 10 o yy �mmm��m mew wc. a,�j z \ o O�n x op ofLLJ O a o© try a ins E �g �������p o � �m I` ❑p�E " � zi << W� 00,M V1S - 3NIl HO1VW n m �n �n �n 48"699=1N No m 94'699=A1 �i4°q 77 T o nl d II I I I I IY I I ll I yz� tq I ° � a W Ld I I I + I Y I NI - S I I I II I yj I I II I I 114 -- I — I � I I n1�b1 I I I I � o 00+9Z "V15 - 3NIl HO1NWi l } I l I � l 1 � I 1 �1 1 � I � I sl ss= i oL - - _- I yl t 1 99^ l �2 1 ll 1 1 I Il f 4 1 I � 9l' B9=' ?1 69 99= l 31 t tly I I 1 117j I I II II} ` r5 V ae 99= 7 �i o V r� � w C z w �5 o � 1 1 16 � I 89' 99= 31 \11 � l 1 s 1 4 ! I yl 1 I SI 9^ l31 L'ZL #3oo-------A-------x ON NO1N30 010 01 'AMNd 1NVaaai 'N Ivod3 - 3NIJ() _301SHIAI2J HIN01 Jo a- ? Z D 1� � ji r ammmm$mNm 8��W oow o�Gt t Qiy U v o 0 �D 51 wo n II ap? o o �� �� d z E- 3 z a r�l Of r �^ d wY a '�. " w e rco Z D Ls N Z d` a o m'w si [a w oNW u''a m QQ o as n 4 0 zz v z � o � Iz' it a 05+�'tl15-3NIl HDl�W o .. aa� 1 I n S 6-1 .� 1 Xll F 1 � I i I s ry F - I a �Sk �.'nf•' I { kaK I� 7 1 3E o'! ! 1 .W { 1S 1331S z 1 a - o N d iF N 1 Wp� I I� lint ` l I. — M'0'b .911i I j 00+0£ V1S•3NIi H01VW 11 fiL' L9= a �l li L9= l 'Jl Yl' 99 L9= L9� �1 l 91 41 1 II I I } S I I 1 1 , I ` V ll rl 1 } ti l l I ti � 5 l y & I I 4 I S i IL L9= 9czz #30O ->1 -x 'aa NOiN3a 010 Ol A,rnxd 1NVhHV1 N woN3 - 3AI2M MS2IAAIN k-LdON FN � o w z'� P n z N zoY �y N 09tipk'VIS - 3NII HOlbryV Of rn �L'mB t:t- I�-m Q 8}E ' bId$R LLJ I I Z - I I I I _ I 1 I b (s9 as s1;33Hs o� a333a1 � + a '- ,LnOIIVONnoN ON NOSdVVOH1 VI beS-HNIIHOIVW c _ - - - {69-99 S133H901 N3j3M1 L108YONOON ❑il NO6d4Y0H1 b9N-3NIl VYJ1tlW - I ' (69 - $$ S133HS Ol iF333i� 1nOSVONnON Oa NOSdwOHI CBS 3mll HOlVW -(59 - 89 S133HS-01 333�) - - _ LLJ (r ,y id)OBVONno)j M NO$dWOHI EBN- NII loivvw - - -- xl a al Z Ld �N°J Y 1 Imo. r _- - tY S3I -�-�•.402f�.91l• 'j I '� _ I� ' k I I I'• Z .I 1 I I i I I I �o�o to o ��_ I I® � ❑ a m 05+yp'V1S-3NIl HOlVW� Ld IL' 0 W 0 In w Ld lY C) O Z C, o a � min�- � - Qp = E. _ a �� 8 � a: � 3rns� U a: O� laj fno n d o€ m E•�`1 � z a w V) r �^ =u5g Q zp LJY a 0 O a a mW{ 4 Z 0 �, O rL o IF] U z U a £L'z -13 9z L69= 13 16 M=aS3M1 11 86' L9= � 31 }r IV � V 1 l ~1 al o a 1 94 L9- 3 �3 it ll Xv 9 .. —_.. ...__ _..._. l l t ` 1 19 L9= Jl 19 L9= l Di 1 1 yf 4 11 1 1 1 l l 96 L9l= a 1 I 1 11 1{YS I - x 1 1 � I 1 %CZL Ooci------->1-------X -Cid NO1NIU MO 01 'AMNd 1NVadV1 'N NOW — �AIWI IOS?MAI�I HIHON sa � —=R ro � z =8# u` N 3 z o j g In 51 o p a rn z pUY po � z >v F �� o a a " 5 o g €g o F e� w�� a x o a z afo p 4 a fY � rc �¢ Y o: cL N 00 °g CYO F�aN = n� aaaa x8 �d < o 91 all fi gil ih ;- n - - --- — 1.9 i • _ � tr I I ��(' I �S� IIII 1J 41 _- — — — -- IS,s1 Lt_A<,. •lil:ll q� Od NOSdWOHl IIi II I _ IM� N` I rY I I User Name: ekhalil.. Project: 140380 RIVERSIDE TOPO Create Mapcheck Reports Date: 01-12-15 Time: 16:58:17 Page: 1 Lot Name: P12 -Lot Description: Description Lot Area (Square Feet): 231558.65 Lot Area (Acres): 5.3.159 Lot Perimeter: 7943.93 Parent Area (Square Feet): 0.00 Closing Direction: S02035158"E Closing Distance: 0.0085 Course Data:(Mapcheck Through Radius Points Method) Point Northing ------------------•_---•---------•--------- Basting Direction Distance-- Begin 7009323.765549 2334676.789617 S00023154"E 3913,373 PC 7005410.4871.22 2334703.9.96060 RP 7005772.534568 2335845.871215 Curve Direction: CW Radial In: N72024129"E D.O.0 Arc: 0404615.911 D.O.0 Chord: 04047104" Radius: 1197,897 Delta angle: 17017156" Tangent length: 182.222 Arc length: 361.672 Chord Direction: N08056133"W Chord. length: 360.300 External. 13.780 Middle ordinate: 13,624 Radial Out: S89042125"W Point Northing Basting Direction Distance PCC 7005766.407610 2334647.989884 RP 7005764.954564 23:35774.726947 Curve Direction: CW Radial In: S890-55134"E D.O.0 Arc: 05005,06" D.O.0 Chord: 05005112" Radius: 1126.738 Delta angle: 0.1035107" Tangent length: 15.588 Arc length: 31.175 Chord Direction: N0005115911E Chord length: 31.174 External: 0.108 Middle ordinate: 0.108 Radial Out: N88020127"W Point Northing Basting Direction Distance PRC 7005797.577994 233464.8.46.133.3 RP 7005827.747931 2338606.898193 Curve Direction: CCW User dame: ekhalil Date: 01-12-15 Project: 140180 RIVERSIDE TOPO Time: 16:58:17 Create Mapcheck Reports Page: 2 Radial In: N88020127"W D.O.0 Arc: 0502915511 D.O.0 Chord: 050301031" Radius: 1042.000 Delta angle: 0201013411 Tangent length: 19.790 Arc length: 39.575 Chord Direction: NO003A 11611E Chord length: 39.573 Externals 0.188 Middle ordinate: 0.188 Radial Out: N8902815911E Point Northing Basting Direction Distance PT 7005837.149126 2334648.855782 N0003110111W 1078.294 PC 7006915.399238 2334639.127133 RP 7006907.838895 233365.4.656163 Curve Direction: CCT# Radial In: S89033136"W D.O.0 Arc: 05049011" D.O.0 Chord: 0504.9120" Radius: 984.500 Delta angle: 0000912411 Tangent length: 1.346 Arc length: 2.692 Chord Direction: N0003.110.6"W Chord length.: 2.692 External: 0.001 Middle ordinate: 0.001 Radial out: N89024112"E Point Northing Basting Direction Distance PCC 7006918.091094 2334639.102781 RP 7006907.838895 2333654.656163 Curve Direction: CCw Radial in: S89024112rrW D.O.0 Arc: 05049'l1" D.O.0 Chord: 0504912011 Radius: 98.4.500 Delta angle: 0300013611 Tangent length: 25.866 Arc length:. 51.720 Chard Direction: N0200610611W Chord length: 51.714 External: 0.340 Middle ordinate.: 0.340 Radial Out: N46-231361-E Point Northing Basting Direction Distance PT 7006969.770487 2334637.206278 N03036124"W 67.743 7007037.379316 2334632.944793 N28003133"W 10.146 User Name: ekhalil Project: 140180 RIVERSIDE TOPO Create Mapcheck-Reports _=________________________________�____-=.__---- 7007046.332779 7007089.752856 PC 7007124.744414 RP 7007120.057869 Point PT PC RP Point PRC RP Curve Direction: Radial In: D.O.0 Arc: D.O.0 Chord: Radius: Delta angle: Tangent length.: Arc length: Chord Direction: Chord length: External: Middle ordinate: Radial Out: Northing 7'007166.025337 7007166.613191 7007231.708463 Curve Direction: Radial In: D.O.0 Arc: D.O.0 Chord: Radius: Delta angle: Tangent length: Arc length: Chord Direction: Chord length: External: Middle ordinate: Radial Out: Northing 7007310.365044 7007387.530505 Curve Direction: Radial in: D.O.0 Arc: D.O.0 Chord: Radius: Delta angle: Tangent length: Arc. length: Chard Direction: Chord length: External: 2334628.172286 2334629.643658 2334627.438088 2334553.085641 Easting 2334611.713638 233461.1.252729 233.4.694.275952 Easting 2334623.966690 2334554.990306 N01056'27"E N0303612411W CCW S86023136"W 7605412611 84018'37" 74.500 34°29'30" 23.127 44.848 N20051'0911W 44.174 3.507 3.349 N5105410611E Direction N380084540-W CW N51054105"E 54°18' 32'F 56034'48" 105,500 86018'21" 98.908 158.917 N050030161fE 144.3.13 39.113 28.534 N41047134"W Direction CCW N41°47'34"W 5502i'30" 57046030" 103.500 09'14'02" 8.358 16.680 N4303512511E 16.662 0.337 Date: 0.1-12-15 Time: 16:58.17 Page: 3 43.445 35.061 Distance 0.747 Distance User Name: ekhalil Date: 01-12-15 Project: 14018.0 RIVERSIDE TOPO Time: 16:58:17 Create Mapcheck Reports Page: 4 Middle ordinate: Radial Out: Paint Northing PT 7007322.433288 PC 7007701.274868 RP 7007685.558091 Curve Direction: Radial in: D.O.0 Arc: D.O.0 Chord: Radius: Delta angle; Tangent length: Arc length: Chord Direction: Chord length: External: Middle ordinate: Radial Out: Point Northing PRC 7007792.039521 RP 7007905.61IS64 Curve Direction: Radial In: D.O.0 Arc: D.O.0 Chord: Radius: Point PT PC RP Delta angle: Tangent length: Arc length: Chord Direction: Chord length: External: Middle ordinate: Radial out: Northing 7007891.343289 7008771.215343 7008763.655000 Curve Direction: Radial In: D.O.0 Arc:. D.O.0 Chord: Radius: Delta angle: Tangent length: Arc length; Chord Direction; Basting 2334635.455219 2334632.037073 2332890.107975 Basting 2331628.8.50539 2336483.376190 Basting 2334625.430977 2334618.673912 2333634.202942 0.336 S51001136"E Direction N00031'0111W CCw S89028'5991 03017'21" 03017122" 1742.000 02059'15" 45.426 90.831 N02000139"W 90.821 0.592 0.59.2 N86029144"E Direction CW N8.6029144"E 03005,01" 03005'03" 1858.000 03003'52" 49.699 99.374 N0105812011W 99.363 0.6.65 0.664 S89033'3611W Direction N0.0026124"W CCw S89033936"W 05049'11" 05049'20" 984.500 03010,00" 27.213 54.412 N02001124"W Distance 378.857 Distance Distance 879.898 User Name: ekhalil Project: 140180 RIVERSIDE TOPO Create Mapcheck Reports Chord length: . External: Middle ordinate: Radial Out: Point Northing PT 7008825.586592 7008894.357116 7008903.132004 7008945.723654 PC 7008981.153343 RP 7008976.466798 Curve Direction: Radial In: D.O.0 Arc: D.O.0 Chord: Radius: Delta angle: Tangent length: Arc length: Chord Direction: Chard length- External - Middle ordinate: Radial Out: Point Northing PRC 7009022.434266 RP 7009087.529136 Curve Direction: Radial In: D.O.0 Arc: D.O.0 Chord: Radius: Delta angle. - Tangent length: Arc length: Chord Direction: Chord length.: External: Middle ordinate: Radial Out.: Point Northing PRC 7009166.669574 RP 7009244.309720 Curve Direction: Radial In: D.O.0 Arc: D.O.0 Chord: Radius: Easting 2334616.753056 2334612.418348 2334607.740263 2334609.180668 2334606.947482 2334532.59.5035 Easting 2334591.223032 2334674.246570 Easting 2334604.482389 2334536.040751 54.405 0.376 0.376 N86023136"E Direction N03036124"W N28003147"W N01,15611311E N.0303:6124"W CCW S8602313-611W 7605412611 8401813711 74.500 34029'3011 23.127 44.848 N2005100911W 44.174 3.507 3.349 N5105410611E Direction CW N51654! 0611E 5401813211 5603414.811 1.05.500 86042 10511 99.595 159.645 N0501510911E 144.843 39.584 28.784 N4102314911W Direction CCW N41023149"W 55021130/1 570461 3011 103.500 Date: 01-12-15 Time: 16:58:17 Page: 5 Distance 68.907 9.944 42.616 35.500 Distance Distance User Name: ekhalil Project: 140180 RIVERSIDE TOPO Create Mapcheck Reports Date: 01-12-15 Time: 16:58:17 Page: 6 ------------------------------------=--------------------------------- ------------ Point PT End Error of Departure Departure Delta angle: Tangent length: Arc length: Chord Direction: Chord length: External: Middle ordinate: Radial Out: Northing 7009178.04795.8 7009322.806689 7009323.774090 Closure in Y (Northing): in X (Easting): Easting 2334615.549423 2334614.437734 2334676.789229 1 : 929128 -0.008541 0.000388 08047'4411 7.960 15.888 N44012419"E 15.873 0.306 0.305 850011'33"E Direction N0.002612411W N8900614011E Distance 144.763 62.359 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # 7236; Parcel # P 13 8497 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT AIL Investment, LP., hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1 Osh anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rev.02/2014 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev. 0M014 HERETO WITNESS MY HAND this the APPROVED AS TO FORD AND LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § day of , 20`. GRANTOR(S): Name Name CITY OF FORT 'WORTH Fernando Costa Assistant City Manager ACKNOWLEDGMENT 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of 20 Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 0212014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 _ the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20 . day of Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 02/2014 SIGNATURE BLOCK EXAMPLES Please note the "Signature Block" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner (Name of person authorized to sign), Title GRANTOR: (Name of Corporation) a (State where incorporated) corporation (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. RIGHT-OFmWAY EASEMENT Rev. 02l2014 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 13 84.97 OLD DENTON RD. FORT WORTH, TEXAS. W. MCCOWEN SURVEY, A-999 EXHIBIT "A" REAL, PROPERTY DESCRIPTION N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-13 BEING A PARCEL OF LAND SITUATED IN W. MCCOWENS SURVEY, ABSTRACT NUMBER 999, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 2, AS CONVEYED TO AIL INVESTMENT L.P., A TEXAS LIMITED PARTNERSHIP, BY DEED RECORDED IN INSTRUMENT NUMBER D211298925, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT THE SOUTHEAST CORNER OF SAID AIL INVESTMENT L.P. TRACT, IN THE CENTERLINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT -OF -WAX) IN THE NORTH LINE OF A TRACT OF LAND DESCRIBED AS TRACT 2, IN DEED TO BLUE MAPLE GROUP, LLC, AS RECORDED IN INSTRUMENT NUMBER D213012615, OF SAID DEED RECORDS; THENCE SOUTH 89 DEGREES 06 MINUTES 40 SECONDS WEST, WITH THE COMMON LINE OF SAID BLUE MAPLE GROUP TRACT AND SAID AIL INVESTMENT L.P. TRACT, AT 20.15 FEET PASSING A ONE INCH IRON FOUND, IN ALL 61.03 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES 26 MINUTES 24 SECONDS WEST, 494.72 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD IN THE NORTH LINE OF SAID AIL INVESTMENT L.P. TRACT AND THE SOUTH LINE OF MONTERRA BLVD. (VARIABLE WIDTH RIGHT-OF--WAY)AS RECORDED IN INSTRUMENT NUMBER D207079304 OF SAID DEED RECORDS; THENCE SOUTH 45 DEGREES 22 MINUTES 42 SECONDS EAST, 8.59 FEET WITH THE COMMON LINE OF SAID AIL INVESTMENT L.P. TRACT AND SAID MONTERRA BLVD; THENCE NORTH 89 DEGREES 37 MINUTES 18 SECONDS EAST, 55.49 FEET TO THE NORTHEAST CORNER OF SAID AIL INVESTMENT L.P. TRACT IN THE CENTERLINE OF SAID OLD DENTON ROAD; THENCE SOUTH 00 DEGREES 22 MINUTES 42 SECONDS EAST, 488.10 FEET TO THE POINT OF BEGINNING AND CONTAINING 29,953 SQUARE FEET OR 0.688 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014, Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace ColleyviIle, TX 76034 Page I of 1 REVISION: 10-27-14 PROPOSED ROW 4u1 1, OLVLn I O'DONNELL'S ADDITION N Appppanent Owner, ,rxlfap _ CAB. P �T C T12710 AIL INVESTMENT, LP, IA f INSt:D211298925 D.R.T.C.T. zOO, MONTERRA BLVD I z = Apparent Owner SDA PROPERTIES LTD. WIDTH RIGHT-OF-WAY) 1 n INST. # 207013397 (VARIABLE NO• D207079304 d 2 D.R.T.C.T. INSTRUMENT D.R.T-C.T. S45°825'92•Eu O o —W N89'37'18"E W 55.49' ❑ Q IRS Ili O a , Apparent Owner BILL MARKHAM Scale 1" = 100' Lu p a INST. # 206386147 W D.R.T.C.T. W. N@COWENS SURVEY ' a Lu O v _: , 0- A�pppparent Owner ` VARIABLE WIDTH '%'`' °- ':: J RIGHT-OF-WAY .`; ; RIC9RDO A. IBANEZ ACQUISITION ``" :- r:;;,...:..:-;.. ' ul INST. # 209162181 g29,953 SQ.FT.+/- ::`•: _:::r.``:. D.R.T.C.T. I 00 aCN O p± M Lu Ix <Qz O Apparent Owner AIL INVESTMENT LP. REMAINDER TRACT 10 z I� VOL. 14315, PG. 56 D.R.T.C.T, Apparent Owner AIL INVESTMENT, LP, _ INSt.• D211298925 ':=�-'';;`;<C. C. WINVVE SURVEY D.R.T.C.T. A�ppppanent Owner Aov vo•+.0 VVII I BLUE MAPZ GROUP, LLC, I 61.03' INSt D2 3012615 f!I �z EXHIBIT vvBl ti D.R.T.C.T. SHOW 1 NG «••�• 4� A PARCEL OF LAND EnwA�o x. xrinL I SITUATED IN W. McCOWENS SURVEY Ro�59 o ABSTRACT NO. 999 scv����. CITY OF FORT WORTH, TARRANT COUNTY, TEXAS IRS" IRON WITH CAP STAMPED ANA" SET DRAIAN BYe A.N.A. CONSULTANTS, L.L.C. DATE, 10-27-14 5000 Thompson Terrace CONSULTANTS. L.L.C. Colleyville, Texas 76034 Office: (817) 335-9900 Fax: (817) 335-9955 - F.R,NO. 1009080 DGN. NG a 0401B0-P13 APPROVED BYe EK B4iT• N% , I OF 1 REV 15EDe 9vet 900 -A y Zs -x -LIM NOINJU 010 01 -AMNd 1NVadV1 -N NUH� - jAIdU JU15aHnla H-LdUN g b�g�FR 6 w Li w �u �?w tj pi X p LL EEC � Lj + C N ZO, V a 0 g w d? N o f emu€ Q ZEL Ai °iw, f V S5 0¢ U 0 8 O F g O 16 IL F� O a •` LOCI U d QU OZ < a o Z 00t8h V1S - 3NIl HOlYNJ - n1d Ih } I I 1 « I� p5g9.5 _ 4 User Name: ekhalil Date: 01-12-15 Project: 140180 RIVERSIDE TOPO Time: 17:10:40 Create Mapcheck Reports Page: 1 Lot Name: p13 Lot Description: Description Lot Area (Square Feet): 29953.11 Lot Area (Acres): 0.6876 Lot Perimeter: 1107.93 Parent Area (Square Feet): 0.00 Closing Direction: N84023156"E Closing Distance: 0.0010 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction Distance Begin 7009811.834358 2334672.242014 S0002214211E 488.099 7009323.745999 2.334675.464988 S89006137"W 61.035 7009-322.798250 2334614.437346 N00026124''W 494.718 7009817.501662 2334610.638222 S450`22142"E 8.590 70098.11.467855 2334616.752245 N89037118"E 55.490 End 7009B11.834262 2334672.241035 Error of Closure 1 ; 1126096 Departure in Y (Northing): 0.000096 Departure in X (Easting): 0.000979 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 14 8601 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT AIL Investment, LP., hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.04) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right -of --way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10"i anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rev, 02/2014 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT -OE -WAY EASEMENT Rev. 02/2014 HERETO WITNESS MY HAND this the day of GRANTOR(S): Name Name APPROVED AS TO FORM AND CITY OF FORT WORTH LEGALITY: Assistant City Attorney Fernando Costa Assistant City Manager THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 24 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 for the City of Fort Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of 24 Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 0212014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20 day of Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 02/2014 SIGNATURE BLOCK EXAMPLES Please note the "Signature Block" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner (Name of person authorized to sign), Title GRANTOR: (Name of Corporation) a (State where incorporated) corporation (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. RIGHT-OF-WAY EASEMENT Rev, 02/2014 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 14 8601 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999 EXHIBIT "A" REAL PROPERTY DESCRIPTION PART 1: N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-14 BEING A PARCEL OF LAND SITUATED IN W. MCCOWENS SURVEY, ABSTRACT NUMBER 999, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 1, AS CONVEYED TO AIL INVESTMENT L.P., A TEXAS LIMITED PARTNERSHIP, BY DEED RECORDED IN INSTRUMENT NUMBER D211298925, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY) IN THE SOUTH MOST NORTHERLY LINE OF SAID TRACT 1, FROM WHICH A 5/8 INCH IRON FOUND FOR AN INTERIOR CORNER OF SAID TRACT 1, BEARS SOUTH 89 DEGREES 00 MINUTES 03 SECONDS WEST, 32.06 FEET; THENCE NORTH 89 DEGREES 00 MINUTES 03 SECONDS EAST, 27.7E FEET TO THE NORTHEAST MOST EASTERLY CORNER OF SAID TRACT 1, IN THE CENTERLINE OF EXISTING - OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY); THENCE SOUTH 00 DEGREES 22 MINUTES 44 SECONDS EAST, 845.85 FEET TO THE SOUTHEAST CORNER OF SAID TRACT 1, IN THE NORTH LINE OF MONTERRA BLVD. (VARIABLE WIDTH RIGHT-OF-WAY)AS RECORDED IN INSTRUMENT NUMBER D207079304 OF SAID DEED RECORDS; THENCE SOUTH 89 DEGREES 37 MINUTES 16 SECONDS WEST, 55.49 FEET WITH THE COMMON LINE OF SAID TRACT 1, AND SAID MONTERRA BLVD; THENCE SOUTH 44 DEGREES 37 MINUTES 16 SECONDS WEST, 8.76 FEET WITH THE COMMON LINE OF SAID TRACT 1, AND SAID MONTERRA BLVD TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD IN THE SOUTH LINE OF SAID TRACT 1; THENCE NORTH 00 DEGREES 26 MINUTES 24 SECONDS WEST, 519.29 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO RIGHT; THENCE 132.31 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 09 DEGREES 36 MINUTES 51 SECONDS WITH A RADIUS OF 788.50 FEET, A TANGENT LENGTH OF 66.31 FEET AND A CHORD WHICH BEARS NORTH 04 DEGREES 22 MINUTES 01 SECONDS EAST, 13.2.15 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 09 DEGREES 10 MINUTES 27 SECONDS EAST, 88.42 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO THE LEFT; THENCE 67.38 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 05 DEGREES 15 MINUTES 21 SECONDS WITH A RADIUS OF 734.50 FEET, A A.N.A. Consultants, L.L.C. Page I of 3 5000 Thompson Terrace Colleyville, TX 76034 REVISION: 10-27-14 N. RIVERSIDE DRIVE DOE # _723.6; Parcel # P 14 8601 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999 N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-14 TANGENT LENGTH OF 33.71 FEET AND A CHORD WHICH BEARS NORTH 06 DEGREES 32 MINUTES 46 SECONDS EAST, 67.36 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 23 DEGREES 07 MINUTES 58 SECONDS WEST, 10.17 FEET TO A 5./8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 06 DEGREES 52 MINUTES 02 SECONDS EAST, 37.62 FEET TO THE POINT OF BEGINNING AND CONTAINING 46,922 SQUARE FEET OR 1.077 ACRES OF LAND MORE OR LESS. PART 2: BEING A PARCEL OF LAND SITUATED IN W. MCCOWENS SURVEY, ABSTRACT NUMBER 999, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 1, AS CONVEYED TO AIL INVESTMENT L.P., A TEXAS LIMITED PARTNERSHIP, BY DEED RECORDED IN INSTRUMENT NUMBER D21.12.98925, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON FOUND FOR THE NORTHEAST CORNER OF SAID TRACT 1, IN THE SOUTH RIGHT-OF-WAY LINE OF NORTH TARRANT PARKWAY (VARIABLE WIDTH RIGHT-OF-WAY) AS RECORDED IN VOLUME 15819, PAGE 247, OF SAID DEED RECORDS; THENCE SOUTH 42 DEGREES 23 MINUTES 5.6 SECONDS EAST, 23.60 FEET WITH THE EASTERLY LINE OF SAID TRACT 1 TO A 5/8 INCH IRON FOUND; THENCE SOUTH 09 DEGREES 24 MINUTES 58 SECONDS WEST, 2.26 FEET WITH THE EASTERLY LINE OF SAID TRACT 1 TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY) FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 27.33 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 17 DEGREES 29 MINUTES 35 SECONDS WITH A RADIUS OF 89.50 FEET, A TANGENT LENGTH OF 13.77 FEET AND A CHORD WHICH BEARS NORTH 49 DEGREES 12 MINUTES 00 SECONDS WEST, 27.22 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 57 DEGREES 56 MINUTES 48 SECONDS WEST, 3.35 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY)AND THE SOUTH LINE OF SAID NORTH TARRANT PARKWAY; A.N.A. Consultants, L.L.C. Page 2 of 3 5000 Thompson Terrace Colleyville, TX 76034 REVISION: 10-27-14 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 14 8601 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999 N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-14 THENCE NORTH 89 DEGREES 20 MINUTES 28 SECONDS EAST, 7.90 FEET TO THE POINT OF BEGINNING AND CONTAINING 73 SQUARE FEET OR 0.002 OF AN ACRE OF LAND MORE OR LESS. Note: Surveyed on the ground September 2D14. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1963.(NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 P OF w j/ ........ 9• %. G , �d►s_.o�0 EDWARD K. KHALIL r =;A 5951 t9 �aFe s s 10�� v Page 3 of 3 REVISION: 10-27-14 N Scale 1" = 200' LOT LOT 1 NTF PpI0LFFOOfina7910N �O20B9� NORTH TARRANT PARKWAY (VARIABLE WIDTH RIGHT-OF-WAY) CITY OF FORT WORTH PART 2 VOL. 15819, PG. 247 VARIABLE WIDTH RIGHT-OF-WAY D.R.T.C.T. ACQUISITION 73 SO. FT.+I- C1 =09°36'51" R=788.50' L=132.31' T=66.31' L-C.=N04A22'01"E 132.15' C2 =05-15121'1 R=734.50' L=67.38' T=33.71' L.C.=N06A32'46"E 67.36 C3 A=17.29'35" R=89.50' L=27.33' T=13.77' L.C.=N49'12'00"W 27.22' 37.62' �L N23.07-58"J 10.17' N09.1027"E 88.42' � PART 1 VARIABLE WIDTH RIGHT-OF-WAY ACQUISITION � 46,922 SQ.Fi- +1- _Cl Apparent Owner AIL INVESTMENT, LP, TRACT 1 INSL: D211298925 D.R.T.C.T. LOT'. BLACK t N--- mOSENNbR IN6T.N. 132'A780 P.RT.C.T. NORTH TARRANT PARKWAY (210' WIDE RIGHT-OF-WAY) CITY OF FORT WORTH D205191388 D.R.T.C.T. TMC12 L1 S42.23'56"E 23.60' L2 S09°24'58"W 2.26' L3 N57°5648"W 3.35' L4 N89.20'28"E 7.90' Apparent Owner DGI ENTERPRISES, LP, INSt.: D208346169 D.R.T.C.T. TRACT Ap�pparent Owner oo 00 RICKY W. COLLINS o VOL. 11677. PG.1829 D.R.T.C.T. TRACTI A�pppparent Owner PRENTISS D. CLARK & 4 ANNA A. CLARK -`V INST. # D203238576 N xr„ 1 D.R.T.C.T. LOT 1, BLOCK 1 O'DONNELL'S ADDITION ' CAB. A, SLIDE 12710 �16 P.R.T.C.T. �T @�Ad11 CC{�R 1y1 pgr�{y/�I�M YN . fhAl(�CO 19 ENCIS SUW 1! E Q \ l . n. La�e�Apparent .' Owner I SDA PROPERTIES LTD. INST. # 207013397 D.R.T.C.T. nnOurERanHlw 55.49' C�. C�. �711flYTIE SURVEY INS P � ON TOiF. An S89*37'16"W O.R.T.0 T- 1 O� ' Apparent Owner 4rP�••. sR eoFy 97;p'112cg25 R.C..e a 3 BILL MARKHAM INST. # 206386147 N•M.YYYiiiiY.Yi Y.I..ii.i.N EXHIBIT ''13„ o = 13 R D.R.T.C.T. I EDWA... K. KHAI. I 166�OVV ..Y Y.............HAL iA 5951 � _ SHOW I NG �y+;op�55.�o�•b� TWO PARCELS OF LAND tiQ SURv . SITUATED IN Wa McCOWENS SURVEY ABSTRACT NO O00 S i geed= CITY OF FORT WORTH, Datey2_ �'��/z, TARRANT COUNTY, TEXAS 6 "ANAOSETH CAP STAMPED DRAVAV BY: DATEt 10-27-14 DGN. NO. 10401$O_P14 APPROVED BY, EK REI I SED' CONSULIrANTS. L.L.C. . ENONJElER9 LL7iANPJ�FK$ A.N.A. CONSULTANT'S, L.L.C. 5000 Thompson Terrace Calleyville, Texas 76034 Office: (817) 335-9900 Fax: (817) 335-9955 F.R.No.1009080 SHT. W. r 1 OF 1 401A0 RrIWPIA &— "ilt- Oid 9,n9•nr mm 9CZL #300 -N -X -Qa NOIN30 CIO Q.L '),MYId 1NVNl JVJ 'N W0N3 - 3ANCI 1OIS2JJAN Hi2JO FESWU a - w o,,n a urns Y Ko LL II~21TH I' i�/ ieo i�oz Wyn N 3 L. L LLj L+1 �C n G �y a reVommof`m'£& al o Lj i $ ai o ? 3 o'q ` i 3 z °- w ✓Y i ¢ w wY � $ i 3 ,pQ_Ort[ o Q r T a o "r� sass 00 o 3 II �� 11 a� { +I 1 I � I 1�I p - - � � � J Irl I5 .SSOSd '� • _ �- AInNd 1Nvaavl N- -_� .srl sec A 1NVddV-L N � 4•pn� ' �, `� � ofua Sib in - N w I - b- m 1IIjI1+ "� r �s'ezia x� \ Ir^I !I User Name: ekhalil Project: 1401.80 RIVERSIDE TOPO Create Mapcheck Reports Date: 01-12-15 Time: 17:11:06 Page: 1 Lot Name: P14 Lot Description: Description Lot Area (Square Feet): 46921.54 Lot Area (Acres): 1.0772 Lot Perimeter; 1792.98 Parent Area (Square Feet): 0.00 Closing Direction: S1002913311E Closing Distance: 0.0055 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting -- Direction Distance Begin 7010787.585274 2334665.782450 S0002214411E 845.848 7009941.755768 2334671.375882 S89037116"W 55.490 7009941.388824 2334615.887096 S44037116"W 8.759 7009935.154454 2334609.734640 N00026124"W 519.290 7010454.429142 2334605.746818 N00026124"W 0.001 PC 7010454.430142 2334605.746810 RP 7010460.485327 2335394.223560 Curve Direction: CW Radial In: N89033136"E D.O.0 Arc: 0701515911 D.O.0 Chord: 07016117" Radius: 788.500 Delta angle: 0903615111 Tangent length: 66.310 Arc length: 132.309 Chord Direction: N04°22101"E Chord length: 132.154 External: 2.783 Middle ordinate: 2.774 Radial Out: N8004913311W Point Northing Easting Direction Distance PT 7010586,200688 2334615.809854 N09010127"E 88.422 PC 7010673.491616 2334629.907512 RP 7010790.597428 2333904.803051 Curve Direction: CCW Radial in: N80049'33"W D.O.0 Arc: 07048102" D.O.0 Chord: 07048124" Radius: 734.500 Delta angle: 05015122" Tangent length: 33.714 Arc length: 67.380 Chord Direction: N06032146"E Chord length: 67.357 External: 0.773 Middle ordinate: 0.773 User Name: ekhalil Project: 140180 RIVERSIDE TOPO Create Mapcheck Reports Radial Out: Point Northing PT 7010740.409273 7010749.761573 7010787.107713 End 7010787.590689 Error of Closure Departure in Y (Northing): Departure in x (Easting): Fasting 2334637.586375 2334633.590955 2334638.098658 2334665.781447 1 : 325560 -0.0054.15 0.001003 Date: 01-12-15 Time 17:11:06 Page: 2 S86004155"E Direction Distance N23°07158"W 10.170 N0605210211E 37.616 N8.900010311E 27.697 User Name: ekhalil Project: 140180 RIVERSIDE TOPO Create Mapcheck Reports Date: 01-12-15 Time: 17:11:30 Page: 1 Lot Name: -------------------------------- P14P2 Lot Description: Description Lot Area (Square Feet): 73.41 Lot Area (Acres): 0.0017 Lot Perimeter: 64.43 Parent Area (Square Feet): 0.00 Closing Direction: S66037132"E Closing Distance: 0.000.9 Course Data:(Mapcheck Through Radius Points Method) -------------------------------------------------------------------------------- Point Begin PC RP Point PT End Error of Departure Departure Northing 7010877.506427 70.10860.078572 7010857.852969 7010799.782489 Curve Direction: Radial In: D.O.0 Arc: D.O.0 Chord: Radius: Delta angle: Tangent length: Arc Length: Chord Direction: Chord length: External: Middle ordinate: Radial Out: Northing 7010875.638613 7010877.415956 7010877.506790 Closure in Y (Northing): in X (Fasting): Easting Direction Distance 2334602.313321 S42023156"E 23.600 2334618.226519 S0902415811W 2.256 2334617.857430 2334549.754058 Easting 2334597.252463 2334594.414003 2334602.312480 1 : 70360 -0.000363 0.000841 CCW S4903214711W 64°01'03" 67055'34" 89.500 17029'35" 13.770 27.325 N49012100"W 27.219 1.053 1.041 N3200311211E Direction N57056148"W N89020128"E Distance 3.349 7.899 NOTICE OF CONFIDENTIALITY RIGHTS; IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER; N. RIVERSIDE DRIVE DOE # 7236; Parcel # P 14 A 8601 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT AIL Investment, LP., hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public io use the Property as a public right -of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10rh anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. RIGHT-OF-WAY EASEMENT Rev. 02f20I4 [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev. 0212014 HERETO WITNESS MY HAND this the clay of GRANTOR(S): Name Name APPROVED AS TO FORM AND CITY OF FORT WORTH LEGALITY: Assistant City Attorney THE STATE OF TEXAS § COUNTY OF TARR.ANT § Fernando Costa Assistant City Manager ACKNOWLEDGMENT ►3M 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 for the City of Fort North known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of 20 Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 022014 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT 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 the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20 day of Notary Public in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev. 0212014 SIGNATURE BLOCK EXAMPLES Please note the "Signature Block" examples below. Properly formatting the corporate structure of the landowner saves time and eliminates the necessity of having agreements re -executed. GRANTOR: (Name of Limited Partnership) a (State where incorporated) limited partnership By: (Name of General Partner) a (State where incorporated) corporation its General Partner LIM (Name of person authorized to sign), Title GRANTOR: (Name of Corporation) a (State where incorporated) corporation M. (Name of person authorized to sign), Title If a person other than the President or Vice President is executing the document, a Corporate Resolution or Durable Power Of Attorney authorizing the person the sign the document will be required. RIGHT-OF-WAY EASEMENT Rev. 02/2014 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 14-A 8601 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999 EXHIBIT "A" REAL PROPERTY DESCRIPTION N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-14-A BEING A PARCEL OF LAND SITUATED IN W. MCCOWENS SURVEY, ABSTRACT NUMBER 999, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 1, AS CONVEYED TO AIL INVESTMENT L.P.', A TEXAS LIMITED PARTNERSHIP, BY DEED RECORDED IN INSTRUMENT NUMBER D211298925, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON WITH CAP STAMPED "JACOBS" FOR AN INTERIOR CORNER OF SAID TRACT 1, IN THE WEST RIGHT -OF --WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY); THENCE NORTH 89 DEGREES 00 MINUTES 03 SECONDS EAST, 32.06 FEET WITH THE COMMON LINE OF SAID TRACT 1, AND OLD DENTON ROAD TO THE NEW PROPOSED PART 1, OF WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 06 DEGREES 52 MINUTES 02.SECONDS WEST, 37.62 FEET WITH THE NEW PROPOSED PART 1, OF WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 23 DEGREES 07 MINUTES 58 SECONDS WEST, 10.17 FEET WITH THE PROPOSED PART 1, OF WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 67.38 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 05 DEGREES 15 MINUTES 21 SECONDS WITH A RADIUS OF 734.50 FEET, A TANGENT LENGTH OF 33.71 FEET AND A CHORD WHICH BEARS SOUTH 06 DEGREES 32 MINUTES 46 SECONDS WEST, 67.36 FEET; THENCE SOUTH 09 DEGREES 10 MINUTES 27 SECONDS WEST, 88.42 FEET WITH THE PROPOSED PART 1, OF WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO THE LEFT; THENCE 132.31 FEET WITH THE ARC OF SAID CURVE -TO THE LEFT THROUGH A CENTRAL ANGLE OF 09 DEGREES 36 MINUTES 51 SECONDS WITH A RADIUS OF 788.50 FEET, A TANGENT LENGTH OF 66.31 FEET AND A CHORD WHICH BEARS SOUTH 04 DEGREES 22 MINUTES 01 SECONDS WEST, 132.15 FEET; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 3.62 FEET TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 89 DEGREES 33 MINUTES 36 SECONDS WEST, 1.52 FEET WITH THE PROPOSED WEST RIGHT--OF-WAY LINE OF SAID OLD DENTON ROAD TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET; THENCE NORTH 00 DEGREES 26 MINUTES 24 SECONDS.WEST, 104.06 FEET WITH THE PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET FOR FOR THE BEGINNING OF A CURVE TO THE RIGHT; A.N.A. Consultants, L.L.C. Page I of 3 5000 Thompson Terrace ColleyviIle, TX 76034 REVISION: 03-08-16 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 14-A 8601 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999 N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P -14-A THENCE 103.96 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 07 DEGREES 31 MINUTES 49 SECONDS WITH A RADIUS OF 791.01 FEET, A TANGENT LENGTH OF 52.05 FEET AND A CHORD WHICH BEARS NORTH 03 DEGREES 19 MINUTES 30 SECONDS EAST, 103.88 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 44.69 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 30 DEGREES 51 MINUTES 04 SECONDS WITH A RADIUS OF 82.99 FEET, A TANGENT LENGTH OF 22.90 FEET AND A CHORD WHICH BEARS NORTH 08 DEGREES 20 MINUTES 07 SECONDS WEST, 44.15 FEET TO A 5/8 INCH IRON -WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 55.81 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 23 DEGREES 20 MINUTES 27 SECONDS WITH A RADIUS OF 137.01 FEET, A TANGENT LENGTH OF 28.30 FEET AND A CHORD WHICH BEARS NORTH 12 DEGREES 05 MINUTES 26 SECONDS WEST, 55.43 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES 25 MINUTES 12 SECONDS WEST, 11.82 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES 17 MINUTES 56 SECONDS WEST, 4.88 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 63.25 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 57 DEGREES 31 MINUTES 36 SECONDS WITH A RADIUS OF 63.00 FEET, A TANGENT LENGTH OF 34.58 FEET AND A CHORD WHICH BEARS NORTH 29 DEGREES 11 MINUTES 00 SECONDS WEST, 60.63 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 57 DEGREES 56 MINUTES 48 SECONDS WEST, 64.87 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT--OF-WAY LINE OF SAID OLD DENTON ROAD:; THENCE NORTH 35 DEGREES 19 MINUTES 36 SECONDS WEST, 6.50 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 57 DEGREES 56 MINUTES 48 SECONDS WEST, 19.52 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD IN THE SOUTH RIGHT-OF-WAY LINE OF NORTH TARRANT PARKWAY (VARIABLE WIDTH RIGHT-OF-WAY) AS RECORDED IN VOLUME 15819, PAGE 247, OF SAID DEED RECORDS; A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyvllle, TX 76034 Page 2 of 3 REVISION: 03-0.8-16 N. RIVERSIDE DRIVE DOE # _7236; Parcel # P 14-A 8601 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999 N. RIVERSIDE DRIVE RIGHT-OF-WAY ACQUISITION P-14-A THENCE NORTH 89 DEGREES 20 MINUTES 28 SECONDS EAST, 107.91 FEET WITH THE SOUTH TIGHT--OF--WAY LINE OF SAID NORTH TARRANT PARKWAY TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FROM WHICH A 5/8 INCH IRON ROD FOUND FOR THE NORTHEAST CORNER OF SAID TRACT 1, BEARS NORTH 89 bEGREES 20 MINUTES 28 SECONDS EAST, 7.90 FEET; THENCE SOUTH 57 DEGREES 56 MINUTES 48 SECONDS EAST, 3.35 FEET WITH THE NEW EASTERLY LINE OF SAID TRACT 1, TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT -OF --WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT--OF-WAX) FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 27.33 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 17 DEGREES 29 MINUTES 35 SECONDS WITH A RADIUS OF 89.50 FEET, A TANGENT LENGTH OF 13.77 FEET AND A CHORD WHICH BEARS SOUTH 49 DEGREES 12 MINUTES 00 SECONDS EAST, 27.2.2 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD.; THENCE SOUTH 09 DEGREES 24 MINUTES 58 SECONDS WEST, 72.28 FEET WITH WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD TO THE POINT OF BEGINNING AND CONTAINING 12,071 SQUARE FEET OR 0.277 OF AN ACRE OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System ('GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 6.63.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily. the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace ColleyviIIe, TX 76034 0 .e-... 5 T! EDWARD K. KHALIL- •a.�a.eeegq... qu. q.q....�.�.q �.q 5951 I Pa. QQZg SU�o� o� F1 14 Page 3 of 3 REVISION: 03-08-16 NIP NreT2 NORTH TARRANT PARKWAY (VARIABLE WIDTH RIGHT-OF-WAY) CITY OF FORT WORTH PROF VOL.15819, F'G. 247 VARIAB I D.R.T.C.T. RIGHT-1 ACQUI 73 SQ L9 Scale V' = 200' 10 NO. BEARING DISTANCE L1 N8NO0'03"E 32.06' L2 S00°26'24"E 3.62' L3 S89°3T36"W 1.52' L4 N00°25'12"W 11.62, L5 N00017'56'W 4.88' N57°56'48'W 64.87' N35°19'36"W 6.50' L N57°5648"W 19.52, S57"56'48"E 3.35' S09024'58"W 72.28' L8- L7 ADDITION ,A:.��� , N89"20 28"E 107.91' -E L5 L1 "IRF C4 ADDITIONAL VARIABLE WIDTJ RIGHT OF WAY ACQUISITION 12,071 SQ.FT.+/N00'26'24 104.06' Apparent Owner AIL INVESTMENT, LP, L3 i TRACT i INSt.: D211298925 D.R.T.C.T. PROPOSED PART 1 VARIABLE WIDTH RIGHT-OF-WAY ACQUISITION 46,922 SQ.FI.+/ NO. ARC LENGTH DELTA ANGLE I RADIUS ITANGENI CHORD DIRECTION I CH. L. C1 67.38' 05°1521" 734:50' 1 33.71' S 06°3246"W 67,36' C2 132.31' 09036'51" 788.50' 1 66.31, SO4°22'01"W 132.15' 03 103.96' 07°3149" 791.01 52.05' N 03*19'30" E 103.88' C4 44.69' 30051'04" 82.99' 22.90' N 08920'07"W 44.1 55.81, 23*20*27" 137.01' 28.30' N 12°05'26W 55.43' RC7 63.25' 57°31'36" 63.00' 34.58' N 29*1 V00"W 60.63, 27.33' 17"29'35" 8950' i3.7T S 49°12'00" E 27.22' MCCOWENS SURVEY A -@06 OF T44. ...:.....................:... EDWARD K. KNAL [ Ib 's o 5951 •,r i •5URNjE�o S i Sned . Date- ✓> DATE: 03-03-16 DGN. NO. r 040180-P14_ADD APPROVED BY= EK REVISED= .VD isZU NORTH RIVERSIDE SENIOR LIVINGADDITION INST. ilk NCLI12132509 DR-13.LCl NORTH TARRANT PARMA) (210' WIDE RIGHT-OF-WAY) CITY OF FORT WORTH D205191388 !. D:R.T.C.T. wvu PUS-52'02"W 37.62' +523"07158"E 10.17' Apparent Owner DGI ENTERPRISES, LP, B09"10'27"W INSt.: D208346159 D ;l- 88.42' .R.T.C.T. Ap arent Owner ' RICKY W. COLLINS ; VOL.1167T, PG.1829 �+rucrx D.R.T.C.T. 'PUICTO i PRENTISSD.CLARK & ANNA A. CLARK INST. # D203238576 D.R.T.C.T. LOT 1, BLOCK 1 O'DONNELL'S ADDITION CAB. A, SLIDE 12710 P.R.T.C.T. Apparent Owner SDA PROPERTIES TD. INST. # 207013397 D.R.T.C.T. C. C. WHYTE SURVEY A -161.1 AIL INVESTMENT, LP) I INSt�D2 1298925 D.R.T.C.T. EXHIBIT IMBIN SHOWING A PARCEL OF LAND SITUATED IN W.MCCOWENS SURVEY ABSTRACT NO. 999 CITY OF FORT WORTvH, TARRANT COUNTY, TEXAS ° IRON PATH CAP STAMPED ANA SET A.N.A. CONSULTANTS, L.L.C. Nk5000 Thompson Terrace .TAN:s. r. L.C. ColleyvilIe, Texas 76034 Office: 817) 3-M-!L - (835-9955 Fax: o.10 0800 55 SHT. NO. % 1 OF 1 F.R.No.10090800 Stu 9300 - - ---A --- -x 0a NOINK 00 01 ',NNd 1NIHV1 N w08� - 3ARi0 H01SaUA? HidON Vic- m`Wr�F oar sE�o¢?owag� iw N. o o pZ x dl ��j' e; a� z r s o x � E o g <� m N �u�- z a w ryFz O a IYEr a V ° 3 e -�'� N .� ial f p0 'E p IL calr4 a z E �pE UYK pa o ��3 ❑❑ g q �ggo AMAd 1NVd6VI N ti Ctl slu- �R4k9 1N a � oa5 z-A'Bs4a �T a zg i g , � 1 / / m / 1 / I / I / f � , -I-a i r IN�' II I vNry 1 rl rcj � �II f � II Jf Ir � fr (Z9 �3HS Ol NOI,(� �S03NI7 HO �N4'a!!bl ry 1 N01103NNO�Ns Ol a3d9211 v e .. .o f 1( ]f } r I I 1 I! I I User Name: ekhalil Project: 140181 RIVERSIDE TOPO EXTENSION Create Mapcheck Reports Date: 03-09-16 Time: 13:00:29 Page: 1 Lot Name: P14add Lot Description: Description Lot Area (Square Feet): 12070.97 Lot Area (Acres): 0.28 Lot Perimeter: 1063.33 Parent Area (Square Feet): 0.00 Closing Direction: N27016147"W Closing Distance: 0.0027 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting ---------------------------------- Direction Distance Begin 7010876.174511 2334486.513072 N8902012811E 107.909 7010877.415413 2334594.414937 S5705614811E 3.349 PC 7010875.638071 2334597:253397 RP 7010799.781947 2334549.754992 Curve Direction: Cw Radial In: S32003112"W D.O.0 Arc: 64001103" D.O.0 Chord: 67055134" Radius: 89.500 Delta angle: 17029135" Tangent length: 13.770 Arc length: 27.325 Chord Direction: S4901210011E Chord length: 27.219 External: 1.053 Middle ordinate: 1.041 Radial Out: N49032147"E Point Northing Easting Direction Distance PT 7010857.852427 2334617.858364 S09024'58"W 72.2.84 7010786.542368 2334606.032458 N89000103"E 32.063 7010787.101478 2334638.090583 S06052102"W 37.6.16 7010749.755339 2334633.592880 S23`007158"E 10.170 ?C 7010740.403038 2334637.588299 ZP 7010790.591124 2333904.805973 Curve Direction: Cw Radial In: N86004155"W D.O.0 Arc: 07048102" D.O.0 Chord: 07048124" Radius: 734.499 Delta angle: 05015122" Tangent length' 33.714 Arc length: 67.380 Chord Direction: S06032146"W Chord length: 67.357 External: 0.773 Middle ordinate: 0.773 User Name: ekhalil Project: 140181 RIVERSIDE TOPO EXTENSION Create Mapcheck Reports Date.: 03-09-16 Time: 13:00:.29 Page: 2 Radial Out: S80049133"E Paint Northing Basting Direction Distance PT 7010673.485472 2334629.909447 S09010'2711W 88.422 PC 7010586.194544 2334615.811.789 RP 7010460.479502 2335394.223520 Curve Direction: CCW Radial in.: S8004913311B .D.O.0 Arc.: 07015159" D.O.0 Chord: 07016117" Radius: 788.498 Delta angle: 09036151" Tangent length: 66..310 Arc length: 132.309 Chord Direction: SO4022101"W Chord length: 132.154 External: 2.783 Middle ordinate: 2.774 Radial Out: S89033F36"W Point Northing Basting Direction Distance PT 7010454.424332 2334605.748771 S0002612411E 3.620 7010450.804439 2334605.776570 S89033136"W 1.516 701.0450.792797 2334604.260615 N00026T24"W 104.062 PC 7010554.851728 233460.3.461484 RP 7010560.926182 2335394.447159 Curve Direction: CW Radial In: N89033136"E D.O.0 Arc: 07014136" D.O.0 Chord: 07014154" Radius: 791.009 Delta angle: 0703114911 Tangent length: 52.055 Arc length: 103.961 Chord Direction: N030'1903111E Chord length: 103.886 External- 1.71.1 Middle ordinate: 1.707 Radial Out: N82054135"W ?oint Northing Basting Direction Distance ?RC 7010658.562868 2334609.487087 tP 7010668.806580 2334527.131720 Curve Direction: CCW Radial In: N82054135"W D.O.0 Arc: 69*02122" D.O.0 Chord: 74005145" Radius: 82.990 Delta angle: 30051104" Tangent length: 22.89.9 Arc length: 44.686 User Name: ekhalil Project: 140181 RIVERSIDE TOPO EXTENSION Create Mapcheck Reports Date: 03-09-16 Time: 13:00:29 Page: 3 Chord Direction: N0.802010711W Chord length: 44.148 External: 3.101 Middle ordinate: 2.990 Radial Out: N6601412111E Point Northing Easting Direction Distance PRC 7010702.244890 2334603.087099 RP 7010757.44.8925 2334728.483489 Curve Direction: CW Radial in: N66014121°E D.O.0 Arc: 4104910711 D.O.0 Chord: 42048127" Radius: 137.010 Delta angle: 23°20'27" Tangent length: 28.300 Arc length: 55.814 Chord Direction: N12005126"W Chord length: 55.429 External: 2.892 Middle ordinate: 2.832 Radial Out: S$9034148"W ?oint Northing Easting Direction Distance ?T 7010756.444598 2334591.477170 N0002V 12"W 11.823 7010768.267280 2334591.390503 M0001715611W 4.879 'C 7010773.146214 2334591.365052 tP 7010772.684404 2334528.366744 Curve Direction: CCW Radial In: S89034148"W D.O.0 Arc: 90056144" D.O.0 Chord: 10500312211 Radius: 63.000 Delta angle: 57°31136" Tangent length: 34.582 Arc length: 63.254 Chord Direction: N29011100"W Chord length: 60.630 External: 8.867 Middle ordinate: 7.773 Radial Out: N32003112"E oint Northing Easting Direction Distance T 7010826.080335 2334561.801376 N5705614811W 64.874 7010860.509514 2334506.817128 N35019136"W 6.500 7010865.812659 23.34503.058585 N57056148"W 19.520 nd 7010876.172088 2334486.514322 rror of Closure 1 ,: 389997 eparture in Y (Northing): 0.002423 eparture in X (Easting): -0.001250 N. Riverside [give Doe # 7236; Parcel # DEA 6463 OLD DENTON RD. FORT WORTH, TEXAS. THOMAS PECK SURVEY, AA209 N. RIVERSIDE DRIVE DRAINAGE EASEMENT ACQUISITION DE-1 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT PST DRAINAGE FACILITY EASEMENT DATE: November 10, 2014 GRANTOR: BLUE MAPLE GROUP, L.L.C. GRANTOR'S MAILING ADDRESS (including County): 59-A KING STREET CHARLESTON, CHARLESTON COUNTY, SC 29401 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROC14MORTON 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 portion of a parcel of land situated in Thomas Peck Survey, Abstract Number 1209, City of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land described as Tract 2„ by deed to Blue Maple Group, LLC, as recorded in instrument number D213012615, Deed Record, Tarrant County, Texas and being more particularly described by metes and bounds described in Exhibits "A" and "B". (0.046 acres). Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Drainage Facility, hereafter referred to PERMANENT DRAINAGE FACILITY EASEMENT Rev. 06/02/2014 as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, pipelines, junction boxes, inlets, flumes, headwalls, wingwalls, slope pavement, gabions, rock rip -rap, drop structures and access ramps, and other erosion control measures in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, or any structure not requiring a building permit but which may threaten the structural integrity or capacity of the Facility and its appurtenances. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successors 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 DRAINAGE FACILITY EASEMENT Rev. 06102/2014 GRANTOR: Blue Maple Group, L.L.C. a South Carolina corporation By: Michael D. Royal, Manager STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Fernando Costa, Assistant City Manager APPROVED AS TO FORM AND LEGALITY Leann Guzman, 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 PERMANENT DRAINAGE FACILITY EASEMENT Rev. 06/02/2014 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 PERMANENT DRAINAGE FACILITY EASEMENT Rev. 06/02/2014 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # DE-1 DRAINAGE EASEMENT ACQUISITION 8463 OLD DENTON RD. DE-1 FORT WORTH, TEXAS. THOMAS PECK SURVEY, A-1209 EXHIBIT "A- REAL PROPERTY DESCRIPTION OF A 30 FOOT DRAINAGE EASEMENT BEING A PARCEL OF LAND SITUATED IN THOMAS PECK SURVEY, ABSTRACT NUMBER 1209, CITY OF FORT WORTH, TARRANT COUNTY, 'TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 2, BY DEED TO BLUE MAPLE GROUP, LLC, AS RECORDED IN INSTRUMENT NUMBER D213012615, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD WITH YELLOW CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF OLD DENTON ROAD FOR THE NORTHEAST CORNER OF HEREIN DESCRIBED PARCEL OF LAND FROM WHICH A 5/8 INCH IRON ROD WITH YELLOW CAP STAMPED "ANA" FOUND IN SAID WEST LINE FOR BEGINNING OF A CURVE BEARS NORTH 00 DEGREES 31 MINUTES 01 SECONDS WEST, 284.77; THENCE SOUTH 00 DEGREES 31 MINUTES 01 SECONDS EAST, 66.90 FEET WITH SAID WEST RIGHT-OF- WAY LINE TO A 5/8 INCH IRON ROD WITH YELLOW CAP STAMPED "ANA" SET; THENCE SOUTH 89 DEGREES 28 MINUTES 59 SECONDS WEST, 30.00 FEET; THENCE NORTH 00 DEGREES 31 MINUTES 01 SECONDS WEST, 66.90 FEET; THENCE NORTH 89 DEGREES 28-MINUTES 59 SECONDS EAST, 30.00 FEET TO THE POINT OF BEGINNING AND CONTAINING 2,007 SQUARE FEET OR 0.046 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: in accordance with the Texas Board of Professional Land Surveying General Rules of. Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 sr OF a .o aoe.• �!� M n • C EDVIARD K. KHALIL • `....................q .a 5951 ffffffjjjjjj..., 1 Page I of 1 REVISION: 10-27- 14 N 36" IRF I I I I I 0 I I I � I I z I I 0 30' ELECTRIC EASEMENT I AGREED JUDGMENT "IRF INSt.: D214044241 I Z IL D.R.T.C.T. I I 1 T Scale V = 50' I I I i I N WI- T I > f I 1 THIG A8 PECK GN1G REV l W � o ® l n Co 30 FOOT WIDE I I I z I U) i DRAINAGE EASEMENT I ACQUISITION I I 2,007 SQ.FT.+/- I I j I N89°28.59" I20I3 1 I 30.00, 1 1; uRs of Appppaarent Owner I 1 BLUE MAPRAC 1401lP, LLC, 21 : - • :..I; z Co INSt.: D213012615 D.R.T.C.T. .- : '.•I: col rn ':I� : ':I" 4, cfDo I ! 30.0& 1 CAROLINE LirPr4 G � qFo` �� I E...... D K. KHAL I EXHIBIT "B" C RN4 poa?fSHOW I NG q,"5 ` 30 FOOT WIDE DRAINAGE EASEMENT SITUATED IN THOMAS PECK SURVEY ABSTRACT NO. 1209 Signed= CITY OF FORT WORTH, Date, / 2— j j _ 1 C4 TARRANT COUNTY, TEXAS IRS "ANANA!" SEETT DRAWN BY' A.N.A. CONSULTANTS, L.L.C. DATEi 10-27-14 DGN. NQ. 1 040180-DE 1 APPROVED 9Yv EK REV I SEDi 5000 Thompson Terrace Colleyviile, Texas 76034 Office: (817) 335-9900 Fax: (817)335-9955 F.R.NO. 1009080 18 SM1'. NO. i 1 OF 1 User Name: ekhalil Project: 140180 RIVERSIDE TOPO Create Mapcheck Reports Date: 01-12--15 Time: 17:30:39 Page: 1 Lot Name: ---------------------------- DE-1 Lot Description: Description Lot Area (Square Feet): 2007.00 Lot Area (Acres): 0.0461 Lot Perimeter: 193.80 Parent Area (Square Feet): 0.00 Closing Direction- N9000010011E Closing Distance: 0.0000 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction Distance Begin 7006630.632994 2334641.695202 S0003110111E 66.900 70065.63.735717 2334642.298791 589028159"W 30.000 70065.63.465049 2334612.300012 N00031'0111W 66.900 7006630.362326 23.34611.696423 N89028159"E 30.000 End 7006630.632994 2334641.695202 Error of Closure 1 : 0 Departure in Y (Northing): 0.000000 Departure in X (Fasting): 0.000000 North Riverside Drive Parcel # TCE-1A Doe # 7236 8463 Old Denton Rd. Fort Worth, Texas. Thomas Peck Survey, A-1209 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: July 14th, 2015 GRANTOR: Blue Maple Group, LLC. GRANTOR'S MAILING ADDRESS (including County): GRANTEE: CITY OF FORT WORTH Blue Maple Group, LLC 59 King St. Apt. A Charleston, SC 29401-2763 Charleston County 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 parcels of land situated in Thomas Peck survey, abstract number 1209, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land described as tract 2, by deed to Blue Maple Group, LLC, as recorded in instrument number D213012615, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.039 Acre) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with. the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 03109/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 some, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/201 S GRANTOR: Blue Maple Group, LLC. A South Carolina Corporation Authorized Signatory Name, <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 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXT § 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 ram Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE D.OE # _7236; Parcel # TCE-IA TEMPORARY CONSTRUCTION EASEMENT 8463 OLD DENTON RD. TCE-lA FORT WORTH, TEXAS. THOMAS PECK SURVEY, A-1209 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN THOMAS PECK SURVEY, ABSTRACT NUMBER 1209, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 2, BY DEED TO BLUE MAPLE GROUP, LLC, AS RECORDED IN INSTRUMENT NUMBER D213012615, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD WITH YELLOW CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST LINE OF OLD DENTON ROAD (NORTH RIVERSIDE DRIVE -VARIABLE WIDTH RIGHT--OF-WAY) FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 39.57 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 02 DEGREES 10 MINUTES 33 SECONDS WITH A RADIUS OF 1042.00 FEET, A TANGENT LENGTH OF 19.79 FEET AND A CHORD WHICH BEARS SOUTH 00 DEGREES 34 MINUTES 16 SECONDS WEST, 39.57 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO THE LEFT; THENCE 15.57 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 02 DEGREES 10 MINUTES 34 SECONDS WITH A RADIUS OF 11.26.74 FEET, A TANGENT LENGTH OF 7.78 FEET AND A CHORD WHICH BEARS SOUTH 01 DEGREES 15 MINUTES 48 SECONDS WEST, 15.57 FEET TO THE SOUTHEAST CORNER OF HEREIN DESCRIBED PARCEL OF LAND; THENCE NORTH 89 DEGREES 19 MINUTES 27 SECONDS WEST, 10.00 FEET; THENCE NORTH 00 DEGREES 46 MINUTES 09 SECONDS EAST, 54.93 FEET; THENCE NORTH 00 DEGREES 31 MINUTES 01 SECONDS WEST, 114.32 FEET; THENCE NORTH 89 DEGREES 28 MINUTES 59 SECONDS EAST, 10.00 FEET TO THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 00 DEGREES 31 MINUTES 01 SECONDS EAST, 114.32 FEET TO THE POINT OF BEGINNING AND CONTAINING 1,702 SQUARE FEET OR 0.039 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global. Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. EDWARD K. KHALIL ••Va..a.••... •.•.u..... V.. 5951 saa•••a� A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page 1 of 1 REVISION: 07-14-15 N I ! I ! I I I I I I I I I � 1 PROPOSED I 0 i FOOT WIDE: TCE-1B Scale 1" -100, I o a I z A�pppparentOwner .i I BLUE MATRAGROUP, LLC, 00 I H INSL: D213012615 I z 0 D.R.T.C.T. i � 30' ELECTRIC EASEMENT I 1 o w 3: a AGREED JUDGMENT I I W INSt.: D214044241 D.R.T.C.T.` I 1; zo I C1 z �2 I I O =02`10'33" R=139.042.00' N89°28'59"EI j z T=19.79, 10.00' I I L.C.=S00' 34'16"W I C 2 39.57 10 FOOT WIDE I M t w A=02°10'34" TEMPORARY CONSTRUCTION I EASEMENT r '�• R=1126.74' L=15.57' ACQUISITION T=7.78' 1,702 SOFT: +/- L.C:=S01°1&48"W 15.57' ! .•I N o v I z ` I „l ,. '- P®� THOF&�kS pEGK SURVEY A 120� Imp � Gi Ivov IRS I C : I ! Z I 110.0 ' N89,19' 7"W PRINCESS VICTORIA CT. 37 1 36 N! W THOIVIPSON SURVEY A-7a EXHIBIT 1113" 10 foot W 1 DE TEMPORARY CONSTRUCTION EASEMENT SITUATED IN THOMAS PECK SURVEY ADSTRACT NOa 1209 S 1 fined= _ �- CITY OF FORT WORTH, Dates _ .. TARRANT COUNTY, TEXAS 0 IRS, IRON WITH CAP STAMPED ANX, SET DRAM BYe A.N.A. CONSULTANTS, L.L.C. UATEe 04-02-15 DGN. ND. a 040180-TC E-1 A A04W 5000 Thompson Terrace CONSULTANTS, L.L.C. Colleyvillc, Texas 7G034 APPROVED BYe EK } Office: (817) 335-9900 1 Fax: (817)335-9955 NO R /iSEDe 07-14-15 F.R.NO. 10090800 • ` 1 OF l LOT OK 1 SUMMERrIE DS ADDITION CA13. A. SLIDE 3.777 P.R.T.C.T. 9£ZL Mg - --__--N f -X �OH NO1N30 CIO Ol AMNd 1NVNHVl N NOW - ]AN(l 3O1SNIA10 HMON 'fi>`M1M1'fi�' D JLo S gpe In O 7 w o H V �mmms�m„-�zw� L 8mQG o £Z2 w n + mMIR D > Em N z ,a z Syr �-c°I' ao o a 3 $ z O a m+ CW9 Vr 4p-= Q a+ ao G 7 J o z z of w uF d3 §v.z i3 v o't� p - 3` o V ° F E F ¢ z W u N zo a N $wg e o b�Yuo 0 �JI U O Q Oa > ❑❑w "ate agg�$a��o 90tL1'V1S- 3NIl Ha1VW u' old 1 y 4 11 I 1 ` mop I± &I 1 a 3 -I I' II It 1 W lyf - I o I p I ; I I I•o :1 3 4 I , IE _ f.�8 kj4 � \c lI Y. I I _ y 3ftlN(I l0OHJ5 I J !•21Y1 3W313 g MISH3J�N MMU - I I I I � I I I Ljl E I j5l 1 1 i it I m 'II 'M'O'�1 'Nln-,911 }� I Ld o II f Ml N I 'I I I I I, q I I A � � i � �J�g I II •I'' I II I I ' I ' Jad r '. % 1 1 d3NN N I z i l+ i it � I I rli j s•+ I _ I I � — I I 00+9'Y1S- ANII NaLWi iu In a In � W Ld � g � I I I I f I � 8Y'L59=N1983n {a Jl 1 � fi1�8S9- l J1 II I r I 'S9'L59=NYI(13ri 1N �L j I 45'859={l JL I I • r I +r � p6'LS9=NYI83n � Jl la' I5 I I . - I 51'899=NYIp3W a ar zo'sss= l O1 } Ss'LS9=Nno3ri la Jl f I I I HB959=�1 J1 I � 1 I I I i I I I �rLxs9=Nn53w 11,,�� Jl 'LS'L99=NVI03W la Jl I I I i t � I I 19459= .�l Jl I 1 I 6Z"L99=NMU3W Jl Lb31S9= l Jl 1 � � ' , � LO'LS9=NNfJ3W 13i J1 j } � �: � 1. Iljl ii98'999=Ntl103W la Jl OZ;eS9=jl J2 .. l I a� .b " Y " • ; � '' ;es'9s9=rmo3n l,N u 1 l: ' 1 •5Z'859=NY183W �a Jl I Z6'L59=11 aL 1 1 1 I t } 5 Izsss9=Nalb3ry la � 1 [JZ9+L y Yl5 8 3UYaa al • } 55�59=11 al t i t I I I 9rss9=Nnd3W is J1 I I Ld'L59= l Jl i 1 • I I I � I I I I I F6'499=NVIN3rV N J1 985y9= l J1 ' I I I i II I I 09'4S9=NNU3W J%1 Jl 1 ' Z5559=j1 Jl 9Z'459=NK103W-ya 3L 1�99-11 JL , l I, ' I � S6'FS9aNW13W 1,1r Jl - i I I f8559=1'1 Jl t , 1 1 I ' l 04-FS9=NY103n la Jl 64"959= l J! c User Name; ekhalil Date: 07-15-15 Project: 140180 RIVERSIDE TOPO Time: 09:00.30 Create Mapcheck Reports Page: 1 Lot Name: TCE-1A Lot Description: Description Lot Area (Square Feet): 1701.84 Lot Area (Acres): 0.0391 Lot Perimeter: 358.71 Parent Area (Square Feet): 0.00 Closing Direction: N0003013211E ~losing Distance: 0.0034 '2aurse Data:(Mapcheck Through Radius Points Method) Paint Northing Easting Direction Distance PC 7005797.575926 2334648.459209 ZP 7005764.952496 2335774.724823 Curve Direction: CCw Radial In: S8802012711E D.O.0 Arc: 05005,061, D.O.0 Chord: 0500511211 Radius: 1126.738 Delta angle: 00047130t1 Tangent length: 7.784 Arc length: 15.568 Chord Direction: S0101514811W Chord length: 15.568 External: 0.027 Middle ordinate: 0.027 Radial Out: N89007157"W ?oint Northing Easting Direction Distance ?T 7005782.011481 2334648.115968 N89019127"W 10..000 7005782.129434 2334638.116664 N0004610911E 54..929 7005837.05.34.84 2334638.854035 N0003.110111W 114.318 7005951.366831 2334637.822628 N8902.8159"E 10.000 7005951.457054 2334647.822221 S0003110111B 114.318 ?C 7005837.143707 2334648.853628 tP 7005827.742512 2333606.896039 Curve Direction: CW Radial In: S89028159"W D.O.0 Arc: 0502915.5i1 D.O.0 Chord: 05030103f1 Radios: 1042.000 Delta angle: 0201013411 Tangent length: 19.790 Arc length: 39.575 Chord Direction: S00034116"W Chord length: 39.573 External: 0.188 Middle ordinate: 0.188 Radial Out: 58802012711E User Name: ekhalil Project: 140180 RIVERSIDE TOPO Create Mapcheck Reports Date: 07-15-15 Time: 09:00:30 Page: 2 Point Northing Easting Direction Distance End 7005797.572575 2334648.459179 Error of Closure 1 : 107031 Departure in Y (Northing.): 0.003351 Departure in X (Basting): 0.000030 North Riverside Drive Parcel # TCE-1 B Doe # 7236 €3463 Old Denton Rd. Port Worth, Texas. Thomas Peck Survey, A-120.9 CITY OF FORT NORTH TEMPORARY CONSTRUCTION EASEMENT DATE: July 14th, 2015 GRANTOR: Blue Maple Group, LLC. GRANTOR'S MAILING ADDRESS (including County): GRANTEE: Ci`i°Y OF FORT WORTH Blue Maple Group, LLC 59 King St. Apt. A Charleston, SC 29401-2763 Charleston County GRANTEE'S MAILING ADDRESS (including County): 1000 THROCFtMORTON 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 parcels of land situated in Thomas Peck survey, abstract number 1209, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land described as tract 2, by deed to Blue Maple Group, LLC, as recorded in instrument number D213012615, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.039 Acre) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and, across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit -"A", and ingress and egress over Grantor's property. to the easement as shown on Exhibit "B". Temporary Construction Easement 03109/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 03109=5 GRANTOR: Blue Maple Group, LLC. GRANTEE: City of Fort Worth A South Carolina Corporation <Authorized Signatory Name, <Title> STATE OF TEXAS § COUNTY OF TARRANT § 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 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 , 20_. Notary Public in and for the State of Texas Temporary Construction Easement 03L09I2013 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-1 B TEMPORARY CONSTRUCTION EASEMENT 8463 OLD DENTON RD. TCE-1 B FORT WORTH, TEXAS. THOMAS PECK SURVEY, A-1209 EXHIBIT nA" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN THOMAS PECK SURVEY, ABSTRACT NUMBER 1209, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 2, BY DEED TO BLUE MAPLE GROUP, LLC, AS RECORDED IN INSTRUMENT NUMBER D213012615, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT THE SOUTHEAST CORNER OF HEREIN DESCRIBED PARCEL OF LAND IN THE NEW PROPOSED WEST LINE OF OLD DENTON ROAD (NORTH RIVERSIDE DRIVE -VARIABLE WIDTH RIGHT-OF-WAY) FROM WHICH A 5/8 INCH IRON ROD WITH YELLOW CAP STAMPED "ANA" SET BEARS, SOUTH 00 DEGREES 31 MINUTES 01 SECONDS EAST, 332.18 FEET; THENCE SOUTH 89 DEGREES 28 MINUTES 59 SECONDS WEST, 10.00 FEET; THENCE NORTH 00 DEGREES 31 MINUTES 01 SECONDS WEST, 168.81 FEET; THENCE NORTH 89 DEGREES 28 MINUTES 59 SECONDS EAST, 10.00 FEET TO THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 00 DEGREES 31 MINUTES 01 SECONDS EAST, 168.81 FEET WITH THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD TO THE POINT OF BEGINNING AND CONTAINING 1,688 SQUARE FEET OR 0.039 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014, Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central. Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 PEOF ..a°°c°. °�G15TE'. EDWARD K. KHALIL • OT.... °°°e°°....eegaaa°y. a 5951 ' a �y POF�S Stid;:°OQ /!/O �aooneaao°`'t d� S UR� Page l of I REVISION: 07-14-I 5 N Scale 1" = 100' C1 A =02° 10'33" R=1042.00' L=39.57' T=19.79' L,C.=S00°34'16"W 39.57, E'•�i ST4R•.:+� 1 6WA1ID K. K H A L I .Y..... ......y... -�4 ••5951 Q o�..��'eC�sd.•'r.Q" � I I {w I i o c� .o I I mil CD 10 FOOT WIDE r TEMPORARY CONSTRUCTION I EASEMENT ACQUISITION I - €i 1,688 SQ.FT.+/- i o 4: 00 I z Apparent Owner BLUE MAPLE GROUP, LLC, 589°2I TRACT 2 INSt.: D213012615 10 D.R.T.C.T. I I 30' ELECTRIC EASEMENT AGREED JUDGMENT I INSt.: D214044241 D.R.T.C.T. S i gnedL t� Date,.--' DATEI 04.02-15 DGN. NO. g 040180-TC1-1-13 APPROVED BY' EK REVISED: 07-14-15 1 Tb0N&S PECK SURY Y A —1120a DE i� IM I I � O POBI 2 I c o � z I W 7 Lu a lu I w a I j Y C7 z PRINCESS VICTORIA CT. 37 1 36 4GiOMPSON SURVEY A -9408 LOT 1, BLOCK 175 SUMMERFIELDS ADDITION CAB. A. SLIDE 3777 P.R.T.C.T. EXHIBIT "BI, 10 FOOT WIDE TEMPORARY CONSTRUCTION EASEMENT SITUATED IN THOMAS PECK SURVEY ABSTRACT NO. 1209 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS O IRS " IRON WIT H TH CAP STAMPED " NA" SET A.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace CONSULTANTS, L.L.C. Colleyville, Texas 76034 Office: (817) 335-9900 • • - - Fax: (817) 335-9955 5HT. NO, e 1 OF 1 F.R.NO. 10090800 MICA 9CZL #100-.-..-.-_._ N ______ x '6l1 meimin nln nl '1JANri imvmmHI 'N Wn>ia — -�nlHn I41MC)NI 7ru SK C Cpi .1' � K Z O w Z mN > LA �a Q O o Q n 1,10 (n o C)E'C d w Q 0 Ado o � o Ld �n moo^ S ag o u •.zww u g r L"C �� 2 0 p M.dc CY N o U oa } w o r o mwyy4 Ail o a Alz I- N _ Q-�o Z s-9 4 o rn•„ �' it III 1 fl 1 I I I ! I 1 jl I 11 I , I , I � , I iii 31 1- li I , I I I=_ E 1= � Iz _ I I ,1 1 fl I I I I I I 1 11 I II 1 II I = ! 1 ! 1 I j l I = I - 1 I 1 1 II I III I , I , I I jl I II I I 1 - I i 1 I xl E I I 1 I I , I I I 1 I I I E ! I II I I , I -cl f I = f! I II I I j I I I , II I I I I I I I I 1 I I I 1 1 � I + I I I , I , I � I I I j II I II I , I , I I 1 1 I II I , 1 , I , , O- � II I I i I I II I I 4 I •do c'b �f _ 1 I I I I I � a6"LS9=NM03W la J1 r , ' + �I I: sg'Lss=xalo3ry la �1 I 2 I Y5959-11 �l r ! I , r' r j 98'LS9=NY103W Aa �1 et - _ 69g59=11 �1 =waa Il I I I su+a = Y1s a I ' I ' sl'9s9=xmn3W is of � = tl1.5 aY3B8 3 0 I I I I 1{ I I I SB'L=NY183W �1 1 � I , II 4 i �a 88�59= l J1 I I IFjI l I I 4: I . Is'LSs=xM.MA {tl 01 l9`859- l �1 l I 'BZ'LS9=NYI(13 W �1 r . r ; ! } I La'L99=NYIf13W AN �L I F II I � YFress- l al 1 I I I l I I 69'9S5=NYIP3W Sp y i � Ob ES9- � m 4 + + IISI _ 90'959-i1 �L V I 1 5Z'959-NV1x3W IN D1 I ZB'LS9�ll D1 I y 28'S59=NN113W 8LIL59-1 �1 I 4 t 1 r I I 6S'S6,u-"b3W {a 01 1 I i 14 I 19Z-SS9=NY183W An 01 I I I � LZ_L59-ll 01 ' I 1 I � M*sq-wa3m IN D1 n, 9859' l J1 i I 1 , , I l � ,a9'YS9=NM03Yr AN �1 I 1 S 2sgss= i �1 1 I 1 I I I 1 9L Y59=NYla3W Atl �l I _ 1 r I LI959=11 �1 � , I ' 11 /. .f8'FS9=NMP3W la �1 . I ` : I F91SS9=Al J1 l 5 I .- I 09'C49'NNQ3W la �1 8Y'SS9= l �1 m •e nu #3007 _______X 'OU NOIN30 o70 01 'Amxd 1NVtJdV1 'N rlCd� — 3Ald(J 30ISWMJ H1601 I a VI �$ 8F 9JJ tjaziti ua U o �w PIE 0 1 8$ x J II, 00+9l 'HIS - 3NI-1 H01VF4 l� I I D .A2 ,ry ,1'ca- II , � 9 I ff I I � 10 V1t10151A SS]ONINd 3„y I of yll II 1 I I311 1I a-1_— I 1 I I J to� � o p zZ0 F.lz o 3°= vt n �o + �y Nr J q? m o a �n W d m =�K a Z0 jY N O z O C) a (K f f mw$� rcrc ❑Lfn ZU zz I l 'I I V I � '.90'659=Nvin3ry {a 71 1 I '',46'f9B=NM463W 11f Dl i i I I I I 49`e59=13 D1 I '4^ t r � I Z8'FS9=NYIl13ry !,N al .. ' 4 , I zs;bs9=11 71 ' 'ZL'[SS=NyID3W� Dl + ZbY59- l D1 r ' i I � '�Le'Fsa=Nvw3rv�a �l �I ' I 4� 'I. ! �y'0'459-NVID3W �1Na Dl i ! 89'b59=11 Dl 1'499=reMD3ry {a 71 ffa Iff'459=NM03W W zq 46'iS9=1'1 �l — T I 1 l I 96-699-Nv103n a Dl L4- ?' —�JJ � / I 699^NMU3ry la 71 - I I 3GYM - QO'Is+Ll --ms- ' 'B8-bS9^NMIa3ri Aa 71 j1 OF559-_!I 71 1 - 4S SS9 NM031Y 1?l 71 uS 6£'S99=NMp3W 1a D1 . 1 SS5S9=11 DL % I D i 49'SS9=NM03n WW a! IL5S9"�l 71 69'85+ZI VLS NY3a 3 , , f I 1 1 , . i 1 68'S59=NMA3n 19 31 1 , 1 1 1 r I 1 41'959`Nm3n w D1 1 Z6'S99= l 01 I 1 jI1 I 8f'959=NMa31Y 1N 31 1f l G15S4=11 71 1 , 1 � S99S9�NM03n !tl Dl I I 1 I I 10690aNM0311 71 91'FS9-11ll 71 jLr r I '51'C49^NY1a3W tl Dl F a'L9B= l D1 a0+ rser Name: ekhalil Date: 07-15-15 project: 140180 RIVERSIDE TOPO Time: 08:59:50 !reate Mapcheck Reports Page: 1 .ot Name: TCE-1- .ot Description: Description ,ot Area (Square Feet); 1688.14 got Area (Acres): 0.0388 .ot Perimeter: 357.63 larent Area (Square Feet): 0.00 'losing Direction: N9000010011E 'Losing Distances 0.0000 'nurse Data:(Mapcheck Through Radius Points Method) ,aint Northing Fasting Direction Distance ;egin 7006338.119528 2334644.334095 S0003110111E 168.814 7006169.312399 2334645.857179 S89028159"W 10.000 7006169.222176 2334635.857586 N0003110111W 168.814 7006338.029305 2334634.334502 N89028'59"E 10.000 :nd 7006338.119528 2334644.334095 'rror of Closure 1 0 reparture in Y (Northing): 0.000000 >eparture in X (Easting): 0.000000 North Riverside Drive Parcel # TCE-1C Doe # 7236 8463 Old (Benton fed. Foil- Worth, Texas. Thomas Peck Survey, A-1209 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: July 14th, 2015 GRANTOR: Blue Maple Group, LLC. GRANTOR'S MAILING ADDRESS (including County) GRANTEE: CITY OF FORT WORTH Blue Maple Group, LLC 59 King St. Apt. A Charleston, SC 29401-2763 Charleston County 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 parcel of land situated in W. Mccowen survey, abstract number 999, and Thomas Peck survey, abstract number 1209, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land described as tract 2, by deed to Blue Maple Group, LLC, as recorded in instrument number D213012615, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.212 Acres) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in. Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Casement 0310912016 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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] "remporory C011Strnetinn Easement 03/09/2015 GRANTOR: Blue Maple Group, LLC. GRANTEE: City of Fort Worth A South Carolina Corporation <Authorized Signatory Name>, <Title> STATE OF TEXAS § COUNTY OF TARRANT § 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 Easemew 03/09/20 f 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 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 2a Notary Public in and for the State of Texas Temporary Construction Easement OV09120I5 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-IC TEMPORARY CONSTRUCTION EASEMENT 8463 OLD DENTON RD. TCE-IC FORT WORTH, TEXAS. THOMAS PECK SURVEY, A-1209 EXHIBIT „A" REAL PROPERTY DESCRIPTION OF A 75 FOOT TEMPORARY CONSTRUCTION EASEMENT BEING A PARCEL OF LAND SITUATED IN THOMAS PECK SURVEY, ABSTRACT NUMBER 1209, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 2, BY DEED TO BLUE MAPLE GROUP, LLC, AS RECORDED IN INSTRUMENT NUMBER D213012615, DEED RECORDS., TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD WITH YELLOW CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF OLD DENTON ROAD FOR THE NORTHEAST CORNER OF PROPOSED DRAINAGE EASEMENT; THENCE SOUTH 89 DEGREES 28 MINUTES 59 SECONDS WEST, 30.00 FEET WITH THE NORTH LINE OF SAID PROPOSED DRAINAGE EASEMENT; THENCE SOUTH 00 DEGREES 31 MINUTES 01 SECONDS EAST, 66.90 FEET WITH THE WEST LINE OF SAID PROPSED DRAINAGE EASEMENT; THENCE NORTH 89 DEGREES 28 MINUTES 59 SECONDS EAST, 30.00 FEET WITH THE SOUTH LINE OF SAID PROPOSED DRAINAGE EASEMENT TO THE SOUTHEAST CORNER OF SAID PROPOSED DRAINAGE EASEMENT IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 00 DEGREES 31 MINUTES 01 SECONDS EAST, 6.91 FEET TO THE SOUTHEAST CORNER OF HEREIN DESCRIBED PARCEL; THENCE SOUTH 89 DEGREES 28 MINUTES 59 SECONDS WEST, 75.00 FEET, THENCE NORTH 00 DEGREES 31 MINUTES 01 SECONDS WEST, 150.00 FEET; THENCE NORTH 89 DEGREES 28 MINUTES 59 SECONDS EAST, 75.00 FEET TO THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 00 DEGREES 31 MINUTES 01 SECONDS EAST, 76.19 FEET TO THE POINT OF BEGINNING AND CONTAINING 9,243 SQUARE FEET OR 0.212 OF AN ACRE OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 EDWARD K. KHALIL �......... ............ y.. 5.951 SUR\� Page I of I REVISION: 07-14-15 N i 1 18 0 i 1 ® ; I 1W I 1 0 Ly I 1 1 10 z I <10 30' ELECTRIC EASEMENT I a 1 AGREEDJUDGMENT { I INSt.: D214044241LL D.R.T.C.T. j lW ® CAROLINE I 1 { I ®F-e I C 1 _.J Scale V = 50' i 1 0 Lu I i 4H®NAG PECK 1 1 N89°28'59'E 75:00' 1 (� SURVEY - W i 8 75' TEMPORARY o CONSTRUCTION m I `" =' `}:: _ EASEMENT ACQUISITION :• :::- : ;: 1 W 9,243 SQ.FT.+/- 3D Of) Apparent Owner BLUE MAPLE GROUP, LLC, :: .p• TRACT 2 iNSt.: D213012615 D.R.T.C.T. - :o PROPOSED .1; , ; I DRAINAGE 1 °o . ` .:' :; :o. I EASEMENT o ..� I yj 30.00' 1 _ a S89°28'59 c6 b 75.00' 1 1 f i 1 f f I I I �.. O.F t CFO I I I A,�tiG 9�EXHIBIT ry ..4 19 EDWARD K. KHAL I SHOW I NG .0 v ..................... V .. 1 a 5951 -1 A 75 FOOT WIDE TEMPORARY �xto,E55�.. ,t . ° ,� CONSTRUCTION EASEMENT SUR"'E SITUATED IN THOMAS PECK SURVEY ABSTRACT NO. 1209 S i gnedr �-� CITY OF FORT WORTH, Date It -% �.�"�. TARRANT COUNTY, TEXAS IRS "A IRON WITH CAP STAMPED "ANA" S SET DRAW4 BY= AA, A.N.A. CONSULTANTS, L.L.C. DATE, 10-27-14 A�k DGN, ND. , 040180-TCE 1 C 5000 Thompson Terrace APPROVED BY, EK CONSULTANTS, L.L.C. Colleyvilic, Texas 76034 Office: (817) 335-9900 REVISED, 07-14-15 Fax: (8 t 7)335-9955 F.R.NO. 10090800 SH f, N D. , 1 OF 1 qnL #-IOU -)d �--X 'a NO1N30 010 01 )AAJ 1NVHHVI 'N WOeA - 3ANO IGIS81AW 11MON m�� LO v 7 �mm� 3 ry o I I o �p S cTF c `73 0 ti o r m��m 8:zw�QGt Li ' W g c mNm Q >_ - C o F ��o, vas � a O V) O oo N a w [if i dto � �a IN U mwSE 4o F O aQ 2 N w (X r1f N O� Q d W Ix 15 = 5 � 4L:j 5 � uuziS _ ad....a QY OQfy Z o 000+9L'Vle- 3NI-1 H71VVV --1------- E I I 1 90'Y59=NMp3W 1N 31 - I + I GL'6S9=ll 31 I i l S8 ts9=NN63W {{tltl 31 Y9`.YS9=11 31 ' E I S'6sZ I +JI I L '— I Z9'£s9-LS'659 ll Jl I �I f II i iL Lci59^N41¢lry 1a "'1 J ~ ZYwS9=17 31 w i I V y.W£ I I � I ! i �L9'£59=NYIp3W {�i 3L I I 0.r �:•; I I £0'Y59=Np103W {a 31 ta'a 199WS9^ll 31 I II ___1_______ 1 �' f 11 ` _ I _ BI'Y59=Ntl103W f 31 I I I I LLJ i'F'6S9-WU3W la D1 sl r } U-1 i r} IF- ""'� "€ ea•tsv=Nna3W la of so,59s=I1 31 it O 1 LIl 1 Y9-Y99=NrIp3W in 31 31 iZ— 'HIM .L'LZ j 1 ,�—, I I = 'Ir 69'459=NYI�3WN 01 31 � - III I ~ I a z j • YI'ssI9=WOn T{ 31 tY�SS9=l1 31 I I 6£'S59=NVII33W as 31 5S:5S9=11 31 SS3DNWd 3 - 1 1 'Y9'ss9-wwn An 31 Yls NV 3a9 mv M 31 I b9'S59=NVI©3W �N 31 93'959= l 31 NI I I YI-9S9r NMp31Y IN 31 !I I I I r 59'9S9=NriO3W in 31 I I I 1 ZI YS9=ll 31 to R °6'959=NVIp3W AN 31 51 I r l tJ!1 � I I I� g l SI'Gs9=NYIp3W {a 31 00+LL'Vi5-3NI1 HO1VW User Name: ekhalil Project: 140180 RIVERSIDE TOPO Create Mapcheck Reports Date: 07-15-15 Time: 08:58:23 Page: 1 Lot Name:` TCE-1 G Lot Description: Description Lot Area (Square Peet): 9242.89 Lot Area (Acres): 0.2122 Lot Perimeter: 510.00 Parent Area (Square Feet): 0.00 Closing Direction: 523001131'JW Closing Distance: 0.0011 Course -Data:(Mapcheck-Through Radius Points Method) Point Northingg-- Begin 7006706.81637 --_-_asting-------- sting 2334641007918 ---------------------------- - Direction Distance 7006630.633478 2334641.007918 S0003100111B S89o28'5911W 76.186 7006630.362810 2334641.695288 S00 31 01 B 30.000 7006563.465533 2334612.300098 N897006563.736201 66.900 2334642.298877 50003101411E S00 31 14 E 30.O.OD 7006556.823486 2334642.361684 S89028159"W 6.913 7006556.146817 2334567.364736 N00p31101"W 75.000 7006706.140711 End 2334566.011397 N89 28 59 E 150.000 7006706.817381 2334641.008345 75.000 Error of Closure 1 : 467543 Departure in Y (Northing): -0.001004 Departure in X (Easting): -0.000427 Routh Riverside Drive Parcel # TCE-1 D Doe # 7236 8463 Old Denton Rd. Fort Worth, Texas. W. McCowen Smvey, A-999, Thomas Peels Survey, A-1209 CITY OF FORTWORT" TEMPORARY CONSTRUCTION EASEMENT DATE: July 14th, 2015 GRANTOR: Blue Maple Group, LLC. GRANTOR'S MAILING ADDRESS (including County) GRANTEE: CITY OF FORT WORTH Blue Maple Group, LLC 59 King St. Apt. A Charleston, SC 29401-2763 Charleston County GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARIRANT 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 parcels of land situated in W. Mccowen survey, abstract number 999, and Thomas Peck survey, abstract number 1209, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land described as tract 2, by deed to Blue Maple Group, LLC, as recorded in instrument number D213012615, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.472 Acres) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 0310912015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 parson whomsoever lawfully claiming or to claim the same, or any part thereof, [SIGNATURES APPEAR ON THE FOLLOWING PAGE) Temporary Construction Easement 03/09/2015 GRANTOR: Blue Maple Group, LLC. A South Carolina Corporation <Authorized Signatory Name, <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 T 2g_ Notary Public in and for the State of Texas Temporary Construction Easement 03/09/20 t 5 AGKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF T'ARRANT § 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 2o_ Notary Public in and for the State of Texas Temporary Construction Easement 03/0912015 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-I D TEMPORARY CONSTRUCTION EASEMENT 8463 OLD DENTON RD. TCE-1D FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THOMAS PECK SURVEY, A-1209 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN W. MCCOWEN SURVEY, ABSTRACT NUMBER 999, AND THOMAS PECK SURVEY, ABSTRACT NUMBER 1209, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 2, BY DEED TO BLUE MAPLE GROUP, LLC, AS RECORDED IN INSTRUMENT NUMBER D213012615, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD WITH YELLOW CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST LINE OF OLD DENTON ROAD (NORTH RIVERSIDE DRIVE -VARIABLE WIDTH RIGHT-OF-WAY) FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 15.89 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 08 DEGREES 47 MINUTES 44 SECONDS WITH A RADIUS OF 103.50 FEET, A TANGENT LENGTH OF 7.96 FEET AND A CHORD WHICH BEARS SOUTH 44 DEGREES 12 MINUTES 19 SECONDS WEST, 15.87 FEET TO A 5./8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST LINE OF OLD DENTON ROAD FOR THE BEGINNING OF CURVE TO THE LEFT; THENCE 159.65 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 86 DEGREES 42 MINUTES 06 SECONDS WITH A RADIUS OF 105.50 FEET, A TANGENT LENGTH OF 99.59 FEET AND A CHORD WHICH BEARS SOUTH 05 DEGREES 15 MINUTES 09 SECONDS WEST, 144.84 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 44.85 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 34 DEGREES 29 MINUTES 31 SECONDS WITH A RADIUS OF 74.50 FEET, A TANGENT LENGTH OF 23.13 FEET AND A CHORD WHICH BEARS SOUTH 20 DEGREES 51 MINUTES 09 SECONDS EAST, 44.17 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 03 DEGREES 36 MINUTES 24 SECONDS EAST, 35.50 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 01 DEGREES 56 MINUTES 13 SECONDS WEST, 42.62 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 28 DEGREES 03 MINUTES 47 SECONDS EAST, 9.94 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 03 DEGREES 36 MINUTES 24 SECONDS EAST, 68.91 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT IN THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; A.N.A. Consultants, L.L.C. Page I of 3 5000 Thompson Terrace Colleyville, TX 76034 REVISION: 07-14-15 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # 7236; Parcel # TCE-1D TEMPORARY CONSTRUCTION EASEMENT 8463 OLD DENTON RD. TCE-1 D FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THOMAS PECK SURVEY, A-1209 THENCE 54.41 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 03 DEGREES 10 MINUTES 00 SECONDS WITH A RADIUS OF 984.50 FEET, A TANGENT LENGTH OF 27.21 FEET AND A CHORD WHICH BEARS SOUTH 02 DEGREES 01 MINUTES 24 SECONDS EAST, 54.40 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 879.90 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO LEFT IN THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; THENCE 99.37 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 03 DEGREES 03 MINUTES 5.2 SECONDS WITH A RADIUS OF 1858.00 FEET, A TANGENT LENGTH OF 49.70 FEET AND A CHORD WHICH BEARS SOUTH 01 DEGREES 58 MINUTES 20 SECONDS EAST, 99.36 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 90.83 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 02 DEGREES 59 MINUTES 15 SECONDS WITH A RADIUS OF 1742.00 FEET, A TANGENT LENGTH OF 45.43 FEET AND A CHORD WHICH BEARS SOUTH 02 DEGREES 00 MINUTES 38 SECONDS EAST, 90.82 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 00 DEGREES 31 MINUTES 01 SECONDS EAST, 39.17 FEET TO THE SOUTHEAST CORNER OF HEREIN DESCRIBED PARCEL OF LAND; THENCE SOUTH 89 DEGREES 28 MINUTES 59 SECONDS WEST, 10.00 FEET; THENCE NORTH 00 DEGREES 31 MINUTES 01 SECONDS WEST, 39.17 FEET: THENCE NORTH 02 DEGREES 00 MINUTES 38 SECONDS WEST, 90.30 FEET: THENCE NORTH 01 DEGREES 58 MINUTES 20 SECONDS WEST, 99.90 FEET: THENCE NORTH 00 DEGREES 26 MINUTES 24 SECONDS WEST, 879.90 FEET: THENCE NORTH 02 DEGREES 01 MINUTES 24 SECONDS WEST, 53.85 FEET: THENCE NORTH 03 DEGREES 36 MINUTES 24 SECONDS WEST, 96.56 FEET: THENCE NORTH 13 DEGREES 02 MINUTES 35 SECONDS WEST, 65.03 FEET TO THE BEGINNING OF A CURVE TO THE RIGHT: THENCE 268.63 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 11.3 DEGREES 35 MINUTES 28 SECONDS WITH A RADIUS OF 135.50 FEET, A TANGENT LENGTH OF 207.03 FEET AND A CHORD WHICH BEARS NORTH 07 DEGREES 25 MINUTES 15 SECONDS EAST, 226.75 FEET TO THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD FROM WHICH A 5/8 IN.CH IRON WITH CAP STAMPED "ANA" SET IN THE COMMON LINE OF SAID BLUE MAPLE GROUP TRACT AND TRACT OF LAND DESCRIBED AS TRACT 2, AS CONVEYED TO AIL INVESTMENT L.P., A TEXAS LIMITED PARTNERSHIP, BY DEED RECORDED IN INSTRUMENT NUMBER D211298925, DEED RECORDS, TARRANT COUNTY, TEXAS, FOR THE PROPOSED WEST RIGHT—OF—WAY LINE OF SAID OLD DENTON ROAD BEARS NORTH 00 DEGREES 26 MINUTES 24. SECONDS WEST, 113.27 FEET: A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page 2 of 3 REVISION: 07-14-15 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-1D TEMPORARY CONSTRUCTION EASEMENT 8463 OLD DENTON RD. TCE-ID FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THOMAS PECK SURVEY, A-I209 THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 31.49 FEET WITH THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD TO THE POINT OF BEGINNING AND CONTAINING 20,567 SQUARE FEET OR 0.472 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 50.00 Thompson Terrace Colleyville, TX 76034 OF < ��•��STE EDWARD K. KHAUL ' ...�..o....................... 5951 P .,Pa� -7, ops— i—r— Page 3 of 3 REVISION: 07-14-15 - -- Apparent Owner Apparent AIL (INVESTMENT Owner HILLWOOD MULTIFAMILY LAND LP. INSt.: D211 ...C.IT INSt.: D211298925 D.R_T_C.'T - N0. ARC I .ETVZTi 1 IDELTA ANGLE RAD I U5 TALENT CHORD D I #ECT I ON CH. L. Cl 15.89 08-47' 44' 103.50 7.96 S 44-12' 19' W 15.87 C2 159.65 86-42' 06' 105.50 99.59 S 05" 15' 09' W 144.84 C3 44. 85 34-29' 31' 74. 50 23.13 S 20-51' 09' E 44.17 C4 54, 41 03-10' 00' 984.50 27.21 $ 02" O1 ' 24' E 54.40 C5 99. 37 03" 03' 52' 1858. 00 49. 70 IS 01-58' 20' E 199.36 FG- 90.83 02-59' 15' 1742, 00 45. 43 S 02-W 38' E 190.82 C7 268.63' 1 13-35' 28' 135.50' 207.03' IN 07-25' 15' E 1225. 75' N Scale 1" = 200' �9' fill MCCOWERIS ffiURVIRT A-000 N 13°02'35"t,_, 65.03' I NO3°36'24"E,,-i 96.56, 1 1 NO2°01'24:V,--4 53.85' I I I I VARIABLE WIDTH 1 TEMPORARY CONSTRUCTION EASEMENT ACQUISITION I 20,567 SQ.FT +1- I Apparent Owner BLUE MAPLE GROUP, LLC, TRACT 2 INSt.: 0213012615 D.R.T.C.T. EXHIBIT NvBwv 30'ELECTRIC EASEM AGREEDJU GMENT T I EXHIBIT 1 INSt.: D214044241 VAR I ABLE WIDTH D.R.T.C.T. TEMPORARY CONSTRUCTION EASEMENT SITUATED IN THOMAS PECK SURVEY ABSTRACT NO. 1209 AND W. McCOWEN SURVEY ABSTRACT NO. 999 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS sr� s THOMAS PECK EDWARD K. KHA I ��G�mC � .. y ..................... y . 5951 G�-900 DATE$ 04-01-15 DW. N0. + 040180_TCE-1D ANk CONSULTANTS, L.L.C. APPROVED BYs EK FIEV I:SED+ 07-14-15 I I NO2°00'38"W 1 90.30' I w N00031'01"W 39.17' ;0 S89°28'5 ""WI tc,D a Y A.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace Colleyvillc, Texas 76034 Office: (817) 335-9900 Fax: (817)335-9955 F.R.NO. 10090800 C. C. TIgTTQ 4UnTQT A-1011 Apparent Owner AIL INVESTMENT LP. REMAINDER TRACT 10 VOL.14315, PG. 56 D.R.T.C.T. W. W. TH%1 PSOS BIItlY6:T ' a-1498 Apparent Owner BASEM AND RIAD NIMRI INST.# D208232375 D.R.T.C.T. LOT 1, BLOCK A, RESIDENCES AT OLD DENTON ROAD CAB.A, SLIDE 12595 p P.R.T.C.T. r3_ o nO a 54- IRON WITH CAP STI "ANA" SET H.P.T., L.L.P., NAINDER OF 32.446 VOL.12063, PG. 986 D.R.T.C.T. %zl #10o -A -x ❑H NOINln CHO OI ',IMMi INVNHVI 'N W(]H4 — -qAD4n "OI C)Nl ^mmmS d In a ' � + + '�,... 'v�m op� i uaYGiw O sQ mm G - �• LnyeF w c� In J Q> n C) o m Z' - z e f1 of D o o w$ g LjY o N$ o 8 Y c, m w G a fY 4 Am. O a a O N a 1E� + a o ❑❑ a zo z x� _ oa a Q z z r Mil HOl" I I le j�— MO I I It ate, sr00�. , i d 3Na N e IEIE I Ics - s4 s1a3Hs O1 Nad3a1 0 1noavaNnoa s1j131da3Wl4ns 1 I , ZSS-3NIl HOlVWLd K f L ILL +11 I Ld Ld 33HI os si 3N1� �G 012i333a) I131da3WWns HO1VW 2L 1j` z I a ` E F.I I 11 is {bS - Bb S1a3Hs 01213d3a) i � ��'SB+fZ = 11 11 Y14) a6 6Vd9 i ll I I 6b'09F18 OL I9'M9 11 OL L _j j o I f6' My Jl 66 99= ]1 i Y, I III 99'�99=ia Jl I � f LI, 99=11 �L 1 I 1 I , 1 l OO'299= 2! J1 I 4 1 I 1 � bS'r99 �3 J1 ;I se'Las=ia JL . I i I ZZ;19B=�1 3L � i Sf'199=[L J1 I I a I UK 6 I � 1 £O'199=18 JL 65n99=A1 Jk I I III I j 11 oL-G99-ja of LZ694= l J1 I 1nOW]NnOa SOl31.j83WWns '^ R ZSN-3NIl HO1VW Y �rl C C LL c C i LL fI49-66 S133HS Ol H3l3aj � 14108VONnON sal313a3WWns i / LSN-3Nll HO.LVW .'r ~ s „ ^ 7:d= iZ la 3NIl08tl , T i 0 i I I � I I LCSS9=11 J1 . I 1 I I % I 46'ZP, aL 49'5I9={l �1 , 1 VVV L'YS9 _lif m . I I I I IL S'SS9- l 01 I , I I I � I I L4459=1a Jl I' 3S 5 Sf'649=�1�ay Jl I EL'459=11aa 01 I I I i I I � 4 b15'S9=11 J1 1 16'j.'S9=1a Jl V rO5S9=41 Jl Yu aY a9•3 66YS9= l J �. 00-9i YIS-3NIl HO1VW� o 0 0 o d 4 m a j 9UL #30o----__-N- - - - - - - x 'da No1N30 ado 01 'AMNd iNVNNV,1 'N F40UJ -- �AAO HAAON WWy� qxqx i o l m�mim��X i F1 u mmmNNn z IIIYJ,I ~�~4 ��ma -T5 0 o a #4) Li o y�! 3�W�WYs .ztilGt w'p In O uz 'x Z N,�o v�oica y mVlp F _) � > N U F rc ��rw��a o 8 m O N z ffiaf o h o u rn owe 9 af f/r O o o G€ g a w s a Syr v` i z1,W �Lj r+ 7.3 m W ,JI O 5 C H o g3 0 ¢ S G o pp Z J OB 8a p C� � _~ 4 � ❑❑ Qca z N o h o= !TTW.Jy li 4444 0� cr jY o i z d .. S. ay 4¢ OO+OB 'd15 - 3NIl HO1VYV 7 91dL #300------->1 'nN No;Nan nin ni 'AM)i l INVNNVI 'N NOMI — -�AIMCI WIN>J'IAIM I-IIAONl me'i I99..E$WsI- Lz 3 wp Vi ma` U : ax� txo+ i' .. r w arcn oa c ^' 8 �F� _ m 0 O W Q H < Q o n a u x - axri axs �Ym CQ1eg a OIL O oaf mo N LL� 0 f- Ga 9 dl [W5 w _ m # 0 Cn N O p Y aU Q In 1' a a o k' SF °a �.�iJ u u g �'rn' o z O 0 LL n 0 U rcp 3� W'a $ O�� o F= a W Q ~ n K N I� I (J ad C) � sy ' 5i i��¢o�cu�. Ili ��a tii� i 11 09+K' VmS - 3NIl HsiVW ,9 a9fa i I I I I — ,9£ .9Z - .11 I I I EI I �I - Ei �I I _ I 1 ° I 8 s 1 I I I I i V iI c• i I = I I I z I I { I � I I I yyZ I I a I � I I I. a ! I I -- W 4 4h I; I; I 2.1 . s 00+K'V.LS- 3NIl HOIVV4 P F 99'9L9=1a 0'!' DI 411 I I I I � I I i I } I 88SL9=la O1 l 5 I 1 i i 11 Il 01 8£'$Lggl 06 01 4 1 1 Z9'6L9={�a 03 l al 1 I 4 1 1 4E'L9= 01 I ti iS' L9=11 0_l I I I I ' 1 ' I I I I I I sarc9=la D1 S 1 t i I i j4 1 1 I BS'ZL9={a ]1 11 11 I 81'1L9=�1 Jl 4 11 4 1 4 i 1 L 15 ,1 • tit 4 11 5 1 8fi'1L9=1a O1 ugGL9� DI } } I • ! 1 1 I , I Zi'f19=1a m _ 1 1 I IB'699=11 ]1 • l' 1 I' 1 x�1ll Ste' 92ZL #30(l -------N-------x '0 d NO1N30 010 Ol '1.MNd 1NVHHVI 'N hOHA -- 3/1 K AMSZ MJ HilJON `m m .7 a 1 � m mw ry bl z Uu � w I 5 �� a8ffiQo�H�a �.zla� I II I I, - t.j ORIPVV1S- 3NI-1 H01VVY �69-99 813 HS IMMI I) 1noavmnO$ Oil OSdWOHl E[ 46S -dNII14 J,bW E E i i I W uj Iai _ W of ' 2 Of I— i I� O ti. I I I of a3a3a1 o.000--Y;T' (O9 - 0 S133HS 11 MR.) 11 1nOBVUNnOa (3H NOSdWOHI II 'AlCBS -3NI-1HO1tlW A 11J I I I LU I -- I .I Jt r511 'I'! ,S'e I� 0 0 o d o QS+yQ'tl15 k I I i ' 1 i � . I 0 I I w III > I 9-GG S13- IS 0J vgAH) In E N B31t� E9N - >II CU N Shc V'W ire H0 m O 81� Vial- --E - I Y -J5 i� I 11 I I I 1i -rv6�;3�wNNn Z69=ya Cd'C6B :]>M13 C+n 'sua 1 II Z2-6G9=Aa Opo Z8'LL9=A1 �1 I I � 1 Ili I I 1 1 11 '� I �� L6'LLs=Aa ai ' i I � 1 L95L9=11 Ol y I ' 1N I 1 1 1 I ' r 1 99'9L9-ya O1 9Z5L9=11 O1 94zl.. N300 -N -x -UN NO1N30 0i0 01. 'AMAH .iNVH8V] N INM1 A - AAIN(1 -A(IISN']AlH I-II}-IOH 15 uaztil � N � P6 ^v ^v�W Z N�a '��wr•-¢� a _ mlll � J � J � F- � z F -- 2.6 a ca w m 3 rc~ ZO - In ox� c�:a8 pa' Ecsi O Ul d o Qo ; o w : F uazu� O z O r a n N z N Z o m W 4 Tz ? J n 0 a F z H 0o w i - W ra UwSff� o r❑❑� V) Z0 Z z z a� s� U _. 3�.1 aaaa xs 0@ � o ~ z (E6133HS O.1 Man") 1HOSVONH02! OU NOSdPWOW M - 3NI-I HO1VW em — — — ----------�� ,4Z k� •i x yo1sJJ' k' aVm i rcw� ry 1 I ,4Z� p 1 I owo � G >✓ 1 o�� 8 el nI $ t 1y I _ = 1 I I I I I 4 1 I � I �,L9'4B '.: El'9Z 0.33HS O-(d3.A32!) mnou O21 NOSd"OHl 9--3-I1=01VW oa ooa---o-0000©o—©o—a � U f a a _ --- j�w _-- I""I HI NOSdINOHl 0 1 m - ��� i F a � 1 a o �2 In, 133HS Ol 8333N) li II [p Inca hInOM OH NMdWOHl "- � o V : £aS-3NIl HOlb'W QaV _ I j� I I `1 0 I I I ; 1 I ' I IEv 133HS Ol i1333N) .MOSVONr)OU CI8 NOSdN10H1 EUM - 3NIl H01M User Name: ekhalil Date: 07-15-15 Project: 140180 RIVERSIDE TOPO Time: 08:59:25 Create Mapcheck Reports Page: 1 Lot Name: TCE-1-B Lot Description: Description Lot Area (Square Feet): 20566.70 Lot Area (Acres): 0.4721 Lot Perimeter: 3175.89 Parent Area (Square Feet): 0.00 Closing Direction: N1505014611W Closing Distance: 0.0002 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction Distance PC 7009178.039869 2334615.549.938 RP 7009244.301.631 2334536.041266 Curve Direction: CW Radial In: N5001113311W D.O.0 Arc: 5502113011 D.O.0 Chord: 57046130rr Radius: 103.500 Delta angle: 0804714411 Tangent length: 7.960 Arc length: 15.888 Chord Direction: S4401211911W Chord length: 15.873 External: 0.306 Middle ordinate: 0.305 Radial Out: S4102314911E Point Northing Easting Direction Distance PRC 7009166.661485 233.4604.482904 RP 7009087.521047 2334674.247085 Curve Direction: CCW Radial In: S41023149°E D.O.0 Arc: 54018132/1 D.O.0 Chord: 56034148/1 Radius: 105.5.00 Delta angle: 86042/0511 Tangent length: 99.595 Arc length. 159.645 Chord Direction: S05O1510911W Chord length; 144.843 External: 39.584 Middle ordinate: 28.784 Radial out; S 510 5 4 1 0 6 11 W Point Northing Easting Direction Distance PRC 7009022.426177 2334591.223547 RP 7008976.458710 2334532.595551 Curve Direction: CW Radial in: S51054106°W User Name: ekhalil Date: 07-15-15 Project: 140180 RIVERSIDE TOPO Time: 08:59:25 Create Mapcheck Reports Page: 2 D.O.0 Arc: 76054126" D.O.0 Chord: 8401.8137" Radius: 74.500 Delta angle: 34029$30" Tangent length: 23.127 Arc length: 44.848 Chord Direction: S2005110911E Chord length: 44.174 External: 3.507 Middle ordinate: 3.349 Radial Out: N86023136"E Point Northing Easting Direction Distance PT 7008981.145255 2334606.947997 S0303612411E 35.500 7008945.715566 2334609.181183 S01056113"W 42.616 7008903.123915 2334607.740778 S2800314711E 9.944 7008894.349027 2334612.418863 S0303612411E 68.907 PC 7008825.578503 2334616.753572 RP 7008763.646912 2333634.203457 Curve Direction: CW Radial In: S86023136"W D.O.0 Arc: 05049111" D.O.0 Chord: 05049'20" Radius: 984.500 Delta angle: 03010100" Tangent length: 27.213 Arc length: 54.412 Chord Direction: S02001124"E Chard length: 54.405 External:- 0.376 Middle ordinate: 0.376 Radial Out: N8903313611E Point Northing Easting Direction Distance PT 7008771.207255 2334618.674427 S00026124"E 879.898 PC 7007891.335200 2334625.431492 RP 7007905.603475 2336483.376706 Curve Direction: CCW Radial In: N8903313611E D.O.0 Arc: 03005101" D.O.0 Chord: 03005,03" Radius: 1858.000 Delta angle; 03003152" Tangent length: 4.9.699 Arc length: 99.374 Chord Direction: S0105812011E Chord length: 99.363 External: 0.665 Middle ordinate: 0.664 Radial Out; S86029144"W User Name: ekhalil Date: 07-15-15 Project: 140160 RIVERSIDE T.OPO Time: 08.59:25 Create Mapcheck Reports page: 3 . Point Northing Basting Direction ��� Distance PRC 7007792,031433 2334628.B51055 RP 70076B5.550002 2332890.108490 Curve Direction: CW Radial In; S86029144"W D.O.0 Arc: 0301.7121" D.O.0 Chord: 0301.7122" Radius: 1742.000 Delta angle: 02059115" Tangent length: 45.426 Arc length: 90.831 Chord Direction: S02000139"E Chord length: 90.821 External: 0.592 Middle ordinate: 0.592 Radial Out: N89028159"E Point Northing Basting Direction Distance PT 7007701.266779 233463.2.037588 S0003110.111B 39.165 7007662.103373 2334632.390945 S89028159"W 10.000 7007662.013151 23346.22.391352 N0003110111W 39.165 PC 7007701.176557 2334622.037995 RP 7007685.550002 2332890.108490 Curve Direction: CCW Radial In: S89028159"W D.O.0 Arc: 03018129" D.O.0 Chord: 03018131" Radius: 1732.000 Delta angle: 02059115" Tangent length: 45.165 Arc length: 90.309 Chord Direction: N02000138"W Chord length: 90.299 External: 0.589 Middle ordinate: 0.589 Radial Out: N8602914411E ?oint Northing Basting Direction Distance ?RC 7007791.4.20173 2334618.869754 ZP 7007905.603475 2336483.376706 Curve Direction: CW Radial In: N86029144"E D.O.0 Arc: 03004102" D.O.0 Chord: 03004103" Radius: 1868.000 Delta angle: 0306315211 Tangent length: 49.967 Arcs length: 99.909 Chord Direction: N0105812011W Chord length: 99.897 User Name: ekhalil Date: 07-15-15 Project: 140180 RIVERSIDE TOPO Time: 08:59:25 Create Mapcheck Reports page. 4 External: 0.668 Middle ordinate: 0.668 Radial Out: S89033136"W Point Northing Easting Direction Distance PT 7007891.258406 2334615.431787 N0002612411W 360.450 7008251.697778 2334612.663757 N00026124"W 519.448 PC 7008771.130461 233460:B.674722 RP 7008763.646912 2333634.203457 Curve Direction: CCW Radial In: S89033136"W D.O.0 Arc: 05052146" D.O.0 Chord: 05052156" Radius: 974.500 Delta angle: 03010T00" Tangent length; 26.937 Arc length: 53.859 Chord Direction: N02001124"W Chord length: 53.853 External: 0.372 Middle ordinate: 0.372 Radial out; N8 6 02 3 ' 3 6 1r E Point Northing Easting Direction Distance PT 7008824.949437 2334606.773377 N0303612411W 96.564 7008921.322184 2334600.698860 N13002135"W 65.034 PC 7008984.678355 2334586.021780 1P 7009087.520704 2334674.247067 Curve Direction: CW Radial In: N40037131"E D.O.0 Arc: 42017105" D.O.0 Chord: 43018130" Radius: 135.500 Delta angle: 113035128" Tangent length: 207.031 Arc length: 268.634 Chord Direction: N07025115"E Chord length: 226.752 External: 111.931 Middle ordinates 61.296 Radial Out: N25°47101"W ?oint Northing Easting Direction Distance ?T 7009209.530762 2334615.308150 SO"0026124"E 31.492 and 7009178.039690 2334615.549989 arror of Closure 1 : 17080963 )eparture in Y (Northing): 0.000179 )eparture in X (Easting): -0.000051 North Riverside Drive Parcel # TCE-1 E Doe # 7236 6463 Old Denton Rd. Fort Worth, Texas. Thomas Peck Survey, A-1209 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: April 4th, 2016 GRANTOR: Basswood35 Land LLC. GRANTOR'S MAILING ADDRESS (including County): GRANTEE: CITY OF FORT WORTH Basswood35 Land LLC, 59 King St. Apt. A Charleston, SC 29401-2763 Charleston County GRANTEE'S MAILING ADDRESS (including County): 1000 T"ROCFZMORTON 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 parcel of land situated in Thomas Peck survey, abstract number 1209, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land described as tract 1, by deed to Basswood35 Land LLC., as recorded in instrument .number D215190571, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.063 Acre) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 04/04/2016 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 ING PAGE] Temporary Construction Easement 04/04/2016 GRANTOR: Basswood35 Land LLC. A South Carolina Corporation Authorized Signatory Name>, < T itle> 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 04104/2D16 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State ,af Texas Temporary Constniction Easement 04/04/20t6 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-IE TEMPORARY CONSTRUCTION EASEMENT 8463 OLD DENTON RD. TCE-lE PORT WORTH, TEXAS. THOMAS PECK SURVEY, A-]209 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN THOMAS PECK SURVEY, ABSTRACT NUMBER 1209, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED,AS TRACT 1, BY DEED TO BASSWOOD 35 LAND LLC, AS RECORDED IN INSTRUMENT NUMBER D215190571, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD WITH YELLOW CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (NORTH RIVERSIDE DRIVE - VARIABLE WIDTH RIGHT-OF-WAY) FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 16.68 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 09 DEGREES 14 MINUTES 02 SECONDS WITH A RADIUS OF 103.50 FEET, A TANGENT LENGTH OF 8.36 FEET AND A CHORD WHICH BEARS SOUTH 43 DEGREES 35 MINUTES 25 SECONDS WEST, 16.66 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST LINE OF OLD DENTON ROAD FOR THE BEGINNING OF CURVE TO THE LEFT; THENCE 158.92 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 86 DEGREES 18 MINUTES 21 SECONDS WITH A RADIUS OF 105.50 FEET, A TANGENT LENGTH OF 98.9.1 FEET AND A CHORD WHICH BEARS SOUTH 05 DEGREES 03 MINUTES 16 SECONDS WEST, 144.31 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE SOUTH 38 DEGREES G5 MINUTES 54 SECONDS EAST, 0.75 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT THENCE 44.85 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 34 DEGREES 29 MINUTES 31 SECONDS WITH A RADIUS OF 74.50 FEET, A TANGENT LENGTH OF 23.13 FEET AND A CHORD WHICH BEARS SOUTH 20 DEGREES 51 MINUTES 09 SECONDS EAST, 44.17 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 03 DEGREES 36 MINUTES 24 SECONDS EAST, 35.06 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 01 DEGREES 56 MINUTES 27 SECONDS WEST, 11.73 FEET WITH THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; THENCE NORTH 88 DEGREES 03 MINUTES 33 SECONDS WEST, 10.00 FEET; THENCE NORTH 01 DEGREES 56 MINUTES 27 SECONDS EAST, 11.24 FEET; THENCE NORTH 03 DEGREES 26 MINUTES 24 SECONDS WEST, 34.58 FEET TO THE BEGINNING OF A CURVE TO LEFT; A.N.A. Consultants, L.L.C. Page I of 2 5000 Thompson Terrace Colleyville, TX 76034 REVISION: 04-06-16 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-lE TEMPORARY CONSTRUCTION EASEMENT 8463 OLD DENTON RD. TCE-lE FORT WORTH, TEXAS. THOMAS PECK SURVEY, A-1209 THENCE 38.80 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 34 DEGREES 27 MINUTES 44 SECONDS WITH A RADIUS OF 64.50 FEET, A TANGENT LENGTH OF 20.00 FEET AND A CHORD WHICH BEARS NORTH 20 DEGREES 50 MINUTES 1.6 SECONDS WEST, 38.21 FEET TO THE BEGINNING OF A. CURVE TO THE RIGHT; THENCE 197.20 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 97 DEGREES 49 MINUTES 19 SECONDS WITH A RADIUS OF 115.50 FEET, A TANGENT LENGTH OF 132.46 FEET AND A CHORD WHICH BEARS NORTH 10 DEGREES 25 MINUTES 40 SECONDS EAST, 174.11 FEET TO THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 00 DEGREES 31 MINUTES 01 SECONDS EAST, 8.63 FEET WITH THE NEW PROPOSED WEST LINE OF SAID OLD DENTON ROAD TO THE POINT OF BEGINNING AND CONTAINING 2,727 SQUARE FEET OR 0.063 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System., North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.1.9(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 OF ��.aa•+o+R�T� A1Pa-�STC o°e4'� EDWARD K. KHALIL ...f-0a0000+.............ra.ea . a 5951 P I �Q CSUR ?i,) Page 2 of 2 REVISION: 04-06-16 40. ARC LENGTH DELTA ANK31-E RAD I US TANGENT CHORD D I WCT 1 ON CH. L. Cl 16.68 09-14' 02' 103.50 8. 36 S 43-35' 25' W 16.66 C2 158.92 86-18' 21' 105.50 9B. 91 S 05-03' 1 & w 144.31 C3 44.85 34-29' 31' 74. 50 23.13 S 20-51' 09' E 44.17 C4 38. 80' 34-27' 44" 64. 50 20.00 N 20-50' 16' W M 21 C5 197. 20 1 97-49' 1.9` 115. 50 132.46 N 10-25' 40' E 174. 1 1 N Scale 1" = 100' 30' ELECTRIC EAE AGREED JUDGI INSt.: D21404i D.R.T.C.T. 2,727 Apparent Owner BASSWOOD 35 LAND LLC, TRACT 1 INSt.: D215190571 D.R.T.C.T. THONA8 PECK SURVEY A -9200 P- P'.1Gt5TgR'�: ....... ...... ........, EOWARD .. KHAL1 .................. Y .. S i gned: M Date, &j.-I.&_ 1 & I I I I I � I to I I I� I jw O I I I CL f I I I I 800"31'01"E —/--8.63'I ! ,{.I,, P018 I +/- 34.58' N01 "56'2 11.24' N88'03'33"W 10,00, H.P.T., L.L.P., REMAINDER OF 32.445 ACRE 3: VOL.120.63, PG. 986 0 D.R.T.C.T. Lu BURVIET O A 11M IY a. SUMMERFIELDS BOULEVARD (60' RIGHT-OF-WAY DEDICATION) VOL. 13116, PG. 310 D.R.T.C.T. p�ORo� O 13ELLA VISTLOT 1AI, A TEXA§ APARTMENTS CAB.A, SLIDE 12595 P.R.T.C.T. BLOCK 177 LOT 14 I I I SUMMERFIELDS ADDITION CABEXHIBIT "B" SLIDE 7985 SHOW I NG P.R.T.C.T. 10' WIDE TEMPORARY CONSTRUCTION EASEMENT SITUATED IN THOMAS PECK SURVEY ABSTRACT NO. 1209 CITY OF FORT WORTH I 1 f I I IL I I q2 I I W> I S38°05'54" ' o 0.75' I z Q Lu -.6 j a z I I C7 I I S03°3624"E O tY 35.06' W h LLI W S01056.'27"W m -11.73 Lu j � I � I O � � I I � �3 4 13 TARRANT COUNTY, TEXAS -IRS . N " SET CAP STAMPED DM%%N BY' JW Ak A.N.A. CONSULTANTS, L.L.C. DA`fE@ 04-04-16 DGN. ND. i 0401 BO-TCE-1 E 404W 5000 Thompson Terrace CONSULTANTS, L.L.a. Colleyville, Texas 76034 APPROVED BYs Elt Office: (817) 335-9900 Fax: (817)335-9955 F 11I 0 1k F.R.NO. [0090800 SHT. NO. e 1 OF 1 gm #300 "`—x-------x 'CH No1NTI alo of 'M>id iNaaaas 'N YgOHA — 3AI210 301S63AI8 HlbO� $ mnia�Nry x -NU z 111VJj �cm iO T� o Z o o oL �Rm N 9 vd� r ��zw�B�SQ R m i= v n a Ad I F ro o p o ro 8 �. J. r 4_ 6 Y x c� LLJ z .��. rno OU1 Do g d 7 w uF c�izw u Zrn O Ha tYr m F z N oo � � F � � �� CD of w ¢ a m m S� 22`i�i`��< !J g Sxi r o0 al, I 1 I '7 I �z z, a I� (]Ala sa-)313a3N11gns . I ` I II l;� f I I User Name: ekhalil Date: 04-12-16 Project: 140181 RIVERSIDE TOPO EXTENSION Time: 12:46:44 Create Mapcheck Reports page: I Lot Name: TCE-1E Lot Description: Description Lot Area (Square Feet): 2726.8370 Lot Area (Acres): 0.0626 Lot Perimeter: 568.43 Parent Area (Square Feet): 0.0000 Closing Direction: S4100515611W Closing Distance: 0.0008 Course Data:(Mapcheck Through Radius Points -------------------------------------------------------------------------------- Method) Point Northing Easting Direction Distance PC 7007322.427929 2334635.454214 RP 7007387.525146 2334554.98.9301 Curve Direction: CW Radial in: N5100.113611W D.O.0 Arcs 55021130/1 D.O.0 Chord: 57046130" Radius: 103.500 Delta angle: 09014102/1 Tangent length: 8.358 Arc length: 16.680 Chord Direction: S4303512511W Chord length: 16.662 External: 0.337 Middle ordinate: 0.336 Radial Out: 84104713411E Point Northing Easting Direction Distance PRC 7007310.359685 2334623.965685 3P 7007231.703104 2334694.274946 Curve Direction: CCW Radial In: 841047134"E D.O.0 Arc: 54018132/1 D.O.0 Chord: 56034148" Radius: 105.500 Delta angle: 86018121" Tangent length: 98.908 Arc length: 158.917 Chord Direction: 505003116"W Chord length: 144.313 External: 39.113 Middle ordinate: 28.534 Radial Out: S51054105"W ?pint Northing Easting Direction Distance ?T 70.07166.607832 2334611.251724 S38005154"E 0.748 ?C 7007166.019191 2.334611.713249 tP 700712.0.051724 2334553.085253 Curve Direction: CW User Name: ekhalil Date: 04-12-16 Project: 1.40181 RIVERSIDE TOPO EXTENSION Time: 12:46:44 Create Mapcheck Reports Page: 2 Radial In: S51054106"W D.O.0 Arc: 76054926" D.O.0 Chord: 84018137" Radius: 74.500 Delta angle: 34029130" Tangent length: 23.127 Arc length: 44.848 Chord Direction: S2005110911E Chord length: 44.174 External: 3.507 Middle ordinate: 1.349 Radial Out: N8602313611Fs Point Northing Easting. Direction Distance PT 7007124.7382.69 2334627.437700 S03636124"E 35.061 7007089.746710 2334629.643269 S0105612711W 11.728 7007078.0.25438 2334629.246.072 N88003133"W 10.000 7007078.3641.12 2334.619.251809 N01056127"E 1.1.243 7007089.600663 2334619.632580 N.03036124"W 34.577 PC 7007124.109180 2334617.457457 RP 7007120.051702 2334553.085205 Curve Direction: CCW Radial Inc S8602313,6"W D.O.0 Arc: 88049150" D.O.0 Chord: 101938143" Radius: 64.500 Delta angle: 34027144" Tangent length: 20.004 Arc length: 38.795 Chord Direction: N2005011611W Chord Length: 38.213 External: 3.031 Middle ordinate: 2.8.98 Radial Out: N5105515211E ?oint Northing Basting Direction Distance ?RC 7007159.822949 2334603.864117 ZP 7007231.700204 2334694.280.184 Curve Direction: CW Radial In: N510.31100"E D.O.0 Arc: 49036117" D.O.0 Chord: 51018104" Radius: 115.505 Delta angle: 9704911911 Tangent length: 132.457 Arc length: 197,203 Chord Direction: N1002514011E Chord length: 174.110 External: 60.240 Middle ordinate: 39.592 User Name: ekhalil Project: 140181 RIVERSIDE TOPO EXTENSION Create Mapcheck Reports Radial out: Paint Northing PT 7007331.057158 End 7007322.428509 Error of Closure Departure in Y (Northing): Departure in X (Easting) : Easting 2334635.376867 2334635.454720 1 : 738797 -0.000580 -0.000506 Date: 04-12-16 Time: 12:46:44 Page: 3 N30039141"W Direction Distance S0003110111E 8.629 North Riverside drive Paveel # TCE-2 Doe # 7236 7960 N. Riverside Dr. Fort Worth, Texas. W. W. Thompson Survey, A-1498 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: April 9th, 2015 GRANTOR: F J M Properties LP. GRANTOR'S MAILING ADDRESS (including County): F J M Properties LP PO BOX 782257 Wichita, KS. 67278-2257 Sedgwick County GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): `I000 THROCOCItIiiORTON 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 portion of Lot 14, Block 177, Summerfields Addition an addition to the city of fort worth, as recorded in Cabinet a, Slide 7985, Plat Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement 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 roadway improvement. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. Temporary Construction Easement 03/09/2015 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 03/0912015 GRANTOR: F J M Properties LP, A Kansas Corporation <Authorized Signatory Name, <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 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 personalty 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 WAN© AND SEAT_ OF OFFICE this day of um Notary Public in and for the State of Texas Temporary Construction Easement 03/0912015 N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-2 7950 N. RIVERSIDE DR. FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1499 N. RIVERSIDE DRIVE TEMPORARY CONSTRUCTION EASEMENT TCE-2 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN W. W. THOMPSON SURVEY, ABSTRACT NUMBER 1498, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF LOT 14, BLOCK 177, SUMMERFIELDS ADDITION AN ADDITION TO THE CITY OF FORT WORTH, AS RECORDED IN CABINET A, SLIDE 7985, PLAT RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD FOUND FOR THE NORTHEAST CORNER OF SAID LOT 14, AND THE NORTHWEST CORNER OF LOT 3, OF SAID BLOCK 177, IN THE SOUTH LINE OF SUMMERFIELDS BOULEVARD (60 FOOT RIGHT--OF-WAY) AS DEDICATED IN VOLUME 13116, PAGE 310, OF SAID DEED RECORDS; THENCE SOUTH 00 DEGREES 27 MINUTES 12 SECONDS EAST, 30.04 FEET WITH THE COMMON LINE OF SAID LOT 3, AND LOT 14; THENCE SOUTH 89 DEGREES 32 MINUTES 59 SECONDS WEST, 64.89 FEET; THENCE SOUTH 68 DEGREES 24 MINUTES 56 SECONDS WEST, 43.11 FEET; THENCE SOUTH 59 DEGREES 27 MINUTES 38 SECONDS WEST, 48.10 FEET; THENCE SOUTH 09 DEGREES 25 MINUTES 36 SECONDS WEST, 20.71 FEET; THENCE SOUTH 89 DEGREES 29 MINUTES 10 SECONDS WEST, 30.05 FEET TO THE WEST LINE OF SAID LOT 14, AND THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 39.88 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 25 DEGREES 23 MINUTES 18 SECONDS WITH A RADIUS OF 90.00 FEET, A TANGENT LENGTH OF 20.27 FEET AND A CHORD WHICH BEARS NORTH 12 DEGREES 09 MINUTES 22 SECONDS EAST, 39.55 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED RIGHT -OF --WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY) AND THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 65.64 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 20 DEGREES 22 MINUTES 59 SECONDS WITH A RADIUS OF 184.50 FEET, A TANGENT LENGTH OF 33.17 FEET AND A CHORD WHICH BEARS NORTH 58 DEGREES 13 MINUTES 28 SECONDS EAST, 65.29 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 68 DEGREES 25 MINUTES 25 SECONDS EAST, 48.82 FEET WITH THE NEW PROPOSED RIGHT -OF --WAY TO 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 89 DEGREES 32 MINUTES 48 SECONDS EAST, 70.38 FEET WITH THE COMMON LINE OF SAID LOT 14, AND SAID SUMMERFIELDS BOULEVARD TO THE POINT OF BEGINNING AND CONTAINING 6,106 SQUARE FEET OR 0.140 OF AN ACRE OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Spey attached herewith. OF 0 A.N.A. Consultants, L.L.C. ...Q.e.. Page 1 off •ee •eee.eoo.. 5000 Thompson Terrace EBWARD K. KNALIL Colleyville, TX 76034 a°e�•••e•�••�•••ee�«. REVISION: 04-08-I5 1THOMAS PECK SURVEY A - 1200 N Scale 1" W 100' N ,LBER DIRECTION DISTANCE L 1 S 00-27' 12' E 30. 04' L2 S 89-32' 59' W 64. 89' L.3 S 68-24' 58' W 43. 1 1' L4 S 59-27' 3W W 48. 10' L.5 S 09-25' 35' W 20. 71- L6 IS 69'2W IV W 13D. 05' L7 IN 89"32' 48' E 70.38' N,. mm ARC LIg' DELTA ACE RAD I L15 TANJu T a -CM D I RECT I ON I CH, L. C1 39. 88, 25-23' 18' 90. 00 20. 27' N 12-09' 22' E 39. 55' C2 65.64 20-22, 59, 184. 50 33. 17 IN 5B-13' 2B' E 165.29 �L PROPOSED ROW AppppanenI Owner BLUE t�1APLE GROUP, LLC, TRACT 2 INSL: D213012615 D.R.T.C.T. C �pi���SFER���." •..............•••...si .• EDWARD K. KHALI ..w........ •.....�,.. ° 595I ,T�. `9��FSURV�_ 4 Signed, � Dater - (4 r i DRAMN BYs DATEi 04-08-15 DGN. NO. a040180-P1I H.P.T., L.L.P., -PROPOSED ROW REMAINDER OF 32.445 ACRE VOL.12063, PG. 986 D.R.T.C.T. SUMMERFIELDS BOULEVARD (60' RIGHT-OF-WAY DEDICATION) VOL. 13116, PG. 310 Aaa� re Boa D.R.T.C.T. p$.'ZvT L7 I l;R.'` l L4 I VARIABLE WIDTH I TEMPORARY CONSTRUCTION EASEMENT 6 ACQUISITION 6,106 SQ.FT.+/- t �0 C� SUMMERFIELDS ADDITION I x CAB. A SLIDE 7985 I o PA.T.C.T. BLOCK 177 m LOT 14 F. J. M. PROPERTIES LP., ¢ VOL. 12128, PG. 611 Z i D.R.T.C.T. LOT 3 BLOCK 177 4 5 6 13 12 7f X CUT r"u"o CAROLINE CT. (50' RIGHT-OF-WAY) XGIJTFGtINP I EXHIBIT '.13410 A-1498 SHOWING A VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT OUT OF LOT 14, BLOCK 177 SUMMERFIELDS ADDITION CITY OF FORT WORTH, TARRANT COUNTY, TEXAS o IRS 'ANA SSETVATH CAP STAMPED A.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace Coll 'll CONSULTANTS. L.L.C. eyv3 e, Texas 76034 APPROVED BYv EK Office: (817) 335-9900 REV I SM Fax: (817) 335-9955 S (r. NO. e 1 OF 1 F.R.NO.10090800 yl CL v3u(j ->I -x Uh NV11N�O UIU Ul APAXd 1NVaaVl IJ VgOd� - JfMdU JUK1 6.1/\Id H.LdUN mii i n en �3 w m 8 p Y z li � r{ mmnnr� qq r m v 5^m zazJ Li m 3Y5 z ofq �K�� zm R a3Hr'I m< 0 Q n m Z y aa i a n x z �9, Vas d< d O (r) d 0 fr o y aY u.zw Z'rn i< p r n- n= aim Q ,L Q a ti w E m a E. 2% o a �` o❑❑p` za oz s� �eea"$mow aaao 'x II - o N w W. o (Ok 133HS O1 xi3471a) 1n09VONnOa sO1311213W11nS ZSS - 3NIl HOlV W a .YZ � ,3,,II I rclI rjr1 � If I I I Il u' 1 _ (04133US Ol a3AW s $ I 1no9VONnON SO13um394Wns n i i I ZSN-3NIl H01" I — -----m m® m-- --m ® - - — - - — — - —— — — — — — — — — - ao II I ! a i .YZ 3 t In4 Fa w I __y - — -- — -- — --- — -- — -- — --- 1 L_ I 1lll .C9 �i ..S'If T -------__-_-__�--__-- A---__--__- _ -- ..--- -- Qnla sal31�a3YVWns ____F____ I dal I I � I I I pp u I JI 0 1 o I Ij z � I r• �n 1f elrc o n I I : ICI I�I I a I 11 w lI I i I z 00 ob j^6FI. 2 VI GI �1 I I I I I I (04133H5 at 113332U I� 1nOBVONnom SO1313a3w1Nh$� I l I I WS-3NIl HO1V1Y 11_ w I 11 I I ! I c+ I o o— o o — — —� � (00133HS 0121333H) 1nOGVONnM1 SOl31AN3NNnS 16N - 3NIl HO1" User Name: ekhalil Date: 04-13-15 Project: 140180 RIVERSIDE TOPO Time: 12:30:11 Create Mapcheck Reports page: 1 Lot Name: TCE-2 Lot Description: Description Lot Area (Square Feet): 6106.08 Lot Area (Acres): 0.1402 Lot Perimeter: 461.63 Parent Area (Square Feet): 0.00 Closing Direction: S46024104"W Closing Distance: 0.0084 Course Data:(Mapcheck Through Radius points Method) Point Northing Easting Direction Distance Begin 7007210.378738 2334944.904222 S0002711211E 30.043 7007180.336678 2334945.141925 S89032159"W 64.888 7007179.826740 2334880.255928 S68024158"W 43.114 7007163.966691 2334840.165084 S59027138"W 48.101 7007139.525061 2334798.736676 S09025136"W 20.714 7007119.090782 2334795.344031 S8902911011W 30.050 PC 7007118.821266 2334765.295240 RP 7007119.666429 2334855.291271 Curve Direction: CW Radial In: N89027143"E D.O.0 Arc: 63039143" D.O.0 Chord: 67029153" Radius: 90.000 Delta angle: 25023118,E Tangent length: 20.273 Arc length: 39.880 Chord Direction: N12009122"E Chord length: 39.554 External: 2.255 Middle ordinate: 2.200 Radial Out: N65008159"W Point Northing Easting Direction Distance PCC 7007157.488795 2334773.624456 RP 7007020.312756 2334897.005916 Curve Direction: CW Radial In: S4105811011E D.O.0 Arc: 3100311711 D.O.0 Chord: 3102615211 Radius: 184.500 Delta angle: 20023108" Tangent length: 33.173 Arc length: 65.644 Chord Direction: N58013124t1E Chord length: 65.298 External: 2.958 Middle ordinate: 2.912 User Name: ekhalil Project: 140180 RIVERSIDE TOPO Create Mapcheck Reports Point PT End a dial Out: Northing 7007191.875609 7007209.827640 7007210.384500 Error of Closure Departure in Y (Northing): Departure in X (Basting): R Basting 2334829.135175 2334874.531475 2334944.910272 1 : 55253 -0.005762 -0.006050 Date: 04-13-15 Time: 12:30:11 Page. 2 N2103510211W Direction Distance N68025125"E 48.817 N89032148"E 70.381 North Riverside Drive Parcel # TCE-3 Doe # 7236 8101 Old Denton Rd. !Inert Worth, Texas. W.W. Thompson Survey, A-1498 CITY OF FORS` WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: April 9th, 2015 GRANTOR: H P T. GRANTOR'S MAILING ADDRESS (including County): GRANTEE: CITY OF FORT WORTH HTP 3625 Thompson Rd. Fort Worth, TX. 76244.9420 Tarrant County 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 parcel of land situated in W. W. Thompson survey, abstract number 1498, City of Fort Worth, Tarrant County, Texas, being a portion of the remainder of that certain tract of land as conveyed to H.P.T. L.L.P., a Texas limited liability partnership, by deed recorded in volume 12063, page 986, Deed Records, Tarrant County, Texas, and being more particularly described by Exhibits "A" and "B". (0.096 Acres) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 03/09/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 OIL rHE FOLLOWING PAGE) Temporary COnS MCHOn Easement 03/09=5 GRANTOR: H T C A Texas Corporation <Authorized Signatory Name, <Title> STATE Or 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 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF T ARRANT § 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 Constriction Easement 03/09/2015 N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-3 8 10 1 OLD DENTON RD. FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1498 N. RIVERSIDE DRIVE TEMPORARY CONSTRUCTION EASEMENT TCE-3 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN W. W. THOMPSON SURVEY, ABSTRACT NUMBER 1498, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THE REMAINDER OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO H.P.T. L.L.P., A TEXAS LIMITED LIABILITY PARTNERSHIP, BY DEED RECORDED IN VOLUME 12063, PAGE 986, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT THE NORTHWEST CORNER OF HEREIN DESCRIBED PARCEL OF LAND IN THE NORTH LINE OF SAID H.P.T. L.L.P., TRACT FROM WHICH A 5/8 INCH IRON FOUND FOR THE SOUTHWEST CORNER OF LOT 1, BLOCK A, RESIDENCES AT OLD DENTON ROAD, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS RECORDED IN CABINET A, SLIDE 12595, PLAT RECORDS, TARRANT COUNTY, TEXAS, AND BEING IN THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY) BEARS NORTH 89 DEGREES 31 MINUTES 31 SECONDS EAST, 0.43 FEET; THENCE NORTH 89 DEGREES 31 MINUTES 31 SECONDS EAST, 5.00 FEET WITH THE COMMON LINE OF SAID LOT 1, AND H.P.T. L.L.P., TRACT; THENCE SOUTH 01 DEGREES 58 MINUTES 39 SECONDS EAST, 92.79 FEET TO THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 96.91 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 02 DEGREES 59 MINUTES 07 SECONDS WITH A RADIUS OF 1860.00 FEET, A TANGENT LENGTH OF 48.47 FEET AND A CHORD WHICH BEARS SOUTH 02 DEGREES 00 MINUTES 35 SECONDS EAST, 96.90 FEET; THENCE SOUTH 00 DEGREES THENCE SOUTH 02 DEGREES THENCE SOUTH 29 DEGREES THENCE SOUTH 00 DEGREES THENCE SOUTH 06 DEGREES BEGINNING OF A CURVE TO 31 MINUTES 01 SECONDS EAST, 217.39 FEET; 15 MINUTES 35 SECONDS EAST, 56.33 FEET; 57 MINUTES 14 SECONDS EAST, 10.31 FEET; 02 MINUTES 46 SECONDS WEST, 44.61 FEET; 38 MINUTES 06 SECONDS EAST, 31.24 FEET TO THE THE LEFT; THENCE 26.43 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 27 DEGREES 17 MINUTES 07 SECONDS WITH A RADIUS OF 55.50 FEET, A TANGENT LENGTH OF 13.47 FEET AND A CHORD WHICH BEARS SOUTH 20 DEGREES 16 MINUTES 40 SECONDS EAST, 26.18 FEET; THENCE SOUTH 33 DEGREES 55 MINUTES 13 SECONDS EAST, 21.40 FEET TO THE BEGINNING OF A CURVE TO THE LEFT; THENCE 47.38 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 48 DEGREES 54 MINUTES 48 SECONDS WITH A RADIUS OF 55.50 FEET, A TANGENT LENGTH OF 25.24 FEET AND A CHORD WHICH BEARS SOUTH 58 DEGREES 22 MINUTES 36 SECONDS EAST, 45.95 FEET; THENCE SOUTH 82 DEGREES 50 MINUTES 00 SECONDS EAST, 28.26 FEET; A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page 1 of 3 REVISION: 04-07-15 N. RIVERSIDE DRIVE DOE # _7236; Parcel ## TCE-3 8101 OLD DENTON RD. FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1498 N. RIVERSIDE DRIVE TEMPORARY CONSTRUCTION EASEMENT TCE-3 THENCE NORTH 89 DEGREES 34 MINUTES 16 SECONDS EAST, 152.23 FEET; THENCE SOUTH 00 DEGREES 25 MINUTES 44 SECONDS EAST, 5.00 FEET TO THE SOUTH LINE OF SAID H.P.T. TRACT AND THE NORTH LINE OF SUMMERFIELDS BOULEVARD, 60 FOOT RIGHT-OF-WAY DEDICATION AS RECORDED IN VOLUME 13116, PAGE 310, OF SAID DEED RECORDS; THENCE SOUTH 89 DEGREES 34 MINUTES 16 SECONDS WEST, 152.51 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT--OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 82 DEGREES 50 MINUTES 00 SECONDS WEST, 28.65 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 51.65 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 48 DEGREES 54 MINUTES 46 SECONDS WITH A RADIUS OF 60.50 FEET, A TANGENT LENGTH OF 27.52 FEET AND A CHORD WHICH BEARS NORTH 58 DEGREES 22 MINUTES 36 SECONDS WEST, 50.09 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 33 DEGREES 55 MINUTES 13 SECONDS WEST, 21.40 FEET TO 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 28.81 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 27 DEGREES 17 MINUTES 06 SECONDS WITH A RADIUS OF 60.50 FEET, A TANGENT LENGTH OF 14.68 FEET AND A CHORD WHICH BEARS NORTH 20 DEGREES 16 MINUTES 40 SECONDS WEST, 28.54 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 06 DEGREES 38 MINUTES 06 SECONDS WEST, 31.53 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES 02 MINUTES 46 SECONDS EAST, 43.56 FEET TO 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 29 DEGREES 57 MINUTES 14 SECONDS WEST, 10.12 FEET TO 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 60.74 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 03 DEGREES 32 MINUTES 06 SECONDS WITH A RADIUS OF 984.50 FEET, A TANGENT LENGTH OF 30.38 FEET AND A CHORD WHICH BEARS NORTH 02 DEGREES 12 MINUTES 27 SECONDS WEST, 60.73 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES 31 MINUTES 00 SECONDS WEST, 214.44 FEET TO 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 96.71 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 02 DEGREES 59 MINUTES 14 SECONDS WITH A RADIUS OF 1855.00 FEET, A A.N.A. Consultants, L.L.C. Page 2 of 3 5000 Thompson Terrace Colleyviile, TX 76034 REVISION: 04-07-15 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-3 TEMPORARY CONSTRUCTION EASEMENT 8101 OLD DENTON RD. TCE-3 FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1498 TANGENT LENGTH OF 48.37 FEET AND A CHORD WHICH BEARS NORTH 02 DEGREES 00 MINUTES 38 SECONDS WEST, 96.70 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 01 DEGREES 58 MINUTES 39 SECONDS WEST, 93.00 FEET WITH THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD TO THE POINT OF BEGINNING AND CONTAINING 4,161 SQUARE FEET OR 0.096 OF AN ACRE OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 EDWARD K. KHALIL .a.�eee.Paaw.••.. PPPPPa.• �,.• vo 5951 Q a �si., R y r3 - /s- Page 3 of 3 REVISION: 04-07-15 vvM M�cawtw�us SURVEY THOMF�S RFCK SURVEY A-1ZO�� s 89031131 OF LOT 5.00, RESIDE DEN N89631'31'E BEARS CAB.A, IF 0.43' r w _ ma°n � 1�fi9. W. ir"O �IPson BURVEY rn A-11498 z C7- Cl Q I VARIABLE RASIUa TEMPORARY O �4,161SEMSO.F7 +I- C! o U- r ` V H.P.T., L.L.P., UJO 0 o REMAINDER OF 32.445 ACRE a z va VOL.12063, PG. 986 D.R.T.C.T. W a -- >� 00 r2ai I I -+II& 0 z IRS - Owner Owner S02° 15'35"E BLUE MAPLE GROUP, LLC, I C6 56.33' TRACT 2 INSt.: D213012615 D.R.T.C.T. I IRS S29°57'i4"E 10,31' N29°57'14"W�R 10112' I S40°02'46"W 44.61' N00°02'46"E 43.66' IRS S06°38'06"E 31.24' N0 ' .06„ W IR C2 ] C5 $ 3214'o3•E4R9°annn"� IRS j8!211918ha �9AIg� p g W 0 W OO�ppD(VtmpVlptVg 6000zzzz vMM 8888888 - �� q OFOet F g9a 489 1433"bb'731,VY— IRS C3 " " S00°25'44"E f 5.00 I .40' 152,23' N89°34'1W N82"50'00" 'Rs 62.51' S89034'16'W ��,• OF, T _ 28.65' SUMMERFIELDS BOULEVAR � r�$Ttp ��pv~ (60'RI VOLO1377fi PGEDICOATION) HBT "e�1} EXHIBIT • EDWARD K. KHAL I i6 D.R.T.C.T. SHOW I NG 2 .....................v.. • 4 5951 -= %,p *,rfs SU ERFIELDS ADDITION A VAR I ABLE WIDTH TEMPORARY C SLIDE 7985 �q~'�;f55�•rpl , CONSTRUCTION EASEMENT R.T.c.T. � NQ 5UR*1�� SITUATED IN W" W. THOMPSON SURVEY BL K 177 ABSTRACT NO. 1498 3 S i fined, CITY OF FORT WORTH, ©ate' t.13� i' ,Rs- IRON WITH CAP STAMPED TARRANT COUNTY, TEXAS ANA• SET -- DRA%N BYx -W A.N.A. CONSULTANTS, L.L.C. OATEN 04-02-15 A%k 5000 Thompson Terrace CONSULTANTS. L.L.C- C011eyv411C, Texas 76034 Office: (817) 335-9900 -- -_ Fax: (817) 335-9955 F.R.NO. 10090800 DGN. M. s 040180_TCE3 APPROVED BYs EK S14T• NO. s 1 1 REV 15EDs as NO1N3❑ (110 01 ),M>ld iNVHHVI N NOW -- -AAIN❑ IGSa3Ala Hi2]ON _ ff� Q,s Y ff O o _ fifififi'fi� o 4i a? ;�� N Zp O N xI W Z o o •ryN• F u _ �Pio9 Of no j O €.5 V o a w J ul 3 �%m Ecl. 00 3 aw tY �O S 47 U •p [ O z ow V_ Q j a (Ifm 7S INo �w a mw P o a �� 5 a rc W� v'pia Z¢ Z w a❑❑� Q O z I;. (0V 133HS Ol a3331:1) 1n09VONnOH sQ"1313H3WWns Z8S - 3NI1 HO1VW I I � rl I a I I ✓u el I 41 I 1`` ' � Il I al I al&II I � I I I • i `_' i m I I � I a I I T I II I m , I & I I Fo � II y4 Il 3 o I I , Pi • I a ' w II I iz r� lit ;� I ! (OP 133HS Ol k)333a) ZEN L,1n0`VO—01-13-3W—n--"—v---v------..------------ - 3NI-1 II rc �� � p I 6 m � I I � oQ 0000ea .� {06133HS 01 a313N) ' � � lnoevawnoaso-131da3Wwns �} MIR 9NIl H31VW , I I I I I' I �I I 11 1s p l �D ` ante sal31ja3wwns -r----------- - I I I I I 1 1 l / I Win = { rc N f I I' rcl e 8 I I I I f l I,Im+i [mil �I w. of I { I I I I f I I I I I I V I I 1 0 Ir II1 I, I l 1 I I f I I I I �L----------I.L--Po�oQoo�aF���o�ao��ao� (04133H8 Ol a333a) 11109VONnOH SO1313H3wWns ION - 31111 HO1VW wzZ #300 -N -x aa NaiNla a'Io Cl 'uM71d 1NVHHV1 N WOdA — ?Ald(l HGISHDAI 1 HIHON j o EL 0 4 F� �. w � � •� � o � z- >=1'y 3 � aw � r dl� o 7 �z a LJ g h` w.z w o§ Z O > Y N S Zm`[ o Q oa cy o N# o < o U m W S§ o¢ bi ❑❑Y Zv o < oa OO+9Z'tl1S-3NIl H�1VW `c� % �,$ �n� 1 x I :--Maa ell - �EI ll s'°9 111 I L8Z99=11 s>'=m Jl Jl FO£99-(a Jl I I' i I I I LLL 94Z99-11 3L (65-045133HS O-L a3d3a)Z99-111 Jl 1fIOOVONIIOa SOl31da3WWfl5 00 ' I _ trY99=jl Jl ZGS-3NIl HJ1VW'I I 7 ~ I f oe ls9=1a 31 98-199= l Jl V ' yE1 ,al i � f-f{jyJ k I �1fi 098=1- Jl 4 - ° o E � I u'o99- l al � ec'pae=Aa of S6 S133HS 01 a33311) 1frOOVONHON SOl3I3a3WWHs w w e ZON - 3NIl H31VW 1O I" - SY S133HS 01 a313U) 1H0OVONH0a sma-Aa3WWH5 LOS -3NIl H31VW f I I LLJ ! II ! I ! I I I x 11 I 1 ��- _ IY f V ` Sb S133HS Ol!AAM) II u 51 1f1O8tlONnOa SO'1313a3WWf1S LON-3NIl H01VW im— I do P O ! I 10 3Nnaly m I. , I , I 00+91 'V15-3NIl HOlb'W� o � I i E I I � I 6L'65e=0 31 f I I , 25559=1�Jl I ' LS'6S9"la Jl sr'sss= J1 I J I \ Y Jl I f fS-4S9=�a J1 .I I 1 IB'FS9^;a Jl II ZO SS9-�l o1 ,I '0950 9I tl15ae 3 SL--SS9-la JA 9swss= � 01 p N Vp� �j wev Bann __A — -----x nu iJOINAn mn nl 'AAAA l INVN?IVI 'N VMM? — gAl?J(1 "4nlC?J-4AIM "- AnNl g F Ln p $mm mm$m i- V1 tt L ii �oo� �Ff Zq N tl R l� m �" Ulp vi Z OZ w U to J w to o m N N r FF = F U u�� w rc u6 � wzw¢ r u H Y � r m < 6 Ci O 2 - a: i A' r Ld o $ a o kxm e � z r a x a w cc � w vF � IzA `� PiiaiJ G� u ci ZfT � � O Od LYF O N W� o C U �w �� } FE ia�¢ r Z a mW� E a Q Z Q qQ Q o 1 • 05 m 0 it II I 10 E I - I 1 I s II I = I I I `I I o { 1 I I I II i 4 I I I I I E Y9'99+9b�-' I I I J I I I I rcJ a I Y� y 1 I I I I ,S'Ot1 i I pp+9i y1S - 31 � � YS'OL9=la [ 1'899=11 '.IL 4 I t 5 • I I I s9' ss=1a m I 3 Lc' ss-11 Ol i 1 I f I j � I I ��! I I• I 66'L99=�1 �L :f I tI • I I I I Ixss9= l �1 k • k I I I I I I I I I' i I I� t I 5 • 1 94'�99=Aa 71. ZL'+99=11 �1 t V4y� I I 11 1 99';98=Aa �k • i 5 5 I li 21 User Name: ekhalil Date: 04-13-15 Project: 140180 RIVERSIDE TOPO Time: 12:37:39 Create Mapcheck Reports Page: 1 Lot Name: TCE-3 Lot Description: Description Lot Area (Square Feet): 4160.65 Lot Area (Acres): 0.0955 Lot Perimeter: 1668.42 Parent Area (Square Feet): 0.00 Closing Direction: S84022145"W Closing Distance: 0.0015 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction Distance Begirt 7007891.940776 2334746.431361 S01058'39"E 92.794 PC 7007799.202039 2334749.633407 RP 7007685.579750 2332893.107087 Curve Direction: CW Radial In: S86029152"W D.O.0 Arc: 03004150" D.O.0 Chord: 03004151F' Radius: 1860.000 Delta angle: 02059'07" Tangent length: 48.467 Arc length: 96.911 Chord Direction: S02000135"E Chord length: 96.900 External: 0.631 Middle ordinate: 0.631 Radial Out: N89028159"E ?oint Northing Easting Direction Distance ?T 7007702.361154 2334753.031382 S0003110111E 217.388 7007484.982002 2334754.992714 S02015'35"E 56.334 7007428.691809 2334757.213928 S2905711411E 10.308 7007419.760675 2334762.360742 800002146"W 44.608 7007375.152689 2334762.324842 S0603810611E 31.240 ?C 7007344.121923 2334765.934434 ZP 7007350.534612 2334821.062716 Curve Direction: CCW Radial In: N8302115411E D.O.0 Arc: 103014108" D.O.0 Chord: 128033113" Radius: 55.500 Delta angle: 27017107" Tangent length: 13.471 Arc length: 26.430 Chord Direction: S2001614011E Chord length: 26.181 External: 1.611 Middle ordinate: 1.566 User Name: ekhalil Date: 04-13-15 Project: 140180 RIVERSIDE TOPO Time: 12:37:39 Create Mapcheck Reports Page. 2 Radial Out: S56004147"W �-----��^^^---------r" Point Northing Basting Direction Distance PT 7007319.563457 2334775.007992 S3305511311E 21.396 PC 7007301.808739 2334786.947791 RP 7007332.779670 2334833.002665 Curve Direction: CCW Radial in: N56004148"E D.O.0 Arc: 10301410811 D.O.0 Chord: 128°33113" Radius: 55.500 Delta angle: 48054148" Tangent length: 25.242 Arc length: 47.380 Chord Direction: S58022136"E Chord length: 45.955 External: 5.471 Middle ordinate: 4.980 Radial Out: S07010'0011W Point Northing Basting Direction Distance PT 7007277.713267 2334826.078705 S82050100"E 28.265 7007274.187038 2334854.122884 N89034916"E 152.232 7007275.326563 2335006.350619 800025144"E 5.000 7007270.326704 2335006.388046 S89034116"W 152.513 7007269.185075 2334853.879319 N8205010011W 28.648 PC 7007272.759085 2334825.455133 RP 7007332.786426 2334833.002872 Curve Direction: CW Radial in: N07 ° 10 T 00T'E D.O.0 Arc: 940421141, D.O.0 Chard: 111028'15'T Radius: 60.500 Delta angle: 4805414811 Tangent length: 27.516 Arc length: 51.649 Chord Direction: N58022136"W Chord length: 50.095 External: 5.963 Middle ordinate: 5.428 Radial Out: S56004148"W Point Northing Basting Direction Distance ?T 7007299.025320 2334782.798911 N331155113"W 21.396 ?C 7007316.780038 2334770.859112 tP 7007350.541388 2334821.062910 Curve Direction: CW Radial in: N5600414711E D.O.0 Arc: 94042114" D.O.0 Chord: 111028'15" Radius: 60.500 User Name: ekhalil Date: 04-13-15 Project: 140180 RIVERSIDE TOPO Time: 12:37:39 Create Mapcheck Reports Page: 3 Delta angle: 27017107" Tangent length: 14.684 Arc length: 28.811 Chard Direction: N2001613911W Chord length: 28.540 External: 1.757 Middle ordinate: 1.707 Radial Out: S8302115411W Point Northing Easting Direction Distance PT 7007343.550979 2334760.968116 N0603810611W 31.532 7007374.871789 2334757.324785 N0000214611E 43.560 7007418.431775 2334757.359841 N29058120"W 10.117 PC 7007427.195805 2334752.305590 RP 7007495.437763 2335734.437600 Curve Direction: CW Radial in: N6600113111E D.O.0 Arc: 05049111" D.O.0 Chord: 05049120" Radius: 964.500 Delta angle: 03*32106" Tangent length: 30.380 Arc length: 60.741 Chord Direction: N02012126"W Chord length: 60.731 External: 0.469 Middle ordinate: 0.468 Radial Out: S89033137"W Point Northing Easting Direction Distance PT 7007487.882193 2334749.966593 N0003110011W 214.438 PC 7007702.311474 2334748.032917 .ZP 7007685.575182 2332893.108418 Curve Direction: CCW Radial In: S8902815911W D.O.0 Arc: 03005119" D.O.0 Chord: 03005121" Radius: 1855.000 Delta angle: 02059114" Tangent length: 48.368 Arc length: 96.714 Chord Direction: N0200013811W Chord length: 96.703 External: 0.630 Middle ordinate: 0.630 Radial Out: N86029'45"E ?pint Northing Easting Direction Distance ?T 7007798.954870 2334744.640229 NO1058139"W 93.000 7007891.899484 2334741.431075 N8903.113111E 5.002 "snd 7007891.940928 2334746.432903 User Name: ekhalil Date: 04-13-15 Project: 140160 RIVERSIDE TOPO Time: 12:37:39 Create Mapcheck Reports Page: 4 Error of Closure 1 : 1076647 Departure in Y (Northing):-0.000152 Departure in X (Easting):-0-001542 North Riverside Drive Parcel # TCE-4 Doe # 7236 8107 Old Denton Rd. Fort Worth, Texas. W. W. Thomason Survey, A-1498 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: April 9th, 2015 GRANTOR: Basem & Riad Nimri GRANTOR'S MAILING ADDRESS (including County): Basem & Riad Nimri 737 Evergreen Dr. Hurst TX. 76054-2024 Tarrant County GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a parcel of land situated in W. W. Thompson survey, abstract number 1498, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land as conveyed to Basem Nimri and Riad Nimri, by deed recorded in instrument number D208232375, deed records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.0185 Acres) 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". Tompomq 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 roadway improvement. 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 03/0912015 GRANTOR: Nimri Basem & Riad Nimri Basem & Riad Nimri 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 Basem & Riad Nimri , 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 2Q� Notary Public in and for the State of Texas Temporary Construction Easement 0310912015 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 0310912015 N. RIVERSIDE DRIVE DOE # _7236; Parcel TCE-4 8107 OLD DENTON RD. FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1498 N. RIVERSIDE DRIVE TEMPORARY CONSTRUCTION EASEMENT TCE-4 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN W. W. THOMPSON SURVEY, ABSTRACT NUMBER 1498, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO BASEM NIMRI AND RIAD NIMRI, BY DEED RECORDED IN INSTRUMENT NUMBER D208232375, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT THE SOUTHWEST CORNER OF HEREIN DESCRIBED PARCEL OF LAND IN THE SOUTH LINE OF SAID NIMRT TRACT FROM WHICH A 5/8 INCH IRON FOUND FOR THE NORTHWEST MOST WESTERLY CORNER OF LOT 1, BLOCK A, RESIDENCES AT OLD DENTON ROAD, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS RECORDED IN CABINET A, SLIDE 12595, PLAT RECORDS, TARRANT COUNTY, TEXAS, AND BEING IN THE EAST RIGHT- OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY) BEARS NORTH 89 DEGREES 06 MINUTES 42 SECONDS EAST, 0.24 FEET; THENCE NORTH 00 DEGREES 26 MINUTES 24 SECONDS WEST, 429.04 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 101.04 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 36 DEGREES 17 MINUTES 48,SECONDS WITH A RADIUS OF 159.50 FEET, A TANGENT LENGTH OF 52.28 FEET AND A CHORD WHICH BEARS NORTH 56 DEGREES 48 MINUTES 35 SECONDS EAST, 99.36 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 75 DEGREES 36 MINUTES 34 SECONDS EAST, 38.19 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE SOUTH RIGHT-OF-WAY LINE OF THOMPSON ROAD (VARIABLE WIDTH RIGHT-OF-WAY) AS RECORDED IN INSTRUMENT NUMBER D211153454, OF SAID DEED RECORDS; THENCE NORTH 89 DEGREES 26 MINUTES 49 SECONDS EAST, 199.69 FEET WITH SOUTH LINE OF SAID THOMPSON ROAD RIGHT-OF-WAY TO THE NORTHEAST CORNER OF SAID NIMRI TRACT; THENCE SOUTH 00 DEGREES 28 MINUTES 29 SECONDS EAST, 10.00 FEET WITH THE COMMON LINE OF SAID LOT 1, AND SAID NIMRI TRACT; THENCE SOUTH 89 DEGREES 26 MINUTES 49 SECONDS WEST, 199.68 FEET; THENCE SOUTH 52 DEGREES 07 MINUTES 12 SECONDS WEST, 145.66 FEET; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 393.41 FEET TO THE SOUTH LINE OF SAID NIMRI TRACT; A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page 1 of 2 REVISION: 04-02-15 N. RIVERSIDE DRIVE DOE ## _7236; Parcel TCE-4 8107 OLD DENTON RD. FORT WORTH, TEXAS. W.W. THOMPSON SURVEY, A-1498 N. RIVERSIDE DRIVE TEMPORARY CONSTRUCTION EASEMENT TCE-4 THENCE SOUTH 89 DEGREES 06 MINUTES 42 SECONDS WEST, 5.00 FEET WITH THE SOUTH LINE OF SAID NIMRI TRACT TO THE POINT OF BEGINNING AND CONTAINING 8,076 SQUARE FEET OR 0.185 OF AN ACRE OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 OF P°•'° 5 T f EDWARD K. KHALIL " ...�........... 0...........�... 5951 Page 2 of 2 REVISION: 04-02-15 N arent owner AIL z i ENVESTMENT LP. REMAINDER TRACT 10 gppparent Owner B1LL MAFtKHAM 1-- to t PROPOSED ROW VOL. 14315 PG. 56 VOL,11580, PG.1898 z w H D.R.T.&T. D.R.T.C.T. a s O C. C. WHYTIE BuRvElf A -Tall 01F I > R 'ry IR IR8 C3 LLI THOMPSON ROAD N - _ {�7AftEABLE WIDTH RIGFFT-OF WAY) I 38.19' 199.69' INST.# D211210676 & D211163454 Lu > Z N75°'"N °26'4 "E 3634E IRS --- Scale 1" = 100� IR;r 199.68' s8s°26'49"W SOO 2829"E h�yy i I IRS A = 36*1 T48" Apparent Owner >.y6° R=159.50' '�L = 101.04' BLUE MAPLE GROUP, LLC, '' TRACT 2 I T = 52,28' INST.: D213012616 N L.0 = N56048'35"E D.R.T.C.T. I N 99.36' ° cv Fb z 0 VARIABLE WIDTH �MR�/1�i7 I TE PORARY CONSTRUCTION WW�� EASEMENT 8,076 SQ.FT.+1- I I Apparent Owner BASEM AND RIAD NtMRI INST. # D208232375 D.R.T.C.T. M LOT 1, BLOCK A, C4 RESIDENCES AT OLD m DENTON ROAD CAB.A, SLIDE 12595 P.R.T.C.T. I W. W. THOMPSON SURVIET rE,p�. I FORaq "� ul 5.00' EXHIBIT y q.� � t ..3........ ..•�..,.....�.. I S89°06'42"W SHOW EDWARD K. KHAL 111 ..Y.a....59'� I ..vf s �'" A VARIABLE WIDTH TEMPORARY �- .°,FeSS+N ow �suR CONSTRUCTION EASEMENT SITUATED IN W. W. THOMPSON SURVEY ABSTRACT NO. 1498 S i gneds X CITY OF FORT WORTH, Dater / °J TARRANT COUNTY, TEXAS °IRS W IRON WITH CAP STAMPED "ANA' SET DI3 WIA BY@ .W A.N.A. CONSULTANTS, L.L.C. DATE$ 04-02-15 A%k DGK NO. t 040180-TCEA T 5000 Thompson Terrace CONSULTANTS, L.L.C. Colleyville, Texas 76034 APPROVED BY, EKA Office: (817) 335-9900 5Fri. n40. e 1 OF 1 Ri=1/ E SE42 — Fax:F.R.NO 1090800 S5 4AIRM TOM A .Inn A,19M .. I—.— — sczc �30a -_" -x -'" `-x 'ON NOAN3O alo of 'AMMcl iNVHHVI N W :tJ -- 3ANG 301S2J-IAN HI�101 LE `� 0mmnav �nry.00 O � a3aom� � = of z z -� _ it 6 a z1U V) w w =03;€ a O W go 5.� N $ oli 1` i i [oq.E u o vdta z? 1.1 0oi zv I —LEP zW _.I i EI L� 09,VVV✓IS -@NO HH31tlW m 99'9G9=1i3 Jh I 6r 1 ` r I I ,5'S64T1 I I " I 4 1 !I I I d I �� I IIN I `fix j II�``Ii �4_ I I I I = I } I I I I Z Ia l .r n � II ' —I1 'M'O'H . I 3 1 Ih: I 1 Ir ' I, I _ _ g _ 00-06-VIS-3NIl HDVYW� $ 1 1 I I 98'�L9=R3 Jl BS'9L9=ll �1 I 1 I I ' OC'�L9 94ZL #300 _- � -N -X � i " k's a n d 0 E A O s F. sOLLMS— _ 09." VIS - 3NI111J.LVW_ _ $.66La — .� — — m r — OB-55513�HS 1�1333a) �OBVONf10>a Qa OSdWOH1, I 48S-3NII llb'W I I LL af af IO I E - 1 III ' 0 SL33HS I Ol tl3i3a1 NOSdWOHl 6BN�3NI-7 N'JL (09 �99 SL33HS O1 a333a) _ 1� inOSVONnOa II Oa NOSdI^IOHl ll ,- CBS- 9NI-1HOlVW lVYi =dry1 u I ILI II � 1 =1 w I r .I I I _ I 1711 z_I �I I a, =1 I I I I - - 1 II I I , I ,I\ sus 'Oil NO1N30 ©10 01 'AfhNd 1NVilNV1 "N NOW �11fN4 3aISb�AI�I Hl?JON � w�a W � Itp G o �Ni>i i � q> D o a F CEO W O � �xm o y ac�k 0 1!I o o �� D O I/1 do p � x o.D^Y � z O.W �� jY a+ n zo o� � S •n£x z �a o a141 = o ¢ � z ¢ ow •° ¢ a F � ❑❑gl u � � Fi'F64 aa'a 'n oPsF♦se :spa 6a'169=11 �1 W'SC+ 9 :5 _ G^'L6B '37'M13 r� y Iy�wiF� I I � es'�s9- a of 5 £U'I6B 3]h@ OVSGF o0'9[Y£6 ' CB'BB f , I I 1 Y8'L99� l 'Jl zz'6�=1a a T,@589=41 01 l 1 i 1 I so'L89-la 31 I I 69'S@9=1i ol Ld US i I 1 a I I ( s-sss13 so'aadaa) In VONf1Da ESN-31�1 a NDSdWOHl HO YIN I 0 1 � i�lE fF 9 4II ; 1` l L55G9=11 Of qq 1 1 I 5 I �ti I 49'PIP=1- 9KKL H3oa -x -x '©a N01N30 Ol0 Ol 'AMNd 1NV8FIV1 'N woa3 — 3Nb(] 301S?dHAI6 HIHON m��p Y V. rc �' v Z g vma~�w _ minx R O 3F �n nn o N w w i p 0.��$ z E F F z q u - N : z° o D O a C) n o ¢ z z0fcl v 3y 0 2i �wx a ° u E'rn O¢ a DL N ¢ u N 'n $ m w `a o Q< S a z ! o I , 0O c)d d W+ 0 1 , �g _i.a I � I n z g U� zc� z o m x i£e 1g3Hs Ol N333a1 1F1OWaNOOH tla NOSM0141 VHS - 3NI3 HO1tlW `k 15 a l ,rs {r (£4133HS Ol N3d32) i E lOOStlONO02f OH NOSdVVOHl WS - 3NIl Hat" E� �1aaHs 01213=l3ii) LOIONOO21021 NOSdWOHl N", Ha1tlW -- ----------------a,—. f I J � - bti ;n Z p m n � a I7a NOSdPYOH-L (£4133HS O121333d) lOOSVONOON OH NOSOWOHI £8N - 3NIl HOIVN User Name: ekhalil Date: 04-13-15 Project: 140180 RIVERSIDE TOPO Time: 12:43:26 Create Mapcheck Reports Page: 1 Lot Name: TCE-4 Lot Description: Description Lot Area (Square Feet): 8075.92 Lot Area (Acres): 0.1854 Lot Perimeter: 1521.72 Parent Area (Square Feet): 0.00 Closing Direction: N38049149"W Closing Distance: 0.0008 Course Data:(Mapcheck Through Radius Points Method) Point Northing Basting Direction Distance Begin 7009048.029622 2335052.892573 S89026149"W 199.680 7009046.102213 2334853.221875 S5200711211W 145.659 7008956.666171 2334738.253451 S00026124"E 393.414 7008563.263771 2334741.274624 S8900614211W 5.000 7008563.186253 2334736.275224 N00026124"W 429.043 PC 7008992.216602 2334732.980443 RP 7008892.574306 2334857.526269 Curve Direction: CW Radial In: S5102011911E D.O.0 Arc: 35055120" D.O.0 Chord: 36032117" Radius: 159.500 Delta angle: 36017148" Tangent length: 52.282 Arc length; 101.043 Chord Direction: N56048135"E Chord length: 99.362 External: 8.350 Middle ordinate: 7.935 Radial Out: N15002131"W Point Northing Basting Direction Distance PT 7009046.609213 2334816.131857 N75036134"E 38.192 7009056.101079 2334853.125550 N89026149"E 199.694 7009058.028623 2335052.810247 S00028'2911B 10.000 End 7009048.028967 2335052.893100 Error of Closure 1 : 1809069 Departure in Y (Northing): 0.000655 Departure in X (Easting): -0.000527 North Riverside Drive Parcel # TCE-5 Doe 9 7236 8200 Old Denton Rd. Fort Wok1h, Texas. C.C. Whyte Survey, A-1611 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: April 10th, 2015 GRANTOR: AIL Investment LP GRANTOR'S MAILING ADDRESS (including County): AIL. investment LP 13600 Heritage Pkwy Ste 200 Fort Worth, TX. 76177-4320 Tarrant County GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCtZMORTON S'T'. FORT WORTH, TARRANT COUNTY, TX 761.02 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a parcel of land situated in C. C. Whyte survey, abstract number 1611, City Of Fort Worth, Tarrant County, Texas, being a portion of the remainder of that certain tract of land described as tract 10, as conveyed to AIL Investment L.P., a Texas limited partnership, by deed recorded in volume 14315, page 56, deed records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.139 Acres) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B" Temporary Constniction Easement 03/0912015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 GRANTOR: AIL Investment LP A Texas Limited Partnership GRANTEE: City of Fork Worth e-Authorized Signatory Name> <Title> STATE OF TEXAS § COUNTY OF TARRANT § 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 03/0912015 ACKNOWLEDG9.MENT 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 2q Notary Public in and for the State of Texas Temporary Constniction Easement 03/09/2015 North Riverside Drive Parcel # TCE-5 Doe # 7236 8200 Old Denton Rd. Foil Worth, Texas. C.C. Whyte Survey, A-1611 CITY OF FORT WORTH 1'EM.PORARY CONSTRUCTION EASEMENT DATE: April 10th, 2015 GRANTOR: AIL investment LP GRANTOR'S MAILING ADDRESS (including County): AIL Investment LP 13600 Heritage Pkwy Ste 200 Fort Worth, TX. 76177-4320 Tarrant County GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCFtMOi TON ST. FORT WORTH, I ARiRANT 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 parcel of land situated in C. C. Whyte survey, abstract number 1611, City Of Fort Worth, Tarrant County, Texas, being a portion of the remainder of that certain tract of land described as tract 10, as conveyed to AIL Investment L.P., a Texas limited partnership, by deed recorded in volume 14315, page 56, deed records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.103 Acres) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 03109/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 03/09/20 ] 5 GRANTOR: AIL Investment LP A Texas Limited Partnership <Authorized Signatory Name> <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 0310912015 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 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-5 TEMPORARY CONSTRUCTION EASEMENT 8200 OLD DENTON RD. TCE-5 FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THE REMAINDER OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 10, AS CONVEYED TO AIL INVESTMENT L.P., A TEXAS LIMITED PARTNERSHIP, BY DEED RECORDED IN VOLUME 14315, PAGE 56, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 5/8 INCH IRON FOUND FOR THE SOUTHWEST CORNER OF TRACT OF LAND AS CONVEYED TO RICARDO A. IBANEZ, BY DEED RECORDED IN INSTRUMENT NUMBER D209162181, DEED RECORDS, TARRANT COUNTY, TEXAS, AND THE NORTHWEST CORNER OF SAID AIL INVESTMENT L.P., TRACT, AND BEING IN THE EAST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY); THENCE NORTH 89 DEGREES 53 MINUTES 27 SECONDS EAST, 30.27 FEET WITH THE COMMON LINE OF SAID AIL INVESTMENT L.P., TRACT, AND SAID RICARDO A. IBANEZ TRACT TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE POINT OF BEGINNING IN THE PROPOSED EAST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY); THENCE NORTH 89 DEGREES 53 MINUTES 27 SECONDS EAST, 5.00 FEET WITH THE COMMON LINE OF SAID AIL INVESTMENT L.P., TRACT, AND SAID RICARDO A. IBANEZ TRACT; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 191.67 FEET; THENCE SOUTH 32 DEGREES 04 MINUTES 19 SECONDS EAST, 9.85 FEET; THENCE SOUTH 02 DEGREES 04 MINUTES 19 SECONDS EAST, 45.52 FEET; THENCE SOUTH 22 DEGREES 05 MINUTES 45 SECONDS EAST, 37.51 FEET TO THE BEGINNING OF A CURVE TO THE LEFT; THENCE 69.20 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 66 DEGREES 37 MINUTES 57 SECONDS WITH A RADIUS OF 59.50 FEET, A TANGENT LENGTH OF 39.11 FEET AND A CHORD WHICH BEARS SOUTH 39 DEGREES 57 MINUTES 05 SECONDS EAST, 65.36 FEET; THENCE SOUTH 77 DEGREES 05 MINUTES 20 SECONDS EAST, 29.59 FEET; THENCE NORTH 85 DEGREES 22 MINUTES 10 SECONDS EAST, 77.78 FEET; THENCE SOUTH 83 DEGREES 37 MINUTES 53 SECONDS EAST, 103.33 FEET TO THE NORTH RIGHT-OF-WAY LINE OF THOMPSON ROAD (VARIABLE WIDTH RIGHT-OF-WAY) AS RECORDED IN INSTRUMENT NUMBER D211223965, OF SAID DEED RECORDS; THENCE SOUTH 89 DEGREES 26 MINUTES 49 SECONDS WEST, 214.96 FEET WITH THE NORTH RIGHT-OF- WAY LINE OF SAID THOMPSON ROAD TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR BEGINNING OF ACU.RVE TO THE RIGHT IN THE PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; A.N.A. Consultants, L.L.C. Page I of 2 5000 Thompson Terrace REVISION: 04-02-15 Colleyville, TX 76034 REVISION: 05-06-15 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-5 TEMPORARY CONSTRUCTION EASEMENT 8200 OLD DENTON RD. TCE-5 FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 THENCE 84.99 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 65 DEGREES 21 MINUTES 38 SECONDS WITH A RADIUS OF 74.50 FEET, A TANGENT LENGTH OF 47.79 FEET AND A CHORD WHICH BEARS NORTH 39 DEGREES 18 MINUTES 55 SECONDS WEST, 80.45 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 06 DEGREES 38 MINUTES 06 SECONDS WEST, 36.35 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED EAST RIGHT -OF --WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 02 DEGREES 04 MINUTES 19 SECONDS WEST, 44.38 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED EAST RIGHT--OF--WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 32 DEGREES 04 MINUTES 19 SECONDS WEST, 9.93 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED FAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES 26 MINUTES 24 SECONDS WEST, 193.11 FEET TO THE POINT OF BEGINNING AND CONTAINING 4,484 SQUARE FEET OR 0.103 OF AN ACRE OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of .Survey attached herewith. ' OF ��STfR EDWARD K. KHALIL •' ..0..........�... as 5951 e� l SURqr�- A.N.A. Consultants, L.L.C. Page 2 of 2 5000 Thompson Terrace REVISION: 04-02-15 Colleyville, TX 76034 REVISION: 05-06-15 Scale 1" = 100' a w 0 Apparent Owner cL AIL INVESTMENT, LP, a TRACT 2 n. INST.. D211298925 D.R.T.C.T. �+JN PACC® rl�'�ENg 9 A -009 Apparent Owner BLUE MAPLE GROUP, LL TRACT 2 INST.: D213012615 D.R.T.C.T. NO. ARC LENGTH DELTAANGLE RADIUS TANGENT CHORD DIRECTION CH.L. C1 69.20 66°37'57" 59.50 174.50 39.11 S 39°57'05" E IN 1110 65.36 C2 84.99' 65°21'38" 47.79' 39"18'55" W 46' Apppparent Owner RICARDO A. IBANEZ INST. # 209162181 D.R.T.C.T. N89°53'27"E 5.00, NO. BEARING DISTANCE t1 N 06"38'.06" W 36.35' L2 N 02°04'19" W 44,38' L3 N 32°04'19" W 9.93' VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT 4,484 SQ.FT:+f- 17 S32"04'19"E 4'/CT L3I, S02"04'19"E as �522"0545"E 37.51' L1 877005'20"E r29.59' 15°22'10"E 77,78' Apparent Owner AIL INVESTMENT LP. REMAINDER TRACT 10 VOL. 14315, PG. 56 D.R.T.C.T. C. C. WII PINE SURVEY A- INN $83"37'53"E 103.33' rn i52v � (jF: Cya(j co ��ina J Q O u- I I I-IUM1JZ5UN KL)AL) CITY OF FORT WQ - - - - -(VARIABLE p .- WIDTH RIGHT-OF-WAY) TN$T�O. D211223965 f- a INSTM D211210676 & D211153454 D.R.T.C.T. oD.R.T.C.T 0 Rp Apparent Owner �. W • TH MPSOH SURVEY != BASEA AND RIAD NIMBI A -Moo qE.�. T of 4 w INST.#D208232375 D.R.T.C.T. Apparent Owner LOT1, BLOCK A ;`P•��s7�Rf r o > a x EXHIBIT °1B°v RESIDENCES AT OLD DENTON ROAD • ........•'••••..•••••:••• EDWAF�D. K. KHAL I Itr o F SHOW I NG CAB.A, SLIDE 12595 P.R.T.C.T. A 5`�5 w A VAR I ABLE W I TDTH TEMPORARY `9Np"'S .....UFN uJ a CONSTRUCTION EASEMENT SITUATED IN Ca C. WHYTE SURVEY ABSTRACT NO. 1611 S i gnedo �� CITY OF FORT WORTH, Dates TARRANT COUNTY, TEXAS °'Rs " NIRON WITH CAP STAMPED DR44N BY' -W A.N.A. CONSULTANTS, L.L.C. DATE, 04-02-15 DGN. N0. i 0401 t30-TCE5 5000 Thompson Terrace CONSLLTANT$,LLC, Colleyville, Texas 76034 APPROVED BYr Elt Office: (817) 335-9900 FEV ISED+ 05-06-159119M� Fax:F.R.NO8 10090800 55 17) Sl-f1', NO. e 1 OF 1 Oman TC:F_S H,., R,FnniR 1-nR-7A °u 92ZL #300 - - - N-------x 'aa NOIN30 ❑70 Ol 'AMM 1NVMV1 'N MdN - ]Alba �QIS�I�AA HIHON m 1O IT I m�m,� a � � w C, - p O I/1 p p a Z y F CBv Q Z[] �Y �� 6 F 33 �azw u S -Ol O F7 a S N ox U _ S rSwo a U w 4€ z p� $ F- a o F p a N 'N ♦<a � � � � � m o jW .qn I �, I I I d OQ � � z U z � o � o: 5 MUR "U .zw } f i J 444q o (£6333HS Ol N3331d) LOOEvaNnou OH NOSdWOHl 69S - 3NIl H3DM ----------------- I j�� 1y4 .51 & � a I III' ------------- (£4133HS OI U3d321) inns 'ONnou 01H NOSdWOH-L ` SSS - 3NIl HD1tlW j I I it l f jI L33HS Ol a333b) Nnou Old NOSdINOHI IN - 314I1 HDIVW J 3 - `J1 I � I III r — — — — — — — — — — — — — — — — — — — L� — — — — — - i£V 133HS 01 UAJ30 — inouvONno'd (IN NOSdWOHl £SN - 3NIl H01M )sac #300- - - - - - - A --" " '-x aH NOINK M0 0I AMNd 1NVHaVJ 'N NOW - 3Al21O 30ISMAIN H1210P ` g•--- o �wzi.i� �- a J N w oo�ffw�o s !' 05+gb'V1S-3NIl Ho1VW I _ —(09-55513�HS 1�J3i321) � -� Ihoavmno� Old USMOHI YOS - 3NIl H' 1bW i = Cf IIj h Ir I loe-99s1aaas 4y+ I o°f a3a3a) J� a --- -T (09-SSS.133HS I`` Ol N3-4m]) InoaVamad Ili 0H NOSdwotu II E65-3NI1 HOltlW p4 I I 1 I 14 1 I I I I I I I I I :I I I I � �I _,I 1 �I I I I - 11 &I I II V I]III I ,zl I � I I I ono Ro�� V —�48 c I43 O p o bLd I6 7 :o Q" o6;en ON 0O R m { Ut z �- w Q z0 r War •m rn a C.iL, to p 00. wtlW[ as ❑❑� oa zz d . EID � ZU a � rc� M o Y W'Sf Iy 1l L'l6 3].+3 95'189- 91 91'069= i 91 t , I I I cola 3>wa oasts5 � ne _ I ! 5 I ' 1 ,1 I CO'a89=i1 �l I 1 1 1 I I I I I 4 zi Pa9_{a 01 t ! I 1 11N r � I I, ! c� II 68'C99=1a 91 ' 69'S89=1i I I! I ^ I I ! I W 1 it Ld � I I I 1 tjj I 7 In - 95 Sin- BVONnDi{QNp$d�NOH1 ------IIIIIIS o; V3A3Hi EBN-3 F H311VVY , O �.bZ o _ I ... gooJL-- ��-- �- --- 05+qE y15 3NII HOIVW � v7 User Name: ekhalil Date: 05-06-15 Project: 140180 RIVERSIDE TOPO Time: 12:01:04 Create Mapcheck Reports Page; 1 Lot Name: ICES-R Lot Description: Description Lot Area (Square Feet): 4484.46 Lot Area (Acres): 0.1029 Lot Perimeter: 1153.18 Parent Area (Square Feet): 0.00 Closing Direction: N591112132"W Closing Distance: 0.0011 Course Data:(Mapcheck Through Radius Points Method) Point Northing Basting Direction Distance Begin 7009476.728104 23.34734.259843 S00026124"E 191.668 7009285.065756 233473.5.731.733 S3200411911E 9.854 7009276.715653 2334740.964047 S0200411911E 45.523 7009231,222415 23.34742.6099.02 522005145"E 37.513 PC 7009196.464521 2334756.720675 RP 7009203.339385 2334815.822166 Curve Direction: CCW Radial in: N8302115411E D.O.0 Arc: 96017144" D.O.0 Chord: 1.1402110511 Radius: 59.500 Delta angle. 66037157" Tangent length: 39.108 Arc length: 69.196 Chord Direction: S39057105"E Chord length; 65.362 External: 11.702 Middle ordinate: 9.779 Radial Out: S1604315711W Point Northing Basting Direction Distance PT 7009146.358655 2334798.691891 S77005120"E 29.588 7009139.747.537 2334827.531844 N8502211011E 77.783 7009146.026997 2334905.060958 983°37153"E 103.325 700.9134.565724 2335007.74.8322 S89026149"W 214.963 PC 7009132.490796 2334792.79.5337 1P 700920.3.342720 2334815.822599 Curve Direction; CW Radial In: N1800011611E D.O.0 Arc: 76054126" D.O.0 Chord: 84018137" Radius: 74.500 Delta angle: 65021138" Tangent length: 47.792 Arc length: 84.986 Chord Direction: N39GISIS511W Chord length: 80.453 User Name.: ekhalil Date: 05-06-15 Project: 140180 RIVERSIDE TOPO Time: 12:01:04 Create Mapcheck Reports Page: 2 External: 14.012 Middle ordinate: 11.794 Radial out: S83021154"W Point Northing Easting Direction Distance PT 7009194.734696 2334741.821572 N06038106"W 36.354 7009230.8452.10 2334737.621088 N020040191OW 44.383 7009275.199194 2334736.016448 N32004119"W 9.930 7009283.613697 2334730.743780 N00026124"W 193.110 7009476.718003 2334729.260816 N89053127"E 5.000 End 7009476.727530 2334734.260807 Error of Closure 1 : 1027595 Departure in Y (Northing): 0.000574 Departure in X (Easting): -0.000964 North Riverside Drive Parcel # TCE-6 Doe 0 7236 8497 Old Denton Rd. tort Worth, Texas. W. McCowen Survey, A-999, GI T,Y OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: April 10th, 2015 GRANTOR: AIL Investment LP GRANTOR'S MAILING ADDRESS (including County): AIL Investment LP 13600 Heritage Pkwy Ste 200 Fort Worth, TX. 76177-4320 Tarrant County GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRo4Nti 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 parcel of land situated in W. McCowens survey, abstract number 999, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land described as tract 2, as conveyed to AIL Investment L.P., a Texas limited partnership, by deed recorded in instrument number D211298925, deed records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.286 Acres) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Constniction Easement 0310912015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 Constniction Easement 03/0912015 GRANTOR: AIL Investment LP A Texas Limited Partnership <Authorized Signatory Name> <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 03/09/201 S 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 rIm Notary Public in and for the State of Texas Temporary Construction Easement 03/09/20 t 5 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-6 TEMPORARY CONSTRUCTION EASEMENT 8497 OLD DENTON RD. TCE-6 FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999 EXHIBIT uA" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN W. MCCOWENS SURVEY, ABSTRACT NUMBER 999, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 2, AS CONVEYED TO AIL INVESTMENT L.P., A TEXAS LIMITED PARTNERSHIP, BY DEED RECORDED IN INSTRUMENT NUMBER D211298925, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT THE SOUTHEAST CORNER OF SAID AIL INVESTMENT L.P. TRACT, IN THE CENTERLINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT—OF—WAY) IN THE NORTH LINE OF A TRACT OF LAND DESCRIBED AS TRACT 2, IN DEED TO BLUE MAPLE GROUP, LLC, AS RECORDED IN INSTRUMENT NUMBER D213012615, OF SAID DEED RECORDS; THENCE SOUTH 89 DEGREES 06 MINUTES 40 SECONDS WEST, WITH THE COMMON LINE OF SAID BLUE MAPLE GROUP TRACT AND SAID AIL INVESTMENT L.P. TRACT, AT 20.15 FEET PASSING A ONE INCH IRON FOUND, IN ALL 61.03 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED WEST RIGHT—OF—WAY LINE OF SAID OLD DENTON ROAD AND THE POINT OF BEGINNING; THENCE SOUTH 89 DEGREES 06 MINUTES 40 SECONDS WEST, 25.00 FEET WITH THE COMMON LINE OF SAID BLUE MAPLE GROUP TRACT AND SAID AIL INVESTMENT L.P. TRACT; THENCE NORTH 00 DEGREES 26 MINUTES 24 SECONDS WEST, 498.60 FEET TO IN THE NORTH LINE OF SAID AIL INVESTMENT L.P. TRACT AND THE SOUTH LINE OF MONTERRA BLVD. (VARIABLE WIDTH RIGHT—OF—WAY) AS RECORDED IN INSTRUMENT NUMBER D207079304 OF SAID DEED RECORDS AND THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 18.60 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 01 DEGREES 39 MINUTES 09 SECONDS WITH A RADIUS OF 645.01 FEET, A TANGENT LENGTH OF 9.30 FEET AND A CHORD WHICH BEARS NORTH 88 DEGREES 47 MINUTES 36 SECONDS EAST, 18.60 FEET; THENCE NORTH 89 DEGREES 37 MINUTES 18 SECONDS EAST, 2.48 FEET WITH THE NORTH LINE OF SAID AIL INVESTMENT L.P. TRACT AND THE SOUTH LINE OF SAID MONTERRA BLVD; THENCE SOUTH 45 DEGREES 22 MINUTES 42 SECONDS EAST, 5.55 FEET WITH THE COMMON LINE OF SAID AIL INVESTMENT L.P. TRACT AND SAID MONTERRA BLVD TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT—OF—WAY LINE OF SAID OLD DENTON ROAD; A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page I of REVISION: 04-01-15 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-6 TEMPORARY CONSTRUCTION EASEMENT 8497 OLD DENTON RD. TCE-6 FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999 THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 494.72 FEET TO THE POINT OF BEGINNING AND CONTAINING 12,460 SQUARE FEET OR 0.286 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this `Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page 2 of 2 REVISION: 04-01-15 PROPOSED ROWS N Apparent Owner AIL INVESTMENT, LP, TRACT 1 INSt.: D211298925 D.R.T.C.T. z iL AppArent Owner SDA w C PROPI RTIES LTD. gLV© 1 0 �- INST. # 207013397 D.R.T.C.T. MQNTERRA WIDTH RIGHT-OF-WAY) (VARIABLE , D207019304 N892 $"E 5455.55'12" o INSTRUMENT R D� 48 =5`` IRS p Scale 1" = 100' of Apparent Owner uj O BILL MARKHAM INST. # 206386147 fj r I X ? D.R.T.C.T. x ❑ {� �5y g,n �a �,y �ry SURVEY 4W! . IAA[�l�A® �7V �YW��4NW �Y IE -i Q d -099 ::':::z: N ��. z moo. A=01°39'09" ;;.. IT i a R=645.01' L=18.60' T=9.30' L.C.=N88^47'36"E 18.60' 25 FOOT WIDE TEMPORARY CONSTRUCTION EASEMENT Apparent Owner 0. i ACQUISITION RICARDO A. IBANEZ INST, # 209162181 12,460 SQ.FT.+1- D.R,T.C.T, p CO I 2L<0 uj O Rik —Q- a a© N Apparent Owner AIL INVESTMENT, LP, N : ;: ': Apparent Owner Ali. INVESTMENT LP. TRACT 2 0 :: 1 REMAINDER TRACT 10 INSt.: D211298925 `f,_ 1 VOL. 14315, PG. 56 D.R.T.C.T. D.R.T.C.T. IDATE, 04-01-15 DCR N0. i 040160-TCE-6 C C 1'U1=11''TSU 1C[11 FVEY AppArent Owner BLUE MAPLE GROUP, LLC, I 61.03' TRACT2 EXHIBIT" rrrr INSt.: D213012616 SHOW D.R.T.C.T, A 25 FOOT WIDE TEMPORARY CONSTRUCTION EASEMENT SITUATED IN W.McCOWENS SURVEY ABSTRACT NO. 999 CITY OF FORT WORTH, o IRS 5' IRON VATH CAP STAMPED TARRANT COUNTY, TEXAS "ANA" SET Ak A am,A.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace Colleyville, Texas 76034 Office: (817) 335-9900 Fax: (817)335-9955 F.R.NO. 10090800 SHT. NO. s I OF I y�zc 930a ... """- N - -----x as NOAICI ago 01 ',IMNd 1NVHHV1 N woaA - ]AldC] ]0IS2AAIH HlaON HIMUM m � - i~ a�g pmn� •gyp w p'w > m h m�nry��� r oFFFn^'F� � Illf/�J wozp z �4`atz�k�a -- u: U U 3 ZZ p Ww � � �sWl 44 z „� ; J �. z �� d LeJ� m n 0 R a� a N rnm d o 8 w SK d1 o p p > d a g o N men m �z�u u a o -_ u o'o,E mWe o ¢ �Q T� o c°>w� fq - o� roll da �a d N;o W+ ❑❑_ Z¢ Zz o aaa_aY DU l F o ~ U } Sa noma��:ww ' (0133HS 012AJM) 1nOEVONf1OU UM NOSdINOHl 665 - 3NIl HO1V W ----------------- I I I � a I II � I w IL' f£a133Hs of a3d3a) 1nO9tlaNnoa Oa NasdwoHl £8S-3NIl HO1VW I �I I II kI € I € r_ II, fE¢ i33He 01 V3�3N1 1n�8VONnON Oa NOSdWOH1 - N3N-3NI �H�lY45L 77=— UH NOSdWoiil - x . Inq -77— --- I �a I I ' u g I I IaI � I I it I I r- iI I ff4133HS Ol a333a1 1nOHVONnOa ON NOSdWOHl 6EN - 3NIl HC�1VW gm #300 ------- yWWA -x 'Od NO1N30 010 01 AMNd 1NVNNVI 'N NOW — SAIWI JQIS2J-JAN H-L1 JON m�m'dmry ge Y LY D o o `o Ld vQi W$16ga D syz vl 46FH __�¢ a mN- w J 7 r� D o [Y O 42 OlreH 0. OU1 W O S. w C] j Y `6 jFlS Z iTi ` a u m 61 i D li H Q Z IJ N u �o Z N pp(p1 s, o¢ Q ~< o 3r ib N to 811 i U O dLL (XF 1y�1�,11 Gu� ✓'i on IK E I n I��IFFyy d to Q O y a s W LIE] Vl Q V 7 Z K rc rc s� Qee��t�W f aaaa ox ~ oa 09+4° lf1S - 3N13 HoltlW W 1J1 T 89=11 1a ©� t• � _ � - � � d 69= FL'f69 :3JM13 OPYE+91 :SPIV rP'1Jl 7 - 'M'°'a gtli a �fag•sssl3�HsO1a333a) � °I i1108'd6aSn H1. 3Nil H;)IVN i mr, — (o9-59S133HS -} O1 Mq=131d) �I 1nouvoNnom I ON NOSdWONI li - £SS - 3NIl HD1tlWry I I I 1 W I I Q F I t - bi I I I _ _ I 1 'I I III ,I - 1 -I �I -1 1 I =I i I I I! I - I - I I of I I - I II ,911i- -,9'6b 3� 1 w I� O LLJ L 7 o 5 S133NS mNni) TIUNPP21 PSdY!°Hl INilI 11 s - 1� o 1 d ;$ 1 I I 91 Y169 �l Jl } � 1 1 ! \ I I I 'l Lr'P69=l,a �L I I 1 r1 .I l51 I l I i I I 1 I I 1 aF'�es- a Jl I I I LL'°99=1a JL lill w 1 rd 4�0 Inp Z3'6L9=1a JJ i8-L19nll �l ` I „l I BS'8L9=1,a �1 61'LL9=11 Jl ' 1 I� • � ! IyIII � � I I � i I } 1 I!I 11 �� L 11 ' I �� • O � I 1 1 1 g� � , uj 1 11 114 1 �I LB'LL9L9-'{a J1 � W i { i Ls9-;i °, mG (0$-SSS133HSOliy N3d38) 1nDSVONno2I oTl NosdWOHl ESN-3NI'IHDIVW � I 1 _�__l �,�__ 9ZSL9 }3 �1 a r r 97ZL #100 -------)I --__ -x O, NO1NK 010 01 'AMAd 1NVHa'01 'N woaj — 3NtJCJ 3CJIS8-JAI2J HJ.6() - � z8abzwc� I j' ��ootw'p�oa # n� N � z o J> a o a € o a a z o z'��`= ��r o o ce Vf a� c e ~ a< d W w� ul ='��i 4 w 0 LLJ3 ak z OCL a rc `b Saz � �' u � o [ €� � O F R � o -wh enp }��a w �� ������sw o a � �❑❑a � a � z z a �g6v�o = aaaa 0� ' ¢ zLf n 09+84'V1S-3NIl fD1VV4 V �I I 7 , . I 4 I _ I M'0'N I i I I I � I I I I I s9oFa-• z I` I � I II I �00000� moo '_ 09+66'V1S-3NI1 H914 I� a m o l8'469=1a �� 8ti Y89 �1, �l I I I I I � �I� � 1 i i III I I j I i ] �I/I1s I i ICI 9S'yy89= a 91 SLt69 �, 91 I 1\ i II I I I II i I l I i 1 II 1 - i 1 1 II I , 9Sp69= JF I - I � & I is w 1 1 ti I 1 LB'269=11 01 I I I g I ss'es9=1a of oi 11}}1 :l I Iy111jy11 G 9lT9Li[4 :S�hB N User Name: ekhalil Date: 04-13-15 Project: 140180 RIVERSIDE TOPO Time: 13:08:59 Create Mapcheck Reports Page: 1 Lot Name: TCE--6 Lot Description: Description Lot Area (Square Feet): 12459.49 Lot Area (Acres): 0.2860 Lot Perimeter: 1044.95 Parent Area (Square Feet): 0.00 Closing Direction: N71005'0411W Closing Distance: 0.0008 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction Distance Begin 7009817.501543 2334610.639437 S0002612411E 494.718 7009322,798131 2334614.438561 S89006140"W 25.001 7009322.410280 2334589.440570 N00026124"W 498.596 PC 7009820.991578 2334585.611665 RP 7009176.389593 2334608.494012 Curve Direction: CW Radial In: 50200115911E D.O.0 Arc: 0805215911 D.O.0 Chord: 0805313111 Radius: 645.008 Delta angle: 01039109/1 Tangent length: 9.302 Arc length: 18.603 Chord Direction: N8804713611E Chord length: 18.602 External: 0.067 Middle ordinate: 0.067 Radial Out: N00022150"W Point Northing Easting Direction Distance PT 7009821.383366 2334604.209935 N8903711811E 2.480 7009821.399742 2334606.689881 54502214211E 5.550 and 7009817.501298 2334610.640151 error of Closure 1 : 1383864 3eparture in Y (Northing): 0.000245 )eparture in X (Easting): -0.000714 North Riverside Drive Parcel # TCE-7 Doe # 7236 8601 Old Denton Rd. Fort Worth, Texas. W. McCowen Survey, A-999, CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: April 10th, 2015 GRANTOR: AIL Investment LP GRANTOR'S MAILING ADDRESS (including County): AIL Investment LP 13600 Heritage Pkwy Ste 200 Fort Worth, TX. 76177-4320 Tarrant County GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, Tat 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being two parcels of land situated in W. McCowens survey, abstract number 999, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land described as tract 1, as conveyed to AIL Investment L.P., a Texas limited partnership, by deed recorded in instrument number D211298925, deed records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.078 Acres) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Co"slruction Easement 0310912015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 03109)2015 GRANTOR: AIL Investment LP A Texas Limited Partnership Authorized Signatory Name> <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 hefshe 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 24— Notary Public in and for the State of Texas Temporm y Construclion Easement 0310912015 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 , 2Q_ Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # 7236; Parcel # TCE-7 TEMPORARY CONSTRUCTIOON EASEMENT 8601 OLD DENTON RD. TCE_7 FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999 EXHIBIT "A" REAL PROPERTY DESCRIPTION PART 1: BEING A PARCEL OF LAND SITUATED IN W. MCCOWENS SURVEY, ABSTRACT NUMBER 999, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 1, AS CONVEYED TO AIL INVESTMENT L.P., A TEXAS LIMITED PARTNERSHIP, BY DEED RECORDED IN INSTRUMENT NUMBER D211298925, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED WEST RIGHT— OF—WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT —OF —WAX) IN THE SOUTH MOST NORTHERLY LINE OF SAID TRACT 1, FROM WHICH A 5/8 INCH IRON FOUND FOR AN INTERIOR CORNER OF SAID TRACT 1, BEARS SOUTH 89 DEGREES 00 MINUTES 03 SECONDS WEST, 32.06 FEET; THENCE SOUTH 06 DEGREES 52 MINUTES 02 SECONDS WEST, 37.62.FEET WITH THE PROPOSED WEST RIGHT—OF—WAY LINE OF SAID OLD DENTON ROAD TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE PROPOSED WEST RIGHT--OF—WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 23 DEGREES 07 MINUTES 58 SECONDS EAST, 10.17 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE PROPOSED WEST RIGHT--OF—WAY LINE OF SAID OLD DENTON ROAD FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 67.38 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 05 DEGREES 15 MINUTES 21 SECONDS WITH A RADIUS OF 734.50 FEET, A TANGENT LENGTH OF 33.71 FEET AND A CHORD WHICH BEARS SOUTH 06 DEGREES 32 MINUTES 46 SECONDS WEST, 67.36 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT--OF—WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 09 DEGREES 10 MINUTES 27 SECONDS WEST, 88.42 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE PROPOSED WEST RIGHT-OF—WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO THE LEFT; THENCE 36.37 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 02 DEGREES 38 MINUTES 35 SECONDS WITH A RADIUS OF 788.50 FEET, A TANGENT LENGTH OF 18.19 FEET AND A CHORD WHICH BEARS SOUTH 07 DEGREES 51 MINUTES 10 SECONDS WEST, 36.37 FEET; THENCE DEPARTING THE PROPOSED WEST RIGHT—OF—WAY LINE OF SAID OLD DENTON ROAD, NORTH 83 DEGREES 28 MINUTES 08 SECONDS WEST, 10.00 FEET; THENCE NORTH 07 DEGREES 51 MINUTES 09 SECONDS EAST, 36.83 FEET; THENCE NORTH 09 DEGREES 10 MINUTES 27 SECONDS EAST, 88.42 FEET; THENCE NORTH 06 DEGREES 38 MINUTES 27 SECONDS EAST, 64.04 FEET;. THENCE NORTH 23 DEGREES 07 MINUTES 58 SECONDS WEST, 10.44 FEET; THENCE NORTH 06 DEGREES 52 MINUTES 02 SECONDS EAST, 38.91 FEET TO THE SOUTH MOST NORTHERLY LINE OF SAID TRACT 1; THENCE NORTH 89 DEGREES 00 MINUTES 03 SECONDS EAST, 10.09 FEET TO THE POINT OF BEGINNING AND CONTAINING 2,393 SQUARE FEET OR 0.055 OF AN ACRE OF LAND MORE OR LESS. A.N.A. Consultants, L.L.C. Page I of 2 5000 Thompson Terrace Colleyville, TX 76034 REVISION: 03 27-15 N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-7 8601 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999 PART 2: N. RIVERSIDE DRIVE TEMPORARY CONSTRUCTIOON EASEMENT TCE-7 BEING A PARCEL OF LAND SITUATED IN W. MCCOWENS SURVEY, ABSTRACT NUMBER 999, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 1, AS CONVEYED TO AIL INVESTMENT L.P., A TEXAS LIMITED PARTNERSHIP, BY DEED RECORDED IN INSTRUMENT NUMBER D211298925, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 5/8 INCH IRON FOUND FOR THE NORTHEAST CORNER OF SAID TRACT 1, IN THE SOUTH RIGHT-OF-WAY LINE OF NORTH TARRANT PARKWAY (VARIABLE WIDTH RIGHT-OF-WAY) AS RECORDED IN VOLUME 15819, PAGE 247, OF SAID DEED RECORDS; THENCE SOUTH 89 DEGREES 20 MINUTES 28 SECONDS WEST, 7.90 FEET TO THE POINT OF BEGINNING IN THE SOUTH RIGHT-OF-WAY LINE OF SAID NORTH TARRANT PARKWAY; THENCE SOUTH 57 DEGREES 56 MINUTES 48 SECONDS EAST, 3.35 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY) FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 27.33 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 17 DEGREES 29 MINUTES 35 SECONDS WITH A RADIUS OF 89.50 FEET, A TANGENT LENGTH OF 13.77 FEET AND A CHORD WHICH BEARS SOUTH 49 DEGREES 12 MINUTES 00 SECONDS EAST, 27.22 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 09 DEGREES 24 MINUTES 58 SECONDS WEST, 23.19 FEET WITH THE EASTERLY LINE OF SAID TRACT 1 AND WEST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT-OF-WAY); THENCE NORTH 50 DEGREES 09 MINUTES 21 SECONDS WEST, 65.69 FEET TO THE SOUTH RIGHT-OF-WAY LINE OF SAID NORTH TARRANT PARKWAY; THENCE NORTH 89 DEGREES 20 MINUTES 28 SECONDS EAST, 30.79 FEET TO THE POINT OF BEGINNING AND CONTAINING 988 SQUARE FEET OR 0.023 OF AN ACRE OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. sr EDWARD K. KHALIL SURVy 13 -- l .5.- A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyviile, TX 76034 Page 2 of 2 REVISION: 03-27-15 I LOT LOT �I NORMRNFRSI�UEKSEHgR iv NTP PoF 1710N t2B79 2EI� O H7377�1G0 T NORTH TARRANT PARKWAY -- — ae a a °I1 NORTH TARRANT PARKWAY (VARIABLE WIDTH RIGHT-OF-WAY) PART 2 9 z (210' WIDE RIGHT-OF-WAY) CITY OF FORT WORTH VARIABLE WIDTH CITY OF FORT WORTH ARY CONSTRUCTION VOL. i5819, PG. 247 TEMPORARY I D205191388 D.R.T.C.T. I ACQUISITION POD S89 2028"W D.R.T.C.T. 988 SQ.FT.+/-::�'. 7.90' L 'S ' RF L� I� �V89°00'03"E N06052'02"E 21.97 38.91'.-, �,.. k- 7 pqB 10.09' Scale 1" = 200' C2 A=02°38'35" R=788.50' L=36.37' T=18.19' L.C.=S07A51110"W 36.37' C1 © =05°15'21" R=734.50' L=67.38' T=33.71' L.C.=S06A3246"W 67.36 C3 =17°29`35" R=89.50' L=27.33' T=13.77' L.C.=S49Al2'00"E 27.22' N23°07'58"W PART 110.44' E VARIABLE WIDTH, N06°38'27 -• TEMPORARY CONSTRUCTION N S RUCTIONMENT N09°10'27"E 88.42 ACQUISITION 2,393 SQ.FT.+1- N07°51'09"E 36.83' N83°28'08"W 10.00' — Apparent Owner AIL INVESTMENT, LP, TRACT 1 INSt.: D211298925 D.R.T.C.T. �'MOWERROLBLVD tyMvStE�WITOTnt � WWAY7 '%'R[Rt 11�R-Y.GY. 16. S57°5648"E 3.35' S09°24`58"W E1 23. 9' 3 N50.09'21 "W 65.69 N89'20'28"E 30.79' Apparent Owner DGI ENTERPRISES, LP, INSt.: D208346159 D.R.T.C.T. met t Apparent Owner RICKY W. COLLINS VOL. 11677, PG. 1829 �TRACT2 D.R.T.C.T. TRACT, Apparent Owner PRENTISS D. CLARK & ANNA A. CLARK INST. # D203238576 D.R.T.C.T. LOT 1, BLOCK 1 O'DONNELUS ADDITION CAB. A, SLIDE 12710 P.R.T.C.T. SDA PROPERTIES LTD. INST.. # 207013397 !A1-1099 '-S z Apparent Owner ��••'�•• T a BILL MARKHAM P.••Gt5TEq••F ����� �� �r 0 INST. #2D6386147 D.R.T.C.T. • 50WARp K. KHAL ! ila SHOWING •'""••'••••••••••...... " VARIABLE W I WIDTH s4 5951 —e '-Mo." S S,MqTEMPORARY CONSTRUCTION EASEMENT ° SURD SITUATED IN W. McCOWENS SURVEY ABSTRACT NO. 999 S i geed= CITY OF FORT WORTH n IRON WITH CAP STAMPED Dates ���„" TARRANT COUNTY, TEXAS AMA" SET DATES 03-27-15 Dl:M NO, r 040180-TCE-7 APPROVED BYv S� j A.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace Colleyvilte, Texas 76034 Office: (817) 335-9900 Fax: (817)335-9955 RR.No. i0090800 SI-IT. W. o 1 OF 1 9�zc #NOa ____--A --- -x Oil NO1NK mO of 1.MNd ,lNV82 ]Vl N hOHJ — 7AI2J0 --IOIS231AI 1 HiZ�01 04 z col of ? �K Oo 0 0 Q F d 0 z i a in a` �me7 rc DU1 0o a -Z z w =a4€ 4 Lp 1�aY w [L a ii N z a s q mme§ U w F O o fl0 Z o w F ilf W N �� Izz '�� a s ` ❑❑� � a zcai Z w p wy� 3r€ z ¢ I� (69 - 19 S133HS Ol HE=13H) if1D9VONnoij AMNd 1NYdHVl N 99S - 3NIl HO1V W I I II (69 - 19 S1713HS Ol N333N)if109VONHON AAMd 1N-U- N 59N - 3N11 HOLM I g � � � 90'Bfi9"1N J w � 9u'689=1'I Jin I ' II 1 i l o9'fsa=la 0l � I � 1 I �F;1II - 1 i 1 OS'L69=1N I 1 it Of'Lfi9=11 a I I 1 i I I SO'L69=1N 9L 1 so'Lfis=1� �1 ao'scl 4s q ru e,aaraa - � � ? iL'969=lm 31 99'989=11 Ol ' � 1 1' `. • � ts'96s=m u 11 , 9l'969=11 Jl 11 ti I '1 l I II Ik ° 6b'669 -1a a1 , _ 1 ; 1 , 89 69=11 Jl >S I I1 I ai'S69='l 91 I .'W I Hulse+ 1 1 - •. _; ..4. = Y 9 3MD ' I 9LY69�- l 91 4 spar. #300 -A -x as NOIN3O ado of XWd 1NVJ2JVi 'N NOW - 3nlaa 30IS2 AIJ HiJON n I I �z o5gwm& k � Te O o N o d y&Waco u= z o w Z ` " Fg F 'vt n O = rc idp u Ad G rIE d U ui �me� o Z 0�ag vs r�ii .. J u4zw ¢ z a low L) w w z p p rx O� n, z Elf 3� soo���razw�u dada Sr r- ~ a o K S I �w I Qx a I,�pa d0ad .� }• 5 7k 55S, '! 4A M -I 11 I wo 8� Uzi 'J L ---- a r i r Ia � AI I m a T. I a a z �l w s I 1 , �r. I "5 w a' I �w� r r User Name: ekhalil Date: 04-13-15 Project: 140180 RIVERSIDE TOPO Time: 13;24:28 �reate Mapcheck Reports Page: 1 Lot Name: TCE-7-1 Lot Description: Description Lot Area (Square Feet): 2393.13 Lot Area (Acres): 0.0549 Lot Perimeter: 498.72 Parent Area (Square Feet): 0.00 losing Direction: N0105010911E losing Distance: 0.0024 7ourse Data:(Mapcheck Through Radius Points Method) ?oint Northing Easting Direction Distance 3egin 7010787.102253 2334638.089540 S06052102"W 37.616 7010749.756114 2334633.591837 823007158"E 10.170 ?C 7010740.403813 2334637.587256 tP 7010790.591968 2333904.803933 Curve Direction: CW Radial In: N86004155"W D.O.0 Arc; 07048102" D.O.0 Chord.: 07648124" Radius: 734.500 Delta angle: 05015122" Tangent length: 33.714 Arc length: 67.380 Chord Direction: S06°32F4611W Chord length: 67.357 External: 0.773 Middle ordinate: 0.773 Radial Out: S80049133"E ?pint Northing Easting Direction Distance ?T 7010673.486156 2334629.908394 S09010127"W 88.422 ?c 7010586.195228 2334615.810735 tP 7010460.479868 2335394.224441 Curve Direction: CCW Radial In: S80049133FFE D.O.0 Arc: 07015159" D.O.0 Chord: 07016117" Radius: 788.500 Delta angle: 02038135" Tangent length: 18.190 Arc length: 36.374 Chard Direction: S07051110HW Chord length: 36.370 External; 0.210 Middle ordinate; 0.210 Radial Out: N83028108"W Foint Northing Easting Direction Distance 'T 7010550.165985 2334610.841617 N8302810811W 10.000 User Name: ekhalil Date: 04-13-15 Project: 140180 RIVERSIDE TOPO Time: 13:24:28 Create Mapcheck Reports Page: 2 PC 7010551.303412 2334600.906514 RP 7010460.479868 2335394.224441 Curve Direction: CW Radial In: S8302810811E D.O.0 Arc: 0701013211 D.O.0 Chord: 0701014811 Radius: 798.500 Delta angle: 02038135/, Tangent length: 18.421 Arc length: 36.835 Chord Direction: N0705111011E Chord length: 36.832 External: 0.212 Middle ordinate: 0.212 Radial Out: N80049133i1W Point Northing Easting Direction Distance PT 7010587.789589 2334605.938653 N09010127"E 88.422 PC 7010675.080517 2334620.036311 ZP 7010790.591968 2333904.803933 Curve Direction: CCW Radial In: N80049133"W D.O.0 Arc: 0705413011 D.O.0 Chord: 07054/5311 Radius: 724.500 Delta angle: 05003159/, Tangent length: 32.053 Arc length: 64.064 Chord Direction: N06038128"E Chord length: 64.043 External: 0.709 Middle ordinate: 0.708 Radial Out: S850531321FE ?oint Northing Easting Direction Distance ?T 701.0738.693972 2334627.442742 N23007158"W 10.435 7010748.289966 2334623.343214 N0605210211E 38.913 7010786.923801 2334627.995997 N8900010311E 10.095 3nd 7010787.099836 2334638.089463 srror of Closure 1 : 206211 )eparture in Y (Northing)- 0.002417 )eparture in X (Easting): 0.000077 jot Name: TCE-7-2 ,ot Description: Description jot Area (Square Feet): 988.11 jot Area (Acres) : 0.0227 jot Perimeter: 150.36 ?anent Area (Square Feet): 0.00 User Name: ekhalil Date: 04-13-15 Project: 1.40180 RIVERSIDE TOPO Time: 13:24:28 Create Mapcheck Reports Page: 3 Closing Direction: N2100811411W Closing Distance: 0.0012 Course Data:(Mapcheck Through Radius Points Method) --------------------------------------------------------------------------------- Point PC RP Point PT End Error of Departure Departure Northing 7010875.638487 7010799.782363 Curve Direction: Radial in: D.O.0 Arc: D.O.0 Chord: Radius: Delta angle: Tangent length: Arc length: Chord Direction: Chord length: External: Middle ordinate: Radial Out: Northing 7010857.852843 7010834.970368 7010877.060628 7010877.414733 7010875.637391 Closure in Y (Northing) in X (Easting): Easting Direction Distance 2334597.252634 2334549.754229 Easting 2334617.857602 2334614.062821 2334563.623634 2334594.414598 2334597.253058 1 : 127941 0.001096 -0.000424 CW S32003112"W 64001'03" 67055'34" 89.500 17029'35" 13.770 27.325 S4901210011E 27.219 1.053 1.041 N49032147"E Direction S09°24158"W N5000912111W N89°20128"E S57056148"E Distance 23.195 65.694 30.793 3.349 North Riverside Drive Parcel * TCE-6 Doe # 7236 6600 Old Denton Rd. Fort forth, Texas. C.C. Whyte Survey, A-1611 CITY OF FORT WORTH TEMPORARY CONSTRICTION EASEMENT DATE: April 10th, 2015 GRANTOR: DGI Enterprises LP GRANTOR'S MAILING ADDRESS (including County): DGI Enterprises LP CIO Clay Bowden 300 Burlington Rd. Saginaw, TX 76179-1304 Tarrant County GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COMITY, 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 parcel of land situated in C. C. Whyte survey, abstract number 1611, City Of Fort Worth, Tarrant County, Texas, Being a portion of the remainder of tract 1, and tract 2, as described in deed to DGI Enterprises, LP, a Texas limited partnership, as recorded in instrument number D206346159, deed records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.193 Acres) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Constmclion Easement 03/09/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 03/09/20 i 5 GRANTOR: DGI Enterprises LP GRANTEE: City of Fort Worth A Texas Limited Partnership <Authorized Signatory Name> <Title> STATE OF TEXAS � COUNTY OF TARRANT § 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 2fl Notary Public in and for the State of Texas Temporary Construction Easement 03/09120i5 ACKNOWLEDGEMENT STAVE 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 2D Notary Public in and for the State of Texas Temporary Construction Easement 0310912015 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel ## TCE-S TEMPORARY CONSTRUCTION EASEMENT 8500 OLD DENTON RD. TCE-8 FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THE REMAINDER OF TRACT 1, AND TRACT 2, AS DESCRIBED IN DEED TO DGI ENTERPRISES, LP, A TEXAS LIMITED PARTNERSHIP, AS RECORDED IN INSTRUMENT NUMBER D208346159, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED RIGHT OF WAY LINE OF OLD DENTON ROAD AT THE SOUTH LINE OF SAID TRACT 1, AND THE NORTH LINE OF A TRACT OF LAND CONVEYED BY DEED TO RICKY W. COLLINS AS RECORDED IN VOLUME 11677, PAGE 1829, OF SAID DEED RECORDS, AND THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 56.82 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 04 DEGREES 34 MINUTES 31 SECONDS WITH A RADIUS OF 711.50 FEET, A TANGENT LENGTH OF 28.42 FEET AND A CHORD WHICH BEARS NORTH 05 DEGREES 44 MINUTES 28 SECONDS EAST, 56.80 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED RIGHT OF WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 08 DEGREES 01 MINUTES 44 SECONDS EAST, 59.48 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 57.89 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 04 DEGREES 12 MINUTES 23 SECONDS WITH A RADIUS OF 788.50 FEET, A TANGENT LENGTH OF 28.96 FEET AND A CHORD WHICH BEARS NORTH 05 DEGREES 55 MINUTES 32 SECONDS EAST, 57.87 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 25 DEGREES 24 MINUTES 33 SECONDS EAST, 13.43 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET; THENCE NORTH 04 DEGREES 35 MINUTES 27 SECONDS WEST, 50.94 FEET WITH THE NEW PROPOSED RIGHT OF WAY LINE OF SAID OLD DENTON ROAD TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE LEFT; THENCE 10.50 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 00 DEGREES 45 MINUTES 47 SECONDS WITH A RADIUS OF 788.50 FEET, A TANGENT LENGTH OF 5.25 FEET AND A CHORD WHICH BEARS NORTH 01 DEGREES 07 MINUTES 59 SECONDS WEST, 10.50 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 52.32 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 33 DEGREES 29 MINUTES 37 SECONDS WITH A RADIUS OF 89.50 FEET, A TANGENT LENGTH OF 26.93 FEET AND A CHORD WHICH BEARS NORTH 15 DEGREES 13 MINUTES 57 SECONDS EAST, 51.58 FEET TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE PROPOSED EAST RIGHT--OF-WAY LINE OF SAID OLD DENTON ROAD; A.N.A. Consultants, L.L.C. Page 1 of 2 5000 Thompson Terrace Colleyville, TX 76034 REVISION: 03-31-15 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-8 TEMPORARY CONSTRUCTION EASEMENT 8500 OLD DENTON RD. TCE-8 FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 THENCE NORTH 31 DEGREES 58 MINUTES 45 SECONDS EAST, 63.82 FEET TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE PROPOSED RIGHT OF WAY LINE OF SAID OLD DENTON ROAD AND THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 38.66 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 24 DEGREES 44 MINUTES 53 SECONDS WITH A RADIUS OF 89.50 FEET, A TANGENT LENGTH OF 19.64 FEET AND A CHORD WHICH BEARS NORTH 44 DEGREES 21 MINUTES 11 SECONDS EAST, 38.36 FEET TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD AND THE SOUTH LINE OF NORTH TARRANT PARKWAY (210' WIDE RIGHT-OF-WAY) AS RECORDED IN INSTRUMENT NUMBER D205191388 OF SAID DEED RECORDS; THENCE NORTH 89 DEGREES 16 MINUTES 43 SECONDS EAST, 264.35 FEET WITH THE NORTH LINE OF SAID TRACT 2, AND THE SOUTH LINE OF SAID NORTH TARRANT PARKWAY; THENCE SOUTH 00 DEGREES 43 MINUTES 17 SECONDS EAST, 5.00 FEET; THENCE SOUTH 89 DEGREES 16 MINUTES 43 SECONDS WEST, 191.83 FEET; THENCE SOUTH 74 DEGREES 16 MINUTES 43 SECONDS WEST, 62.33 FEET; THENCE SOUTH 31 DEGREES 58 MINUTES 45 SECONDS WEST, 131.27 FEET; THENCE SOUTH 02 DEGREES 54 MINUTES 03 SECONDS WEST, 72.44 FEET; THENCE NORTH 86 DEGREES 15 MINUTES 13 SECONDS WEST, 5.00 FEET; THENCE SOUTH 05 DEGREES 53 MINUTES 16 SECONDS WEST, 59.67 FEET; THENCE SOUTH 08 DEGREES 01 MINUTES 44 SECONDS WEST, 59.48 FEET; THENCE SOUTH 05 DEGREES 45 MINUTES 58 SECONDS WEST, 55.39 FEET TO THE COMMON LINE OF SAID TRACT 1, AND RICKY W. COLLINS TRACT; THENCE SOUTH 89 DEGREES 57 MINUTES 48 SECONDS WEST, 10.02 FEET WITH SAID COMMON LINE TO THE POINT OF BEGINNING AND CONTAINING 8,605 SQUARE FEET OR 0.198 OF AN ACRE OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. •0F r•se EDWARD K. KHALIL ..................... A 5951 %,pto Vie• A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page 2 of 2 REVISION: 03-31-15 NORTH TARRANT PARKWAY (VARIABLE WIDTH RIGHT-OF-WAY) ' CITY OF FORT WORTH ` VOL.15819, PG. 247 D.R.T.C.T. E Apparent Owner i AIL INVESTMENT, LP, TRACT 1 INST.: D211298925 D.R.T.C.T. WN MCCOWIENS @URVET A -000 Scale 1" = 100' No. ARC LITIGTF! DELTA ANGLE RAD I US TANCIEW CHORD D I RECT 1 ON CH L. Cl 56. E2. 04-34' 31. 711.50 28. 42 N 05-44' 28' E 56.80 C2 57.89 04-12' 23' 78% 50 28.96 N 05-55' 32' E 57.87 5 10.50 00-45' 47` 788.50 5.25 N 01-07' 59' W 10.50 04 52.32 33-29' 37' 89.50 26.93 N 15-13' 57' E 51.58 C5 30. 66 24-44' W. 89.50 19.64 N "-21' 11' E 38. 36 < (2 CITY WIDE FORT WORTHY) N. TARRANT PARKWAY ! D205191388 ` D.R.T.C.T. N. DE CATION F., D23 346;159 D.R.T.O.T.r I :fii I fO�•o4 r Z r I I IRS .: r C i ! I IR 60.94' IR :..: 0403I '27'�W 13.43' ee 62.33' �rqfff _--. S89°16'4 "'w.::' 5.00' S74° 16'43"W TRACT 2 S00 4317„ E ------------------------------------------ rRs N86°1V13"W 5.00' C S05.53'16"W 59.67' etT I S08°01'44"W ' 59.48' z 1 C1 S05°45'58"W 55.39' VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT 8,605 SO.FT.+I- Apparent Owner DGI ENTERPRISES, LP, INST.: D208346159 D.R.T.C.T. REMAINDER OF TRACT 1 ? Apppparent Owner p 0 ROOM. W. COLLINS VOL. 11677, PG. 1829 D.R.T.C.T. 0 TRACT 1 a -1 C. C. WINTI G GUNVIET A-4o99 OF ��° �aS � W ri�rr 5 EX"IBIT ............................. EDWARD K. KHAL I Q SHOWING .. .....................)... i 4 5951 ..= A VAR I ABLE WIDTH TEMPORARY �'�° ��''� <9 y' p��0� CONSTRUCTION EASEMENT S I TUATED I N C. C. WHYTE SURVEY ABSTRACT NO. 1611 S i gne CITY OF FORT WORTH, Date,1,Z 12 — /r— TARRANT COUNTY, TEXAS DRAWN BY& . W DATE' 03-31-15 DON. NO. # 040180-TCE8 APPROVED BYw EK REV I SE;Dz TRACT 2 o IRS V' IRON WITH CAP STAMPED 'ANA" SET A.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace Colleyville, Texas 76034 Office: (817) 333-9900 Fax: (817)335-9955 F.R.NO. 10090800 SHT. T'D. e 1 CF 1 MUM TRC_R Ann drigrOnv; 1•49.1A CAA s ac Vo❑ - - - - -N -- -x as No-lNio aio 0,1 'xMHd JNvd8v,l N woW -- 3ANG 301SL�AIH Hi210� i,^w�nF � o z m r a o you: �. zoEo n a i J g v ��$ r rr � w a z €� 8 o o K Jr n��ls o o ��j o_ a w o� o C)�- �,w EWE! F a ? a r MM z �a ��� i��� o ❑❑� cn z U � z a User Name: ekhalil Date: 04-13-15 Project: 140180 RIVERSIDE TOPO Time: 13:33:19 Create Mapcheck Reports page: I Lot Naive: TCE-8 Lot Description: Description Lot Area (Square Feet): 8605.08 Lot Area (Acres): 0.1975 Lot Perimeter: 1320.63 Parent Area (Square Feet): 0.00 Closing Direction: S34006137"E Closing Distance: 0.0004 Course Data:(Mapcheck Through Radius Points Method) ------------------------------------------------------------------------------- Point Northing Easting Direction Distance PC 7010502.116209 2334723.027890 RP 7010459.255231 2335433.234736 Curve Direction: CW Radial In: 88603214711E D.O.0 Arc: 08003110f1 D.O.0 Chord: 0800313411 Radius. 711.499 Delta angle: 0403413111 Tangent length: 28.423 Arc length: 56.816 Chord Direction: N0504412911E Chord length: 56.801 External: 0.567 Middle ordinate: 0.567 Radial Out: N81058116"W Point Northing Easting Direction Distance PT 7010558.631992 2334728.710012 N08001144"E 59.484 PC 7010617.532916 2334737,018284 RP 7010727.664310 2333956.249322 Curve Direction: CCW Radial In: N8105811611W D.O.0 Arc: 0701515911 D.O.0 Chord: 07016117/1 Radius: 788.498 Delta angle: 04012123T1 Tangent length: 28.957 Arc length: 57.888 Chord Direction: N05055133"E Chord length: 57.875 External: 0.532 Middle ordinate: 0.531 Radial Out: 866010139"E Point Northing Easting Direction Distance PT 7010675.098515 2334742.993202 N25024133"E 13.432 7010687.231192 2334748.756600 N04035127E1W 50.936 PC 7010738.003774 2334744.679711 User Name: ekhalil Date: 04-13-15 Project: 140180 RIVERSIDE TOPO Time: 13:33:19 Create Mapcheck Reports Page: 2 RP 7010727.663542 2333956.249514 Curve Direction: CCW Radial In: S8901415511W D.O.0 Arc: 07015159" D.O.0 Chord: 0701611711 Radius: 788.498 Delta angle: 00045147" Tangent length: 5.251. Arc length: 10.501 Chord Direction: N0100715911W Chord length: 10.501 External; 0.017 Middle ordinate: 0.017 Radial Out: N88029108"E Point Northing Basting Direction Distance PRC 7010748.502728 2334744.472086 RP 7010750.868120 2334833.940823 Curve Direction: CW Radial In: N88029E08"E D.O.0 Arc: 64001103" D.O.0 Chord; 6705513411 Radius: 89.500 Delta angle: 33029137" Tangent length: 26.931 Arc length: 52.319 Chord Direction: N1501315711E Chord length; 51.578 External: 3.964 Middle ordinate: 3.796 Radial Out: N5800111511W Point Northing Basting Direction Distance PT 7010798.268293 2334758.023279 N31058145"E 63.820 PC 7010852.403016 2334791.823044 .ZP 7010805.002843 2334867.740589 Curve Direction: CW Radial in: S58001115"E D.O.0 Arc: 64001103" D.O.0 Chord: 67055134" Radius: 89.500 Delta angle; 24044153" Tangent length: 19.635 Arc length: 38.658 Chord Direction: N44°21F1111E Chord length: 38.358 External: 2.129 Middle ordinate: 2.079 Radial Out: N33016122"W ?oint Northing Basting Direction Distance User Name: ekhalil Date: 04-13-15 Project: 140180 RIVERSIDE TOPO Time: 13:33:19 Create Mapcheck Reports Page: 3 PT 7010879.830939 2334818.638594 N89016'43"E 264.346 7010883.159129 2335082.963641 S0004311711E 5.000 7010878.159526 2335083.026593 S89016143"W 191.826 7010875.744383 2334891.215797 S74016143"W 62.329 7010858.855729 2334831.218484 S31°58'45"W 131.271 7010747.506321 2334761.695935 S0205410311W 72.438 7010675.161141 2334758.030031 N86015113"W 5.000 7010675.487843 2334753.040716 S05053'16"W 59.667 7010616.135603 2334746.920055 S0800114411W 59.484 7010557.234678 2334738.611783 S0504515811W 55.392 7010502.122945 2334733.046668 589057148"W 10.019 End 7010502.116533 2334723.027670 Error of Closure 1 : 3372908 Departure in Y (Northing): -0.000324 Departure in % (Basting): 0.000220 North Riverside Derive Parcel # TCE-9 Doe � 7236 8496 Old Denton Rd. Fort WoFth, Texas. C. C. Whyte Survey, A-1611 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: April 4th, 2016 GRANTOR: Ricky W, Collins GRANTOR'S MAILING ADDRESS (including County): Ricky W. Collins 4108 Colleyville Blvd. Colleyville TX. 76034-3724 Tarrant County GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a parcel of land situated in C. C. Whyte survey, Abstract Number 1611, city of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land conveyed by deed to Ricky W Collins as recorded in Volume 11677, Page 1829, deed records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.009 Acre) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Constniction Easement 04/04/2016 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 04/04/2016 GRANTOR: Ricky W. Collins Authorized Signatory Name> 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 , zo Notary Public in and for the State of Texas Temporary Construction Easenlenl 04/04J2016 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 Construction Easement 04l0Q2016 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-9 TEMPORARY CONSTRUCTION EASEMENT 8496 OLD DENTON RD, TCE-9 FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-]611 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND CONVEYED BY DEED TO RICKY W. COLLINS AS RECORDED IN VOLUME 11677, PAGE 1829, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE.NEW PROPOSED RIGHT OF WAY LINE OF OLD DENTON ROAD AT THE SOUTH LINE OF SAID COLLINS TRACT, AND THE NORTH LINE OF A TRACT OF LAND CONVEYED BY DEED TO PRENTISS D. AND ANNA A. CLARK AS RECORDED IN INSTRUMENT D203238576, OF SAID DEED RECORDS; THENCE NORTH 00 DEGREES, 26 MINUTES, '24 SEDONDS WEST, 27.80 FEET WITH THE NEW PROPOSED RIGHT OF WAY LINE OF SAID OLD DENTON ROAD TO A POINT FOR CORNER; THENCE DEPARTING THE NEW PROPOSED RIGHT OF WAY LINE OF SAID OLD DENTON ROAD, NORTH 89 DEGREES, 33 MINUTES, 36 SECONDS EAST, 15.00 FEET,; THENCE SOUTH 00 DEGREES, 26 MINUTES, 24 SECONDS EAST, 27.92 FEET TO THE COMMON LINE BETWEEN SAID COLLINS AND CLARK TRACTS; THENCE SOUTH 89 DEGREES, 59 MINUTES, 43 SECONDS WEST, 15.00 FEET WITH SAID COMMON LINE TO THE POINT OF BEGINNING AND CONTAINING 418 SQUARE FEET OR 0.009 OF AN ACRE OF LAND; MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. ��°�p 9pIO isreRr�� .•� EDWARD K. KHALIL •° paaaapppO......aeaaaa°S°pp -Aa 5951 Per Lj J A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page I of 2 REVISION: 04-06-16 flpparent Owner AIL INVESTMENT, LP, TRACT 1 WSt.: D211298925 D.R.T.C.T. MCCOWIENS 8 A -000 Scale 1" = 1.00' OF +44 Rlo�9JtiI ..nm.wusuS.. d K. KHAL I 5951 VEY 5 C. C. WNVTE BURVIEV A-9599 Apparent Owner DGI ENTERPRISES, LP, INSt.: D208346159 D.R.T.C.T. TRACT 1 N89 33'36 E Apparent Owner RiCKY W. COLLINS N S00°2V24"E VOL. 11677, PG. 1829 D.R.T.C.T. 2 r--- 27.92' TRACT 1 4 1 PROPOSED A�pp�pparerit Owner 5 FOOT WIDE PRENTISS D. CLARK TCE-10 ANNA A. CLARK INST. # D203238576 D.R.T.C.T. EXHIBIT "13" SHOW I NG 15` WIDE TEMPORARY CONSTRUCTION EASEMENT SITUATED IN C.C. WHYTE SURVEY ABSTRACT NO 1511 S i gned'.: CITY OF FORT WORTH, o IRS %" IRON WITH CAP STAMPED Dalte= I/- /&=- ! TARRANT COUNTY, TEXAS "ANA' SET DRAWN BY' `W AL A.N.A. CONSULTANTS, L.L.C. DATE, 04-04-16 DGN. NO. = 040180_TCE_9 A%k 5000 Thompson Terrace CONSULTANTS. L.L.C. Colleyvilic, Texas 76034 APPROVED BY& Efi - Office: (817) 335-9400 Fax: (817)335-9955 SHT REV I vED� F.R.NO. 100908.00• N0. i 1 OF 1 TRACT 2 LOT 1, BLOCK 1 O'DONNELL'S ADDITION CAB. A, SLIDE 12710 P.R.T.C.T. 1M Rn TPP.a All AtIlMIA Q-oA.AA — 9M #300-------N-------x 'Od N0iN30 010 01 '>MNd iNVUUI/l N HOW - 3AINO 301SH3AId H.I.aON 1 I ! r ft's1133NS0 O1.L03f4N00,:`,..._ lb 3d3NJ � f � 1 f !r f !I I I �f I f rl in=e I 'f r I ! a IrI I+ I II 1I _Yn II I T I den f yw I nry - £Z � uazr��w LJ S boo o � mQry'n U F rc _ in U rt c V -2A I ! jF I 4 • + r' I I NDfL0�L33NS 0.l 2f3d3FIJ 3NNO�,��:1dd rg r f'ffN - 3NIl N31b�W M+d N f r n ! d G 0 f — — — — 06+ZS'tl.LS-3�r-� ----oo p hw W emu v'3 w �# a8a w2 o♦ z V Z z W� Or � 8NM, o In o C3 O In W C] O Q m Ins S =opt rc 4 z� ✓sIY di w -o �e��a m a L'Oi W 4 1-_ >- J 3 Q aaaa yn OU x o z N o �� �� 1 �sx91'.r.TGl1 a>•����� User Name: ekhalil Date: 04--12-16 Project: 140181 RIVERSIDE TOPO EXTENSION Time: 13:03:14 Create Mapcheck Reports Page: 1 Lot Name: TCE-10 Lot Description: Description Lot Area (Square Feet): 323.6907 Lot Area (Acres): 0.0074 Lot Perimeter: 73.1.6 Parent Area (Square. Feet): 0.0000 Closing Direction: N9000010011E Closing Distance: 0.0000 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction Distance Begin 7010323.446380 2334737.7580.60 S00026'24"E 21.579 7010301.868016 2334737.923773 S8903313611W 15.000 7010301.752826 2334722.924215 N00026124"W 21.579 7010323.331189 23.34722.758502 N89033136"E 15.000 End 7010323.446380 2334737.758060 Error Of Closure 1 : 0 Departure in Y (Northing): 0.000000 Departure in X (Easting): 0.000000 Lot Name: TCE-9 Lot Description: Description Lot Area (Square Feet): 417.8725 Lot Area (Acres) : 0.0096 Lot Perimeter; 85.72 Parent Area (Square Feet): 0.0000 losing Direction: N84025115"W losing Distance: 0.0004 :!ourse Data:(Mapcheck Through Radius Points Method) Point Northing Basting Direction Distance 3egin 7010355.020075 2334737.515605 S00026124"R 27.915 7010327.105898 2334737.729975 S890591430W 15.000 7010327.104662 2334722.729975 N00°2612411W 27.80.1 7010354.904842 2334722.516480 N8903313611E 15.000 and 7010355.020033 2334737.516038 3rror of Closure I : 196931 )eparture in Y (Northing): 0.00004.2 )eparture in X (Basting); --0.000433 North Riverside Drive Parcel # TCE-10 Doe # 7236 8494 Old Denton Rd. Fort Worth, Texas. C. C. Whyte Survey, A-1611 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: April 4th, 2016 GRANTOR: Prentiss D. & Anna A. Claris GRANTOR'S MAILING ADDRESS (including County): GRANTEE: CITY OF FORT WORTH Prentiss D. & Anna A. Clark 8494 Old Denton Road Fort Worth, TX. 76244-9666 Tarrant County 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 parcel of land situated in C. C. Whyte survey, abstract number 1611, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land conveyed by deed to Prentiss D. and Anna A. Clark as recorded in instrument number D203238576, Deed Records, Tarrant County, Texas, and being more particularly - described in Exhibits "A" and "B". (0.007 Acre) Grantor, for the considerdtion paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 04/04/2016 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 Constnwtion Fasement 04/04/2016 GRANTOR: Prentiss D. Clark Anna A. Clark <Authorized Signatory Name> Authorized Signatory Name> 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 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 2Q Notary Public in and for the State of Texas Temporary Construolion Easement 04/04/2016 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , 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 04/0412016 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this stay 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 04/0412016 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-10 TEMPORARY CONSTRUCTION EASEMENT 8494 OLD DENTON RD. TCE-10 FORT WORTH, TEXAS. C.C. WHYTE SURVEY, A-1611 EXHIBIT OA" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1.611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND CONVEYED BY DEED TO PRENTISS D. AND ANNA A. CLARK AS. RECORDED IN INSTRUMENT D203238576, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: C0b=NCING AT A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED RIGHT OF WAY LINE OF OLD DENTON ROAD AT THE NORTH LINE OF SAID CLARK TRACT, AND. THE SOUTH LINE OF A TRACT OF LAND CONVEYED BY DEED TO RICKY W. COLLINS AS RECORDED IN VOLUME 11677, PAGE 1829 OF SAID DEED RECORDS; THENCE SOUTH 00 DEGREES, 26 MINUTES, 24 SECONDS EAST, 3.77 FEET WITH THE NEW PROPOSED RIGHT OF WAY LINE OF OLD DENTON ROAD TO THE POINT OF BEGINNING; THENCE NORTH 89 DEGREES, 33 MINUTES 3.6 SECONDS EAST, 15.00 FEET; THENCE SOUTH 00 DEGREES, 26 MINUTES, 24 SECONDS EAST, 21.58 FEET; THENCE SOUTH 89 DEGREES, 33 MINUTES, 36 SECONDS WEST, 15.00 FEET TO THE NEW PROPOSED RIGHT OF WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES, 26 MINUTES, 24 SECONDS WEST, 21.58 FEET WITH THE NEW PROPOSED RIGHT OF WAY LINE OF OLD DENTON ROAD TO THE POINT OF BEGINNING AND CONTAINING 324 SQUARE FEET OR 0.007 OF AN ACRE OF LAND, MORE OR LESS. Note: Surveyed on the. ground September 2014... Note: Bearings are relative to True North obtained from Global Positioning ,Satellite System (GPS) Observations North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. OF P� o�sr£R EDWARD K. KHALIL ' •.qA ee 6�..0 �P °°ggqe..°q �' SURD A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page I of 2 REVISION: 04-06-16 Apparent Owner AIL INVESTMENT, LP, TRACT 1 INSt.: D211298925 D.R.T.C.T. WN VACCOl E"s a RVET A -000 Scale 1" = 100' TRACT 1 Apparent Owner DO] ENTERPRISES, LP, INSt.: D208346159 D.R.T.C.T. C. C. WHYTE BURVET A-11699 Apppparen t Owner ROOM W. COLLINS VOL. 11677, PG. 1829 D.R.T.C.T. TRACT 1 SOO°26'24"E " 3.77' Z ¢ lo.vu, z SOO°26'24"E w C1 p �,r, 21.58' A�pp�pparent Owner PRENTISS D. CLARK Q 0 T c-`r.,._ ZoCq & ANNA A. CLARK O [R 0 INST. # D203238576 15 FOOT WIDE D.R.T.C.T. z TEMPORARY CONSTRUCTION a S89°33'36"W EASEMENT w 15:00 ACQUISITION2 Q.F. I i— ERF O z PROPOSED 5 FOOT WIDE TCE-11 Apparent Owner SDA PROPERTIES LTD. INST. # 207013397 D.R.T.C.T. EXHIBIT 11.1311 SHOWING 15' W I DE TEMPORARY CONSTRUCTION EASEMENT SITUATED IN C.C. WHYTE SURVEY ABSTRACT NO 1611 TRACT 2 LOT 1, BLOCK 1 O'DONNELL'S ADDITION CAB. A. SLIDE 12710 P.R.T.C.T. S i Sned r CITY OF FORT WORTH, V IRS %_ IRO14 PATH CAP STAMPEO Date' _ E TARRANT COUNTY, TEXAS ANA" SET DRAM BY* _w A.N.A. CONSULTANTS, L.L.C. DATE& 04-04-15 DON. ND. & 040180-TCE-10 5000 Thompson Terrace CONSULTANTS, L.L.C. Colleyvillc, Texas 76034 APPROVED BY& EK Office; (817) 335-9900 Fax: (817)335-9955 REllISEDe _ F.R.NO, t0090800• W. 1 OF i I o " Z Id 1-9 F -' J i ✓i o _ F $ - � W# x a � O - S 8�zww ter—. car—, of o I I I OI F al I I I I 1 1 I I I 1 I I Y 00+ZB'tl1S - 3W HOIVW In I X , � I I I oa+ev'v� s - 3NIl H��dry T�-r -- J-0V 'VIJO�lllO P,10VIN 12��o��n�b'm �cn O D w In - bo:¢' mN w rc o m G D o m -_ 3 dia� � � ❑ d w o � C z e � o 0 O to d mw&` o Q "L Z m 6 z LI❑ g In U Z 4444 I- s- Bx. - oa 11 91- 69= l �l P , �I '1 I r 41 1l1 15 ` � w l 11 S 1 1 or 69= l 31 JS �I �l I V F8469= �al1 i l} I I �I I 1 1 19' &9= o1 , L9' fi9= 1 01 - 1 l �l I 11 , 1 0 i69= - £+ 11 ' 1 9£' OF- 69= 69a D1 7 J1 ,r ss ava � 4 � II 1 I � !I �I User Name: ekhalil Date: 04-12-16 Project: 140181 RIVERSIDE TOPO EXTENSION Time: 13:02:53 Create Mapcheck Reports Page: 1 Lot Name: TCE-10 Lot Description: Description Lot Area (Square Feet): 323.6907 Lot Area (Acres): 0.0074 Lot Perimeter: 73.16 Parent Area (Square Feet): 0.0000 Closing Direction: N9000010011E Closing Distance: 0.0000 Course Data:(Mapcheck Through Radius Points Method) Point Northing Basting Direction Distance Begin 7010323.446380 2334737.758060 S0002612411B 21.579 7010301.868016 2334737.923773 S8903313611W 15.000 7010301.752826 2334722.924215 N00026124"W 21.579 7010323.331189 2334722.758502 N89033136"E 15.0.00 End 7010323.446380 2334737.758060 Error of Closure 1 : 0 Departure in Y (Northing): 0.000000 Departure in X (Basting); 0.000000 North Riverside Drive Parcel it TCE-11 Doe # 7236 6312 Old Denton Rd. Fort Worth, Texas. Let 1, Block 1, O'Donnell's Addition CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: May 4th, 2016 GRANTOR: Scott E. & Shanna L. O'Donnell GRANTOR'S MAILING ADDRESS (including County): Scott E. & Shanna L. O'Donnell 2140 E. Southlake Blvd, Ste. L607 Southlake, TX. 76092-6516 Tarrant County GRANTEE: CITY OF FORT !FORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCFZMORTON 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 portion of Lot 1, Block 1, O'Donnell's Addition, an addition to the city of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 12710, Plat Records, Tarrant County TX, as conveyed to Scott E. O'Donnell and Shanna L. O'Donnell by deed recorded in instrument D208174253, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.014 Acre) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 04/04/2016 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 PACE] Temporary Construction Easement 04/04/20 f 6 GRANTOR: Scott E. O'Donnell Shanna L. O'Donnell <Authorized Signatory Name> <Authorized Signatory Name> STAVE OF TEXAS § COUNTY OF TARRA NT § 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 Constniction Easement 04/04/2016 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared _ , 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 �.�.�. 1 20__ Notary Public in and for the State of Texas Temporary Construction Easement 04/04/2016 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY LAND AND SEAL OF OFFICE this _ day of Notary Public in and for the State of Texas Temporary Construction Easement 04/04/2016 N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-I 1 8312 OLD DENTON RD. FORT WORTH, TEXAS. LOT 1, BLOCK 1, O'DONNELL'S ADDITION N. RIVERSIDE DRIVE TEMPORARY CONSTRUCTION EASEMENT TCE- I I EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF LOT 1, BLOCK 1, O'DONNELL'S ADDITION, AN ADDITION TO CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, CONVEYED TO SCOTT E. O'DONNELL AND SHANNA L. O'DONNELL BY DEED RECORDED IN INSTRUMENT D208174253, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 1/2 INCH IRON FOUND FOR THE NORTHWEST CORNER OF SAID LOT 1, IN THE EAST RIGHT OF WAY LINE OF OLD DENTON ROAD AT THE SOUTH LINE OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO PRENTISS D. CLARK AND ANNA A. CLARK BY DEED RECORDED IN INSTRUMENT NUMBER D203238576, OF SAID DEED RECORDS; THENCE NORTH 89 DEGREES, 55 MINUTES, 57 SECONDS EAST, 1.5.00 FEET WITH THE COMMON LINE OF SAID LOT 1, AND CLARK TRACT; THENCE SOUTH 00 DEGREES, 26 MINUTES 23 SECONDS EAST, 43.07 FEET; THENCE SOUTH 89 DEGREES, 33 MINUTES, 37 SECONDS WEST, 15.00 FEET TO THE WEST LINE OF SAID LOT 1; THENCE NORTH 00 DEGREES, 26 MINUTES, 2.3 SECONDS WEST, 43.17 FEET WITH THE WEST LINE OF SAID LOT 1, TO THE POINT OF BEGINNING AND CONTAINING 647 SQUARE FEET OR 0.014 OF AN ACRE OF LAND, MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists .of the Real Property Description included herein and the Map of Survey attached herewith. �0F p a.aa. sre EDWARD K. KHALIL •pagappp Op °ppppa..ppsu ppppapap A 5951 �: 'a Po �4 pSi1Rv�� A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page 1 of 2 REVISION: 04-06-1:6 Apparent Owner AIL INVESTMENT, LP, TRACT 1 INSt.: D211298925 D.R.T.C.T. WIN 12ecowlEms 2 A - 009 r.� Scale 1" = 100` UEY TRACT 1 Apparent Owner DGI ENTERPRISES, LP, INSt.: D208346159 D.R,T.C.T. C. C. WHYTIs BURVGT A-9@99 App rent Owner ROOM, COLLINS VOL. 11677, PG. 1829 D.R.T.C.T. TRACT" 1 0 PROPOSED zO ¢ 16 FOCI 9 WIDE z'}' LL LLI 0 IRS W F PROPOSED A W W 15 FOOT WIDE TCE-10 A�pp�pparent Owner a CO m PRENTISS D. CLARK & ANNA A. CLARK W a INST. # D203238576 j ¢ D.R.T.C.T. t— �n zN89°55'57"E 43.07' S00°26'23"E 43.17' 15.00, 75 FOOT WIDE 00026'23" I Sgg°33'37"W TEMPORARY CONSTRUCTION EASEMENT ACQUISITION 647 SQ.FT.+1- Apparent Owner SDA PROPERTIES LTD. INST. # 207013397 D.R.T.C.T. EXHIBIT .11311 SHOWING 15' WIDE TEMPORARY CONSTRUCTION EASEMENT SITUATED IN LOT 1, BLOCK 1, O' DONNELL' S ADDITION TRACT 2 LOT 1, BLOCK 1 OIDONNELL'S ADDITION CAB. A, SLIDE 12710 P.R.T.C.T. a S i gnedt . CITY OF FORT WORTH, o IRS ;C IRON WITH CAP STAMPED Date= y,_/2-- I TARRANT COUNTY, TEXAS "ANA" SET DRAM BY' -W A.N.A. CONSULTANTS, L.L.C. DATE+ 04-04-16 DGN, N0. s 040180-TCE-1 1 04zw 5000 Thompson Terrace CONSULTANT$, L,L,o. Colleyviile, Texas 76034 APPROVED BY, EK - Office: #8I7) 335-9955 00 I`�' AdMIIF�Fax: L F.R.NO.10090800 51ii•ND.L 1 OF 1 9HL N300 -H -X 0d NO1N30 010 01 1,MNd 1Nv6dv1 -N W02d - AAIU(J 1-Ili.JUN oNAY "�" d 41 LoY R c) r�r oz d3mza a rnr@ o O o nf w a a� mwgj 3�->� m Tn \ N C) w U74 In .� e , 6—,' pp Pia $p k�o i o x a ❑❑ Z� z OWS VIS - 3NIl HOlVW n g •$ ! do '�•fj, r-j G IDS$ I I & la 0 lil .r ' Ir r 16 W Y 1 yak I I- I 1 1 St i I 1 I? I Jp LA N II I 0049V V1S- 3NIl H5.LVW o n 84' 89= - �l 1 I 91- 69^ l �1 I � I sl' sa= �a I l I r � £9' 69= I 11 1 11 1 {IYJ a 1 J � k w � l iS'69=1;tl �l 1 1 41 1 I l`I 1 I CL' 89� 91 �1k I ` V 69= � �1 User Name: ekhalil Date: 04-12-16 Project: 140181 RIVERSIDE TOPO EXTENSION Time: 13:02:43 Create Mapcheck Reports Page: 1 Lot Name: TCE-11 Lot Description: Description Lot Area (Square Feet): 646.7977 Lot Area (Acres): 0.0148 Lot Perimeter: 116.24 Parent Area (Square Feet): 0.0000 Closing Direction: 53001311311B Closing Distance: 0.0006 Course Da.ta:(Mapcheck Through Radius Points Method) Point Northing Basting Direction Distance Begin 7010151.737672 2334739.450275 S0002612311E 43.071 7010108.667940 2334739.780824 S89033137"W 15.000 7010108.5528.23 2334724.7812.66 N0.0026123"W 43.169 7010151.720551 2334724.449965 N8905515711B 15.000 End 7010151.738223 2334739.449954 Error of Closure 1 : 182394 Departure in Y (Northing); -01000551 Departure in X (Basting): 0.000321 Noilh Riverside Drive Parcel # TCE-12 Doe it 7236 8300 Old Denton Rd. Fort Worth, Texas. C. C. Whyte Survey, Am16111 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: April 4th, 2016 GRANTOR: SDA Properties, LTD. GRANTOR'S MAILING ADDRESS (including County): SDA Properties, LTD. P. O. Box 932 Keller, Texas 76244 Tarrant County GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a parcel of land situated in C. C. Whyte survey, abstract number 1611, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land described as tract 2, as conveyed to SDA Properties, LTD. By deed recorded in instrument number D216144527, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.007 Acre) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 04104120.16 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 04/04/2016 GRANTOR: SDA Properties, LTD. <Authorized Signatory Names <Title> STATE OF TEXAS COUNTY OIL 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 04/0412016 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 2©,_ Notary Public in and for the State of Texas Temporary Construction Easement 0410412016 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-12 TEMPORARY CONSTRUCTION EASEMENT 8300 OLD DENTON RD. ACQUISITION FORT WORTH, TEXAS. TCE-12 C.C. WHYTE SURVEY, A-1611 EXHIBIT "A„ REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 2, AS CONVEYED TO SDA PROPERTIES LTD BY DEED RECORDED IN INSTRUMENT NUMBER D215144827, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 1/2 INCH IRON FOUND FOR THE SOUTHWEST CORNER OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO SDA PROPERTIES LTD, BY DEED RECORDED IN INSTRUMENT NUMBER D207013397, DEED RECORDS, TARRANT COUNTY, TEXAS , AND THE NORTHWEST CORNER OF SAID TRACT 2, AND BEING IN THE EAST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT--OF-WAY); THENCE NORTH 89 DEGREES 57 MINUTES 48 SECONDS EAST, 30.50 FEET WITH THE COMMON LINE OF SAID SDA TRACT, AND SAID TRACT 2, TO A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE COMMON LINE OF SAID SDA PROPERTIES TRACT AND SAID TRACT 2, FOR THE PROPOSED EAST RIGHT- OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 1.69 FEET WITH NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD TO THE POINT OF BEGINNING; THENCE NORTH 89 DEGREES 33 MINUTES 36 SECONDS EAST, 15.00 FEET; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 2.0.44 FEET THENCE SOUTH 89 DEGREES 33 MINUTES 36 SECONDS WEST, 15.00 FEET TO THE EAST RIGHT-OF-W:AY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES 26 MINUTES 24 SECONDS WEST, 20.44 FEET TO THE POINT OF BEGINNING AND CONTAINING 307 SQUARE FEET OR 0.007 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative'to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 198.3 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace ColleyvilIe, TX 76034 PTe OF .xori '%Src asr-� .aura.• sea.aeae.. o EDWARD K. KHALIL ..e�eese...................�. e. P .4 5951 Page I of 1 REVISION: 04-04-16 Apparent Owner AIL INVESTMENT, LP, TRACT 1 INSt.: D211298925 D.R.T.C,T. MONTERRA BL.VD (VARIABLE WIDTH RIGHT-OF-WAY) INSTRUMEDNTR NO. D207079304 A e 09DO Apparent Owner AIL INVESTMENT, LP, TRACT 2 INSt.: D211298925 D.R.T.C.T. N Scale 1 = 100' LOT 1, BLOCK 1 O'DONNELUS ADDITION CAB. A, SLIDE 12110 P.R.T.C.T. C. 0. WTIE SURVEY u� Apparent Owner 13_ SDA PROPERTIES LTD. INST. # 207013397 D.R.T.C.T. 30.50' N89°33'36"E 15.00, 1.69, "o , . S00°26'24"E 11 20A4' N00'26241A 15 FOOT WIDE 20.44' TEMPORARY CONSTRUCTION S89°3336"W EASEMENT w I 15.00' ACQUISITION Apparent Owner 307 SQ.FT.+1- 5DA PR LTD RACT 2ES a INST. # 215144827 D.R.T.C.T. S T ..........�. EDWARD�K. KHALI Y..................... Y.. sd 5951 �i Signedk994LA Date t f , . • r DATES 04-04-15 DGN. N0. a 040180-TCE-12 APPROVED BY$ EK REVISED, � Apparent Owner RICARDO A. IBANEZ INST. # 209162181 D.R.T.C.T. PROPOSED 15 FOOT WIDE TCE-13 A�parena Owner AIL INVESTMENT LP. REMAINDER TRACT 10 VOL. 14315, PG. 56 D.R.T.C.T. EXHIBIT 111311 I SHOWING 15' WIDE TEMPORARY CONSTRUCTION EASEMENT SITUATED 1N C.C. WHYTE SURVEY ABSTRACT NO. 1611 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS o IRS ;" IRON WITH CAP STAMPED ANA- SET A.N.A. CONSULTANTS, L.L.C. 5000 Thompson Terrace Colleyville, Texas 76034 Office: (817) 335-9900 Fax: (817)335-9955 F.R.NO.10090800 SHT. NO. i 1 OF 1 t0180_TCE-12.dgn 4/1312016 9:18:28 AM 9czc #�On -H -x OH NnlW�O No 01 INVHHVI 'IJ NI(]Hi — ahlNCl �(11CN aliIN H I?i(1N 43 ++ o Po Xilu VgJ�Wo�Qo mNg _m¢m o rv�z� uNTA W ao 00 + r4 3 z<.s mR� o x z rxs w ws2 iz O to o C] o S O� a Q o w a Q Q I D F S 4 pr- w a 104E z0 c� z 8�iW o O0-SV V1S-3NIl HD1VR kGAIR 031NOVi } _ - aIIN I I a oal I g I6 - i'i �wry w HE h �O J SO 69- 9 alu SO 69= l 31 I ' ll I ' I I 09' O9' 69= 69= 01 l Ol d I 1 1 '1 Il ss' a9= al I K p. { � ae wag .M1 6E' 89= Ol I Bl 69= l Ol M1 II � v I SO' 69= OL I 69 89= 1 Ol 1 � I I I J l 1 9Y' 00' 68=� L S ll Y1 tlm0 I 1 1 I I 08' 69= 01 l Ol 1 11 CL761-13. SL'2 59= 00 SC+S Y15 0 'SC+ 6Y3 I 11 o o s I I I V o N o DO 00' 69= l Ol � i� �� I II I 1 iTu YYt. . I I 1 V aali } l 1 55'0 =l3 I i 10.0 "1 00 SL+i Nl OPH 1 'SL+ Y 9 l6' E4'189= 69= '1 Ol Ol User Name: ekhali.l Project: 140181 RIVERSIDE TOPO EXTENSION Create Mapcheck Reports Date: 04-12-16 Time: 13:02:25 Page: 1 Lot Name: TCE-12 -^--_ Lot Description: Description Lot Area (Square Feet): 306.5556 Lot Area (Acres): 0.0070 Lot Perimeter: 70.87 Parent Area (Square Feet): 0.0000 Closing Direction: N90000100"E Closing Distance: 0.0000 Course Data:(Map.check Through Radius Points Method) Point Northing Basting Direction Distance Begin 7009800.260771 2334741.775663 S00112612411E 20.437 7009779.824374 2334741.932606 S8903313611W 1.5.000 7009779.709183 233472:6.933049 N00026124"W 20.437 7009800-1455.80 2334.726.776105 N8903313.6"E 15.000 End 7009800.260771 23.34741.775663 Error of Closure 1 : 0 Departure in Y (Northing): 0.000000 Departure in X (Basting): 0.000000 Forth Riverside Drive Parcel # TCE-13 Doe # 7236 8280 Old Denton Rd. Fort Worth, Texas. C. C. Whyte Survey, A-1611 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: April 4th, 2016 GRANTOR: Ricardo A. Ibanez GRANTOR'S MAILING ADDRESS (including County) GRANTEE: CITY OF FORT WORTH Ricardo A. Ibanez 4724 N. Cascades St. Fort Worth, TX 76137-5104 Tarrant County GRANTEE'S MAILING ADDRESS (including County): 1000 THROCtCIIIIORTON ST. FOOT 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 parcel of land situated in C. C. Whyte, abstract number 1611, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land as conveyed to Ricardo A. Ibanez, by deed recorded in instrument D209162181, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.018 Acre) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 04104120I6 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 04/04/2016 GRANTOR: Ricardo A. Ibanez <Authorized Signatory Name> 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 I day of , 20 Notary Public in and for the State of Texas Temporary Construction Easement 04/04/2016 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY Or 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 120 Notary Public in and for the State of Texas Temporary Constnsotion Easement 0410412016 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-13 TEMPORARY CONSTRUCTION EASEMENT 8280 OLD DENTON RD. ACQUISITION FORT WORTH, TEXAS. TCE-I3 C.C. WHYTE SURVEY, A-1611 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN C. C. WHYTE SURVEY, ABSTRACT NUMBER 1611, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO RICARDO A. IBANEZ, BY DEED RECORDED IN INSTRUMENT NUMBER D209162181, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: C01X=NCING AT A 5/8 INCH IRON WITH CAP STAMPED "ANA" SET IN THE COMMON LINE OF SAID RICARDO A. IBANEZ TRACT AND THAT TRACT OF LAND AS DESCRIBED BY DEED TO SDA PROPERTIES LTD, RECORDED IN INSTRUMENT NUMBER D215144827, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING IN THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (VARIABLE WIDTH RIGHT -OF --WAY) AS RECORDED IN INSTRUMENT NUMBER D215251807 OF SAID DEED RECORDS; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 13.84 FEET WITH THE EAST RIGHT -OF -WAX LINE OF SAID OLD DENTON ROAD TO THE POINT OF BEGINNING, THENCE NORTH 89 DEGREES 33 MINUTES 36 SECONDS EAST, 15 FEET; THENCE SOUTH 00 DEGREES 26 MINUTES 24 SECONDS EAST, 51.62 FEET; THENCE SOUTH 89 DEGREES 33 MINUTES 36 SECONDS WEST, 15 FEET TO THE EAST RIGHT-OF-WAY LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES 26 MINUTES 24 SECONDS WEST, 51.62 FEET TO THE POINT OF BEGINNING AND CONTAINING 774 SQUARE FEET OR 0.018 ACRES OF LAND MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD 183), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description -included herein and the Map of Survey attached herewith. OF .e £DWARF K. KHALIL " ....................... A 5951 P :' °af'0_ f S S �� �S U R,q 4/— 12. —1 A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page I of 1 REVISION: 04-06-16 N Scale 1" 100' CITY OF F INST. NO. D.R.T.C.T. Apparent Owner AIL INVESTMENT, LP, TRACT 2 INSt.: D211298925 D.R.T.C.T. Apppparent Owner SDA PROPERTIES LTD. TRACT 2 INST. # 215144827 D.R.T.C.T. N89°33'36"E 15.00, 13.84' 08 pp wner .IBANEZ N00°26'Z4"W RICARDO Aarent 6' ' INST. # 209162181 61.62' .62' D.R.T.C.T. 15 FOOT WIDE Co :TEMPORARYCONSTRUCTION rnEASEMENTR WORTH ACQUISITION21 251807 S861.w 774 SQ.FT.}1- OYn ci j 15.00' cQo1= t_i!4 IRS Q O i Apparent Owner AIL INVESTMENT LP. REMAINDER TRACT 10 p VOL. 14315, PG. 56 w D.R.T.C.T. IVEY ppA -099 ner BASSMOD are3 LAND TRACT 1 INSt.: D215190571 D.R.T.C.T. rr� 0 F S T F,pF.y %�r2. Gtil EDWARD K. KHAL ,Y..................... .4.� va5951 -, i S i grneds Dates Ad ,,fl _ 14. G. C. WHY TIE SURVIET A-95i19 (VARIABLE WIDTH RIGHT-OF-WAY) _ w INST.# D211210676 & D211153454 D.R.T.C.T. - EXHIBIT "B" SHOW I NG 15' WIDE EMPORARY CONSTRUCTION EASEMENT SITUATED IN C.C. WHYTE SURVEY ABSTRACT NO. 1611 ° " "ANA"SETITH CAP STAMPED CITY OF FORT WORTH, 11" "I" �T` "" AM A.N.A. CONSULTANTS, L.L.C. DATE: 04-04-16 AdL DIN. N0. ► 040180-TCE-1$ Ar 0 V Nk 5000 Thompson Terrace CONSULTANT$, L.L.C. Colleyville, Texas 76034 APPROVED BYs EK Office: (817) 335-9900 REV I SEDi r� Fax: (817) 335-9955 cI T. NO. , 1 OF 1 F.R.NO. 10090800 9VZI N30a-------h- - - - - - - x as NO1N3a alo Ol .kMAd 1Naatla3 N woad - 3NJ0 IOISLJIAIJ HMON $ B Wmm���tnH o Sao �wsw gm�"{✓ H BO'''v p zo a o v 7 GRmnnN �+ own z e`z�o 5� V. V Z Ld Z O '- U 5 oW a b np- I o w N d o'er W y a xa -u€ �a 7 �a a N o mW Q perm C, O as Q w o N ❑EI O� MM sxzLiw I - x ~ W o osirr als-3NIlltnlaw I I > - I- I - I 1 I I I I I 1� I` I I E - A ]t I Z17.) 1n06a0NnOL Pas-HNII ail NOsdwOHI HOlaW "� 4 I' ; (69 - 99 SjoRHS Ol N3dF)2)) 1n09V4JNnON ou NOSdwOHl ESSS - ENII HO1V1•Y i I r - I � I p _- _- I I Li - I ILd It of II 111 z I I I I _ I ��I -- I I g _ 16� I V I I i I i �a l I V I ( OWQ n011 O Ol M3j3l11 - lllO$VONlION Oil NOSdWOHl I ' ; I ^'' '169-995SH3H5;01213dBiIM .L,1108VONn8N cm NO$dW011l i VS H31 I fi �,9L- fC I I I1I I 1 I _ ' 1= -rl h - in NL z I _ al I a b o 66'V1S 3NIl HOlVY4 a w Eg °u FLZ -13' SL L69= 3 L6'169= tl Nl SFi SY y + i 88'S SS F6 169- l a1 — �]n }}o• -g� s � a 3e a� 1 uLtl� 1 1 I ' S =l1 I 111 869- 0 SL+ Y15 sine . 110�SC C4 s9 S 5 1 101 I I ` ll t � --- A- - - ---- - - 3 � 11 Ob 88= l 9A tt 1 6Z 89= l 9A } 5 I sr I 1 99' B9= a �1 6F 19= N i 94 19= 1 91 1 ' 4 � I 1 9b L9= 1 31 11 ,� 0 I 4 4 1 1 L9� a �f I I 1 II - — 4 It ti 1 1- 1 44' L9= d 31 98 L9- 1 al � II � 1 I 1 1 wo I 4 1 KzZ #100-------H-------x '08 NO1NK 010 01 'AMyld 1NVUUVI 'N NOW - IAIHC 3OISMIAIM didW �gW r m � o S map F c� z ffi .s p z€ aI Ro o < m t%m ncz o p �c~i to c $ ¢ w a o o•i,� z aw o =0 F Q W \ z N z` '� W E o 4 H J _T_ 4 w 4.>ww w F Iz o r rep nor w� w $� y g s p o a— o ❑❑s' zv zz a H.- x ffi^oMm x� z a w RIP 00*84'tlJ.S - 3N1'1 H�1'dW �: i .t 7� .BLS IF �• 1&+� � In m� � tlNN31NOM1 ! °' n 'i; �J aL I`m r--I'^'tT� j x ism�6 a 7 I � -11 t i ni-' w�ml rpm 'J .K '.ss lass$ aom m J� earl la o r 2 T 50 8B- user Name: ekhalil Date: 04-12-16 Project: 140181 RIVERSIDE TOPO EXTENSION Time: 13:02:12 Create Mapcheck Reports Page: 1 Lot Name: TCE-13 Lot Description: Description, Lot Area (Square Feet): 774.2781 Lot Area (Acres): 0.0178 Lot Perimeter: 133.24 Parent Area (Square Feet): 0.0000 Closing Direction: N9000010011E Closing Distance: 0.0000 Course Data:(Mapcheck Through Radius Points Method) Point Northing Basting Direction Distance Begin 7009613.139607 2334743.212588 S000261241PE 51.619 7009561.52.2129 2334743.608990 S89033136"W 15.000 7009561.406938 2334728.609432 N00026'24"W 51.619 7009613.024416 2334728.2130:30 N8903313611E 1.5.000 End 7009613.139607 2334743.212588 Error of Closure 1 : 0 Departure in Y (Northing): 0.00000.0 Departure in X (Easting): 0.000000 North Riverside Drive Parcel # TCE-14 Igoe # 7236 8100 Cold Denton RBI. Fort Worth, Texas. Lot 1, Bloch A Residences At Old Denton Road CITY OF FORT WORTH `Y'WORARY CONSTRUCTION EASEMENT DATE: April 4th, 2016 GRANTOR: S2S Bella Vista Exchange, LLC. GRANTOR'S MAILING ADDRESS (including County): S2S Bella Vista Exchange, LLC. PMB 170, 1001 Bridgeway Sausalito, CA 94965 Marin County GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TIC 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a portion of Lot 1, Block A, Residences at Old Denton Road, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 12594, plat records, Tarrant County, Texas, as conveyed to S2S Bella Vista Exchange, LLC., by deed recorded in instrument D216014470, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.019 Acre) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Constniction Easement 04/04/2016 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 FOLLOWIhG PAGE] Temporary Construction Easement 04104/2016 GRANTOR: S2S Bella Vista Exchange, LLC <Authorized Signatory Names < T itle> 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 Conslruetion Easement 04/04/2016 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAT_ OF OFFICE this day of 20 Notary Public in and for the State of Texas Temporary Constniction Easement 04I04)2016 N. RIVERSIDE DRIVE DOE # 7236; Parcel # TCE-l4 S 100 OLD DENTON RD. FORT WORTH, TEXAS. LOT 1, BLOCK A, RESIDENCES AT OLD DENTON ROAD N. RIVERSIDE DRIVE TEMPORARY CONSTRUCTION EASEMENT TCE-14 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN W. W. THOMPSON SURVEY, ABSTRACT NUMBER 1498, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF LOT 1, BLOCK A, RESIDENCES AT OLD DENTON ROAD, AN ADDITION TO CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS RECORDED IN CABINET A, SLIDE 12594, PLAT RECORDS, TARRANT COUNTY, TEXAS, AS CONVEYED TO S2S BELLA VISTA EXCHANGE, LLC., BY DEED RECORDED IN INSTRUMENT D216014470, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: C0144ENCING AT A 5/8 INCH IRON ROD FOUND FOR THE NORTHWEST MOST WESTERLY CORNER OF SAID LOT 1, IN THE EAST RIGHT OF WAY LINE OF OLD DENTON ROAD AT THE SOUTH LINE OF THAT CERTAIN TRACT OF LAND AS CONVEYED TO BASEM AND RIAD NIMRI BY DEED RECORDED IN INSTRUMENT NUMBER D208232375, OF SAID DEED RECORDS; THENCE SOUTH 00 DEGREES, 27 MINUTES, 21 SECONDS EAST, 206.42 FEET WITH THE COMMON LINE OF SAID LOT 1, AND SAID OLD DENTON ROAD TO THE POINT OF BEGINNING; THENCE NORTH 89 DEGREES, 32 MINUTES 39 SECONDS EAST, 10.00 FEET; THENCE SOUTH 00 DEGREES, 27 MINUTES, 21 SECONDS EAST, 80.74 FEET; THENCE SOUTH 89 DEGREES, 32 MINUTES 39 SECONDS WEST, 10.00 FEET TO THE EAST LINE OF SAID OLD DENTON ROAD; THENCE NORTH 00 DEGREES, 27 MINUTES, 21 SECONDS WEST, 80.74 FEET WITH THE WEST LINE OF SAID LOT 1, AND THE EAST LINE OF SAID OLD DENTON ROAD TO THE POINT OF BEGINNING AND CONTAINING 807 SQUARE FEET OR 0.019 OF AN ACRE OF LAND, MORE OR LESS. Note: Surveyed on the ground September 2014. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. OF S EDWARD K. KHALIL ••Ye ............. ...... w e. 5951 P. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 Page 1 of 2 REVISION: 04-06-16 N Scale 1" = 100' WN MCCOWE SURVEY A -000 Apparent Owr BASSWOOD 35 LA TRACT 1 INSt.: D2151.9( D.R.T.C.T. LLC, F-9L a r� z 2 �o z 1 F'— � a 1 3; PO6 a iw m 0 LLI a ti �� C3 r 0 O z i I� Signed: 0 0 rL O a- 0 a. SIWIRF Apparent Owner BASE RND RIAD NIMRI INST. # D208232375 D,R.T.C.T. W. TC;OMPSON G(11RVE17 A-MM I FUTILITY EASEMENT I I I 1 I I I I I 280..74' "'" 10 FOOT WIDE ORARY CONSTRUCTION EASEMENT ACQUISITION 807 SQ.FT.+/- 1 LOT 1, BLOCK A RESIDENCES AT OLD DENTON ROAD CAB. A, SLIDE 12594 P.R.T.C.T. S2S BELLA VISTA EXCHANGE, LLC., INST. NO. D216014470 D.R.T.C.T. EXHIBIT 111311 I SHOWING 10' WIDE TEMPORARY CONSTRUCTION EASEMENT OUT OF LOT 1, BLOCK A, RESIDENCES AT OLD DENTON ROAD SITUATED IN W.W. THOMPSON SURVEY ABSTRACT NO. 1498 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS °rRs ' NAOSEWITH CAP STAMPED DRAWN BY: -M Ak A.N.A. CONSULTANTS, L.L.C. DATE+ 04-04-16 IAL IL DGN. N0. r 040180_TCE-14 ASK 5000 Thompson Terrace CONSULTANTS, L.L.C. Colleyvilie, Texas 76034 APPROVED BYe EK - 0S Office: (817) 335-9900 Fax: (817) 335-9955 R, ND. e t OF 7 REV 1 Slime Ado; 10090800 %7ZI #700 — - - - - - m - - - - - - x 'Oa No1N�C 010 01 I.MYId 1NV6aV1 'N NGH.. '- ]AIN(] lfllQAAPHi?Anw g a m�rvM„ 7 nnannc"i% � O w Ilp\ i oI r�rr ouoBmn '� [� p ZO M L J � «aa•.���� I lrrY���"'... R.� � m�$ � 6q ME � J + �> ¢ U W F Z p a g o � mw �� s! �- a F w �a3r� $� g o� s �xs 00 a Cc z $ � o g m „S t� aaaa 13 I 094bG V LS - 3NI' 7-- �— Gq';C' � I F d�N }I CN �i O� �1 zyy 5F 1r � F I G 8� I I I� f i R 11 fir Ls i IC 1s= i 9A i� Jll�l t } I I I 99 L9= l �1 l 1 5 i } I 1 i I 5 l 5 5 y 5 l t r, &I f t 1 1 I I !1 I } 11l 1 V I- I 1 I I , 11 Ls= a aA 1 { Rf h IV I 4s w- a al }1 i 1 tl 4 , l 1 � ll 1 1 I II � i j 1 , l I } 1 I 1! C9= l 7A a I 1 O 15 4 1 1 4 I User Name: ekhalil Date: 04-12--16 Project; 140181 RIVERSIDE TOPO EXTENSION Time: 1.3:01:57 Create Mapcheck Reports Page: 1 Lot Name; TCE--14 Lot Description; Description Lot Area (Square Feet): 807.399.0 Lot Area (Acres.): 0.0185 Lot Perimeter: 181.48 Parent Area (Square Feet): 0.0000 Closing Direction: N9000010011E Closing Distance: 0.0000 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting Direction Distance Begin 7008356.855226 2334748.158700 800027121"E 80.740 70.08276.117781 2334748.801044 S89032139"W 10.000 7008276.038224 2334738.801360 N00027121"W 80.740 700835.6.775669 2334738.159016 N8903213911E 10.000 End 7008356.855226 2334748.158700 Error of Closure 1 : 0 Departure in Y (Northing):. 0.000000 Departure in X (Easting): 0.000000 North Riverside Drive Parcel # TCIE-15 Doe 8 7236 8463 Old Denton Rd. Fort ti}.for tth, Texas. W. McGowen Survey, A-999, CITY OF_FORT �WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: May 21, 2018 GRANTOR: BASSWOOD 35 LAND, LLC. GRANTOR'S MAILING ADDRESS (including County): 59 King St. Apt. A Charleston, SC 29401-2763 Charleston County GRANTEE: CITY or FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKIiVIIORTON 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 parcels of land situated in W. McCowen survey, abstract number 999, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land described as tract 1, by deed to Basswood 35 Land, LL.C, as recorded in instrument number D215190571, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.050 Acres) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Conslruelion t asen3ent 03109/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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 Constntetion Easement 03/09/2015 GRANTOR: Basswood 35 Land, LLC. GRANTEE: City of Fort Worth A South Carolina Corporation By By (Signature): -.. (Print Name)_---_ Title APPROVED AS TO FORM AND LEGALITY (Signature).__ (Print Name). _ __ ., Title___ AtdF(NOWLEDGEItdi'E✓NT 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 Cunsiruction Easomem 03/0912015 STATE or 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 Construction Fasetnent 03/09/2015 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel ## TCE-15 TEMPORARY CONSTRUCTION EASEMENT 8463 OLD DENTON RD. TCE-15 FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN W.M. MGCOWEN SURVEY, ABSTRACT NUMBER 999, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 1, BY DEED TO BASSWOOD 35 LAND, LLC, AS RECORDED IN INSTRUMENT NUMBER D215190571, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: CONWNCING AT A 5/8 INCH !RON ROD WITH YELLOW CAP STAMPED "ANA- FOUND IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (NORTH RTVERSIDE DRIVE - VARIABLE WIDTH RIGHT-OF-WAY); THENCE SOUTH 50 DEGREES 15 MINUTES 31 SECONDS WEST, 37.76 FEET WITH THE NORTH LINE OF THOMPSON ROAD (VARIABLE WIDTH RIGHT-OF-WAY); THENCE SOUTH 63 DEGREES 12 MINUTES 28 SECONDS WEST, 34.55 FEET WITH THE NORTH LINE OF THOMPSON ROAD (VARIABLE WIDTH RTGHT-OF-WAY) TO THE POINT OF BEGINNING, - THENCE SOUTH 63 DEGREES 12 MINUTES 28 SECONDS WEST, 6.25 FEET WITH THE NORTH LINE OF SAID THOMPSON ROAD TO THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 37.91 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 12 DEGREES 57 MINUTES 47 SECONDS WITH A RADIUS OF 167.55 FEET, A TANGENT LENGTH OF 19.04 FEET AND A CHORD WHICH BEARS SOUTH '72 DEGREES 10 MINUTES 28 SECONDS WEST, 37.83 FEET TO THE BEGINNING OF CURVE TO THE LEFT; THENCE 31.86 FEET WITH THE ARC OF SAID CURVE AND TIME NORTH LINE OF SAID THOMPSON ROAD THROUGH A CENTRAL ANGLE OF 01 DEGREES 45 MINUTES 20 SECONDS WITH A RADIUS OF 1039.88 FEET, A TANGENT LENGTH Or 15.93 FEET AND A CHORD WHICH BEARS SOUTH 77 DEGREES 48 MINUTES 36 SECONDS WEST, 31.86 FEET; THENCE DEPARTING SAID NORTH LINE, NORTH 15 DEGREES 27 MINUTES 09 SECONDS WEST, 25.02 FEET TO THE BEGINNING OF A CURVE TO Ti]E RIGHT, THENCE 33.67 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE. OF 01 DEGREES 48 MINUTES 41 SECONDS WITH A RADIUS OF 1064.88 FEET, A TANGENT LENGTH OF 16.84 FEET AND A CHORD WHTCH BEARS NORTh 77 DEGREES 46 MINUTES 55 SECONDS EAST, 33.67 FEET TO THE BEGINNING OF A CURVE TO THE LEFT; THENCE 31.72 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 12 DEGREES 45 MINUTES 14 SECONDS WITH A RADIUS OF 142.49 FEET, A TANGENT LENGTH OF 15.92 FEET AND A CHORD WHICH BEARS NORTH 72 DEGREES 16 MINUTES 34 SECONDS EAST, 31.65 FEET; THENCE NORTH 63 DEGREES 12 MINUTES 2B SECONDS EAST, 29.82 FEET; THENCE SOUTH 71 DEGREES 47 MINUTES 32 SECONDS EAST, 4.34 FEET TO THE BEGINNING OF A CURVE TO THE LEFT; A.N.A. Consultants, L.L.C. Page 1 of 5000 Thompson Terrace Colleyville, TX 76034 REVISION: 05-14-18 N. RIVERSIDE DRIVE DOE # _7236; Parcel # TCE-15 8463 OLD DENTON RD. FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, N. RIVERSIDE DRIVE TEMPORARY CONSTRUCTION EASEMENT TCE-15 THENCE 35.04 FEET WITH THE ARC OF SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 14 DEGREES 48 MINUTES 58 SECONDS WITH A RADIUS OF 135.50 FEET, A TANGENT LENGTH OF 17.62 FEET AND A CHORD WHICH SEARS SOUTH 24 DEGREES 19 MINUTES 28 SECONDS WEST, 34.94 FEET TO THE POINT OF BEGINNING AND CONTAINING 2,189 SQUARE FEET OR 0.050 ACRES OF LAN❑ MORE OR LESS. Note: Surveyed on the ground April 2018. Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19{9), this "Report" consists of the Rea]. Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace ColleyvllIe, TX 76034 EDWARO K. KHALIL .. ........ 4.......... p.. oa 5951 �-yA�°tee s s SUR�4 Page 2 of 2 REVISION: 05-14-18 TA2 IRADIL r Ii G1t �Q I 1 BASSWOOD 35 LAND LLC INST, NO. D215190571 D.R.T.C.T. O a 4 ud lr � O TCE - 15 (2189 SF)POC C3 I OB Scale 1" = 100' w — Iva o 'Pc ROAD �H BASSWOOD 35 LAND LLC, TRACT 1 INSt.: 0215190571 D.R.T.C.T. TU1��CsC�l�P9� X Apparent er AIL INVESTMENTOwnLP. REMAINDER TRACT 10 VOL.14315 PG.56 D.R.T.6.T. Apparent Owner AIL INVESTMENT LP. REMAINDER TRACT 10 VOL.14316 PG.56 D.R.T.G�.T. Apparent Owner BASEM AND RIAD NIMBI INST. # D208232375 D.R.T.C.T, 5 r rip f f' b EXHIBIT "Blu j EDWARD K. KHAL I ,.Y.......5 1 �: ..... 595VAR I ABLE WIDTH :A TEMPORARY C TI T I ON EASEMENT SuFZ'4 S I TUATED I N Flo MCCCVrEIU SLRVEY ABSTRACT NO. 999 $ i gnede CITY OF FORT WORTH. Dates TARRANT COUNTY, TEXAS Oy` JAF A.N.A. CONSULTANTS, L.L.C. VATEs 05-09-1a 13�V. M a 040180.1«o 15. AW 5000 Thompson Terrace I Yr .... CONSUL-TA4NTs. t L .C. Collayville, Texas 76034 011ice: 817)) 335-A*Rov9900 IlEbrsf - — Fax: �817) 335-9955 F.R.NO. 1 090800 SFIP. f+1� 1 13r I A. S — TH9)dPSON FAD .•L ; � � A 1 11i 1 All o A1.9= p -- - 0 Pall �,v_r z� n ono Irk g` tl in A 2 NZa'C I ✓ NORTH RIVERSIDE DRIVE - FRom N. TARiUNT PKWY, TO OLD DENTON RD. T E E . � ;r S MONTMRA ,E LVq`,,/ ' pig ix a n sg a g Ir JOIN r3 X-23811 K-2470 DOEO 7236 User Name: ekhalil Date: 05-16-18 Project: 140181 RIVERSIDE TOPO EXTENSION Time: 11:22:47 Create Mapcheck Reports Page: 1 Lot Name: Name: TCE-15 Lot Description: Description Lot Area (Square Feet): 2189.2258 Lot Area (Acres): 0.0503 Lot Perimeter: 235.62 Parent Area (Square Feet); 0.0000 Closing Direction: S84023123"W Closing Distance: 0.0017 Course Data:(Mapcheck Through Radius Points Method) Point Northing ------------------------------- Easting ----------------- Direction Distance Begin 7009126.948190 2334544.609850 S63012128"W 6.250 PC 7009124.130963 2334539.030806 RP 7009276.826978 2334470.062739 Curve Direction: CW Radial In: N24018126"W D.O.0 Arc: 34011147" D.O.0 Chord: 34043132" Radius: 167.549 Delta angle: 12057147" Tangent length: 19.035 Arc length: 37.908 Chord Direction: S72010+27"W Chord length: 37.827 External: 1.078 Middle ordinate: 1.071 Radial Out: S1102013911E Point Northing Easting Direction Distance PRC 7009112.551329 2334503.019962 RP 7008092.878150 2334706.996978 Curve Direction: CCW Radial In: S11018144"E D.O.0 Arc: 05°30136" D.O.0 Chord: 05030143" Radius: 1039.875 Delta angle: 010451201/ Tangent length: 15.932 Arc length: 31.862 Chord Direction: S77048136"W Chord length: 31.861 External: 0.122 Middle ordinate: 0.122 Radial out: N1300410411W Point Northing Easting Direction Distance PT 7009105.823796 2334471.877576 N1502710911W 25.021 PC 7009129.940329 2334465.210996 zP 7008092.878391 2334706.998720 User Name: ekhalil Project: 140181 RIVERSIDE TOPO EXTENSION Date: 05-16-18 Time: 11:22:47 Create Mapcheck Reports Page: 2 Curve Direction: Cw^--- -- Radial In: S13007126"E D.O.0 Arc: 05022150/1 D.O.0 Chord: 050221571, Radius: 1064.875 Delta angle: 01048142/1 Tangent length: 16.837 Arc length: 33.671 Chord Direction: N77046155"E Chord length: 33.669 External: 0.133 Middle ordinate: 0.133 Radial Out: N1.1018144"W Point Northing Basting Direction Distance PRC 7009137.065892 2334498.117821 RP 7009276.767810 2334470.083571 Curve Direction: CCW Radial In: N11020149"W D.O.0 Arc: 4001214011 D,O.0 Chord: 41005,091, Radius: 142.487 Delta angle: 1204511411 Tangent length: 15.924 Arc length: 31.717 Chord Direction: N72016134"E Chord length: 31.652 External: 0.887 Middle ordinate: 0.882 Radial Out: S24006'03"E Point Northing Easting Direction Distance PT 7009146.701653 2334528.267245 N63012128"E 29.819 7009160.142757 2334554.885086 57104713211E 4.336 PC 7009158.787914 2334559.003981 RP 7009087,521123 2334674.248480 Curve Direction: CCW Radial in: S58016103"E D.O.0 Arc: 4201710511 D.O.0 Chord: 430181301/ Radius: 135.500 Delta angle: 14048158/1 Tangent length: 17.618 Arc length: 35.039 Chord Direction: S24019128"W Chord length: 34.941 External: 1.141 Middle ordinate: 1.131 Radial Out: N73005101."W Point Northing Eastin g Direction Distance User Name: ekhalil Project: 140181 RIVERSIDE TOPO EXTENSION Create Mapcheck Reports End 7009126.948353 2334544.611512 Error of Closure 1 : 141073 Departure in Y (Northing):-0.000163 Departure in X (Easting):-0.001662 Date: 05-16-18 Time: 11:22:47 Page: 3 =_---__-_--__-__- -----_---------- North Riverside Drrive Parcel # T'CE-16 Doe 0 7236 8463 Old Denton Rd. Fort Worth, Texas. lfif. McC©tven Survey, A-999, CITY W rOR .' I iOR" U TEMPORARY CONSTRUCTION EASEMENT DATE: May 21, 2018 GRANTOR. BASSWOOD 35 LAND, LLC. GRANTOR'S MAILING ADDRESS (including County): 59 King St. Apt, A Charleston, SC 29401-2753 Charleston County GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 YHROCiF MORTON 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 parcels of land situated in W. McCowen survey, abstract number 999, City Of Fort Worth, Tarrant County, Texas, being a portion of that certain tract of land described as tract 1, by deed to Basswood 35 Land, LLC, as recorded in instrument number D215190571, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". (0.050 Acres) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easemont 03/09/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of roadway improvement. 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) Tamparary Constr"Otion Easement 03109/2015 GRANTOR: Basswood 35 Land, L!_C. GRANTEE: City of fort Worth A South Carolina Corporation --------- By By (Signature):-_________ . (Print Name)_-...___, APPROVED AS TO FORM AND LEGALITY (Signature)_-_ (Print Name)_— 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 arrd for the State of Texas Temporary Construction Easement 03/09/201 S 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 ConsfruDlion Easement 0310912015 N. RIVERSIDE DRIVE N. RIVERSIDE DRIVE DOE # _7236; Parcel ## TCE-16 TEMPORARY CONSTRUCTION EASEMENT 84463 OLD DENTON RD, TCE-16 FORT WORTH, TEXAS. W. MCCOWEN SURVEY, A-999 EXHIBIT "A" REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND SITUATED IN W.M. MCCOWEN SURVEY, ABSTRACT NUMBER 999, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, BEING A PORTION OF THAT CERTAIN TRACT OF LAND DESCRIBED AS TRACT 1, BY DEED TO BASSWOOD 35 LAND, LLC, AS RECORDED IN INSTRUMENT NUMBER D2151.90571, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 5/8 INCH IRON ROD WITH YELLOW CAP STAMPED "ANA" FOUND IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF OLD DENTON ROAD (NORTH RIVERSIDE DRIVE - VARIABLE WIDTH RIGHT-OF-WAY); THENCE SOUTH 70 DEGREES 52 MINUTES 33 SECONDS WEST, 10.39 FEET TO THE P01NT OF BEGINNING; THENCE NORTH 13 DEGREES 02 MINUTES 35 SECONDS WEST, 93.49 FEET TO THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 19.28 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 07 DEGREES 51 MINUTES 41 SECONDS WITH A RADIUS OF 140.50 FEET, A TANGENT LENGTH OF 9.65 FEET AND A CHORD WHICH BEARS NORTH 44 DEGREES 46 MINUTES 10 SECONDS WEST, 19.25 FEET; THENCE NORTH 69 DEGREES 28 MINUTES 31 SECONDS WEST, 46.22 FEET TO THE BEGINNING OF A CURVE TO THE LEFT; THENCE 29.38 FEET WITH THE ARC OF SAID CURVE THROUGH A CENTRAL ANGLE OF 01 DEGREES 47 MINUTES 48 SECONDS WITH A RADIUS OF 936.89 FEET, A TANGENT LENGTH OF 14.69 FEET AND A CHORD WHICH BEARS SOUTH 77 DEGREES 52 MINUTES 45 SECONDS WEST, 29.38 FEET; THENCE NORTH 12 DEGREES 14 MINUTES 52 SECONDS WEST, 23.00 FEET TO THE SOUTH LINE THOMPSON ROAD (VARIABLE WIDTH RIGHT-OF-WAY) AND TiAE BEGINNING OF A CURVE TO THE RIGHT; THENCE 36.36 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 02 DEGREES 10 MINUTES 14 SECONDS WITH A RADIUS OF 959.89 FEET, A TANGENT LENGTH OF 18.18 FEET AND A CHORD WHICH BEARS NORTH 78 DEGREES 05 MINUTES 05 SECONDS EAST, 36.36 FEET; THENCE SOUTH 69 DEGREES 28 MINUTES 31 SECONDS EAST, 28.96 FEET TO THE BEGINNING OF A CURVE TO TBE LEFT; THENCE 52.36 FEET WITH THE ARC OF SAID CURVE TO TEE LEFT THROUGH A CENTRAL ANGLE OF 22 DEGREES 08 MINUTES 26 SECONDS WITH A RADIUS OF 135.50 FEET, A TANGENT LENGTH OF 26.51 FEET AND A CHORD WHICH BEARS SOUTH 38 DEGREES 18 MINUTES 16 SECONDS EAST, 52.04 FEET; A.N.A. Consultants, L.L.C. Page I of 5000 Thompson Terrace Colleyviile, TX 76034 REVISION: 05-14-18 N. RIVERSIDE DRIVE N. RIVF,RSIDE DRIVE DOE # _7236; Parcel # TCE-16 TEMPORARY CONSTRUCTION EASEMENT 8463 OLD DENTON RD. TCE-16 FORT WORTH, TEXAS. W. McCOWEN SURVEY, A-999, THENCE SOUTH 13 DEGREES 02 MINUTES 35 SECONDS EAST, 65,03 FEET THENCE SOUTH 03 DEGREES 36 MINUTES 24 SECONDS EAST, 30.50 FEET TO THE POINT OF BEGINNING AND CONTAINING 2,175 SQUARE FEET OR 0.050 ACRES OF LAND MORE OR LESS, Note: Surveyed on the ground April 2018. Note: Bearings are .relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1963 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying Genera. Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. A.N.A. Consultants, L.L.C. 5000 Thompson Terrace Colleyville, TX 76034 — 2v_ 1 P Page. 2 of 2 REVISION: 05-14-I 8 W. ARC LEMT—l4lFCEfA RAD I LA-1 T �c T§' —To-7-5v'41- 140. 50 9. 6-5 -d� N 44'4& ? 0' mr m- 313 01 -47&J& 936.89 14.69 S 77'52'45' W f— C3 36.36 jQe- 10* 14- 8 - BN -M--.89 La--? --, N���` *j- - ' 36' ai 135-50 RG. 51 3B- I 36 122' 962=� W 04: BASSA WpSoarent Oer D 35 LAND LLC, TRACT I INSU D215190571 D.R.T.C.T. PROPOSED TCE-15 Scale 100, SASSMareOD nt Owner 35 LAND LLC, TRACT I INSt.: D215190571 D.R.T.C.T- TCE - 16 (2175 SF) U POB POC IFF Ll A oron, Owner AIL ITW VESTM N LP. REMAINDER TRACT 10 VOL. 14316 PG 56 D.R.T.d.T. ' 9 N-MER D I RECT I ON uj W Ll S 70-52" 3T WI 11C 0 a. L2 N 13'C235, W19a o --. 5 �I 69-28- 31 WF46 N 12- 14'52" W 23 L5 5 69-28' 31' E 28 E6� S 13-0235- F 69 AWarent Owner AIL I VESTMENT LP. REMAINDER TRACT 10 VOL. 14316, PG. 56 -------------- THOMPSON ROAD (VAR W§Clf Wbf�j -A—Y)- INSTX D211210676 & D211153454 Apparent Owner BASE AND RIAD NIMRI INST. # D208232375 D.R.T.C.T, EXHIBIT "B" VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT S I TUATED I N W. McCOWEN SURVE Y APo:�TPAf-'T Kn goo 1 9 S i CITY OF' FORT WORTH, Date# TAINT COUNTY, TEXAS upJmN aw mm Ak DATER C5-09-18 I A.N.A. CONSULTANTS, L.L.C. DML Pa a C4C)180-T(:E- 16 odl� W, 5000 Thompson Ten -ace G0JY6ULr^kTWA.t-C. Colleyville, Texas 76034 BY1 EK Office: (817) 335-9900 FEViOD Fax: (817) 335-9955 F . R.NO. 10090800 SHT. W, i 1 (F I yl, i7 - z 'C, z � n E rrg o 6 .11 j: �'� 3 S `7'I p ■ iA N 6N CD g $ �y A • R n I MONTEMA ,ES.Vp,' , u-� g 7236 E DRIVE — FROM N. 7ARRAN7 PKSVY, TQ DLD DENTON RD.— x-23611 K-2478 User Name: ekhalil Project: 140181 RIVERSIDE TOPO EXTENSION Create Mapcheck Reports Date: 05-16-18 Time: 11:48:08 Page: 1 Lot Name: TCE-16 Lot Description: Description Lot Area (Square Feet): 2174.9672 Lot Area (Acres): 0.0499 Lot Perimeter: 424.59 Parent Area (Square Feet): 0.0000 Closing Direction: N70024133"E Closing Distance: 0.0031 Course Data:(Mapcheck Through Radius Points Method) Point Northing Easting ---------------------------------- Direction Distance Dc4gin 7008890.886534 2334602.617011 N13002135"W 93.493 PC 7008981.967485 2334581.517212 kP 7009087.520545 2334674.246935 Curve Direction: Cw Radial In: N41017'59"E D.O.0 Arc: 40046148" D.O.0 Chord: 41041138" Radius: 140.500 Delta angle: 0705114111 Tangent length: 9.654 Arc length: 19.278 Chord Direction: N44046110"W Chord length: 19.262 External: 0.331 Middle ordinate: 0.330 Radial Out: S49009140"W Point Northing Easting Direction Distance PT 7008995.642782 2334567.951466 N69028131"W 46.222 PC 7009011.848747 2334524.663593 RP 7008092.876147 2334707.000125 Curve Direction: CCW Radial In: S11013'21"E D.O.0 Arc: 06006,561, D.O.0 Chord: 06007106" Radius: 936.887 Delta angle: 01047148" Tangent length: 14.691 Arc length: 29.379 Chord Direction: S77052145"W Chord length: 29.377 External: 0.115 Middle ordinate: 0.115 Radial Out: N1.3001'0911W Point Northing Easting Direction Distance PT 7009005.680241 2334495.941042 N12014'52"Ea 23.002 PC 7009028.158700 2334491.061403 User Name; ekhalil Project: 140181 RIVERSIDE TOPO EXTENSION Create Mapcheck Reports Date: 05-16-18 Time: 11:48;08 Page: 2 RP 7008092.875636 2334706,998065 Curve Direction: Cw Radial In: S130001021FE D.O.0 Arc: 05058,08" D.O.0 Chord: 05058,18" Radius: 959.887 Delta angle: 02010114" Tangent length: 18.184 Arc length: 36.364 Chord Direction: N78005105°E Chord length: 36.362 External: 0.172 Middle ordinate: 0.172 Radial Out: N10049148"W Point Northing Easting Direction Distance PT 7009035.666092 2334526.639508 S69028131"E 28.964 PC 7009025.510980 2334553.764902 RP 7009087.515604 2334674.243865 Curve Direction: CCw Radial In: N62045'57"E D.O.0 Arc: 42017105" D.O.0 Chord: 43018130" Radius: 135.500 Delta angle: 22008126" Tangent length: 26.511 Arc length: 52.361 Chord Direction; S38018116"E Chord length: 52.035 External: 2.569 Middle ordinate: 2.521 Radial Out; S4003713111W Point Northing Eastin g Direction Distance PT 7008984.677255 2334586.018578 S13002135"E 65.034 7008921.321084 2334600.695659 803036124"E 30.496 End 7008890.885484 2334602.614060 Error of Closure 1 : 135553 Departure in Y (Northing): 0.001050 Departure in X (Easting): 0.002951 - .02 Subsurface and Physical Condition THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WM71i Nurkh RJwildr Drive STANDARD [' NSTRUMON SPECFFICA710N DCWIJMFRTS FrujCV1 N11. 02272 Jieyogpe!July 1.2011 1 -1 '� ))GLOBE Engineem, Inc. Geotechnical, Environmental, Materials Testing OF-OTECHNICAL INVESTIGATION FOR PROPOSED STREET EXPANSION AT N, RIVERSIDE DRIVE BETWEEN N. TARRANT PARKWAY TO OLD DENTON FORT WORTH, TARRANT COUNTY, TEXAS PROJECT NUMBER: 14256 REPORTED TO: Konstantine Bakintas, PE Baird, Hampton, & Drown, Inc. 4550 SH 360, Suite 160 Grapevine, Texas 76051 SEPTEMBER 2014 PREPARED BY: GLOBE ENGINEERS, INC. 17819 Davenport Rd., Suite 240, Dallas, Texas 75252 o Office: 972-713-3030 ♦ Fax: 972-713-3029 7524 Sand Street, Fort Worth, TX 76116 o Office: 817-284-5151 o Fax: 817-284-5154 GLOBE Engineers, Inc. September 4, 2014 Konstantine Bakintas, PE Baird, Hampton, & Brown, Inc. 4550 SH 360, Suite 180 Grapevine, TX 76051 Geotechnical Investigation Proposed Street Expansion N. Riverside give Between N. Tarrant Parkway to Old Denton (Fort Worth, Tarrant County, Texas Gentlemen: Project No. 14256 This report presents the results of the Geotechnical Investigation performed at the site of the above referenced project located in Fort Worth, Tarrant County, Texas. Our engineering analyses as well as the results of our field and laboratory investigations are included in this study. We appreciate the opportunity to be of assistance on this project. Please feel free to contact us if you have any questions or if we can be of further service. Sincerely, Globe Engineers, Inc. FAQ' SAREMI ........................ M110 Fay Saremi, PE, PMP Principal/ Senior Geotechnical Engineer Project No. 14256 - Page 2 r v GLOBE Engineovs9 Ukw. Table of Content 1.0 EXECUTIVE SUMMARY .........................................................................................................................5 2.0 AUTHORIZATION...................................................................................................................................7 3.0 INTRODUCTION ......................................................................................................................................7 3.1 PROJECT DESCRIPTION..........................................................................................................................7 3.2 SITE DESCRIPTION.................................................................................................................................7 3.3 SCOPE OF WORK...................................................................................................................................7 3.4 REPORT FORMAT...................................................................................................................................7 3.5 SUBSURFACE EXPLORATION...................................................................................................................8 4.0 SUBSURFACE INVESTIGATION...........................................................................................................8 5.0 LABORATORY INVESTIGATIONS........................................................................................................8 6.0 SUBSURFACE CONDITIONS............................................................................................................. 10 6.1 STRATIGRAPHY...................................................................................................................................10 6.2 SUBSURFACE WATER CONDITIONS.......................................................................................... ............ 11 6.3 CONSTRUCTION VARIATIONS............................................................................................................... 12 7.0 ANALYSIS AND RECOMMENDATIONS............................................................................................ 12 7.1 POTENTIAL VERTICAL MOVEMENTS...................................................................................................... 12 8.0 GROUNDWATER CONTROL.............................................................................................................. 19 9.0 AVERAGE ANNUAL PRECIPITATION............................................................................................... 19 10.0 FOUNDATION SETTLEMENT......................................................................................................... 19 11.0 EARTHIfi+ORK..................................................................................................................................20 12.0 RECOMMENDED SPECIFICATIONS FOR CONTROLLED EARTHWORK PLACEMENT.......... 21 13.0 STREET EXPANSION MAINTENANCE RECOMMENDATIONS ................................................... 23 14.0 LIMITATIONS...................................................................................................................................25 Project No. 14256 -- Page 3 -- GLOBE Engineers, into LIST OF FIGURES AND APPENDICES FIGURES Figure 1 Site Location Map Figure 2 Boring Location Map APPENDIX A • Boring Logs • Free Swell Test Results • Lime Series Determination • Key to Soil Classifications and Symbols • Soluble Sulfate Determination • Traffic Analysis for Highway Design • Pavement Computer Modeling • Fort Worth Average Annual Precipitation Project No. 14256 - Page 4 - Y ' GLOBE Englwteers, Qric. i r0 ExECUTiyE SUMMARY Globe Engineers, Inc. has completed a Geotechnical Exploration at N. Riverside Drive between N. Tarrant Parkway to Old Denton, in the City of Fort Worth, Tarrant County, Texas. The results from this Exploration are briefly summarized in the following table. The text of the report should be reviewed for a discussion of these items. IrYPICAL GENERAL SUBSURFACE CONDITIONS ENCOUNTERED DEPTHr 0' to 10' Concrete, Asphalt, Sandy Clay/Clay bill, and Clay with high swell potential. Rock Partially Weathered Rock (PWR) or Limestone was observed at boring locations during drilling. Groundwater Groundwater was not encountered at boring locations at the time of drilling. ANTICIPATED FUTURE CUT AND/OR FILL Per Site At the time of our exploration, the subject site is relatively flat, however, some Observations cut or fill is anticipated to bring the site to final grade. GEOTECHNICAL CONCERNS Existing Fill Existing fill was observed at boring locations during drilling. Potential The Potential Vertical Movements (PVM) and associated effective Plasticity Vertical Index is on the order of approximately 3.7 inches. This value is highly Movements dependent on the moisture conditions of the soil and time of the year that the test is taken. Mature Trees Mature trees were not observed at project site. Groundwater Groundwater should not be encountered in the excavation required for Street Expansion. RECOMMENDATIONS Street 10 inches Concrete Pavement (CPCD) overlay 8 inches of compacted Lime Expansion Treated Subgrade (LTS) for a total depth of 18 inches. Engineered Fill The material used as select fill, if needed, should consist of a non -active sandy clay or clayey sand type substance, having a Plasticity Index (P.I.) varying from 8 to 15. Project No. 14256 _ Page 5 — GLOBE Engineers, Inc. The purpose of this geotechnical exploration is to evaluate some of the physical and engineering properties of subsurface materials at the subject site with respect to formulation of appropriate geotechnical design parameters. Recommendations provided in this report have been developed from information obtained in test borings representing subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations. The scope of work is not intended to fully define the variability of subsurface materials that may be present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and tests. Project No. 14256 — Page 6 -- GLOBE Engineers, inc. 2.0 AUTHORIZATION_ This investigation has been authorized by Baird, Hampton, & Brown, Inc. Subcontract Number 14- 706-001 on August 18, 2014 and performed in accordance with Globe Engineers, Inc. proposal number 14256P dated April 14, 2014. 3.1 Promegt pescription The proposed project consists of reconstruction and widening of N. Riverside Drive from N. Tarrant Parkway southward, for approximately one mile, to Old Denton Road in the City of Fort Worth, Tarrant County, Texas. The proposed roadway is anticipated to accommodate two north bound and two south bound lanes, plus north and south bound bicycle lanes on the outside, within a 110-ft right-of-way. 3.2 Site Description The Project Site is existing 2-lane undivided asphalt and shallow borrow ditches. The existing right-of-way is variable and approximately 80-ft wide, and congested with overhead utilities. The project is located in north Fort Worth. 3.3 Scope of Work The principal purposes of this investigation were to: 1) Develop subsurface soil and rock stratigraphy at the boring locations; 2) Provide recommendations for pavement design parameters; 3) Provide site preparation recommendations. The first section of this report will describe the field and laboratory phases of the study. The remaining sections present our recommendations to guide design and preparation of plans and specifications. Boring logs and laboratory test results are presented in the Appendix A section of this report. Project No. 14256 _ Page 7 - I J Er GLOBE Englineerrs, into 3.5 Subsurface Exploration The subsurface exploration at the site was accomplished by means of seven (7) undisturbed sample core borings drilled to depths of ten (10) feet below existing ground surface on Friday, August 15, 2014. Approximate locations of each test boring are shown on the attached Boring Location Plan in Figure 2. The subsurface investigation consisted of drilling three-inch nominal diameter core borings. Undisturbed samples of the cohesive soils were obtained from the borings by means of thin -wall, seamless steel Shelby tube samplers, in accordance with the ASTM D-1587 method. The shear strength of the cohesive soil samples was estimated by hand penetrometer in the field. To evaluate the relative density and consistency of harder formation, Texas Department of Transportation Cone Penetrometer tests were performed at selected locations. The actual test consists of driving a three-inch diameter cone with a 170-pound hammer freely falling 24 inches. In hard materials, the penetrometer cone is driven with the resulting penetration, in inches, accurately recorded the first and second 50 blows for a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. In relatively soft materials, the penetrometer cone is driven one foot and the number of blows required for each six-inch penetration is tabulated at respective test depths, as blows per six inches on the log. The results of these tests are shown on the attached boring logs in Appendix A. All undisturbed samples were extracted mechanically from the core barrels in the field, classified, wrapped in aluminum foil, and sealed in airtight plastic bags to prevent moisture loss and disturbance. The samples were transported to our laboratory for testing and further study. 5.0 LABoRATORy INVESTIGATIONS All samples from borings were examined and classified in the laboratory by a soil engineer, according to procedures outlined in ASTM D-2488. Laboratory tests were performed on selected soil samples in order to evaluate the engineering properties of the soil in accordance with the indicated standard procedures: Project No. 14256 Page 8 GLOBE Engineers, into LABORATORY TESTS STANDARD TESTS Atterberg Limits (L.L., P. L., P.I.) ASTM D-4318 Soil Moisture Content ASTM D-2216 Unconfined Compressive Strength ASTM D-2166 Soils Classification ASTM D-2487 Percent Passing #200 Sieve ASTM D-1140 Free Swell Test ASTM-4546 Potential Vertical Rise (PVR) Tex-124E Classification Tests: Classification of soils was verified by natural moisture content, atterberg limits and #200 Sieve tests were performed on appropriate cohesive and non -cohesive samples. These tests were performed in accordance with American Society for Testing and Materials (ASTM) procedures. The results of these tests are presented at the respective sample depths on the boring logs. Strength Tests: Unconfined compression tests were performed on selected samples of cohesive soils. Water content and dry unit weight of the foundation soils were determined as routine parts of the unconfined compression tests. (Free Swell Tests: Free Swell combined with Potential Vertical Rise was performed on selected soil samples. In the Free Swell Test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and allowed to swell. Moisture content is determined both before and after completion of the test. Test results are recorded as the percent swell, with initial and final moisture content. The free swell test results are shown in Appendix A. Lime Series Determination: Eades-Grimm pH test method to Reduce Plasticity Index of Soils test was performed using Advanced PH Meter equipment according to ASTM C-977 on the samples collected from the roadway. Project No. 14256 - Page 9 -- I e GLOBE Engineers, Onto 6.0 SUBSURFACE CONDITIONS 6.1 ;_ tratigraphy Specific types and depths of subsurface strata encountered on the site are shown on the attached boring logs in Appendix A. Review of the boring logs indicates that generalized stratography is approximately as follows: Boring E Stratum No. Avg. Depth (Feet) Description of Strata 1 0.0 —10.0 2-ft Stiff Clay FILL Overlay Dark Brown to Light Brown and Gray Stiff Shaley CLAY (CH) .5orti;g 6-t. Stratum No. Ado. Depth (Feet) Description of Strata 1 0.0 —10.0 Dark Brown to Brown Stiff CLAY with Ferrous and Calcareous Nodules (CH) Stratum No. Avg. Depth (Feet) Description of Strata 1 0.0 — 2.0 SANDY CLAY FILL with Gravel (CL) II 2.0 -- 10.0 Dark Brown to Light Brown and Orange CLAY with Calcareous Nodules (CH) Boring B-4 Stratum No. Avg. Depth (Feet) DescrWtion of Strata 0.0 — 10.0 2-ft Mixed CLAY FILL Overlay Dark Brown to Brown Stiff CLAY with Calcareous Nodules and Limestone Fragments (CH) Project No. 14256 - Page 10 - I I GLOBE Engineers, Inc. Boring B-f Stratum No. Avg. Depth (Feet) Description of Strata 1 0.0 — 2.0 SANDY CLAY FILL (CL) 11 2.0 —10.0 Dark Brown to Brown CLAY with Calcareous Nodules and Limestone Fragments (CH) Boring B-6 Stratum No. Avg. Depth (Feet) Description of Strata 1 0.0 — 4.0 2-ft Mixed CLAY FILL with Some Rocks Overlay Dark Brown CLAY with Calcareous Nodules (CH) II 4.0 —10.0 Tan Weathered LIMESTONE with Occasional Clay Seams. Stratum No. Avg. ®epth (Feet) Description of Strata 1 0.0 — 2.0 Dark Brown CLAY with Calcareous Nodules (CH) II 2.0 -- 10.0 Tan Weathered LIMESTONE with Occasional Clay Seams. The near surface soils are Concrete/Asphalt, Sandy Clay Fill (CL), and Clay (CH) type soils when classified by the unified soils classification system. This type soil normally exhibits medium swell potential during seasonal moisture variations. 6.2 Subsurface Water Conditions All the borings were advanced using dry auger drilling methods in order to observe groundwater seepage levels. At the time of this investigation, water seepage was not encountered during drilling. Boreholes were dry upon completion and end of day. Project No. 14256 -Page 11 - a er � GLOBE Engineers, Inca q I Construction Variations The information contained in this report summarizes conditions found on the date that the borings were drilled. The depth to the static water table may be expected to vary with the environmental variations, such as frequency and magnitude of precipitation and the time of year that construction begins. 7.0 ANALYSIS AND RECOMMENDATIONS 7.1 Potential Vertical Movements Potential Vertical Rise (PVR) calculations were performed using the Texas Department of Transportation (TxDOT) Method 124-E in conjunction with the result of Free Swell tests and engineering judgment and experience. The Potential Vertical Movements and associated effective Plasticity Index is on the order of 3.7 inches. Considerably more movement will occur in areas where positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface migration from off -site locations. 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. Results of Free Swell Tests can be found in the Appendix A section of this report. 7.2 Sulfate-Indyc,ed Heavi_nc; 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. Per City of Fort Worth Standards, soluble sulfate levels in the order of 3,000 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 947 ppm. Since the samples tested were below 3,000 ppm, a single treatment process is recommended.. The single treatment is described in section 7.3.3. In addition, it is recommended that during the curing period of 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. Project No. 14256 — Page 12 — I GLOBE Engineers, Inc. Results of laboratory testing for soluble sulfate are tabulated below and detail report can be found in the following table and in Appendix A of this report. Subgrade Sample Depth (ft) Material Type Soluble Sulfate (mg/Kg S-11 B-1 2-4 Gray Clayey Sand (SC) 947 S-21 B-2 2-4 Brown Clay (CH) 86.5 S-31 B-3 2-4 Dark Brown Clay (CH) 768 S-41 B-4 2-4 Brown Clay (CH) 361 S-5I B-5 2-4 Dark Brown Clay (CH) 89 S-61 B-6 2-4 Brown Clay (CH) 60.5 S-71 B-7 0-2 Brown Clay (CH) 31.5 Project No. 14256 -- Page 13 — GLOBE Englineovs, Inc. 7.3 Pavement Recommendations 7.3.1 General The performance of the pavement for this project depends upon several factors including: a) The characteristics of the supporting soil, b) The magnitude and frequency of wheel load applications, c) The quality of construction materials, d) The contractor's placement and workmanship abilities, and e) 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 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. 7.3.2 Sub -grade Preparation Clay soils encountered near the existing ground surface will probably constitute the subgrade. Therefore, it is recommended these materials be improved prior to construction of pavement. The higher plasticity clays are subject to loss in support value with the moisture increases which occur beneath pavement sections. They react with hydrated lime, which serves to improve and maintained their support value. Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area paving. Project No. 14256 Page 14 r --� GL®BE En9IiiooPg5 flfriv. 7.3.3 Lime Stabilization Lime stabilization is recommended for all subgrade areas with plastic clays. Prior to lime addition, the existing pavement should be removed and the subgrade should be proof -rolled with heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the City of Fort Worth Pavement Design Manual, July 2012 Edition. According to City of Fort Worth Design Manual, the stabilized pavement subgrade should be scarified to a minimum 8 inches and uniformly compacted to a minimum of 100 percent of Standard Proctor density (ASTM D-698), between 0 to +4 percentage points of the optimum moisture content determined by that test. The subgrade should then be protected and maintained in the moist condition until the pavement is placed. Per laboratory Lime Series test results as presented in Appendix A, it is recommended a minimum of 6 percent hydrated lime to 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 38 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 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 Highwys, Streets, and Bridges. 7.3.4 Subgrade Preparation Consideration It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing movements and cracking along the curb line due to seasonal moisture variation 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 existing pavement and 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. Project No. 14256 _ Page 15 - I a GLOBE (Engineers, Inc. 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 7.3.7. 7.3.5 Pavement Sections In order to determine detail pavement design, the computer program PCAPAVE Version 1.10 for Thickness Design of Highway and Street Pavements was utilized. Detail Traffic Analysis for Highway Design including specific wheel loading and traffic volume characteristics has been provided to us by Baird, Hampton, & Brown and it is presented in Appendix A of this report. Based on the results of the field and laboratory investigation, soil plasticity properties, and requirements of the City of Fort Pavement Design manual, 2012 Edition, the following parameters were utilized for computer modeling: Street Classification Arterial Pavement Type Reinforced Concrete Subgrade Soil Type Clay, Dark Brown to Brown Unified Soil Classification CH (Raw Subgrade) Subgrade Stabilization Lime Stabilized Subgrade Thickness 8 inches minimum Annual Growth Rate 2.5 % Design Life 30 Years Annual ESALS 300,000 Design ESALS 13,000,000 Reliability 90% Initial Serviceability 4.5 Terminal Serviceability 2.5 Overall Deviation 0.35 Load Transfer 3.0 Project No. 14256 _ Page 16 - d 43d®SE Englineava� Onc. Drainage Coefficient (Cd) 1.0 Design CBR (Raw Subgrade) 4 Design CBR (Lime Stabilized Subgrade) 16 Effective Modulus of Subgrade Reaction, k 230 pci (Composite) Loss of Support 0.0 Depth to Rigid Foundation >10 feet Concrete Modulus of Elasticity 4,000,000 psi Concrete Modulus of Rupture 620 psi Design Software PCAPAVE The following rigid pavement section is provided for an Arterial classification per City of Fort Worth Pavement Design Manual, 2012 Edition. Detailed pavement design calculations and assumptions are presented in Appendix A_ 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 recommendation. Pavement Thickness Summary Pavement Section Street Growth Design Thickness (in) Material Classification Factor ESAL 10 Portland Cement Concrete Arterial 2.5% 13,000,000 8 Lime Stabilized Subgrade Project No. 14256 - Page 17 _ I a pv GLOBE Engineers, Inc. 7.3.6 Pavement Material Requirements Material and process specifications are required to be in accordance with the City of Fort Worth Pavement Design Manual, 2012 Edition. These specifications generally include the following references to TxDOT Standard Specifications for Construction of Highways, Streets, and Bridges. Reinforced Portland Cement Concrete: Reinforced Portland Cement concrete should consist of Portland cement concrete having a 28-day compressive strength of at least 3,600 psi (Machine -Laid- Class P) Per City of Fort Worth Standards. The mix should be designed in accordance with Item 360, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with #4 @18" EW steel and all pavement joints should be placed and constructed in accordance with the City of Fort Worth Pavement Design Manual, 2012 Edition, Section 4. Lime Stabilized Sub -grade: Lime treatment for base course (road mix), Item 260, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. r.3.r General Pavement Consideration The design of the pavement drainage and grading should consider the potential ground movement due to future soil swelling of up to 3.7 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. Sealing of construction joints is essential to long-term performance of concrete pavement. Joints should be sealed with sealant designed especially for pavements subject to truck and car traffic to protect subgrade. The joints should be sealed as soon as possible (in Project No. 14256 -- Page 18 -- I - - GLOBE Enginoar o, Draw accordance with sealant manufacturer's instructions) to minimize infiltration of water into the soil. Related civil design factors such as subgrade drainage, shoulder support, cross -sectional configurations, surface elevations, reinforcing steel, joint design and environmental factors will significantly affect the service life and must be included in the scope of this study. Normal periodic maintenance will be required for all pavements to achieve the design life of the pavement system. In order to remedy construction problems, which may develop if attempts are made to work the surface materials following prolonged periods of rainfall which are common to this area, it is recommended that prior to starting any work at the site that proper construction drainage is to be provided to maintain a relatively dry construction site. Positive drainage should be maintained at all times to prevent saturation of exposed soils in case of sudden rains. Rolling the surface of disturbed soils will also improve runoff and reduce the fill soil moisture and construction delays. Site grading operations, where required, should be performed in accordance with the section 12 of this report. d.0 GROUNDWATER CONTROL During drilling activities, ground water was not encountered. Therefore, water seepage may not be anticipated during foundation excavations. However, if any water seepage is encountered during construction, pumping from foundation excavations with pumps or other conventional de - watering equipment should be sufficient. 9.0 AVERAGE ANNUAL PRECIPITATION Average annual precipitation is presented in Appendix section of this report. 10.0 FOUNDATION SETTLEMENT A detailed settlement analysis was not within the scope of this study. It is anticipated that the footings designed, using the recommended allowable bearing pressures, will experience small settlements that will be well within the tolerable limit for the proposed structure. Project No. 14256 - Page 19 -- I GLOBE Engineers, Inc. 11.0 EARTHWORK 11.1 City of Fort Worth Required Specification The City of Fort Worth Pavement Design Manual, 2012 Edition, covers the requirements for general earthwork, undercutting excavation and backfill for unstable subgrades for City Streets including excavation, compacted earth fill, flowable fill, and trench backfill. The design civil engineer may refer to this specification directly in the contact documents. 11.2 [Ailli*_ Unusual problems with caving soils or collapsing materials were not noted at the boring locations. 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 in accordance with the City of Fort Worth Pavement Design Manual, 2012 Edition. Trench excavation should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29CFR 1926/1910). 11.3 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. Project No. 14256 -- Page 20 -- 1► Va GLOBE Engineers, Inc. 12.0 RECOMMENDED SPECIFICATIONS FOR CONTROLLED EARTHWORK PLACEMENT 12.1 Site Preparation: Preparation of the site for construction should include removing and disposing all vegetation and foreign materials such as concrete, asphalt, timber, logs, trees, grass, roots, etc. 12.2 Clearing Area to be Filled: In areas where fills are desired, the stripped surface shall be scarified to a depth of at least 6 inches for uniform compaction. All trees, stumps, brush, roots, vegetation, rubbish, and any other undesirable matter should be properly removed and disposed of. The scarified surface shall be free from large lumps and uneven surfaces. 12.3 Compacting Area to be Filled__ After clearing and scarifying the area to be filled, the subgrade soils shall be compacted mechanically to at least 95 percent of standard Proctor maximum dry density (ASTM D-698) and at a moisture content within optimum and five (5) percent above the optimum moisture for clayey soils or within -3 to +3 percentage points of the material's optimum moisture for sands and clayey sand. 12.4 Fill Material., -Materials to be used for fill should be approved by the geotechnical engineer. On -site soil and/or rock can be used as random fill, provided that such material is free from vegetation and other deleterious substances. No fill material shall contain rocks or lumps having a diameter larger than 6 inches. 12.5 Depth and Mixing of Fill Layers: The fill materials shall be placed in level, uniform layers. Each layer shall be thoroughly blade mixed during spreading to insure uniform compaction. These materials shall be placed in eight (8) inch loose lifts with compacted thickness not to exceed 6 inches per lift. The compacted field density and in -situ moisture content shall conform to that specified for random fill. 12.6 Rock: There shall be no rock incorporated within the fill that exceed six (6) inches in its greatest dimension, and no large rocks will be permitted within twelve (12) inches of the finished subgrade. 12.7 Compaction of Fill Layer. _Compaction equipment shall be capable of compacting all fill soils to the specified density. Compaction of all fill shall be accomplished with the material at the specified moisture content. Each fill layer shall be compacted uniformly with sufficient effort to achieve the specified minimum degree of compaction. Project No. 14256 ^ Page 21 - 1 N GLOBE Engineers, Inc. 12.8 Amount of Compaction: After each fill layer has been placed, mixed, and spread evenly, it shall be thoroughly compacted to the specified density. All slight -to -moderately expansive materials (soils with a plasticity index, PI, below 25 and limestone) shall be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D- 698). Expansive soils (soils with plasticity index equal to or greater than 25) shall be compacted to at least 95, but not exceeding 100 percent of Standard Proctor. 12.9 Moisture Content: All fill material shall be compacted at the appropriate moisture content as defined for the particular soil or rock type. The compacted moisture content of all soils shall be within the range of optimum to five (5) percentage points above for clayey material's and within plus or minus three (3) percent of optimum for sands and clayey sands materials as defined by ASTM D-698. The compacted moisture content of limestone or other rock -like materials is not considered crucial, provided that the proper degree of compaction is attained. 12.10 Field Density. Field density tests of fill and/or backfill shall be controlled by an Engineering Testing Laboratory. Density tests shall be taken in the compacted material below the disturbed surface. When these tests indicate that the density of any layer of fill is below the required density, the particular soil or rock layer shall be reworked until the proper density and/or moisture content is achieved. Field density tests shall be performed at a rate of at least 1 test per lift per each 500 cubic yards of material placed. 12.11 Slope Control: Embankment slopes should not exceed a ratio of three (3) horizontal to one (1) vertical for either fill or cut slopes. In areas where cut or fill slopes exceed 3 feet in depth/height, a detailed slope stability analysis is recommended. For slopes less than or equal to 3 ft in height, a slope ratio of three (horizontal) to one (vertical) shall not be exceeded. Any slope, existing or proposed, exceeding three (3) feet in height should incorporate stabilization methods to include erosion control, embankment stabilization and other slope control measures as required by slope control specialist. 12.12 Supervision: Supervision by the Geotechnical Engineer shall be of such continuity during the grading operations that he/she can adequately describe the work done and evaluate that work in comparison with the specifications. Actual supervision shall be by the Contractor's Supervisor. 12.13 Reports: The Geotechnical Engineer shall send one copy of each test, inspection, or evaluation report to the Owner, Engineer, and Contractor. Project No. 14256 Page 22 - 1� GLOBE Engineers, Inc. 13.0 STREET ExPANSION MAINTENANCE RECOMMENDATIONS We believe the heave and distress observed in the most pavements structures are caused by the wetting of the underlying expansive subgrade. Infiltration of moisture, through cracks in the pavement, irrigation and surface runoff from landscaping and thermal condensation can cause distress in the Street Expansion. The following recommendations can be helpful in maintaining a sound Street Expansion: 1) PATCH AND REPAIR- pavement repairs are to be made as rapidly as is consistent with high quality workmanship and materials. Remove and replace badly damaged or deteriorated sections of concrete pavement. Use of fast setting concrete and similar techniques is encouraged insofar as possible without sacrifice of the quality of the repair. For sections of the street that severe damage is present, we recommend removing and replacing that section of street. 2) CRACK SEALING- Crack Sealing is a localized treatment method used to prevent water and debris from entering a crack thus preventing premature pavement failures, deterioration and potholes. Existing cracks need to be sealed as soon as they are formed to prevent moisture intrusion into the pavement. Crack "sealing" is the placement of a rubberized sealant in the crack that will provide a protective coating and seal out water. 3) SUBSURFACE DRAINAGE- Excess water ponding on or beside street may cause an unacceptable heave to the Street Expansion. To reduce this potential heave, good surface drainage should be established to minimize saturation of soil adjacent to the Street Expansion. Water is a fundamental factor in most problems associated with pavement performance and is responsible directly or indirectly for many of the distresses found in pavement systems. One of the most prevalent sources of pavement distress is the loss of support to the Street Expansion caused by removal of underlying fine-grained material by pumping. The infiltration of water through the pavement causes saturation of the base and subbase. When traffic loads are applied, pumping occurs unless these pavement systems are very porous and able to quickly remove the water from the system. Repeated cycles lead to loss of support for the Street Expansion with deflection and cracking. Drainage systems consist of two major classifications: surface or subsurface. When both types are required for efficient maintenance and protection of the pavement, it is generally a good practice for each system to function independently. Subsurface Project No. 14256 Page 23 - I J GLOBE Engineers, Inc. drainage is provided to: intercept, collect, and remove any ground water from the subgrade or base. In order to remove surface infiltration water from beneath roadway pavement, installation of edge drain is recommended. We recommend a sound drainage system to be installed to move the water away from the street pavement area. 4) ROOT BARMIER- We recommend installing root barriers approximately 4-6 feet deep to limit the spread of a tree's root. In clay soil, root barriers are used to prevent soil shrinkage near pavement foundations when roots take too much moisture from the soil. Soil shrinkage causes settling and can damage foundations. Root barriers are also used to prevent tree roots from damaginq street Street Expansions. 5) All work must be done in accordance witl IProject No. 14256 Page 24 — - -GLOBE Engineers, Onto 14.0 LIMITATIONS The conclusions and recommendations given in this report are based on the analysis of the data collected for this project. Additive conclusions or recommendations made from this data by others are their responsibility. Our study is based on the data obtained from soil borings made at the locations shown on boring plan. The nature and extent of variations between borings may become evident during construction. We should be requested to observe exposed conditions. After making these observations, and noting the engineering significance of variations, we will advise you of any changes in recommendations believed appropriate. To the fullest extent permitted by law, and not withstanding any other provision of this Agreement, the total liability, in the aggregate, of the Consultant and the Consultant's officers, directors, partners, employees and sub consultants, and any of them, to the Client and anyone claiming by or through the Client, for any and all claims, losses, costs or damages, including attorneys' fees and costs and expert -witness fees and costs of any nature whatsoever or claims expenses resulting from or in any way related to the Project or the Agreement from any cause or causes shall not exceed the total compensation received by the Consultant under this Agreement. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law. This investigation was conducted in accordance with generally accepted engineering practice. No warranty, expressed or implied, is intended. Boring and laboratory data presented were developed solely for the preparation of this report. We are not responsible for interpretation or use of this data for purposes beyond the stated scope of this report. Project No. 14256 -- Page 25 A TITLE: SITE LOCK i©M MAP PREPARED BY: FS i REVISIC CLIENT: Baird, Hampton, & Brown, Inc. GLOBE r5n9i eery, inn. NORTH � I I ti; F-d' A7 [fir i4Al 73 C.R - �Y+rlu� 1 01 +0• qWf J� Z73 r J tMIN k? ou ll�; V" �7f4�& Q. 'his�D2+�1; +d�lp r Potiy�,�r C ?o1a Yn+nrorn�� LOCATION, N. Riverside Drive, Fort Worth, TX SCALE: NTS I DATE: 8/15/14 PROJECT NO: 14256 FIGURE-1 IProject No. 14256 _ Page 26 - TITLE: BORING LOCATIONS- B7 PREPARED BY: FS REVISIONS: CLIENT: Baird, Hampton, & Brown, Inc. CLORE Migineav99 Im. LOCNUON: N. Riverside Drive, Fort Worth, TX SCALE: NTS I DATE: 8/15114 PROJECT NO: 14256 Project No. 14256 _ Page 27 - d � GLOBE Engineers, Inc. TITLE: LOCAUON: PROJECT NO: BORING LOCATIONS- B2 & B3 N. Riverside Drive, Fort Worth, TX 14256 PREPARED BY: FS REVISIONS: SCALE: NTS DATE: 8/15/14 CLIENT: Baird, Hampton, & Brown, Inc. ��O��Em�B Project No. 14256 Page 28 -- � y r TITLE: BORING LOCATIONS- B4 PREPARED BY: FS REVISIONS: CLIENT: Baird, Hampton, & Brown, Inc. GLOBE Engineers, Inc. LOCATION: N. Riverside Drive, Fork Worth, TX SCALE: NTS E DATE: 8/15/14 PROJECT NO: 14256 FIGURE-2C Project No. 14256 Page 29 -- GLOBE Engineek's9 MCC TITLE: LOCATION: PROJECT NO: BORING LOCA11ONS- 85 N. Riverside Drive, Fort Worth, TX 14256 PREPARED BY: FS I REVISIONS: I SCALE: NTS I DATE 8115/14 CLIENT: Baird, Hampton, & Brown, Inc. FIGURE-2® Project No. 14256 Page 34 ► J TITLE: BORING LOCATIONS- B6 PREPARED BY: FS REVISIONS CLIENT: Baird, Hampton, & Brown, Inc. GLOOL Ungineors, Inc. LOCATION: N. Riverside Drive, Fort Worth, TX SCALE: NTS I DA7'E:8/15/14 PROJECT NO: 14256 { Project No. 14256 Page 31 s GLOBE Engineers, Inc. TITLE BORING LOCATIONS- B! PREPARED BY: FS REVISIONS: CLIENT: Baird, Hampton, & Brown, Inc. LOCATION: N. Riverside Drive, Fort Worth, TX SCALE: NTS 8/15/14 PROJli CT NO: 14256 Project No. 14256 _ Page 32 — e +� er � GLOBE Engineera9 laic. P.-[-.DIX A Boring Logs Free Swell Test Results Lime Series Determination Key to Soil Classifications and Symbols Soluble Sulfate Determination Traffic Analysis for Highway Design Pavement Computer Modeling Fort Worth Average Annual Precipitation Project No. 14256 - Page 33 w Globe Engineers, Inc. Geotechnical, Environmental, Materials Testing LOG OF BORING Project: Proposed Street Expansion N. Riverside Drive (Old Denton to N. Tarrant Pkwy) Fort Worth, Tarrant County, TX Project No: 14256 Boring Number: B-1 Date of Boring: 8/18/2014 Location: See Boring Plan Authorization: 14256P Dry Auger: 0 to 10 Feet H = 14 a o o ED ___co a ~ O IL O m STRATUM DESCRIPTION 0 Z H o Of a ii U } z o d o L! H co g a- W Z } IF- N g . 0- a U Z Q W W a U a w o s Z SHEAR STRENGTH a Lu W W H Y w W o w a a !_ 7 Z jr Z a Z 0 ul Z 0 F 0 U cn 5 CLAY, Fill, Stiff 10 63 22 41 95 2.3 CLAY, Dark Bown, Brown, Shaley, Stiff - Light Brown and Gray Bottom at 10 feet 1) Water seepage was not encountered during drilling. 2) Borehole was dry at completion and at End of Day. 2.3 10 17 70 23 47 96 2.3 2.3 17 109 62 22 40 99 2.3 4.8 17819 davenport Rd., Suite 240, Dallas, TX 752521 Phone: (972) 713-3030 / Fax: (972) 713-3029 7524 Sand Street, Fort worth, TX 761181 Once: 817-284-5151 / Fax: 8.17-284-5154 lobe Engineers, Inc. Geotechnical, Environmental, Materials Tasting LOG OIL BORING Project: Proposed Street Expansion N. Riverside Drive Old Denton to N. Tarrant Pkw Fort Worth, Tarrant County, TX Project No: 14256 Boring Number: B-2 Date of Boring: 8/18/2014 Location: See Boring Plan Authorization: 14256P Dry Auger: 0 to 10 Feet F W LLIm d O W m STRATUM DESCRIPTION 0 o a ii y Lu a o A cs .J F H 3 (L z H g �_ a o C9 co j F N W o a `� W d a. z SHEAR STRENGTH w o of W c�i i C o W a a- o Z ir Z W Z L) z o ,- 0 m 5 CLAY, Dark Brown to Brown, Ferrous, Calcareous Nodules, Stiff Bottom at 10 feet 1) Water seepage was not encountered during drilling. 2) Borehole was dry at completion and at End of Day. 2.3 18 69 23 46 94 2.3 10 2.3 19 102 66 23 43 97 2.3 3.5 17819 Davenport Rd., Suite 240, Dallas, TX 752521 Phone: (972) 713-30301 Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 761181 Office: 817-284-5151 1 Fax: 817-284-5154 Globe Engineers, Inc. Geotechnical, Environmental, Materials `besting LOG OF BORING Project: Proposed Street Expansion N. Riverside Drive (Old Denton to N. Tarrant Plcwy) Fort Worth, Tarrant County, TX Project No: 14256 Boring Number: B-3 Date of Boring: 8/18/2014 Location: See Boring Plan Authorization: 14256P Dry Auger: 0 to 10 Feet W LLJa ❑ m a cn OW ° az STRATUM DESCRIPTION P F o w a li 0. U ❑ a 'a � H H 3 (. Z F g" (- o- 0 N W a W COLL w W o a. z SHEAR STRENGTH F 2 a Y w ow�Z0P a- 0. ~ ❑ W F z y z F o a z Z) U W 5 SANDY CLAY, Fill, Gravel 11 38 19 19 45 2.3 CLAY, Dark Bown, Light Brown, Orange, Calcareous Nodules ............................. Bottom at 10 feet 1) Water seepage was not encountered during drilling. 2) Borehole was dry at completion and at End of Day. 1.5 10 26 94 76 25 1 51 95 2.3 1.8 1.5 20 104 65 24 41 $4 1.8 1.7 17819 Davenport Rd., Suite 240, Dallas, TX 752521 Phone: (972) 713-3030 / Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 76118 / Office: 817-284-5151 / Fax: 817-284-5154 Globe En'pneenC45 IVIC, Geotechnical, Environmental, Materials Fasting LOG OF BORING Project: Proposed Street Expansion N. Riverside Drive (Old Denton to N. Tarrant Pkwy) Fort Worth, Tarrant County, TX Project No: 14256 Boring Number: B-4 Date of Boring: 8/18/2014 Location: See Boring Plan Authorization: 14256P Dry Auger: 0 to 10 Feet F- w ❑ ro 0 w d cn eu STRATUM DESCRIPTION 0 z o ¢ ° } U) p 0 p -J F H cq a- ❑ Z H cq a a e' Q W w U coy a z SHEAR STRENGTH o Y W 0W a a- w a ❑] F Z y h 0 a Z W Z0 0 0 5 CLAY, Mixed Fill with Gravel 2.3 CLAY, Dark Brown to Brown, Calcareous Nodules, Limestone Fragments Bottom at 10 feet 1) Water seepage was not encountered during drilling. 2) Borehole was dry at completion and at End of Day. 18 104 72 24 48 94 2.3 4.4 10 2.3 17 107 69 24 45 94 2.3 5.6 17819 Davenport Rd., Suite 240, Dallas, TX 762521 Phone: (972) 713-30301 Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 761181 office: 817-284-5151 1 Fax: 817-284-5154 Globe Engineers, Inc. Ge®technical, Environmental, Materials Testing LOG OF BORING Project: Proposed Street Expansion N. Riverside Drive Old Denton to N. Tarrant Plcw Fort Worth, Tarrant County, TX Project No: 14256 Boring Number: B-5 Date of Boring: 8/18/2014 Location: See Boring Plan Authorization: 14256P Dry Auger: 0 to 10 Feet �-- w 2 w ❑ 0 OW W J N a ° w m STRATUM DESCRIPTION 0LL F o F- a v a W ❑ ❑ ❑ ❑ a ~ F m g a ❑ H F- g a a z Q W F W b N W 0 a Z SHEAR STRENGTH W W o W LL o W a- o- t✓ W U)i ❑ 7 Z F Z Z 0 iL iL W Z 0 F- D o (n 5 SANDY CLAY, Fill CL 10 41 18 23 53 2.3 CLAY, Dark Bown to Brown, Calcareous Nodules, Limestone Fragments Bottom at 10 feet 1) Water seepage was not encountered during drilling. 2) Borehole was dry at completion and at End of Day. 2.3 10 16 105 67 1 25 1 42 93 1 2.0 2.7 2.0 20 104 71 25 46 99 2.3 3.3 17819 Davenport Rd., Suite 240, Dallas, TX 752521 Phone: (972) 713-30301 Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 761181 Office: 817-284-5151 1 Fax: 817-284-5154 Globe Engineers, Inc. Geotonhnioal, Environmental, Materials Testing LOG OF BORING Project: Proposed Street Expansion N. Riverside Drive (Old Denton to N. Tarrant Plcwy) Fort Worth, Tarrant County, TX Project No: 14256 Boring Number: B-6 Date of Boring: 8/18/2014 Location: See Boring Plan Authorization: 14256P Dry Auger: 0 to 10 Feet H W LL na O m } w a ai W ra O m STRATUM DESCRIPTION 0 F o Of F ¢ u= a W ❑ ❑ c1 I--Z V vi g a V rp a a � W F� w 0 U N u°Ci O a z SHEAR STRENGTH w r o W Y Lu ii w a a ❑W CA LU z F Z of (7 O w z o ❑ U v0 5 10010.51, CLAY, Mixed Fill with Some Rock CLAY, Dark Brown, Calcareous Nodules 2.3 20 95 61 24 37 96 2.3 2.0 LIMESTONE, Tan, Hard, Weathered, Occasional Clay Seams Bottom at 10 feet 1) Water seepage was not encountered during drilling. 2) Borehole was dry at completion and at End of Day. 10#11610010.25" 17819 Davenport Rd., Suite 240, Dallas, TX 752521 Phone: (972) 713-30301 Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 761181 Office: 817-284-5151 ]Fax: 817-284-5154 Geotechnical, Environmental, Materials Testing LOG OF BORING Project: Proposed Street Expansion N. Riverside Drive (Old Denton to N. Tarrant Pkwy) _ Fort Worth, Tarrant County, TX Project No: 14256 Boring Number: B-7 Date of Boring: 8/18/2014 Location: See Boring Plan Authorization: 14256P Dry Auger: 0 to 10 Feet S O b Co } Ow 1, W J Co O m STRATUM DESCRIPTION 0 F o a WF a 7i a �, W ❑ ❑ ❑ a h N 5 a z I.,. N g a d (n CO w a> a ua W 0 U N w o (L Z SHEAR STRENGTH w Of W o w N a s t✓ w (0 _ w Z m _ Z� Z tr Z O F 7 0(0 5 10010.5" 10010.5" CLAY, Dark Brown, Calcareous Nodules 15 60 24 36 89 2.3 LIMESTONE, Tan, Weathered, Hard Occasional Clay Seams Bottom at 10 feet 1) Water seepage was not encountered during drilling. 2) Borehole was dry at completion and at End of Day. 10 17819 Davenport Rd., Suite 240, Dallas, TX 75252) Phone: (972) 713-30301 Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 761181 Office: 817-284-5151 1 Fax: 817-284-5154 Gootechnical, Environmental, Materials Testing RESULTS OF FREE SWELL TESTS Proposed Pavement Structure N Riverside Drive (®Id Benton Road to N Tarrant Pkwy) Fort Worth, TX Report No. 14256 Boring Number B-2 B-5 B-4 B-3 Depth fk 2-4 4-6 6-8 8-10 Initial Moisture Content (%) 18 16 17 20 Final Moisture Content {% 29 23 23 25 Surcharge Pressure sf 375 625 875 1125 Percent Free Swell % 2.4 1.4 6.9 0.8 Liquid Limit 69 67 69 65 Plastic Limit 23 25 24 24 Plasticity Index 46 42 45 41 17819 Davenport Rd., Suite 240, Dallas, TX 75252 / Office: (972) 713-30301 Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 761181 Office: 817-284-5151 1 Fax: 817-284-5154 GLOBE Engineers, Inc. Geotechnical, Environmental, Materials Testing PH TEST METHOD TO REDUCE PLASTICITY INDEX OF SOILS ASTM C-977 Proposed Pavement Structure N Riverside Drive (Old Denton Road to N Taf rant Pkwy) Fort Worth, TX Report No. 14256 I SAMPLE IDENTIFICATION Sample Description: Dark Brown CLAY (CH) Sample Origin: B412-4 RESULTS Eades-Grimm pH test method to Reduce Plasticity Index of Soils test was performed using Advanced PH Meter equipment according to ASTM C-977 on the samples collected from the roadway by Globe Engineers Technician. The Results are as follow: % Lime Added pH Reading 0 8.44 2 10.23 4 11.56 6 12.42 8 12.70 10 12.82 RECOMMENDATIONS Based on laboratory test results, in order to stabilize the upper six inches of subgrade material, we recommend adding 6% hydrated lime to subgrade material. The amount of lime to stabilize the uooer 8 inches of subarade is 38 Lbs/SY. LIMITATIONS: The test results presented were based upon the specific samples provided to us. We assume no responsibilities for variations in quantity (composition, appearance, performance, etc.) or any other similar matter provided by persons or conditions over which we have no control. Globe Engineers, Inc. letters and reports are for the exclusive use of the clients to whom thev are addressed. 17819 Davenport Rd., Suite 240, Dallas, TX 752521 Office: (972) 713-3030 / Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 76118 / Office: (817) 284-5151 / Fax: (817) 284-5154 GLOBE Engineers, Ingo Geotechnical, Environmental, Materials Testing PH TEST METHOD TO REDUCE PLASTICITY INDEX OF SOILS ASTM D-977 Proposed Pavement Structure H Riverside drive (®id Denton road to N Tarrant Ir kwy) Foil Worth, T)t Report No. 14256 I SAMPLE IDENTIFICATION I Sample Description: Dark Brown CLAY (CH) Sample Origin: B210-2 RESULTS Eades-Grimm pH test method to Reduce Plasticity Index of Soils test was performed using Advanced PH Meter equipment according to ASTM C-977 on the samples collected from the roadway by Globe Engineers Technician. The Results are as follow: % Lime Added pH Reading 0 8.72 2 10.47 4 11.21 6 12.34 8 12.68 10 RECOMMENDATIONS Based on laboratory test results, in order to stabilize the upper six inches of subgrade material, we recommend adding 6% hydrated lime to subgrade material. The amount of lime to stabilize the upper 8 inches of subgrade is 38 Lbs/SY. LIMITATIONS. The test results presented were based upon the specific samples provided to us. We assume no responsibilities for variations in quantity (composition, appearance, performance, etc.) or any other similar matter provided by persons or conditions over which we have no control. Globe Engineers, Inc. letters and reports are for the exclusive use of the clients to whom they are addressed. 17819 Davenport Rd., Suite 240, Dallas, TX 752521 Office: (972) 713-30301 Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 761181 Office: (817) 284-5151 1 Fax: (817) 284-5154 -III-* GLOBE Engineers, Inc. KEY TO SOIL SYMBOLS AND CLASSIFICATION SOIL & RQCK 3Vvvir CLZ I'+f,,r-Fp,.I 3v�-t:t' 1ST` .L Lr A P n.' c r; r�k" rMn !1 PA- . , E-'N:Fl 2SlT �L€'"`scTo.`.id r I„ ��' 4 .'. I °aifL`I� �►�GS1 Ol�h','EIr. -3 R A tr L F r �+�IIAF, �'7 r3MR+44�L r . . . FkLL 1S4MPLIRV SYMBOLS �--I=-LPY TSJ@$ r3' --a laFCI°. i4� ni kL- CIK-or fie, L-LIT C:pLDC _,: LC-eLnj S: Ln'j fpv J ,! I J%. = Eq `k F1Fl E LlTR}iov - *PSNemATiw 4 �I = ■ F F 1 f�xtr� A4'h�7e �LJ Ltr. C,+ M RED ATIVE DENSfTY OF COHES 10 NLE SS SOJLS i'blamsMI LC ^E5 a TO In i TO Im r-E -t 31 70 QA V I. CaxAJR oveR Ea SHEAR GTRENf.�TH OF COHESVE SOILS � '9 %S=6 Y :Btl=r LEsa 7Fkm C21S aU�T tiz-c rri am, F-zV.i nsE Tm t bw ETIZ;": 1.04 TO 2.= YlFtY' LM!= 79-M4 rlj = DH P6%RRI3 mryp a.+ n R T1 V E DEGR Erz 0C e=`LA Gn TlrY T( r P( I, �_a M rl f" NIcw VERY )- .'I RELATIVE PROP THOUS Oli LtiT��s ;+'� 7 w'D ACE en PART14CLE t t loGNTII<C#MON DIA ETER :AFC aE� i 4r TO // cc�kR2E : -1 TL L y� �cr, M7S' ITO 2.Y F70E G ZNWFJ- 5 a Mr. Tr 3 01 Cii{,}1Rl--ITL �kNu +-R mm TO !La +ntri 14ECTULO ! VA: 7 DA irrm TO e 3 •nm FW=- Q+blr_ 0Z7 miry TO P-s -qM $ILY 0 M--2 FrM TO 1)Z ! Cl-hW LFM THAft ElOU2 N" A0009 �0 4sy Order ID: 14080512 94 FOR bui `a �orw' s. U 4a *� Date: $12512014 a � Page 1 of 9 T104704227-14-11 Monday, August 25, 2014 Globe Engineers Fay Saremi 17819 Davenport Rd., # 240 Dallas, TX 75252 Tel: (972) 713-3030 Fax: (972) 713-3029 Re: Project Name: N. Riverside Rd. Project Number: 14256 Project Location: Fort Worth, TX Oxidor received 7 solid sample(s). The analysis performed were as follows: Sample Sample ID Matrix Collected Analysis 14080512-001 B1 (24) Solid 8/15/2014 08:00 Sulfate, Solid 14080512-002 82 (2-4) Solid 8/15/2014 08:30 Sulfate, Solid 14080512-003 B3 (2-4) Solid 8/15/2014 09:00 Sulfate, Solid 14080512-004 84 (2-4) Solid 8/15/2014 09:30 Sulfate, Solid 14080512-005 B5 (2-4) Solid 8/15/2014 09:45 Sulfate, Solid 14080512-006 B6 (2-4) Solid 8/15/201410:00 Sulfate, Solid 14080512-007 B7 (0-2) Solid 8/15/2014 10:30 Sulfate, Solid Respectfully submitted, Charles Brungardt President www_.OXIDOR.com • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • Fax: (972) 424-6508 LCii \�D yry ACCpq��� Order ID: 14080512 OK' � tborn loril4s, LW A 4 Date:8/2512014 Page 2 of 9 T104704227-14-11 Globe Engineers Fay Saremi Analytical Roporrt Project Name: N. Riverside Rd. Customer Sample ID: B1 (2-4) Oxidor Sample ID: 14080512-001 Matrix: Solid Sample Received: 8/19/2014 Sample Collected: 8/15/2014 08:00 Parameter MQL SQL Result Units Date Analyzed Method Analyst Flags General Chemistry Sulfate 1 5.0 947 mglKg 0812111412:11 9056 J.R. W-1,D-1 Customer Sample ID: S2 (2-4) Oxidor Sample ID: 14080512-002 Matrix: Solid Sample Received: 8/19/2014 Sample Collected: 8/15/2014 08:30 Parameter MQL SQL Result Units Date Analyzed Method Analyst Flags General Chemistry Sulfate 1 5.0 86.5 mglKg 08/2111412:26 9056 J.R. W-1,D-1 Customer Sample ID: B3 (2-4) Oxidor Sample ID: 14080512-003 Matrix: Solid Sample Received: 8/19/2014 Sample Collected: 8/15/2014 09.00 Parameter MQL SQL Result Units Date Analyzed Method Analyst Flags General Chemistry Sulfate 1 5.0 768 mg/Kg 08/2111412:41 9056 J.R. W-1,13-1 Customer Sample ID: D4 (2-4) Oxidor Sample ID: 14080512-004 Matrix: Solid Sample Received: 8/19/2014 Sample Collected: 8/1512014 09:30 Parameter MQL SQL Result Units bate Analyzed Method Analyst Flags General Chemistry Sulfate 1 5.0 361 mg/Kg 08/21/1412:56 9056 J.R. W-1,D-1 Customer Sample ID: S5 (2-4) Oxidor Sample ID: 14080512-005 Matrix: Solid Sample Received: 8/19/2014 Sample Collected: Oil5/2014 09:45 Parameter MQL SQL Result Units Date Analyzed Method Analyst Flags General Chemistry Sulfate 1 5.0 89.0 mg/Kg 08/2111413:11 9056 J.R. W-1,D-1 Customer Sample ID: S6 (2-4) Oxidor Sample ID: 14080512-006 Matrix: Solid Sample Received: 8/19/2014 Sample Collected: 8/15/201410:00 Parameter MOIL SQL Result Units Date Analyzed Method Analyst Flags General Chemistry Sulfate 1 5.0 60.5 mg/Kg 08121/1413:26 9056 J.R. W-1,D-1 www.OXIDOR.com • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • Fax: (972) 424-6508 ACGd 10 ,, Order ID: 14080512 Date:8/2512014 Page 3 of 9 Anem T104704227-14-11 Globe Engineers Fay Saremi Analytical Report Project Name: N. Riverside Rd. Customer Sample ID: B7 (0-2) Oxidor Sample ID: 14080512-007 Matrix: Solid Sample Received: 8/19/2014 Sample Collected: 8/15/201410:30 Parameter MQL SQL Result Units Date Analyzed Method Analyst Flags General Chemistry Sulfate 1 5.0 31.5 mg/Kg 08/21/14 13:41 9056 J.R. W-1.13-1 www.OXIDOR.com • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • Fax: (972) 424-6508 Globe Engineers Fay Saremi Sample Cross Reference Name: N. Riverside Rd. Customer ID: Lab ID: Test Actoyas�� Order ID: 14080512 ¢ Date: 8/25/2014 Page 4 of 9 T104704227-14-11 Method QCBatch]D: B1 (2-4) 14080512-001 Sulfate, Solid 9056 IC_03814_S B2 (2-4) 14080512-002 Sulfate, Solid 9056 IC_03814_S B3 (2-4) 14080512-003 Sulfate, Solid 9056 IC_03814_S B4 (2-4) 14080512-004 Sulfate, Solid 9056 IC_03814_S B5 (2-4) 14080512-005 Sulfate, Solid 9056 IC_03814_S B6 (2-4) 14080512-006 Sulfate, Solid 9056 IC_03814_S B7 (0-2) 14080512-007 Sulfate, Solid 9056 IC_03814_S www.OXIDOR.com • 1825 E. Piano Parkway #160 - Plano, TX 75074 • Tel: (972) 424-6422 • Fax: (972) 424-6508 SN ACCp �kQ 9pq� Order ID: 14080512 tl K l - nato C Date: 8/2512014 x Page 5 of 9 T 104704227-14-11 Globe Engineers Fay Saremi QC Summary Project Name: H. Rivel,side Rd. Reference Rec ROAD QC Type Parameter Result Value Spine Conc Rec Limits RPO Limits Flags QCBatchiD IC_03814_S Blank Sulfate ND mg/Kg LCS Sulfate 14.5 mg1L 15 mgll- 97% 90-110% LCSD Sulfate 15.1 rng/L 15mg/L 101% 90-110% 4.1% 0-20% MS Sulfate 36.2 mg/Kg 18.9 mg/Kg 15 mg/Kg 115% 80-120% MSD Sulfate 36.6 mg/Kg 18.9 mg/Kg 15 mglKg 118% 80-120% 1.1% 0-20% www.OXIDOR.corn - 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • Fax: (972) 424-6508 - — - 5ri ACC0 4 .�0 � _ �°s4Order ID: 14080512 49 �y a `'¢ Date:8/2512014 a Page 6 of 9 E9 T104704227-14-ll Globe Engineers Fay Saremi Case Narrative Project Name: N. Riverside Rd. D-1 Elevated reporting limit(s) due to dilution. Dilution resulted from sample matrix interference, high target analyte(s), high non - target anaiyte(s) or a combination thereof. W-1 Result reported on wet weight basis. ppm Parts per million = mglKg or mg/L ppb Parts per billion = uglKg or uglL MQL Method quantitation limit SQL Sample detection limit (reflects any laboratory adjustments made to the sample during analysis such as dry weight or dilutions) SQL Sample quantitation limit (reflects any laboratory adjustments made to the sample during analysis such as dry weight or dilution ND Analyte not detected at or above SQL LCS/LCSD Laboratory control spike I Laboratory control spike duplicate MSIMSD Matrix spike / Matrix spike duplicate RPD Relative percent difference Sub Analysis performed by subcontract laboratory Refer to QC section and I or Case Narrative Solid samples submitted to the laboratory for analysis by SW-846 Method 8260 should be collected by SW-846 Method 5035. Those samples in which concentrations are less than or equal to 200 uglkg should be collected in.accordance with SW-846 Method 5035, Section 6.2.1. For samples with higher concentrations (> 200 uglkg), collect samples by SW-846 Method 5035, Section 6.2.2 or 6.2.3. Sample results may not accurately reflect volatile concentrations if collection is not performed according to the referenced methodologies. Solid samples submitted to the laboratory for analysis by TNRCC Method 1005 should be collected in accordance to the methodology. Those samples in which concentrations of C6 to C12 are known to be absent, or fall under the Petroleum Storage Tank (PST) rule, may be collected in bulk sample jars in accordance with TNRCC Method 1005, Revision 3 clarifications. For samples with concentrations of C6 to C12, or where knowledge of the site does not exist, collect samples by TNRCC Method 1005, Section 6.1. Sample results may not accurately reflect TPH concentrations if collection is not performed according to the referenced methodologies. Solid sample results reported on a dry weight basis for all applicable analysis, unless otherwise noted. Dry weight calculations based upon % solids obtained as outlined in EPA method 5035 section 7.5. This report is intended only for the use of Globe Engineers and may contain Information that Is privileged and confidential. It may not be reproduced in full (or in part) without the expressed written permission of Globe Engineers and Oxidor Laboratories, LLC. Oxidor Laboratories, LLC certifies to the best of its knowledge that all results contained in this report are consistent with the National Environmental Laboratory Accreditation Program, except where otherwise noted. www.OXIDOR.com • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • Fax: (972) 424-6508 yµ ACCp Order ID: 14080512 XWOR Uvratoriestv 11C w° °�' Date: 8/2512014 a x Page 7 of 9 T104704227-14-11 Globe Engineers Fay Saremi Sample Preservation Verification Project Name: N. Riverside Rd. Receipt temp: 25.6 "C Ambient Receipt method: Client Custody seal intact: Not Present All samples 1 labels received intact: Yes Customer Sample ID: 131 (2-4) Oxidor Sample ID: 14080512-001 Collected: 08/15/14 08:00 Softie Tyne Count Collection Method Plastic Bag 1 Not Specified Collected By: Fay Saremi Collector Affiliation: Globe Engineers Matrix: Solid Indicated Parts I Interval Preservation pH None Customer Sample ID: 132 (24) Collected By: Fay Saremi Oxidor Sample ID: 14080512-002 Collector Affiliation: Globe Engineers Collected: 08/15/14 08:30 Matrix: Solid Indicated Bottle Tyne Count Collection Method Parts I interval Preservation pH Plastic Bag 1 Not Specified None - Customer Sample ID: B3 (2-4) Oxidor Sample ID: 14080512-003 Collected: 08/15/14 09:00 Bottle TYpe Count Collection Method Plastic Bag 1 Not Specified Customer Sample ID: 64 (2.4) Oxidor Sample ID: 14080512-004 Collected: 08/15/14 09.30 Bottle Type Count Collection Method Plastic Bag 1 Not Specified Customer Sample ID: B5 (2-4) Oxidor Sample ID: 14080512-005 Collected: 08/15/14 09:45 Bottle Type Count Collection Method Plastic Bag 1 Not Specified Collected By: Pay Saremi Collector Affiliation: Globe Engineers Matrix: Solid Indicated Parts 1 Interval Preservation pH None - Collected By: Fay Saremi Collector Affiliation: Globe Engineers Matrix: Solid Indicated Parts 1 Interval Preservation pH None - Collected By: Fay Saremi Collector Affiliation: Globe Engineers Matrix: Solid Indicated Parts I Interval Preservation pH None - �vww.OXIPOR.cnm - 18?C� E Plano Parkway #160 -Plano, TX 7%74 • Tel: (972) 424-6A99 - Fax: (912) 4?4-F1;n8 lH ACCp f.�o ���� Order ID:14080512 F 014 xwo Page 8 t)ies. 117. Date: .� 8 of 9 9 y r T104704227-14-11 Globe Engineers Fay Saremi Sample Preservation Verification Project Name: N. Riverside Rd. Customer Sample ID: 136 (2-4) Oxidor Sample ID: 14080512-006 Collected: 08/15/14 10:00 Bottle Type Count Collection Method Plastic Bag 1 Not Specified Collected By: Pay Sarremi Collector Affiliation: Globe Engineer's Matrix: Solid Indicated Parts 1 Interval Preservation pH None - Customer Sample ID: B7 (0-2) Collected By: Pay Saremi Oxidor Sample ID: 14080512-007 Collector Affiliation: Globe Engineers Collected: 08/15/1410:30 Matrix: Solid Indicated Bottle Type Count Collection Method Parts I Interval Preservation pH Plastic Bag 1 Not Specified None - Sample conditions at time of receipt at laboratory verified in part or in whole by: H.Y. www.OXIDOR.com • 1825 E. Plano Parkway 9160 • Plano, TX 75074 • Tel: (972) 424-6422 • Fax: (972) 424-6508 Order ID: 14080512 OMDOR taboratiories, LLC Date: 8125/2014 Page 9 of 9 T104704227-14-11 Documentation PROJECT DESCRIPTION: N. Riverside Rd. Chain of Custody Reco Page Of.. ne[t, . A e e V- T,., re 'L-355 11,- 2 Lay� '�st Ile,""'n '-rM 4t) RUSH 1-4 Gays 2 Daya -5 N P 75 2-5 -z- PO Oortir, F ai SIorem,'O -71o,6e-et7-j,'1? ee Y'-s - C-o&A '4Y -5AI, T.K'Mv (UPso-tt, Requested S OMDOR Ord r ID Q,islojner ")t 6-1s &AM L 'z — .2 -ICris q: iLA -- 'WC od 130 2-i-) /0' 14 www.0XIDOR,corn - 1825 E. Piano Parkway #160 - Piano, TX 75074 - Tel: (972) 424-6422 - Fax: (972) 424-6508 SB N Riverside Drive South of Old Denton Road/North Riverside Elementary School- Traffic Study Tuesday, May 20, 20€4 Mechanical Vehicle Classiticiaton 5outhbound Time Total Bikes Cars & Trailers 2 Axle, Long Buses 2 Axle, 6 Tire 3 Axle, Single 4 Axle, Single <5 Axle, Double 5 Axle, Double >6 Axle, Double <6 Axle, Multi 6 Axle, Multi >6 Axle, Multi No Class 0:00 6 1 4 0 0 0 0 0 0 D 0 0 0 0 1 0:15 5 0 4 1 0 0 0 0 0 0 0 0 0 0 0 0:30 5 0 5 0 0 0 0 0 0 0 0 0 0 0 0 0:46 1 0 1 0 0 0 0 0 0 0 0 0 0 0 0 r1r l owl 1/ 1 14 1 U U u u U U U u u U 1 1:00 2 0 2 0 0 0 0 0 0 0 0 0 0 0 0 1:15 1 0 1 1 0 0 0 1 0 0 0 0 0 0 0 1 0 0 1:30 1 0 1 0 0 0 0 0 0 0 0 1 0 0 0 0 1:45 0 a 0 0 0 0 0 0 0 0 0 0 0 0 1 0 mr I offal 4 U 4 U U U U U U u U U U U U 2:00 1 0 1 0 0 0 0 0 0 0 0 0 0 0 0 2:15 2 0 1 1 1 0 0 0 1 0 0 0 0 0 0 0 1 0 2:30 2 0 1 1 0 0 0 0 0 0 0 1 0 0 0 0 2:46 4 0 2 2 0 0 0 0 0 0 0 0 1 0 0 1 0 mr totai a U 5 4 U U U U U u u u u U U 3:00 1 0 1 0 0 0 0 0 0 0 0 0 0 0 0 3.15 2 0 I 2 0 0 0 0 0 0 0 0 0 0 0 0 3:30 5 0 4 0 0 1 1 0 0 0 0 0 0 0 0 0 3:45 4 0 3 1 0 0 0 0 0 0 0 0 0 Q 10 tir iota) 1z 0 10 1 0 1 U 0 0 U 0 0 0 U 0 4:00 5 0 5 0 0 0 0 0 0 0 0 0 0 0 0 4.15 5 0 5 0 0 0 0 0 0 0 0 0 0 0 0 4:30 9 0 6 2 0 1 0 0 0 0 0 0 0 0 0 4:45 6 0 4 1 0 1 0 0 0 0 1 0 0 0 Q 1 0 rtr eotai zo u zu s u z u u u u u u u u u 5:00 11 1 9 1 0 0 0 0 0 0 0 0 0 0 0 5.15 13 D 9 4 0 0 1 0 0 0 1 0 0 0 0 0 1 0 5:30 16 0 9 4 0 3 0 0 0 0 0 0 0 0 0 SAS 15 0 7 5 0 1 2 0 0 0 0 0 0 0 0 mr i Oral 55 1 S4 14 U 4 z U U U U u U U u 6.00 24 0 16 5 0 0 1 0 0 0 0 0 0 0 2 615 53 0 1 32 17 0 1 0 0 0 0 0 0 0 0 3 6:30 60 0 38 1 14 2 2 0 0 3 0 0 0 0 0 1 6:45 57 0 37 10 0 5 2 0 3 0 0 0 0 0 1 0 mr loral 194 U IZ4 46 z 4 4 u 6 U U U U U 6 7:00 70 0 55 5 0 1 1 0 3 1 0 0 0 0 4 7:15 137 1 1 97 25 2 2 1 2 0 3 D 1 0 0 0 0 5 7:30 172 1 111 41 1 2 2 1 3 2 0 0 0 1 0 8 7:45 183 1 124 34 1 4 4 1 3 0 0 Q 0 0 11 rtr Total 56z 3 397 105 4 8 9 z lz 3 U U U 0 zS 8:00 122 0 83 25 2 5 1 0 2 0 0 0 0 0 4 8:15 123 0 1 81 32 1 3 0 0 2 1 0 0 0 0 3 8:30 58 0 42 14 0 1 1 1 1 0 0 0 0 0 0 0 0 8:45 35 0 27 8 0 0 0 0 0 0 0 0 Q 0 1 0 hr Total 338 0 z33 79 3 9 z 0 4 1 0 0 0 0 7 9.00 44 0 33 9 0 2 0 0 0 0 0 0 0 0 0 9.15 45 1 1 26 14 0 1 1 0 0 0 0 0 0 0 2 9:30 23 0 15 6 0 2 0 0 0 0 0 1 0 0 0 0 9:45 21 0 15 6 0 0 0 0 D 0 0 0 1 0 0 1 0 mr iorai l:sa 1 ua s5 U 5 1 U u U u u U u z 1 D:00 21 0 9 6 1 4 0 0 1 0 0 0 0 0 0 10:15 47 2 1 33 11 0 0 0 0 0 0 0 0 0 0 1 10:30 45 1 34 9 0 1 0 0 0 0 0 1 0 0 0 0 10:45 39 0 23 15 0 1 0 0 0 0 0 D 1 0 0 1 0 rir iota) 15X 3 #e 41 1 C U U 1 U U u U U 1 11:00 38 0 31 7 0 0 0 0 0 0 0 0 0 0 0 11:15 41 0 1 28 10 1 0 1 0 0 1 0 0 0 1 0 0 1 11:30 35 0 20 12 0 3 0 0 0 0 0 0 0 0 0 11:45 40 0 25 11 0 4 0 0 0 0 0 0 1 0 0 1 0 mr Total 154 U 104 4U 1 1 1 U U U U U U U 1 12:00 47 0 37 9 0 1 0 0 0 0 0 0 0 0 0 12:15 53 1 1 35 17 0 0 0 0 0 1 0 0 0 1 0 0 0 12:30 36 0 21 12 1 1 0 0 1 0 0 1 0 0 0 0 12:45 51 0 38 9 1 3 0 0 0 0 0 0 0 0 1 0 mr Totai 187 1 131 47 z 5 0 U 1 0 0 0 0 0 0 Page 1 SB N Riverside Drive South of Old Denton Road/North Riverside Elementary School Traffic Study Tuesday, May 20, 2014 Mechanical Vehicle Classiiicialan Southbound Time Total Bikes Cars & Trailers 2 Axle, Long Buses 2 Axle, 6 Tire 3 Axle, Single 4 Axle, Single <5 Axie, Double 5 Axle, Double >6 Axle, Double <6 Axle, Multi 6 Axle, fluiti >6 Axle, Multi No Class 13:00 34 0 27 6 0 0 0 0 0 0 0 0 0 0 1 13:16 52 0 40 10 0 2 0 0 0 0 0 0 0 0 0 13:30 36 0 24 11 0 1 0 0 0 0 0 0 0 0 0 13:45 38 0 24 12 0 1 1 0 0 0 0 0 0 0 0 nr 1Dial lou u na as u 4 l u u u u u u u l 14.00 56 1 40 14 0 1 0 0 0 0 0 0 0 0 0 14:15 54 1 41 11 0 1 0 0 0 1 0 0 0 1 0 1 0 0 14:30 36 0 24 1 9 0 0 0 0 0 1 1 0 0 0 0 2 14:45 94 1 59 1 22 2 3 1 1 0 1 0 0 0 1 0 1 1 4 rlr IDial 64u 4 154 SU A 4 1 U 2 l V V V l 4 15.00 158 3 92 43 1 6 2 0 2 0 0 0 0 0 9 15.15 100 0 65 26 0 3 1 0 1 0 0 0 0 0 4 15,30 87 1 0 1 63 19 1 3 0 1 0 0 A 0 0 0 1 0 1 0 1 1 15:45 140 1 103 1 28 0 1 4 0 0 0 0 0 0 0 0 1 4 rlr total 4S5 4 323 116 2 lb 3 u 3 U u u u u ltt 16:00 130 1 95 26 1 2 0 0 0 0 0 0 0 0 5 16:15 97 2 61 30 0 1 D 0 3 0 D 0 0 0 0 16:30 100 1 0 72 21 0 1 4 0 0 0 1 0 0 1 0 0 1 0 3 16:45 115 0 89 16 0 2 2 0 0 0 0 0 0 0 6 rlrTOtal 442 3 317 93 1 9 2 u 3 u 0 0 0 0 14 17:00 116 0 84 29 0 1 0 0 1 0 0 0 0 0 1 17:15 136 1 95 33 0 2 0 0 3 0 0 0 1 0 1 17.30 156 0 1 109 39 1 0 1 3 1 0 1 1 1 0 1 0 1 0 0 0 1 3 17.45 154 2 109 39 0 4 0 0 0 0 0 0 0 0 0 nr t Dial "Z 3 381 l4u V lu 7 u 5 u u u l u b 18:00 150 0 110 35 0 3 0 1 0 0 0 0 0 0 1 18.15 145 1 105 28 0 2 2 0 2 0 1 0 0 0 4 18:30 125 1 0 83 37 1 1 3 0 1 0 0 1 1 0 0 1 0 0 0 1 18:45 109 2 79 27 0 0 0 0 0 0 0 0 0 0 1 rlr total b"L9 3 3/! 121 1 e 2 1 2 u 7 u u u r 19:00 66 2 44 19 0 0 0 0 0 0 0 0 0 0 1 19:15 68 1 4 47 1 14 0 3 0 0 0 0 0 0 1 0 0 0 19:30 1 61 1 0 45 1 1 16 0 1 0 1 0 0 1 0 0 1 1 0 0 1 0 0 0 19:45 66 1 1 53 1 14 0 1 D 0 1 0 0 0 1 0 0 2 Mr Total Z63 7 189 59 0 4 u 0 1 0 0 0 0 0 3 20:00 52 0 36 15 0 1 0 0 0 0 0 0 0 0 0 20:15 51 0 37 12 0 1 1 0 0 1 0 0 0 0 0 0 20:30 49 2 1 35 12 0 1 0 1 0 0 1 0 0 1 0 1 0 0 0 1 1 0 20,45 42 0 33 9 D 0 1 0 0 1 0 0 0 0 0 0 1 0 nr total IV4 2 l41 4tf u L u u 7 u u U u U u 21.00 36 0 28 7 0 1 0 0 0 0 0 0 0 0 0 21.15 23 0 1 17 5 0 1 0 0 0 0 0 0 1 0 0 0 21:30 30 0 25 5 0 0 0 0 1 0 0 0 1 0 1 0 0 1 0 21:45 16 0 12 4 0 0 1 0 p 1 0 0 0 0 1 0 0 1 0 rlr Total lob u UZ z1 u 2 u u u u u u u u u 22:00 30 0 27 3 0 0 0 0 0 0 0 0 0 0 0 22:15 18 0 1 17 1 1 0 0 1 0 1 0 0 0 1 0 0 0 0 1 0 22:30 17 1 0 15 2 0 0 0 0 1 0 0 1 0 0 1 0 0 0 22:45 16 0 14 2 0 0 0 0 1 0 0 0 0 1 0 0 1 0 mr Total 81 0 73 8 0 0 0 u 0 0 0 0 0 0 0 23:00 11 0 9 2 0 0 0 0 0 0 0 0 0 0 0 2315 16 0 16 0 0 0 0 0 0 0 0 0 0 0 0 23:30 1 11 0 8 3 0 0 0 0 1 0 0 1 0 1 0 0 1 0 0 23:45 6 0 5 1 0 0 0 0 0 0 0 0 1 0 0 1 0 rlr IOtal 44 V JU D u u u u V U V V V V V Gr. Total °Ye of Tota! 4947 35 3469 /129 19 115 28 3 41 5 1 0 1 1 100 100.0% 0.7% 70.1% 22.8% 0.4% 2.3% 0.69'0 0.1% 0.8% 0.1% 0.0% 0.0%0.0% 0.0% 2.0% Total Bikes Cars & Trailers 2 Axle, 1-nnn Buses 2 Axle, 6 Tire 3 Axle, Sin le I 4 Axle, Sin le <5 Axle, Double 5 Axle, Double >6 Axle, Double <6 Axle, l�lulti 6 Axle, Multi >6 Axle, tJlulti No Class Southbound Page 2 SB N Riverside Drive just North of Thompson Road Traffic Study Tuesday, May 20, 2014 Mechanical Vehicle Classificiaton Southbound Time Total Bikes Cars & Trailers 2 Axle, Long Buses 2 Axle, 6 Tire 3 Ax1e, Sin Is 4 Axle, Single <5 Axle, Double 5 Axle, Double >6 Axle, Double <6 Axle, Multi 6 Axle, Multi >6 Axle, Multi No Glass 0:00 7 0 6 1 0 0 0 0 0 0 0 0 0 0 0 0:15 7 0 6 1 0 0 0 0 0 0 0 0 0 0 0 0:30 3 0 3 0 0 0 0 0 0 0 0 0 0 0 0 0:45 3 0 3 0 0 0 0 0 0 0 0 0 0 0 0 nr i otai zu U 16 z U U u u U U u U u U U 1:00 4 0 4 0 0 0 0 0 0 0 0 0 0 0 0 1:15 6 0 6 0 0 0 0 0 0 0 0 0 0 0 0 1:30 8 0 1 6 2 0 1 0 1 0 0 0 1 0 0 0 0 1 0 1 0 1:45 6 0 6 0 0 j 0 0 0 0 0 0 0 0 0 0 nr IOtal Z4 U zz z U U u U u U u U U U u 2:00 4 0 4 0 0 0 0 0 0 0 0 0 0 0 0 2:15 1 0 1 0 0 0 0 0 0 0 0 0 0 0 0 2:30 1 0 1 0 1 0 0 1 0 0 0 1 0 0 1 0 0 1 0 0 2:45 2 0 1 1 0 0 0 0 0 0 0 0 0 0 0 ttr IOtal U U U z U U u U U U u U U u U 3:00 4 0 4 0 0 0 0 0 0 0 0 0 0 0 0 3:15 3 0 2 1 0 0 0 0 0 0 0 0 0 0 0 3:30 3 0 1 2 1 0 0 0 1 0 0 0 0 1 0 0 1 0 0 3:45 4 0 4 0 0 0 0 0 0 0 0 0 0 0 0 rlr i oral 14 U 12 Z U U U u u U u U u U U 4:00 2 0 2 0 0 0 0 0 0 0 0 0 0 0 0 4:15 1 0 1 0 0 0 0 0 0 0 0 0 0 0 0 4:30 2 0 1 0 0 1 0 1 0 0 0 0 1 0 0 0 0 4:45 5 0 4 1 0 0 0 1 0 0 0 0 0 0 0 0 nr iotai 11) U t< 1 U 1 U U U U U U U U U 5:00 2 0 2 0 0 0 0 0 0 0 0 0 0 0 0 5:15 5 0 4 1 0 0 0 0 0 0 1 0 0 0 0 1 0 5:30 5 0 2 2 1 0 1 0 0 1 0 0 0 0 1 0 0 0 5:45 10 0 6 1 0 1 2 0 0 0 0 0 0 0 0 mr iotai ;dz U 14 4 u z z U U U U U U u u 6:00 18 0 15 2 0 0 1 0 0 0 0 0 0 0 0 6:15 41 3 27 8 0 1 0 0 0 0 0 0 0 0 2 6:30 49 1 28 8 1 3 72 1 0 2 0 0 1 0 0 1 0 4 6:45 58 1 44 5 0 2 1 1 0 2 0 0 0 0 0 3 rtr rotas 1t5U 5 114 Z3 1 U 4 U 4 0 U U U u 9 7:00 93 1 74 13 1 1 0 0 0 0 0 0 0 0 3 7:15 121 1 95 10 0 0 3 0 1 0 1 0 0 0 10 7:30 111 2 76 20 1 2 1 1 0 1 0 0 0 1 0 0 1 0 9 7.45 112 1 76 12 1 3 1 0 0 0 0 0 0 0 18 r[r loran 43/ 0 3Z7 3 t/ 0 u 1 u 1 U U U 4U 8:00 92 0 69 10 2 4 0 0 2 0 0 0 0 0 5 8:15 74 1 52 13 0 2 0 0 1 0 0 0 0 0 5 8:30 45 0 33 7 0 1 2 1 0 1 1 0 0 0 0 1 0 1 8.45 32 1 23 7 0 0 0 0 0 0 0 0 0 0 1 arri�.i�{atarararar�lrff 1�r-4 9:00 37 1 26 6 0 2 0 0 0 0 0 0 0 0 2 9:15 25 0 16 7 0 2 0 0 0 0 0 0 0 0 0 9:30 21 0 16 1 5 0 0 0 1 0 0 1 0 0 1 0 0 0 0 9.45 30 0 24 1 5 0 0 0 0 0 0 0 0 0 0 1 Kr iota[ 113 1 UZ 'Z3 U 4 u U U u U U U U 3 10:00 23 1 13 3 1 5 0 0 0 0 0 0 0 0 0 10:15 37 1 29 4 0 2 0 0 0 0 0 0 0 0 1 10:30 31 1 21 7 0 1 1 0 0 0 1 0 0 0 1 0 1 0 1 10:45 32 0 25 7 0 0 0 0 0 0 0 0 0 0 0 nr -i otal 1 z3 3 65 21 1 5 U U U U U u 0 U z 11:00 37 0 30 6 1 0 0 0 0 0 0 0 0 0 0 11:15 40 0 30 5 2 1 0 0 0 0 0 0 0 0 2 11:30 32 1 0 1 21 1 8 0 3 1 0 0 0 1 0 0 0 1 0 1 0 Q 11 A5 46 1 0 28 1 16 0 2 0 0 0 0 0 0 0 0 0 NrTotal 155 0 109 35 3 6 0 U U U 0 0 U U Z 12:00 50 0 41 6 0 1 0 0 0 0 0 0 0 0 2 12:15 59 0 41 16 0 0 0 0 0 0 0 0 0 0 2 12:30 48 0 36 1 9 1 1 1 0 0 0 0 0 1 0 0 0 1 12:45 53 0 38 11 0 3 0 0 0 0 0 0 0 0 1 NrTotal 210 U 156 42 1 5 0 0 0 0 0 0 0 0 5 Page 3 SB NRiverside Drive just North of Thompson Road- Traffic Study Tuesday, May 20, 2014 Mechanical Vehicle Classiliciaton Southbound Time Total Bikes Cars & Trailers 2 Axle, Long Buses 2 Axle, 6 Tire 3 Axle, Single 4 Axle, Single <5 Axle, Double 5 Axle, Double >6 Axle, Double <6 Axle, Multi 6 Axle, Multi >6.Axle, Multi No Class 13:00 42 0 32 6 0 1 0 0 1 0 0 0 0 0 2 13:15 55 0 45 6 0 3 0 0 1 0 0 0 0 0 0 13:30 47 0 36 9 0 2 0 0 0 0 0 0 0 0 0 13.45 38 2 29 5 0 0 1 0 0 0 0 0 0 0 1 nr i ozal 13z z 194 [b U 9 1 u L u U u U U s 14:00 57 3 44 6 0 1 0 0 1 0 0 0 0 0 2 14A 5 67 1 1 55 6 0 1 0 1 0 0 0 0 1 0 D 0 4 14:30 63 0 49 1 9 1 1 0 1 0 0 1 0 0 0 1 0 0 3 14:45 94 2 70 1 15 0 2 1 0 0 0 0 0 1 0 0 1 4 Hr total zn1 b z1u 30 1 4 z U 1 u U u U U 13 15:00 107 1 69 24 0 3 2 0 0 0 0 0 0 0 8 15:15 97 4 66 16 0 4 0 0 0 0 0 0 0 0 7 15.30 94 0 62 1 1 18 0 5 1 1 0 0 1 0 0 0 0 1 0 8 15,45 97 2 71 1 14 1 3 0 0 1 1 0 0 0 0 4 Hr I otal 395 7 2bO 7z 1 15 3 U 1 1 U U U U 27 16.00 107 4 80 18 0 0 1 0 0 0 0 0 0 0 4 16:15 92 1 68 15 0 3 1 0 0 3 0 0 0 0 0 2 16:30 119 1 2 92 1 13 0 4 0 1 0 2 0 1 0 1 0 1 0 0 1 6 16:45 131 4 103 13 0 3 1 0 0 0 0 0 1 0 0 1 7 Hr Total 449 11 343 59 0 10 2 0 5 0 0 0 0 0 19 17.00 125 4 83 27 0 1 1 0 0 0 0 0 0 0 9 17:15 154 2 88 17 1 1 1 0 3 0 0 0 0 0 41 17:30 1 160 0 94 1 18 1 0 3 1 0 0 1 1 1 0 0 1 1 0 0 0 1 44 17:45 164 3 96 1 16 0 2 1 0 1 3 0 0 0 0 1 42 rlr total ou3 a sot ra 1 7 3 u 7 U u U U 1 lib 18:00 145 0 83 13 0 3 1 0 4 0 0 0 1 0 40 18:15 136 1 84 15 0 3 1 0 1 0 0ro 0 0 0 1 31 18:30 133 0 90 27 0 2 0 0 1 0 00 0 0 13 18:45 92 0 72 16 0 1 0 0 0 0 0 0 0 3 Hrlotal 5u6 1 3z9 71 u 9 z 0 6 U U u 1 U or 19:00 73 4 58 9 0 1 0 0 0 0 0 0 0 0 1 19:15 87 1 72 8 0 2 1 0 0 1 0 0 0 0 0 3 19.30 69 1 1 55 11 0 1 0 1 1 0 0 1 0 0 1 1 0 0 1 0 0 2 19:45 79 1 1 61 1 14 0 1 1 0 0 1 0 0 D 0 0 0 2 Hr Total 308 7 246 42 0 4 0 0 1 0 0 0 0 0 a 20.00 66 2 51 7 0 1 0 0 0 0 0 0 0 0 5 20:15 62 2 46 10 0 0 0 0 1 0 0 0 D 0 3 20:30 1 65 0 55 1 8 0 0 1 0 0 0 0 0 0 0 0 2 20:45 53 2 40 81 0 2 0 0 1 0 0 0 0 1 0 0 1 1 nr i om ;44b b TJz is U 3 U u 1 U u U U u 11 21:00 47 0 36 10 0 0 0 0 0 0 0 0 0 0 1 21.15 37 1 0 32 r 4 0 1 0 1 1 0 0 0 1 0 1 0 0 1 0 0 21:30 52 1 41 7 0 1 0 Q 1 0 0 0 1 0 0 0 2 21.45 29 0 24 3 0 1 1 0 1 4 0 0 0 1 0 0 1 0 Hr Total 165 1 133 24 U z 2 0 U 0 0 u u U 3 22,00 30 1 27 1 0 0 0 0 0 0 0 0 0 0 1 22.15 27 0 27 0 0 0 0 0 0 0 0 0 0 0 0 22:30 31 0 25 6 0 0 0 0 0 0 D 0 4 0 0 22:45 21 2 16 3 0 0 0 0 0 0 0 0 0 0 0 Hr Total 109 3 95 10 0 0 0 U 0 0 U 0 0 0 1 23:00 11 0 10 1 0 0 0 0 0 0 0 0 0 0 0 23:15 23 1 20 1 0 0 0 0 0 0 0 0 0 0 1 23.30 13 0 9 4 0 0 0 0 0 0 0 1 0 0 0 0 23:45 11 0 8 3 D 0 0 0 0 0 0 0 1 0 0 1 0 nr total an 1 41 y u u u u U u u U u u 1 Gr. Total of Total 4847 70 3501 709 14 105 28 D 33 1 1 0 1 1 383 100.0% 1.4% 72.2% 14.60/. 0.3% 2.2% 0.6% 0:0% 0.790 0.0% 0.0% 0.0% 0.0% 0.0% 7.9% Total Bikes Cars & Trailers 1 2 Axle, Lon Buses 2 Axle, 6 Tire 3 Axle, Sin le 4 Axle, Single <5 Axte, Double 5 Axle, Double >6 Axle, Double O Axle, I Multi 6 Aude, I Multi >6 Axle, I Multi No Class Southbound Page 4 NB N Riverside Drive just North of Thompson Road Traffic Study Tuesday, May 20, 2014 Mechanical Vehicle Classificiaton Northbound Time Total Bikes Cars & Trailers 2 Axle, Long Buses 2 Axle, 6 Tire 3 Axle, Single 4 Axle, Single <5 Axle, Double 5 Axle, Double >6.Axle, Double s6 Axle, Multi 6 Axle, Multi >6 Axte, Multi No Class 0:00 7 0 5 2 0 0 0 0 0 0 0 0 0 0 0 0:15 5 0 3 2 0 0 0 0 0 0 0 0 0 0 0 0:30 4 0 2 1 0 0 1 0 0 0 0 0 0 0 0 0:45 2 0 2 0 0 0 0 0 0 0 0 0 0 0 0 Hr total 1S u 1z 5 u u 1 u u u U U u u U 1:00 6 0 5 1 0 0 0 0 0 0 0 0 0 0 0 1:15 1 0 1 0 0 0 0 0 0 0 0 0 0 1 0 0 1:30 2 0 2 0 0 0 0 0 0 0 0 1 0 0 0 0 1:45 4 0 4 0 0 0 0 0 0 0 0 0 0 0 0 Hr IOtal 13 u 1z 1 0 u u u u u U u u U u 2:00 3 0 3 0 0 0 0 0 0 0 0 0 0 0 0 2:15 3 0 3 0 0 0 0 0 0 0 0 0 0 1 0 0 2:30 1 1 0 1 0 0 1 1 0 0 1 0 0 0 1 0 0 1 0 0 0 2:45 4 1 0 1 2 0 1 1 0 1 0 0 01 0 0 0 0 0 Hr Total 11 0 8 2 U 1 0 0 0 0 U 0 0 0 U 3:00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3:15 1 0 0 1 0 0 0 0 0 0 0 0 1 0 0 0 3.30 4 0 4 0 1 0 0 0 0 0 0 0 1 0 0 0 0 3:45 8 0 6 0 0 0 2 0 0 0 0 0 0 0 0 Hr Total 13 0 10 1 0 0 2 0 0 0 0 0 0 0 0 4.00 5 0 3 2 0 0 0 0 0 0 0 0 0 0 0 4:15 2 0 0 2 0 0 0 0 0 0 0 0 0 0 0 4:30 4 0 2 1 0 1 1 0 0 0 0 0 1 0 0 0 0 4,45 9 1 0 6 1 3 0 1 0 0 1 0 0 0 0 0 0 0 1 0 Hr i oral zu a 11 s u 1 a u U u u u u u u 5:00 16 1 10 4 0 1 0 0 0 0 0 0 0 0 0 5:15 15 0 8 7 Q 1 0 0 0 0 0 0 0 0 0 0 5:30 38 1 1 29 7 0 1 1 1 0 1 0 0 0 0 1 0 1 0 0 0 5:45 47 0 29 16 0 1 1 0 1 0 0 0 0 0 0 0 1 Hr I ot81 115 2 75 34 U 3 u U U u u u u u 1 6:00 85 2 52 26 0 4 0 0 0 0 0 0 0 0 1 6:15 137 5 78 41 0 6 1 0 0 0 0 0 0 0 6 6:30 1 109 2 71 27 1 0 4 1 0 0 0 0 1 0 1 0 0 4 6:45 95 0 59 31 0 3 1 0 0 0 0 0 0 0 1 Hr Total 426 9 260 125 0 17 3 0 0 0 0 0 0 0 12 7:00 97 2 64 22 1 4 0 0 0 0 0 0 0 0 4 7:15 126 6 80 23 1 2 1 0 0 0 0 0 0 0 13 7:30 d 147 3 97 32 1 0 3 1 0 0 0 0 1 0 1 0 1 0 11 7:45 132 3 70 25 0 2 0 0 0 0 0 0 0 0 32 Hr Total 502 14 311 102 2 11 2 0 0 0 0 0 0 0 60 8:00 86 1 64 13 1 1 0 0 0 0 0 0 0 0 6 8:15 99 2 68 18 1 2 1 0 2 0 0 0 0 0 5 8:30 d 53 1 40 12 1 0 0 0 0 0 0 0 1 0 1 0 1 0 0 8:45 77 1 53 20 0 2 1 0 0 0 0 0 0 0 0 Hr iotal 31* 5 Z25 b3 z 5 z u z u U u u u 11 9:00 45 1 35 9 0 0 0 0 0 0 0 0 0 0 0 9:15 44 0 32 8 0 3 1 0 0 0 0 0 0 0 0 2,30 d 40 1 1 33 6 1 0 0 0 0 0 0 1 0 0 0 1 0 0 9:45 32 1 0 24 7 0 0 0 0 1 0 0 0 0 0 0 Hr I otal 1{51 2 124 3u u 3 1 u 1 u u u U u u 10:00 32 0 21 10 0 0 0 0 1 0 0 0 0 0 0 10:15 32 0 26 4 0 0 0 0 0 0 0 0 0 0 2 10:30 38 0 28 7 1 0 2 0 0 0 0 0 1 0 0 1 0 1 10:45 44 0 34 9 0 1 0 0 0 0 0 0 0 0 0 Hr Total 146 0 109 30 0 3 0 0 1 0 0 0 0 0 3 11:00 46 1 34 8 0 1 0 0 1 0 0 0 0 0 1 11:15 47 0 35 9 0 1 0 0 0 0 0 0 0 0 2 11:30 46 0 28 10 1 0 4 1 0 1 0 0 1 0 0 0 2 11:45 33 0 22 9 0 2 0 0 0 0 0 0 0 0 0 12:00 63 1 48 9 2 1 0 0 0 0 0 0 0 0 2 12:15 40 1 28 6 0 1 2 1 0 0 0 0 0 0 0 2 12:30 43 0 29 11 0 1 0 0 0 0 0 1 0 0 0 2 12:45 40 1 34 4 0 0 1 0 0 0 0 0 0 0 0 Hr IOtal lab 3 13a 3U z 4 z u u U U u U u 6 Page 5 NB N Riverside Drive just North of Thompson Road Traffic Study Tuesday, May 20, 2014 Mechanical Vehicle Classificiaton Northbound Time Total Bikes Cars & Trailers 2 Axle, Long Buses 2 Axle, 6 Tire 3 Axle, Single 4 Axle, Single 45 Axle, Double 5 Axle, Double >6 Axle, Double 46 Axle, Multi a Axle, Pdulti >6 Axle, Multi No Class 13.00 41 0 28 11 0 1 0 0 1 0 0 0 0 0 0 13.15 25 0 21 3 0 1 0 0 0 0 0 0 0 0 0 13:30 39 0 29 7 2 1 0 0 0 0 0 0 0 0 0 13:45 44 1 32 8 0 3 0 0 0 0 0 0 0 0 0 nr iotai 149 1 11u an c o u u 1 u u u u u u 14:00 57 3 38 13 0 1 0 0 0 0 0 0 0 0 2 14:15 54 1 30 16 0 2 1 0 0 0 0 0 0 0 0 5 14.30 56 1 44 7 0 1 1 0 0 1 0 0 0 0 0 1 0 3 14:45 73 1 52 10 0 2 0 D 1 0 0 0 0 0 D 1 8 nr total Z4U U 1ti4 4b U U U U U U U U U U 1ti 15.00 145 3 91 34 1 4 2 0 0 0 0 0 0 0 10 15:15 70 2 47 9 1 3 0 0 1 0 0 0 0 0 7 15:30 87 1 2 66 1 12 0 1 1 0 0 1 2 0 1 0 0 1 0 0 4 15:45 108 1 78 20 0 0 0 0 0 0 0 0 0 1 0 9 Mr Total 41U U 282 75 2 8 2 u 3 u U U u U 3U 16:00 101 3 62 19 1 3 2 0 0 0 0 0 0 0 11 16:15 99 0 70 22 1 0 1 0 0 0 0 0 0 0 0 6 16:30 98 1 72 14 2 1 3 0 0 1 0 0 0 0 0 0 6 16.45 85 1 54 17 0 1 1 0 0 0 0 0 0 0 1 11 nr lotai stir 9 ZOti rZ 4 1 3 U U u u U u U J4 17:00 101 6 68 16 0 2 1 0 0 0 0 0 0 0 8 17:15 88 5 52 10 0 1 1 0 0 2 0 0 0 0 0 18 17:30 91 1 0 55 1 1 11 0 1 9 1 1 0 0 1 0 1 0 0 0 0 0 1 24 17:45 103 1 3 52 1 14 1 3 1 1 0 0 0 0 0 0 0 29 Hr total Sa3 14 'ZZ7 M 1 7 Z u E u u u U U 78 18:00 86 3 46 6 2 0 0 0 0 0 0 0 0 0 29 18:15 83 3 45 10 0 1 0 0 0 0 0 0 0 0 24 18:30 1 74 0 55 8 1 0 2 1 1 1 0 Q 1 Q 1 0 1 0 0 0 8 18:45 66 0 i 51 11 0 0 1 0 0 1 0 1 0 0 0 0 3 nr Total 309 6 197 35 2 3 1 0 1 U u U U u u4 19.00 58 0 35 19 0 2 0 0 0 0 0 0 0 0 2 19.15 47 1 31 13 0 0 1 0 0 0 0 0 0 0 0 2 19:30 75 0 57 12 0 2 0 0 0 0 0 0 0 D 4 19:45 56 0 43 9 0 0 0 0 0 0 0 0 0 0 4 nr total 6110 1 100 5s u 4 u u u u u u u u tZ 20:00 69 2 50 13 0 0 1 0 1 0 0 0 0 0 2 20:15 70 2 45 17 1 0 2 0 0 1 0 0 1 0 0 1 0 1 0 4 20:30 73 1 0 1 61 11 0 0 0 0 1 0 0 0 1 0 1 0 0 1 20:45 64 1 45 15 0 0 0 0 1 0 0 0 0 1 0 0 1 3 nr total 27t/ 5 2U1 56 u x 1 u t u U u u u I 21:00 60 0 48 9 0 2 0 0 0 0 0 0 0 0 1 21.15 61 3 36 19 0 2 0 0 0 0 0 0 0 0 1 21:34 1 50 1 36 12 0 0 0 1 0 0 1 0 0 D 0 1 0 1 21:4 62 0 49 8 0 1 0 0 0 0 0 7 0 1 0 0 1 4 Nr Total 233 4 169 48 U 5 U U U U U U U u 7 22.00 46 1 34 10 0 0 0 0 0 0 0 0 0 0 1 22:15 31 0 25 6 0 0 0 0 0 0 0 0 0 0 0 22:30 39 0 29 7 0 1 0 0 0 0 0 r-O 0 0 0 1 0 3 22.45 30 1 22 4 0 1 0 0 0 0 0 1 0 0 1 2 nr total 1ffl6 x 11u ZI u 1 u u u u u u u u 9 23:00 24 0 16 6 0 1 0 0 0 0 0 0 0 0 1 23.15 16 1 14 1 0 0 0 0 0 0 0 0 0 0 0 23:30 11 1 0 10 1 0 1 0 0 0 1 0 0 1 1 1 0 0 0 0 0 23.45 11 0 10 1 0 0 0 0 D 0 0 D 0 0 0 nr total tit 1 5U ti u 1 U u u 1 U U u U 1 Gr. Total 4926 8 9 3350 967 17 106 23 0 14 1 0 0 0 0 35 Page 6 NB NRiverside Drive South of Old Denton Road/North Riverside Elementary School- Traffic Study Tuesday, May 20, 2014 Mechanical Vehicle Classificiaton Northbound Time Total Bikes Cars & Trailers 2 Axle, Long Buses 2 Axle, 6 Tire 3 Axle, Sin Is 4 Axle, Single <5 Axle, Double 5 Axle, Double >6 Axle, Double e6 Axle, Multi 6 Axle, Multi >6 Axle, Multi No Class 0:00 4 0 4 0 0 0 0 0 0 0 0 0 0 0 0 0.15 7 0 6 1 0 0 0 0 0 0 0 0 0 0 0 0:30 5 0 4 0 0 0 1 0 0 0 0 0 0 0 0 0:46 2 0 1 1 0 0 0 0 0 0 0 0 0 0 0 nr total 10 V 'I.'7 z U V 1 V U U U U U U U 1:00 3 0 3 0 0 0 0 0 0 0 0 0 0 0 0 1:15 1 0 1 1 0 D 1 0 0 0 0 0 0 0 0 0 0 1:30 1 0 1 0 0 0 0 0 0 0 0 0 D 0 0 1:46 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 nr Iota1 5 V 5 V u V V V V u u u u u U 2.00 2 0 2 0 0 0 0 0 0 0 0 0 0 0 0 2:15 3 0 3 0 0 0 0 0 0 0 0 0 1 0 1 0 0 2:30 2 1 0 2 0 0 0 0 0 0 0 0 1 0 0 0 0 2:46 4 0 4 0 0 0 0 0 0 0 0 0 1 0 0 1 0 nr total 11 U 11 u u u U u u u U U U U U 3:00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3.15 3 0 1 2 D 0 0 0 0 0 1 0 0 0 1 0 3:30 3 0 3 0 0 0 [to 0 0 0 0 1 0 0 0 0 3:46 2 0 2 0 0 0 0 0 0 0 0 0 0 0 nr I Vta1 a u o z U U U u u U U U U U U 4:00 1 0 1 0 0 0 0 0 0 0 0 0 0 0 0 4:15 1 0 1 0 0 0 0 0 0 0 0 0 0 0 0 4.30 4 0 2 1 0 0 1 2 0 1 0 0 0 0 0 1 0 0 1 0 4:45 4 1 0 3 1 0 0 0 0 0 0 0 0 0 0 0 nr total 1V U l 1 U z U V V U U U U u U 5:00 4 0 2 2 —1 0 0 0 1 0 0 0 0 0 0 0 0 5.15 8 0 6 2 0 0 0 0 0 0 0 0 0 0 0 5:30 18 0 16 2 0 0 0 0 0 0 0 0 0 0 0 6:46 38 0 21 15 0 1 0 0 1 0 0 0 0 0 0 nr mal ba V 45 z1 u 1 u U 1 U U u u u U 6:00 86 1 56 24 0 1 0 0 2 0 0 0 0 0 2 6:15 112 1 72 1 27 0 1 5 1 0 2 1 0 0 1 0 0 3 6:30 88 1 57 1 21 1 1 3 0 0 1 1 0 0 0 0 3 6:46 8S 0 43 31 11. 6 1 0 0 1 0 0 0 0 2 nr total 3f1 4 zzt% 1U3 z 1b z U 5 3 U U U U 1U 7:00 85 2 57 13 2 3 1 D 3 0 0 0 0 0 4 7:15 134 1 2 95 18 0 4 3 0 4 0 0 1 0 0 7 7:30 200 1 0 155 31 1 1 1 3 0 1 1 0 0 0 0 7 7:45 160 0 115 27 1 5 2 0 5 0 0 1 0 0 1 0 5 nr I Vta1 UIV 4 41Cz ate 4 13 V U 13 1 U t U U z3 8:00 134 0 102 20 0 3 2 0 2 0 0 0 0 0 5 8:15 112 0 85 20 1 1 1 1 0 0 0 1 1 1 0 0 1 0 3 8:30 53 0 43 8 0 1 1 0 0 0 0 0 0 0 0 8:45 56 0 421 9 0 2 2 0 0 0 0 1 0 0 0 nr I Dial s>o u "Z br 1 f o V z U 1 1 U V a 9:00 45 0 34 10 0 1 0 0 0 0 0 0 0 0 0 9:15 37 0 29 1 6 0 1 1 0 0 1 1 0 0 1 0 0 0 0 9:30 23 0 15 7 0 1 0 0 0 0 0 0 0 0 0 9:45 38 0 23 14 0 0 0 0 1 0 0 0 1 0 0 1 0 ilr IOtai 144 V 1U1 41 V 3 U u z U U U U u U 10:00 25 1 16 6 0 0 0 0 2 0 0 0 0 0 0 10:15 23 0 17 6 D 0 0 0 0 0 0 0 0 0 0 10:30 24 0 16 1 6 0 2 0 0 0 0 0 0 0 0 0 10:45 33 0 23 7 0 2 0 0 0 1 0 0 0 0 0 nr iow iV5 1 Iz zb U 4 U u z 1 U U U U U 11:00 38 3 26 9 0 0 0 0 0 0 0 0 0 0 0 11:15 42 0 34 6 0 0 2 0 0 0 0 0 0 0 0 11:30 46 1 29 9 0 5 1 0 0 0 0 0 0 0 1 11:45 27 0 17 8 1 0 0 0 0 1 0 0 1 0 0 0 nr iota{ 153 4 1U6 3z l 5 3 U U l U U 0 0 1 12:00 44 1 36 7 0 0 0 0 0 0 0 0 0 0 0 12:15 d 39 0 25 9 0 4 1 0 0 0 1 0 0 0 0 1 0 12:30 37 1 0 29 5 0 1 0 1 0 0 0 1 0 0 0 0 2 12:45 40 1 0 33 6 0 1 0 0 0 01 0 0 1 0 0 0 nr IOtai 7aV 1 1194 d! U b z V U V U U U U z Page 7 NB NRiverside Drive South of Old Denton Road/North Riverside Elementary School- Traffic Study Tuesday, May 20, 2014 Mcchanical Vehicle Classificiaton Northbound Time Total Bikes Cars & Trailers 2 Axle, Long_ -Buses 2 Axle, 6 Tire 3 Axle, Single 4 Axle, Single <5 Axis, Double 5 Axle, Double >6 Axle, Double <6 Axle, Multi 6 Axle, MUM >6 Axle, Multi No Class 13.00 33 0 25 8 0 0 0 0 0 0 0 0 0 0 0 13.15 27 0 22 1 0 2 0 0 1 0 0 0 0 0 1 13:30 37 0 27 9 0 0 0 0 0 0 0 0 0 0 1 13:45 38 0 28 7 0 3 0 0 0 0 0 0 0 0 0 HrTotal 135 0 1U2 25 0 5 0 U 1 U U 0 0 U z 14:00 56 0 42 14 0 0 0 0 0 0 0 0 0 0 0 14:15 70 1 50 15 0 3 0 0 0 0 0 0 0 0 1 14.30 77 1 1 1 54 1 1 15 0 3 1 1 0 0 1 0 1 0 D 1 0 1 0 3 14:45 97 1 0 68 1 22 0 2 1 0 2 0 1 0 0 1 0 0 1 2 Fir local 3Uu z 214 bb U a z U z U u u U u b 15.00 80 1 61 12 1 3 0 1 0 0 0 0 0 1 15.15 57 0 39 12 0 3 AO 0 1 1 0 0 1 0 0 1 0 1 15:30 98 0 70 23 1 2 0 2 0 0 0 0 0 0 15:45 111 0 85 23 0 1 0 1 0 1 1 0 0 1 0 0 1 1 Hr Total MU 1 ass 7u z 9 1 U 4 1 U U u U 3 16:00 99 0 79 14 1 3 1 0 1 0 0 0 0 0 0 1615 81 1 55 19 2 3 0 0 1 0 0 0 0 0 1 0 16.30 86 1 1 71 1 11 1 2 0 0 0 0 1 0 0 0 0 0 16:45 89 1 0 63 21 10 0 0 0 2 0 1 0 0 1 0 0 1 3 nr lorai 400 z zba ba 4 a 1 U 4 U u u u U 3 17:00 93 0 78 14 0 1 0 0 0 0 0 0 0 0 0 17:15 92 1 72 16 0 2 0 0 1 0 0 0 0 0 0 17:30 121 1 3 89 21 0 2 1 0 1 1 0 1 0 0 1 0 0 4 17.45 107 3 78 18 0 6 0 0 0 0 0 1 0 0 1 Hr i otai 413 I 311 b9 u 11 1 u z U U 1 U U b 18:00 96 0 79 12 0 2 0 0 3 0 0 0 0 0 0 18:15 124 0 97 23 0 1 0 0 2 0 0 0 0 0 1 18:30 95 1 0 74 1 16 1 0 4 0 0 1 1 0 0 1 0 1 0 0 0 18.45 55 1 0 44 11 0 0 0 0 0 0 0 0 1 0 0 0 Hr Total 37U U z94 62 U 7 U U b U U U U U 1 19:00 41 0 27 12 0 2 0 0 0 0 0 0 0 0 0 19:15 46 1 29 12 0 2 0 0 0 0 0 0 0 0 2 19:30 48 1 2 36 7 0 1 1 1 0 1 0 1 D 1 0 0 1 1 0 0 1 1 19:45 56 0 44 10 0 0 1 1 0 0 1 D 1 D 0 1 D 0 1 nr Ioral 1J7 3 13b 41 U 9 1 U 1 I7 U U U U 4 20:00 69 0 61 8 0 0 0 0 0 0 0 0 0 0 0 20:15 69 1 58 9 0 1 0 0 0 0 0 0 1 0 0 0 20:30 66 1 1 57 1 7 0 1 0 1 0 1 0 1 1 d 0 1 0 0 0 0 0 20.45 61 0 50 1 10 0 0 0 0 1 1 0 1 D 0 0 0 0 Hr i otai zSi5 z zzb 34 U 1 U U z U U U u U U 21:00 60 0 48 10 0 2 0 0 0 0 0 0 0 0 0 21:15 73 2 52 19 0 0 0 0 0 0 0 0 0 0 0 21:30 54 1 0 1 40 12 1 0 0 0 1 0 1 0 0 1 0 1 1 0 1 0 1 21:45 71 1 1 55 11 0 3 0 0 1 0 0 0 0 0 0 Hr Total 258 3 195 5z U 5 U U 1 U u 1 U u 1 22.00 43 1 33 8 0 0 0 0 0 0 0 0 0 0 1 22.15 41 0 36 5 0 0 0 0 0 0 0 0 0 0 0 22:30 38 1 0 31 7 0 1 0 1 0 0 1 0 0 0 0 1 1 0 0 0 22:45 37 0 29 8 0 0 1 0 0 1 0 0 1 0 0 1 0 0 1 0 rir total 1 oa 1 14" zls u u u u u u U U U u 1 23:00 23 0 22 1 0 0 0 0 0 0 0 0 0 0 0 23:15 15 0 15 0 0 0 1 0 1 0 0 0 0 0 1 0 0 0 23:30 15 1 0 1 14 0 0 0 1 0 0 1 0 1 0 0 0 1 0 0 23:45 13 4 11 2 0 0 1 0 0 1 0 0 1 0 0 0 0 1 0 nr i otai bb U bz 4 U U u U U 1 U u U U U Gr. Total °� of Total 4844 34 3611 911 14 114 29 0 48 8 1 4 0 0 70 100.0% 4.7% 74.5% 18.8% 0.3% 2.4°10 0.6% 0.0% 1.0%4% Total Bikes Cars S Trailers 2 Axle, Lon Buses 2 Axle, 6 Tire 3 Axle, Sin la 1 4 Axle, Sin le e5 Axle, Double 5 Axle, Double >6 Axle, Double e6 Axle, ldulti 6 Axle, Multi >6 Axie, Multi No Class Northbound Page 8 FCAPAVE Vers 1.10 (Modified) Mr:te: 9:45,,00 AWN Dam 09/031:4 Pro)fire Riverside 0rjve, Ft. Worth. Texas Engineer. GLOBE Engineers, Inc INPUT DATA. PAVEMENT F CALCULATIONS: petRlnrra --- 3�dr{Ur Analysts ---- sInlile-axle L"9f LSF FCW72 rE�+pwed Reps Straw Ratio IWuwabie Reps Fxtlgcia Gonsurnp K� x3G 1 N1000 fK626 28.97 383 0.656 11.664 4.01 24 2irL7 Lfd} 87613 �,. s 0.560 2138m 501M 3.72 3.41 22 24,4 2.601 14235 20 22-2 C63 36299 0.522 2417939 3.13 18 2fi.0 1&67 9094D 0.464 3519817 2.84 16 17-8 23.N 130743 0.415 E300867 2.54 14 15.6 47.71 261486 0.366 1428 52 2.24 12 13.3 116.76 635261 0.317 40331924 1 1.94 10 11.1 142.70 T91283 0.257 6090Q195 1.57 8 8.9 23&SD 1278980 0,217 217876492 1.33 Tandem -axle Load I.SF Axle f 1000 Expected Reps Strim Ratio Allowable Iles Fatlque Cnrsurnp ►o (Kies) (Cot .1~ �1000 0.492 _ xl000 Aa 39.6 1.16 63S1 174265 6)07 40 36.13 7.76 42485 0,450 12745N 5.56 36 32.4 38.79 S4,76 212375 2-WSU 0,407 4.365 7044388 110809M 542 4.51 32 28,8 28 25-2 44,43 2432SA 0,322 1019854$ 3.99 2+4 21.6 30.74 160m 0.278 8172915 &43 20 18.0 4S.00 246375 0.234 14213942 2.89 16 14.4 59.25 324394 0,190 23049030 235 12 10.9 91-1 499046 0.145 46462327 I3$ I! 7,.1 4T.01 i57380 0.0139 IS097230 1.22 Total Fat1gLda Used During Design Life o 83-59 Fort Worth Weather US GeoUaphv / US Weather / Texas Weather / Fort Worth Jan Feb Mar Apr May Jun - - Jul - I Aug Sep Oct Nov Dec Avg. High 540 580 670 750 820 900 1 950 1 95° 87° 78° 1 666 1 57° Avg. Low 30° 34° 44° 54° 61° 68° 72° 71° 65° 54° 440 340 47° 55° 65' 72° 84° 84° 76° 660 550 460 Mean 42° 78° Avg. 1.71n 2.1in 2.6in 3.3-in 4.6in 3.5in 2.4in 2.1in 1.8in 3.4in 3.3in 2.0in Precipitation GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CfTY f)F F0 iRT WQRif I Nwh K Ivorpidc Prlvo STANDARD i'ONSTRUCnON SPECIMCATION DOCUMENTS Prajwr No, 0272 Roomed July 1. 2011 FLOOR ELEV=64 m UNABLE TO MEASURE SIZE & FL PIPES RECESSED 5i° _-- (N) RIM ELEV-648.32- (N) FLOOR ELEV=643.22 - - - (E) RIM ELEV=640.00 (E) FLOOR ELEV-643.30 -- - -- — ---(S) RIM ELEV=648.81 (S) FLOOR ELFV=643,34 --_ ---- UNABLE TO MEASURE SIZE & FIL (SE) STORM PIPE RECESSED Y =' -I AUTO SPRINKLER HYDRANT I LEGEND OF U.G. UTILITY TYPES Communications OL` B" AT&T (TELEPHONE) — C1 Traffic Signal AT&T (FOCIDUCT) VERIZON (TELEPHONE) — — — C2 — C3 — CITY OF FT WORTH — — — TS 1 - VERIZON (FOCIDUCT) — — — C4 QL°'C'T'D" ,-SOURCE (FOCIDUCT) — — C5 CITY OF FT WORTH — — i51 - 1-SOURCE CAN) — — — C6 — 1-SOURCE (TELEPHONE) — — — C7 CHARTER (FOCIDUCT) — C8 — Potable Water QU.B.• ��•+��� fy CITY OF FT WORTH W1 AT&T (TELEPHONE) 'FOClDUCT) -- — C1 AT&T — — C2 CITY OF FT WORTH 1 VERIZONTELEPHONE) — — C3 — — VERIZON FOCIOUCT) 1-SOURC (FOCIDUCT) — — --- — C4 — C5 Sanitary Sewer ��••S•• t-SOURCE ((CAN) C6 CITY OF FT WORTH -- WW1 1-SOURCE (TELEPHONE) CHARTER (FOCIDUCT) — — — — C7 — W C8 CITY OF FT WORTH Qt •'�^I"�" WW 1 Gas I Petroleum ova, Storm Drain Q�.•S•• ATMOS — G1 CITY OF FT WORTH — SD1 ATMOS �`•°�W�D,� G1 O CITY OF FT WORTH SD 1 - AMBER — — Electric I Dower ��••�•• ABANDONED UTILITY UNKNOWN UTILITY X — — — — �-- — — — - TRI-COUNTYCOOP — — — F1 CITY OF FT WORTH — — — E2 TRI-COUNTY COOP /pep 4 E1 CITY OF FT WORTH SD1 � -- �+,00 N. RIVERSIDE DR. G1 6 PE GAS___ G1 - d 0 WAIL — d .. --. 6 P_E�AS. - U) SEE DETAIL. "A" I 0 40 80 rIs Feet 1 "=40' (22"X34") 1"=80(11"X17") LTJ M N L,J O 0 LEGEND TEST HOLE 09 END CAP ] F UTILITY CONTINUATION L TELEPHONE CABINET ® I TELEPHONE PEDESTAL ® I TELEPHONE HANDHOLE (VAULT) Q TELEPHONE MANHOLE ® I TELEPHONE POLE Y TELEPHONE POLE WIRISER CO 0 FIBER HANDHOLE WATER VAULT IT! WATER VALVE WATER METER WATER MANHOLE ® I FIRE HYDRANTGAS I VENT PIPE (GAS RISER) GAS VALVE GAS METER I GAS TEST STATION ® I WASTE WATER MANHOLE x WASTE WATER CLEANOUT �. STORM SEWER MANHOLE d STORM SEWER INLET STORM OUTFALLIHEAD WALL / 1 CAN HANDHOLE L❑ CAN CABINET CAN PEDESTAL Lq LIGHT POLE ELECTRIC JUNCTION BOX (CABINET) r 'S ELECTRIC POLE (POWER) ® °0 ELECTRIC POLE WIRISER TRANSMISSION POLE ELECTRIC HANDHOLE Q ELECTRIC MANHOLE SIGNAL POLE SIGNAL HANDHOLEIROX sa The Rba Gw°. I— �dP%tE G T `iit Q J,&MIOE FRSON O �P 69433 1 LLI HE RIOS GROUP !L a ..—_. �I SUSSURFACE UTILITY ENGINEERING '1400 Seed Street UTILITY COORDINATION Fart worth TX. 761 T8 817.345.7600 )-- REVISIONS NO. Q DESCRIPTION DALE z Q Q F— Gi---,_-- G1 —�--- - - - --- Gtz. fia A z Q C5 C5 El-- C7 417 DOE #7236 CITY PROJECT #02272 Z TT ? -= Et — — — — Eta MAPSCD N0. 35—G,L � ( f d Baird, Hampton & Brown, Inc. L" f Engineering 8c Surveying W 350. S.A. 180. G,°pwirk TX 7W51 W: (817) 251-8550 Fars (aw) 251—SS10 Yww.RHRlxO,p°m TSK H— f44 TWOS f10011302 �1 CITY OF FORT WORTH, TEXAS Li DETAIL "A"' TRANSPORTATION AND PUBLIC WORKS o _ _ _ _ _ _ _ — — — — — — — — — — ` — J TRANSPORTATION PROGRAMMING & L' — CAPITAL PROJECTS DIVISION _o (n NOTE QUALITY LEVEL 'A' SUE FIELD WORK WAS NORTH RIVERSIDE DRIVE COMPLETED ON 07)1411e15. OUAL(TY LEVEL'O' SUE Ld FIELD WORK WAS COMPLETED ON 0"3)2014. ANY FROM N. TARRANT PKWY. TO OLD DENTON RD. CHANGES TO EXISTING FIELD CONOITIONS BEYOND 0810312014 WILL NOT RE REFLECTED. Subsurface Utility Engineering (SUE) Certification SUE PLAN Z The engineers seal hereon is to certify that the utllitles shown have been Investigated in accordance with standard SUE industry practices. All other information hereon has been DESIGNED: JA SCALE: DATE: 09/01 /2015 O provided by others and is not a part of this certification. DRAWN: HOB 1-40, z to N 0 40 80 r [n Z Feet w O 1"-40' (22"X34") 0 1"=80' L�7 LEGEND TEST HOLE END CAP F UTILITY CONTINUATION TELEPHONE CABINET TELEPHONE PEDESTAL tj TELEPHONE HANDHOLE (VAULT) T❑ - - TELEPHONE MANHOLE TELEPHONE POLE 13 - - TELEPHONE POLE WIRISER 001 I v FIBER HANDHOLE IF --._.- - ----- - ---- -� l- L - _------- -- - - - - -- - - ---- -- -- - - f WATER VAULT Iw] x WATER VALVE WATER METER ❑wM WATER SERVICE WATER MANHOLE FIRE HYDRANT e;. WATER _r 8" WATER --- - _ - - - -- - - A - - -- _ - - 8" WATER GAS VENT PIPE (GAS RISER) L f r ® '� f GAS VALVE Q 00 - - 72 -00 �_... 13 00_.._� 1 fl0_ - _ _=15_ SiO., _- -... -..-96 40 - B .�_ -- - - 09 -- �0 00 I Q W1 - W1 wl Wt 48" RCP STORM Wt _� — 4W R-P OR ® GAS TEST STATION SDI SDI — Sol SD1 _ _ tt ��ss x 46" RCP STORM YXmw _ - - S41 - -- - - - - WASTE WATER CLEANOUT 0I Z UNABLE TO STORM SEWER IATER MANHOLE MNALETOLE END 10" SANITARY n o ( DESIGNATE ;� N. RIVERSIDE DR, \, STORM OUTFALLJHEADWALL -- -_-- PLUGE6�PER RECO® �-� -' � SOUTH —� {�i f- L ,I _--_ �I CATV HANDHOLE 3fiRCP STORM " r �~L - - - `��; ti - - , I SDMH RIM FLEV=654.56 - U) CATV CABINET i I - _ CAN PEDESTAL 10" ANITARY � ~ � SERVICE _ r ---(E) 24" RCP FL ELEV=644.05 FIBER OPTIC ' , I; Q 1 ' S 36' RCP FL ELEV=648.t VA LT ORM OUT -FALL O LIGHT POLE SSMH RIM ELEV=654.64 SDMH I I ---- -.4_ �..-- ----- - - - -- - _ Fj 0� (E) TO- LINK FL £LEV=642.54 (N) RIM ELEV=653.20 ' (" ` SANITARY SVC LATERAL I © J7., - _ \ ' \ 5' ELECTRIC POELECTRIC ILE (POWER) CTION BOX (CABINET) (S) 10" UNK FL ELEV-643.00 (N) FLOOR ELEV=649.05 �, I: STORM OUT -FALL _ --_ - - _ - 4' r ELECTRIC POLE WIRISER ®�O MH-- - Q (S) RIM £LEV=653.19 �"— FL ELEV=649.87 - _ 1 -j TRANSMISSION POLE S FLOOR ELEV-646.92 II, II I PER RECORD - :� O (} Ir NOT RECOVERED 8" SANITARY 24" RCP STORM - _ ��' ELECTRIC HANDHOLE Q Q (W) RIM ELEV=653.19 I U yy ELECTRIC MANHOLE (W) 30" RCP FL ELEV=648.59 il: I - �1 SIGNAL POLE lit I I! I W STORM OUT -FALL I SIGNAL HANDHOLE/BOX (n .I, I ! f z FL ELEV=652.69 l �" J W L J J ti1 �' n Ana L I Y t X - C) - - - Q { o 'qq+ o U I *T�*_ z n 7. R.-me rrsaN O 69493 74�F Z I u3 �� � � I LEGEND OF U.G. UTILITY TYPES Communications Q6"W+ AT&T (TELEPHONE) — — — C 1 Traffic Signal QL'LR" AT&T (FOCIDUCT) VERIZON (TELEPHONE) — - C2 - C3 — CITY OF FT WORTH TS 1 VERIZON FOCIDUCT 1-SOURCEFOClDUCT) — - — - - C4 - C5 CITY OF FT WORTH OL"C'T'l)" 1-SOURCE (CATV) - C6 -- 1-SOURCE (TELEPHONE) C7 CHARTER (FOCIDUCT) — - - C8 Potable Vfater �6��•• OL"C"rD" CITY OF FT WORTH WI AT&T (TELEPHONE) AT&T (FOCIDUCT - - C 1 - -IC7 CITY OF FT WORTH Q6••G,•�•�w fV 1 VERIZON (TELEPHONE) - -C3 VERIZON (FOCIDUCT)) 1-SOURCE (FOClDUCT) - — - -05 ----- Sanitary Sewer ��••�•• I -SOURCE (CATV) - - CITY OF FT WORTH WWI i-SOURCE (TELEPHONE) CHARTER (FOGlDUCT) - - - C8 ru�wla4D. CITY OF FT WORTH - WW1 Gas I Petroleum Storm Drain ��+•�•• ATMOS - G1 CITY OF FT WORTH - Sol ATMOS p p gyp- YLIo�N'+1 V•• - G1 CITY OF FT WORTH QL'C"P'D" 4Q V SU1 AMBER - - �GJ2i ABANDONED UTILITY X X Electric I Power UNKNOWN UTILITY - - - - - - - TRI-COUNTY COOP - - - E1 CITY OF FT WORTH - E2 TRI-COUNTYCODP q p @L"1 lrwl -- ---- E1 CITY OF FT WORTH cv (z THE BIOS ROB o H SUBSURFACE UTILITY ENGINEERING 7400 Sand Street UTILITY COORDINATION Fort Worth TX. 76118 >- 817.345.7501) REVISIONS 0- NO. p DESCRIPTION DATE z I p I < 2 p 3 p DOE #7236 CITY PROJECT #02272 Z MAPSCO NO. 35-G,L :E O ©� Baird, Hampton & Brown, Inc. � e� C3 to Engineering 8c Surveying 4seo sn 7eo. s�rc" lea. c•aP.;"w Tx )60.51 Tm: (an) ast-assa ro.: tatT7 ssl-eal0 —MRINC.— TOPE R— f44 TBPLS IIWI IW2 I CITY OF FORT WORTH, TEXAS Lj TRANSPORTATION AND PUBLIC WORKS o TRANSPORTATION PROGRAMMING & CAPITAL PROJECTS DIVISION w _o (n NOTE' QUALITY LEVEL •A" SUE FIELDWORK WAS NORTH RIVERSIDE DRIVE LLJ COMPLETED ON 07n42D15. QUALITYLEVEL'B' SUE K ANY FIELD WORK WAS COMPLETED ONDff 09MU0BEYOND FROM N. TARRANT PKWY. TO OLD DENTON RD. CHANGES EXISTINGCOO FIELDCON DNS BEYOND D OB'03=14 WILL NOT BE REFLECTED. Subsurface Utility Engineering (SUE) Certification SUE PLAN z The engineer's seal hereon Is to certify that the utilities shown have been Investigated in accordance with standard SUE industry practices. All other information hereon has been DESIGNED; JA SCALE: DATE: 09/01 /2015 Q provided by others and is not a part of this cerNbcation. DRAWN: HDB 1 "=40' LOST TONE, LOST TOP 0 6 O r or- I(W) 8" LINK FL ELE 1 1 LLI (EMPTY, TRAkHd Gcll ! FIGNAIj BO) I RIM ELEV=658.00 (Jj ]SDMH (S) RECESSED FLOOR E(_EV (TOP OF DIRT)=652.78 LEGEND OF U.6. UTILITY TYPES Communications AT&T (TELEPHONE) -- — C1 Traffic Signal @VIII11 ' AT&T (FOGIDUCT) VERIZON (TELEPHONE) — C2 — C3 — CITY OF FT WORTH TS 1 VERIZON�FOCIDUCT) 1-SOURC (FUCT) -- — — — C4 — C5 CITY OF FT WORTH CIL"C"P'B" — — — TS 1 1-SOURCE CAOCIDN) — — — C6 TELEPCHARTRER CE E) (FOC DUCT) — C8 Potable Water v QL,"C-FAO•• CITY OF FT WORTH W 1 AT&T (TELEPHONE) AT&T (FOCIDUCT) -- C 1 — C2 CITY OF FT WORTH �1•••C•r•�w ©1 VERIZON (TELEPHONE) VERIZON FOCIDUCT) — — C3 — — C4 1-SOURCEFOCIDUCT) 1-SOURCE CATV — 65 — C6 Sanitary Sewer CITY OF FT WORTH WWI 1-SOURCE(TELEPHONE) — — C7 ��•�..�.®.. CHARTER (FOCDUCT) — — C8 CITY OF FT WORTH WW 1 Gas !Petroleum QL••�� Storm gain QVID. ATMOS — — G 1 CITY OF FT WORTH SD 1 ATMOS — G 1 CITY OF FT WORTH SD 1 AMBER ABANDONED UTILITY Electric 1 Power UNKNOWN UTILITY — -- ----- — — TRI-COUNTYCOOP — E1 CITY OF FT WORTH — — — E2 TRI-COUNTY COOP p■ �n tli6��"I ®n CITY OF FT WORTH II CCMLJ AIL! CI CV—�t;R Ft -OUT— BOX OPTIC RT HUT 12" PVC WATER N 0 40 80 h rn Feet w O 1"=40- (22"X34") 0 1"=80' (11"X17") t=i LEGEND TEST HOLE END CAP ] E UTILITY CONTINUATION C TELEPHONE CABINET TELEPHONE PEDESTAL TELEPHONE HANDHOLE (VAULT) T❑ TELEPHONE MANHOLE _ TELEPHONE POLE TELEPHONE POLE WIRISER CO FIBER HANDHOLE WATER VAULT 0 WATER VALVE €9 WATER METER N� WATER MANHOLE }� FIRE HYDRANT y GAS VENT PIPE (GAS RISER) GAS VALVE GAS METER Q 31 GAS TEST STATION WASTE WATER MANHOLE CD WASTE WATER CLEANOUT pp�RMM Q STORM SEWER MANHOLE ZRI SU1 ® STORM SEWER INLET STORM OUTFALLJHEAD WALL CATV HANDHOLE CATVCABINET �1 CATV PEDESTALU) LIGHT POLE ]© ELECTRIC JUNCTION BOX (CABINET) T EE] ELECTRIC POLE (POWER) ELECTRIC POLE WIRISER O °� TRANSMISSION POLE ❑ �4 ELECTRIC HANDHOLE E y ELECTRIC MANHOLE SIGNAL POLE SIGNAL HANDHOLFJBOX 1 The TAPS Frcm -ls F-146ia5% I Y I X A S. ANDERSON , O p 694113 tv�c Z t v W p l— SUBSURFACE UTILITY ENGINEERING 7400 Sand Street UTILITY COORDINATION Fall Wnrlh TX. 76115 817.345.7500 REVISIONS CL NO. A DESCRIPTION DATE 1 A � 2 A � 3 A. DOE #7236 CITY PROJECT #02272 Z MAPSCO NO. 35-0,L 7F O 8 Baird, Hampton & Brown, Inc. L" r 0Engineering 8c Surveying 4550 SH 5 . Snae 180, Wopevine, TX 70151 Tel: (817) 251-e550 Fu (Bl7) 251-Belo w BHBINC.c TePE R— 144 TSPLS flwll W2 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS Ct� 0 TRANSPORTATION PROGRAMMING & LLB CAPITAL PROJECTS DIVISION _o Vl NOTE, QUALITY LEVELA'SUE FIELD WORK WAS NORTH RIVERSIDE DRIVE COMPLETED ON OWM015. QUALITY LEVEL •B' SUE FIELDWORK WAS COMPLETED ON DWY2014.ANY FROM N. TARRANT PKWY. TO OLD DENTON RD. > CHANGLS TO FASTING FIELD CONDITIONS BEYOND 0 9 ALL2014 WILL NOT BE REFLECTED. Try Subsurface Utility Engineering (SUE) Certification SUE PLAN � The engineer's sea! hereon Is to cartify that the utilities shown ~ have been InvesBgated In accordance with Standard SUE industry practices. All other information hereon has been DESIGNED: JA I SCALE: DATE: OD/01 /2015 provided by others and is not a part of this certilicallon. DRAWN: HOB 1 "=40' W M Q cn 8" PVC PEUGGFD1 PER RECORDS 1 ENDS PER RECOftp - _ _. 8" F[k PLUGGED (n PER RECORDS J SSMH RIM ELEV=672.07 LL] (N) 8" UNK FL ELEV=658.7E LLJ (E) 8" S/0 FL ELEV=658:82 (S) 8" UNK FL ELEV-658.75 (W) 8" S/O FL ELEV=658.8C 5 FOC 70OB243.86 2334729.13 )UND ELEV: 671.95 )BED DEPTH TO UTILITY: 4.97 SDMH RIM ELEV-673.11 (N) 36' RCP FL ELEV= (E) PIPE RECESSED (S) PIPE RECESSED j UNKNOWN UTILITY � 01r --- Et 36" RCP STORM SDI WWI S SANITARY WW1 - C2_ 12" PVC WATER kSDMH 27' RCP STORM SDMH RIM FLEV-676 (H) RIM ELEV=673.76 (SW) PIPE RECES' (N) FLOOR ELEV-669.28 FLOOR ELEV=672 ' (S) RIM ELEV=673.63 (S) FLOOR ELEV=669.22 PIPES RECESSED 8' PVC F PER F LEGEND OF U.G. UTILITY TYPES 7008387.39 2334726.22 ROUND ELEV: 673.59 ❑EPTH TO UTILITY: 7.12 Communications QL••S•• AT&T (TELEPHONE) - - - C) AT&T (FOCIDUCT) C2 - VE~RiZON (TELEPHONE) - - C3 VERIZON (FOCIDUCT) C4 - 1-SOURCE FOClDUC) -- - C5 - 1-SOURCE (CATV) - - - C6 - 1-SOURCE (TELEPHONE) - - - C7 - CHARTER (FOCIDUCT) - - C8 - AT&T (TELEPHONE) AT&T (FOG/DUCT) - - C 1 C2 VERIZON (TELEPHONE) VERIZON FOCIDUCT) 1-SOURCE - - - C3 - C4 IC5 - (FOGIDUCT) i-SOURCE (CATV) - Cb 1-SOURCE (TELEPHONE) - C7 CHARTER (FOCIDUCT) - - CIS Etas I Petroleum CjL••�• ATMOS G1 ATMOS QL••C"r Dw G1 AMBER G2 Electric I Power L•rgr• TRI-COUNTY COOP - - - E1 CITY OF FT WORTH - - - E2 TRI-COUNTY COOP rll� n`.,•�w Y� - - E 1 CITY OF FT WORTH - - - E2 N: 346.7E: l4s GROUND ELEV' 680.05 DEPTH TO UTILITY: 5.39 nun: 674.E 7009058.57 2334687.47 DUND ELEV: 682.60 'TH TO UTILITY: 5.5: SDMH RIM ELEV=675.77 _ - --- -- -- - -- (N) 33- RCP FL ELEV=669.45_----- (E) PIPE RECESSED (S) PIPE RECESSED I i FLOOR ELEV=669.35 8" PVC PLUGGED LOST TONE PER RECORDS 35 00 OCr- \ 37 00 I 38 00J f - -- 39 00 - - ..... _ _ 12" PVC WATEI -...jj -- = -# : RIVERS4-DE-OR-.- 1�3.L.RCP STORK- - MCP- MEM - SD1 D2-- - 5[7i � - D1 a g' - - NNITARY_ f r _ ww1 ww � �- � ww t -- - ---' 1 1 L11 - .. - - - - --77�_- - - - - - --- - - - T<- . EMPT1rT C I l - - - - SIGNAL QX 12" PVC WATER SSMH GOES UP POWER POLE PER RECORD 54 SSMH RIM ELEV=676.28 PER FIELD INVESTIGATION NOT RECOVERED Traffic Signal CITY OF FT WORTH CITY OF FT WORTH Potable Water CITY OF FT WORTH CITY OF FT WORTH Sanitary Sewer CITY OF FT WORTH CITY OF FT WORTH Storm Drain CITY OF FT WORTH CITY OF FT WORTH ABANDONED UTILITY UNKNOWN UTILITY (N) 8" LINK FL ELEV=665.13 (E) 8" S/O FL ELEV=665.16 (S) 8" UNK FL ELEV�665.06 (W) 8" 5/0 FL ELEV=665.13 - - - TS1 - �Lw`+"1"Da --- TS1 - �6:wE1•' w1 QL'C"r'D" i QLwB.. - - WW1 QL"C"r'D• WW1 . SDI -- --�-- 5D1 JVAen (W) RIM ELEV=683.89 (W) FLOOR ELFV=680.03 (£) RIM ELEV=684.19 (E) FLOOR ELEV=680.07 TO MEASURE SIZE & FL I I STORM PIPE RECESSED (W) RIM ELEV-883 (W) FLOOR ELEV=680 (E) RIM ELEV-684 (E) FLOOR ELEV=675 TO MEASURE SIZE & t STORM PIPE RECES: TH 3 2 PVC ELEC V: 7009112,88 2334805.90 'ROUND ELEV: 685.91 )EPTH TO UTILITY: 2.1 PRESSURE PLANE VALVE SDMH RIM ELEV=682.39 (N) 33" RCP FL ELEV=680.19 (E) PIPE RECESSED (S) PIPE RECESSED FLOOR ELEV=678.96 GAS & ELEC SHOWN ON COFTW RECORD (W-1990.PDF), UNABLE TO LOCATE IN FIELD.._ _ f 40 00 - 41 ORM PLUG FOR FUTURE USE 6 ' nr 24' RCP STORM C) 0 40 8p U Z Feet 1 "=40' (22"X34") 1"=80' (11"X17") l� N LIJ 0 LEGEND TEST END CAPLE E' l UTILITY CONTINUATION TELEPHONE CABINET 0 I TELEPHONE PEDESTAL I TELEPHONE HANDHOLE (VAULT) Q I TELEPHONE MANHOLE ® I TELEPHONE POLE Y TELEPHONE POLE WIRISER 00 FLI FIBER HANDHOLE WATER VAULT 0 WATER VALVE WATER METER ❑wM WATER MANHOLE ® I FIRE HYDRANT VENT PIPE (GAS RISER) GGAS AS VALVE GAS METER I GAS TEST STATION I WASTE WATER MANHOLE x WASTE WATER CLEANOUT STORM SEWER MANHOLE Ikj STORM SEWER INLET STORM OUTFALUHEAD WALL CATV HANDHOLE El 4 { w SDMH RIM €LEV=684.11 FLOOR ELEV=680.19 CATV CABINET CAN PEDESTAL © MI f I S I a- UNABLE TO MEASURE SIZE & FL (SW) STORM PIPE RECESSED LIGHT POLEr ELECTRIC JUNCTION BOX (CABINET) F yy 1 (9 ELECTRIC POLE (POWER) °0 1 6 PE GAS ELECTRIC POLE WIRISER O TRANSMISSION POLE L1 N: 7009119.68 E: 2334804.81 ELECTRIC HANDHOLE 0 ELECTRIC MANHOLE GROUND ELEV: 686,03 EPTH TO UTILITY: 4.50 SIGNAL POLE III ❑� TOP OF UTILITY: 681.53 SIGNAL HANDHOLEIBOX TH 2 4 PVC TELE €I 1 N: 7009115.19 2334806.69 Psm4P-leas : GROUND FLEV: 685.97 arape a ` DEPTH TO UTILITY: 4.68 OP OF UTILITY: 681.28 44eof7,iii ®4P - � r % 3 Fz- ¢ g� ss4s� wd 10 z 0 V1) a"'a UJ s7-+4.waY6 \iAL� THE RIOSGROUP o SUBSURFACE UTILITY ENGINEERING 74M Send Street UTILITY COORDINATION Fors Worth TX. 76118 017.345.7500 REVISIONS ND. A DESCRIPTION DATE Z 1 A REVISED ALIGNMENT OF 12' PVC WATER 03/04/2016 Q 2 A 3 A � DOE #7236 CITY PROJECT #02272 Z MAPSCO NO, 35-G,L 0 Baird, Hampton & Brown, Inc. of LOU® 0 •w Engineering 8c Surveying 465a sN sea, wH. lea. a„Pwi,n, rx roost r.r tent as1-se5o Ln.: Is17J 2e1-eslo -SHBINC.- TBPE ri- 144 TBPIS Itaa11=1 I CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS 0x 0 TRANSPORTATION PROGRAMMING & CAPITAL PROJECTS DIVISION (n NOTE: QUALITY LEVEL W SUE FIELD WORK WAS 'Er NORTH RIVERSIDE DRIVE LLI COMPLETED ON 0711412015. QUALITY LEVEL SUE FIELD WORK WAS COMPLETED ON 0Wn2014.ANY CHANGES TO EXISTING FIELD CONOITWN5 BEYOND FROM N. TARRANT PKWY. TO OLD DENTON RD. 0 fM014 WILL NOT BE REFLECTED, Subsurface Utility Engineering (SUE) Certification SUE PLAN = The engineer's seal hereon Is to certify that the utilities shown have been Investigated In accordance with standard SUE industry practices. All other information hereon has been DESIGNED: JA SCALE: DATE: 09/O1/2015 0 provided by others and Is not a pad of INS certification. DRAWN: HDB 1 "=40' Z 7009615.20 2334696.27 ]UND El 692.97 'TH TO UTILITY: 1.66 o F 91.34 SSMH RIM ELEV=686 t) 12- PVC SANIfil I (N) 10" PVC FL ELEV=675.54 \ + l '•(W) 12- PVC FL ELEV=675.44 4 I10"-_SANITARY_.4w� --... +-44 'nT31 -- ------_ ..00 --- - ---._ • 16" DI WATER � - - .... W.1 --- . - - .W-1. - - - 07 Q W Il !,1 �Q . 16 DI WATER 9891.16 4681.OD 3 w' ,I .l. Q ] ELEIr: 694.36 - - TO UTILITY: 5.18 r z A UTILITY: 689.18 I Iw O 45 00'"1 i 46 D10'11.0` PYC SANITAB1l -' w1 " 47 17a 6" DI WATER W1 16" DI WATER ti t3PE GAS ��a - �T ' -- --,-.�_-- .. SANFFARY SVC LATERAL 6" -PE GAS- -----. l LEGEND OF U.G. UTILITY TYPES Communications QL••B•• 7r- 1�=`Kv'l5ARY SVC �6" PE LATERAL I i PE OASJ// TH 9 6 PE GAS 7009615.25 TH 11 : 70 0.75 DBC TELE 9889,96 2334696.57 E: 23 4692.28 GROUND Ell 692.95 GROU D ELEY: 694.09 ()EPTH TO UTILITY: 4.15 UEPTH TOTUTILITY:^1.21 AT&T (TELEPHONE) -- - C1 Traffic Silinal AT&T (FOCIDUCT) VERIZON (TELEPHONE) - - C2 - - C3 - CITY OF FT WORTH - - - TS1 - VERIZON FOC/DUCT) 1-SOURCE (FOC/DUCT) - - - - - C4 - C5 CITY OF FT WORTH- 1-SOURCE CAN) 1-SOURCE - - - - - C6 - - C7 -- (TELEPHONE) CHARTER (FOCIDUCT) - - - C8 Potable UV ater ®lo"S+• QLc.�+•�••®•+ CITY OF FT WORTH W1 AT&T (TELEPHONE) AT&T (FOCIDUCT) - - - C1 - C �C3 CITY OF FT WORTH Q VERIZON (TELEPHONE) VERIZON FOC/DUCT) 1-SOURCE (FOCIDUCT) - - - - C4 - C5 - Sanitary �feWgP ry @Lw�" 1-SOURCE (CAN) - - C6 CITY OF FT WORTH WWI 1-SOURCE (TELEPHONE) CHARTER (FOCIDUCT) - - - C7 - CS CITY OF FT WORTH Q6'C••/"W' WW1 Gas I Petroleum Storm Grain I L•+g•• ATMOS - - GI CITY OF FT WORTH SDI ATMOS G1Ln�..r.�.. CITY OF FT WORTH - AMBER - - �G2�� rilectric 1 Power ABANDONED UTILITY UNKNOWN UTILITY v - - - ---- X - - - - - TRI-COUNTYCOOP - - - E1 CITY OF FT WORTH - - - E2 TRI-COUNTY COOP ulLc.pa•.n•®n CITY OF FT WORTH SSMH RIM ELEV=694.26 (N) 10" PVC FL ELEV=680.19 (E) 6" PVC FL ELEV=680.96 (S) 10' PVC FL ELEV=680.06 110" LINK FL ELEV=680.60 10" S/0 FL ELEV=687.29 �! SSMH PER RECORD ' TH 12 1" DBC TELE t IN: 7009891,14 - - - - E: 2334687.60 ROUND} ELEV:--694:03- Ell To UTILITY: 2.97 TOP OF UTILITY: 691.06 8 148ttw SANIYARY STUB -OUT tD'=ANITAR]L - - WWII - wW1 -D = ww1- CD 4s .DD Do- 5, 16" D1 WATER C w IVERSIDE F�� vI\• to - - - - - - -t - - - 1 - SANITARY SVC VJ �• - .. _ 6"..PE GAS LATERAL GAS PRESSURE GAUGE GATE VALVE WATER VAULT PER RECORD (NOT RECOVERED) SANITARY SVC N: /0099U0.46 LATERAL E: 2334692.94 ROUND El ELEV. 1 N 0 40 80 ram- Z Feet LLj 1"=40' (22"X34") O 1"-80' (11"X17") l� LEGEND TEST ® END CAPLE P UTILITY CONTINUATION I TELEPHONE CABINET t)] I TELEPHONE PEDESTAL @ I TELEPHONE HANDHOLE (VAULT) 0 I TELEPHONE MANHOLE TELEPHONE POLE; TELEPHONE POLE W/RISER F❑ °(D FIBER HANDHOLE WATER VAULT 0 WATER VALVE jY WATER METER WATER MANHOLE ® I FIRE HYDRANT 1 GAS VENT PIPE (GAS RISER)GAS I VALVE GAS METER I GAS TEST STATION I WASTE WATER MANHOLE X WASTE WATER CLEANOUT STORM SEWER MANHOLE STORM SEWER INLET STORM OUTFALLIHEAD WALL CAN HANDHOLE CAN CABINET En CAN PEDESTAL LIGHT POLE ELECTRIC JUNCTION BOX (CABINET) ELECTRIC POLE (POWER} ELECTRC POLE WIRISER �0 TRANSMISSION POLE ELECTRIC HANDHOLE Q ELECTRIC MANHOLE SIGNAL POLE SIGNAL HANDHOLE/BOX se the l- M FlrcnMF-1C5a5 R * � Z J._9.ANCER30_N- O --qq 69493 qd Z W-11�h"A r n THIS "O5GR®UP o r SUBSURFACE UTILITY ENGINEERING 7400Sentl El l UTRITY COORDINATION Fort Wroth TX.76198 8,7.345.7500 REVISIONS d 10. p DESCRIPTION DATE Z 1 Q CORRECTED PIPE DIAMETER 06/28/2017 < z 3 p DOE #7236 CITY PROJECT #02272 Z MAPSCO NO, 35-G,L g O 0 Baird, Hampton & Brown, Inc. L" a 8 Engineering 8c Surveying 4.5:A SIT .160, 5"il" 180, G,oP.yl"", TX 7WS1 Tel: (817) 251-8550 Fox: (817) 251-5810 -XHBINCS MPE Lime jN MKS j10011302 CITY OF FORT WORTH, TEXAS LiJ TRANSPORTATION AND PUBLIC WORKS l TRANSPORTATION PROGRAMMING & CAPITAL PROJECTS DIVISION w o n NOTE: OVALITY LEVEL -A -SUE FIELD WURKWAS NORTH RIVERSIDE DRIVE Of LLJ COMPLETED ON 071M2015. QUALITY LEVEL'B' SUE FIELD WORKWAS CINGFELD ONDWl BEYOANY CHANGES EXISTING CONDITIONS FROM N. TARRANT PKWY- TO OLD DENTON RD. � TE8EYON0 097P3i2P14 wILL NOT BE REFLECTEP. WI REFLECTED. li Subsurface Utility Engineering (SUE) Certification SUE PLAN D__ The engineers seal hereon is to certify that the utilities shown F_ have been investigated in accordance with standard SUE industry practices. All other information hereon has been DESIGNED: JA SCALE: bATE: o9/p1 /2015 0 provided by others and is not a part all certification. DRAWN: NOR 1 „-40' z - SSMH PoM ELEV=69926 _ SSMH RIM ELEV=69Z20 (N) 10" PVC FL ELEV=686.13 E) 6' RIMPYC FL ELEV=683,50---------- _ (E) 6" PVC FL ELEV=686.55 (N) 10' PVC FL ELEV=663.00 _ (S) 10' PVC FL ELEV=686.1Y 0 (S) 10" PVC FL ELEV=663.00 / - �- O I EMPTY TELErR0NE PEDISTALN O 10 PVC SANITARY 5. goWW1 —~= Spa WWI C4—t0" Puc�rLNITABY� WW1 C4-WW1 16" N WATER 6"; PE i I� SANITARY SVC -- - -- LATERAL 1 1 LEGEND OF U.G. UTILITY TYPES Communications AT&T (TELEPHONE) AT&T FOCIDUCT) — - — VERIZON (TELEPHONE) — - — VERIZON (FOC/DUCT) -- i-SOURCE (FOCIDUCT) — - 1-SOURCE (CATV) — - — 1-SOURCE (TELEPHONE) — - — CHARTER (FOC(DUCT) — - — AT&T (TELEPHONE) - — AT&T (FOCIDUCT) - VERIZON (TELEPHONE) — - — VERIZON (FOCIDUCT) 1-SOURCE (FOCIDUCT) — 1-SOURCE (CATV) - ISOURCE (TELEPHONE) - - CHARTER ((OCIDUCT) - Gas 1 Petroleum ATMOS ATMOS AMBER electric I Power TRI-COUNTY COOP CITY OF FT WORTH TRI-COUNTY COOP CITY OF FT WORTH PE GAS I - -LI1 " E --~ 6 PE -- SANITARY SVC II ' LATERAL I' — — C1 - - — C3 — C4 - - — C5 - - — CIS - - — C7 - - — C8 — C C1 — C4 C3 Cfi C5 -- C C G C�l�w�" p -- — E2 — — E I i 1 - I SSMH RIM ELLY=699.30 1 l 10- DI FL ELEV=690.5fi 10" PVC FL ELEV=69D.44 II i , 6" PE GAS I' ! TONE SAIN TARP SVC - - - - - LATERAL --- --- - - - L05T GAS TAP Traffic Signal OL'B" CITY OF FT WORTH ----- — — TS 1 CITY OF FT WORTH (i1��ce�eelee�ee — — — T51 Potable Water WWI CITY OF FT WORTH W1 CITY OF FT WORTH ©1 Sanitary Sewer CITY OF FT WORTH WW1 CITY OF FT WORTH WW1 Storm Drain g61IgII CITY OF FT WORTH SDI CITY OF FT WORTH o6°c-r•�G SQ1 ABANDONED UTILITY UNKNOWN UTILITY — — ---- — — — — — — GI r C e•� - CP TEST SiAJ TION i s 11 II Ell •I I< +' f SIGNAL CABINET SIGNAL [OX NOT rRECORDED ;; I FIBER OPTIC -`I` j� VAULT ON Su EY CTS1 I — /7LOS7 TONE- r 10" DI SANITA _ — WWI 4 _ GAS SHOWN ON COFTW RECORD I SSMH RIM ELEV-70( , TONE - I C4 I ±�:;6" RCCP WATER 6' P GAS I G 1 1 L4 I� i I I I •1I � /I _ 1 �, I! I I•: I; i III �q Ii i -_�✓ ! 1 ! p l i t 1 II II I �� •I N. RIVERSIDE DR QD N 0 44 84 r c7i Z Feet LLt 1 "=40' (22"X34") O 1"=80' (11"X17") L1) LEGEND TEST ® END CCPLE E UTILITY CONTINUATION TELEPHONE CABINET TELEPHONE PEDESTAL H TELEPHONE HANDHOLE (VAULT) 0 TELEPHONE MANHOLE Y TELEPHONE POLE TELEPHONE POLE W/RISER FIBER HANDHOLE WATER VAULT 0 WATER VALVE WATER METER+ WATER MANHOLE FIRE HYDRANT VENT PIPE (GAS RISER) ® GGAS AS VALVE I GAS METER ❑✓ I GAS TEST STATION Q I WASTE WATER MANHOLE X WASTE WATER CLEANOUT STORM SEWER MANHOLE STORM SEWER INLET STORM OUTFALLIHEAD WALL CAN HANDHOLE �c CATV CABINET CATV PEDESTAL LIGHT POLE ELECTRIC JUNCTION BOX (CABINET) O ELECTRIC POLE (POWER) ELECTRIC POLE WIRISER 0 TRANSMISSION POLE ELECTRIC HANDHOLE ELECTR SIGNAL OLIC ENHOLE SIGNAL HANDHOLEIBOX The R. G—p. Inc. TBPE FI FA1 S o {r OF 'r, 01 * + Z 1.5.MDERSON C) - IR►s"Q, 69493 410ENSE� �e`� O K T'F 1 , tillQIVAL THE IUs GRoup o F SUBSURFACE UTILYfY ENGINEERING 7400 Sand Street UTILITY COORDINATION FoH WorLh TX.1Gi1a SIT3411.7500 REVISIONS a 40. p DESCRIPTION DATE I" -- I A CORRECTED RIM AND INVERT ELEVA71ONS 06/281/2017 Q 2 p o' 3 p DOE 07236 CITY PROJECT #02272 � MAPSCO NO. 35—G,L 0 o Baird, Hampton 8c Brown, Inc. e IZI HJEngineering 8c Surveying 1:.50 SH 300, Sena 180. 6,eaavine. 1A 1W 1 Td: (817) 351-9550 Fuz: (917) 251—BRI0 w.we.BHMNC.-. WE In— 144 MPLS /10011302 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS TRANSPORTATION PROGRAMMING & CAPITAL PROJECTS DIVISION w NOTE: CUALITY LEVEL 'A' SUE FIELD WORK WAS -B-SUE NORTH RIVERSIDE DRIVE n� ICJ COMPLETED ON ONM016. QUALITY LEVEL FIELD WORKWAS COMPLETED ON 09MMI 4.ANy CONDITIONS BEYOND CHANGES TO EXISTING FJE4f, FROM N N. TARRANT PKWY. TO OLD DENTON RD. > � Wr0312014 WILL NOT BE REFt_ECTED. N LL Subsurface Utility Engineering (SUE) Certification SUE PLAN = The engineers seal hereon is to Certify that the utilities shown have been invastlgated in accordance with standard SUE Industry practices. All other information hereon has been SCALE: DESIGNED: JA SCALE: DATE: 09/01/2015 Q provided by others and is not a part of this certification. DRAWN: HOB "=40' G'C-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CM OF FORT WORMI N;jrlh RIvaukir [blue STANDARD c m 1Rir["rm �kl�HCiP1cA-r ioP4 tx w(jmzN 1 � Proyrct No, 0�27z RvviKed Jury 1. ml I "C Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY LEAN crTy OF FORT WORTH Ngprili RIvolrlde Drive ZiiANIIARDCONSTRVC'M-N SPE(7FCATION DOCUMENTS Pfojgol No. 42272 ReYl�ed Ally 1, 2011 FORT WO R,r H City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the #oW dollar value of the contract is $50.000 or more, I h u n a MBE s ubc ontrac 11 n U Roo] Is aER IFcable, POLICY STATEMENT II is lire podloy of the City of F'od Worth to OnStrre the full and equitable parlielpatlon by Minority Btislrie$a Enterp teas (MBE) in the procurement of all goads end serrlue8. All requiremerxts and regulations stated In the City's current Bus lr)ms Diversity Enterprlso Ordinance applies to Ibis Nd_ The City% MBF goal iw INS proiynl In 15 MBE PROJECT GOALS 47Ia 4P1 N I o hale 1:1I1.1 wflk1ar of Ihe: Can1ralc1. Nei r. ; JI bolh MBE ,R4id SBE %iib ofiIrACting goal: xrin VIA 011sih0d for ih1% project. chart a 01fr. ror niijX1 %ubmIt both a MSE� UtiIitntInn Ftri m -wd a S13E U1111 rMlork Farm to be dppmrd rospon ,ivo COMPLIANCE TO BID $PECIFICATIONS On City conlracts $50,000 or more where a MBE subcbntrac ling goal is applied. Mows we fogrlired to comply wllh the Intern of (ha City's Businass Dlverslly Enterprl�e Ordinance by one. of 1l1e following- 1. Meet or exceed the above stated MB9 goal through M17EE subcontralcting pirdClpation, 4r 2. Meat or exceed the aibove stated MBE goal throrfoh M8E Jolnt Venture particiipatioln, or; 3. Good Faith Effort tfoctllmeniartion, or; 4. prime Waiver documentation. SUBtNMAL OF REQUIRED DOCUMENTATION The applicable docurnents must be received icy the Purchasing Division, Mthin the tothowing limes allocated. in order for Ihe entire bid to be considered responsive to the speclffcataons, 111v Offeror rr ell duIIvLir Ii'IK1 M13L. krti OJI I'LLIiiIaImrl 111 piLn ir1 I i P the 8pproprw4t arriployve 0 itia Pl,iILVia rlflit) donk furl :IhiI ufalurn 6 f1di'8 ill'rlo 111L:L11$rl S1111f1 rrtr.Vilpl flflarll im o-eitforiq.v 111m like* GIly rgr;1J1VL1i'1 114H Kh1VL11lkrN,'111C114 IN It1,r IILnn allnnatKifl A holrad arn(Vor erpa)iod copy wirl not be art. orited 1. Subcontractor Utilization Form, If goal Js recelved no later than 2;00 p.m., on the second City business day rota or exceeded: after the bid cippriing date, exclusive of the h1d qpenM2 dais. 2. Gcod Faitfl Effort and Subcontractor fecelved no IiMer than 2,00 p,rn., an the second City husiness day Utilization Form, iF parficipallon is less than aitef the bid opening dste, ex0uMva of the bld openi rig data, statedgoal: 3. Good Faith Effort and Subcontractor received no laler than 2:00 p.rra_, on the second City business day Utilization Form, if no MBE partlui Re11on: after the bid o at date, exclusive of thi3 bid u an Ing dalo- 4, Prime Contractor Walver Farm, if you wlII received no later then 2:80 p,rn„ on the second Clty business clay erform all 8ubconIrk.tir 1su Iiler work altar the bid o en i ng date, exclusive of the bld o onlrl 9 date_ S. Joint Venture Form, if goal is met or received no War then 2:00 p.rn., on the siarmnd City buuine55 day exceeded; after the bid openingopeni5g date, exclusive of the bid opening data FAILURE TO COMPLY WITH THE CFTY'S BUSINESS DIVERaITY EINTERJPRI[SE ORDINANCE, WILL RESULT IN THE 191D BEING CONSIDERED NON-RESPONSiVIE TO SPECIFICATIONS. FAILURE TO SUBMIT IHE RECurRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED RON-RESPONSIVJE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALiFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DiSQUALIFIC MN PERIOD OF THAEE YEARS. Any queslions, pfeaxo contact tha Frtl;IfllBE Offite at (817) 212.2674. Rev. 2f 1 W15 ATTACHMENT 1A Page 1 of 4 F011RT WORTI-I City of Fort Worth Minoi-ity Business Enterprise MBE Subcontractors/Suppliers Utilization For OFFEROR COMPANY NAME: MCMMON CONTRACTING, L.P. PROJECT NAME: ALVIft I rah"Ase z. Glr,' y SiwePravr�.�s ra✓ Nor 2rdL/Si4rtG I�rlrr� /S % MICE Project Comer 7% Check applicable block to describe Offeror V- Identify his, 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 North. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier. means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered V' tier, a payment by a subcontractor to its supplier is considered 2rd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, Including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2110115 FORTWORM �y. ~'rr ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractorsisuppliers, regardless of status-, i.e., Minnriiy and non-MREs. 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 NCTRCA N 6 Company Name Address Telephone/Fax i i �VI ! n retail Subcontracting work Detail Supplies Purchased Dollar Amount Ernail Contact Person �? B E l3 B ® is �^�tGl1�l/}� ppaiG//atrol CJrof e_,"K Ave, //�• a. Y G7��cv1�r,.sQba�al+xr�rru/, t� Ac7o,olds AlX4A r �,.: 3J �_733 rr 0. Bay 370 J i �I Si7.;e7 3►3/18r7-247--Ad AA- C'o4r+i'��.rtyao�sus�aH, rp C� -�Sr.zd1K 4'- y fr�� d,�9 CAP !cow �"a/r Sirr�cr sc-ffrt��lr�+v �Nle -7% 7D4B4O > Po. Qax 340`*3 Qa j1As, rX 95.331s- 09G3 ®M4 et4�vrSiVNC�4YgS,scra%fi'�. r 06kr Nerd y OId,JJ(r I Sbc*Haig, TC no13/ 31917.2. 3- arrp I rey 42pocrraitx C~ 1AW4 1 ro /Yamxej i�ta�� SKroCtr�q r snG J Yd fC6�l�¢r� / 70g 2�07 po, AWEl i Rev. 2/10/15 FoRTWORTH ATTACHMENT IA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., M+noritj anal non-lu UES.. 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. SUBC(9NT ACTOWSUPPLIER NCiFtCA N n --- CompanyName T Detail Detali — Address i Telephone/Fax e. a B JVt Subcontracting Work Supplies I Purchased Dollar Amount Email r Contact Person E E _ - UNG xelA& p f�c f� 17X S9G 40$ a3 23 Lr u rrt- dAd S�o7 5%� L r d . tta,,o o®n /nix ®rfi�hi!i 6J��,cr�,Ier/5 dl4iiw/srcaat� p/ /705' Cyp�rss rlalrpm e, r , T AW17 X 0 7.1 olA6 sr✓ou rori;%,wc,Loas Jc�so Ar``� O S 12-e pp 307►S' U1J14. d A.Ba'�3ao 09PPIO'Ye !t, &'k 30VOL5- El St7 23S-&IV9 C6�ss��@GrSoS- as.�� w a lS03 LBJ r'rrruc�.,,,�,rrr� } 10p1/46.TX 7SA3IV ❑ n 1 y69'-36�-5/G/ 1 �I .i er�IMj . ��Iry�rfno F�arc�t. Je IX. c,i,ral <d*t•srrmGt.B�. L 4'4;z3;t ao w,,< 7-Rio I �rfG�6l�.b,Y� (OrrSliaLf/fit. LGi�7 too goo 4lu,troje,7-x 7600 q El Rev. 2/10115 FORTWORM ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractorslsuppliers, regardless of status-, i.e., WmQrily and non-MSF-tl 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 ° n Company Name T� Detail Detail -..._ � �1 AddlTess t Telephone/Fax e Subcontracting M Work Supplies Purchaser! Dollar Amount Contact Person B � E i L Ae15f O&P GI,c���r�I sits sf,S�,rp3o� r-Ort lJo t4 TX NGI0f El 11 rr,�ra�i f rc/%y� d ow cc4 47 414 �b 9Tvr„ cYi�, dc� ST � 31 i �t rao, A TX 7�/1/ 017371-7113/817-212"W eoftSrv.act,olt s,�� lk0- S'��, 008 P. 0. 10311(o � f"f 0,",/rs r %X 761144 E t7l�73� G�"is3��f� 7 ",0 eJkj/WeZ00WOV+r►tas A G El Rev. 2110115 FORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers .317 J Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ TOTAL, DOLLAR AMOUNT OF ALL 8UBCONTRACTORSlSt PPLIERS The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title McMAHON CONUACTING, L.P. Company Name 30/2 Address 1 T !/ OS29 City/State/Zip W r /! Jl8 t Printed Signature Contact Name/Title (if different) !?.a- ;7_G3- G,9�o7 ,Z�Ir2-._ �- Telephone and/or Fax E-mail Address Date Rev. 2/10/15 FORT' WRTH OFFEROR COMPANY NAME: City's MSE Projaat Oval: City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form 4N14r0r's Mart Project CamnrltmejW. ATTACHMENT 7 B Page 1 of 1 BID DATE PROJECT NUMBER If both answers to this form are YES, do not corn plete ATTACHMENT 1 C (Good Faith Effort F€rral) AEI quostirinG on this form mi,rst he completed and a detailed explanation provIded, if applicable If the answer to either quesfian is NO, then you must complete ATTACI-1I IENT I C. This forrn is only applicable if botiti answers are yes. Failure to compieto thIss form In Its entirety and Ira recolved by the Purchasin _Q 0_4vIsian no later than 2:00 P.m., on the second City business clay after bid ppsnln,, exclusive of the hid opening date, will result In the bid being considered non-rerapons ive to bid specifications. Will you perform this entire contract without subcoeitractors? if yes, please provide a detailed explanation I h a I proves Lased on the size and scope of this project, Ihis Js your normal bLISIWss practice and provide an oplgration aI profile of your business, 11 YES NO i I I you perform this entire contract Without suppliers? IF yes. please provide a do tailed explanation that proves based on the s1ze and SCope of this project, this is your normal business practice and provide an Inventory profile of your business, YES NO The Offemi` further agrees tO provlder dlreelly to the City upon request, cornpieta and accunale Informatlon regardinq achlal wtsTk performed by all subcontractors, including MBEs) on IhJs contract. the payment Ihareof and any proposed changes to the orlghal MBE(s) arrangaments submitted wlth this bid. The Offeror also agrees to allow an audit andlar examination of any books. records and filar he Id by their corn pany Ihat will substantlate the aclu8l work performed by the MBEs on this c:oniract, by an authorized officer or employers of the City. Any into n1lonaI Eindior knowing rnlsmpresenlation of facts will be .grounds for termirraling the contract or debarment from City work for a perEod of not less than Ihree {3) years arld for Initlating actlon under rederal. State or Local laves concerning false staternents. Any failure to comply with this ordinance creates a malarial breach of contract and may result in a determination of ar} irresponsible Maror and barred from parllclpating in City work for a perEod of timr< not less than one (I ) year, Authonzed SIgnalure TI11m Company Name? Addwsr, UIVISfai ?Z{p Prinl10d 5:J)nature Cor4nd Nnow Of diffele 1t) Pbona Number Fax Nt m ber Emell Address natep Rev- V1011S FORT WORTH Clry'r, MDE project Goat; City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form Offorar's MBE Projeri Ci2nimIIment'. ATTAC11MENT 1C Pago ? of 4 tack applicabIn block to ria6crlbe OffGrar _ RID DATE PROJCCT NUMBER If the Offoror did not meet or excend the MSE subcontracting goal for this prolad, ffie Offeror inuist compiota tills Form. If the Offerors method of eornphanoe with the IVISE goal is based report 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 dotumentatlon, and received by the Purchasing Division no later than 2:00 p.m. on the second City business clay after bld opening, exclusive of bid opening crate, will result in the bid being considared aeon -responsive to bid specifleatlons. 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 1%RRIAS.) On all projects, the Offeror must list each subcontracting and or supplier opportunity regaFdiess of tier. Rev. 2110115 ATTACH M ENT 1C Page 2 of 4 2,� ObtaIn a current Griot inare thafi two {2) months old fro in the bid opus date) Ilst of MBE s ubc o n I ractors andlor suppiters from the C Ity's M/WBE Office. Yes Date of Listing No 3.) Dld yoti solicit bids frolTS MBE firms, within the subuontraclIng andfvr stlppfieI, areas previously listed, at least ken calendar days prior to bid openr#ng by mall. exclusive of the day the bids are opened? Yes (If yas, attach MBE mail His lJng to Includo name of faro end addFO55 and a doled copy -of Ioltur ma11$tf.j No 4.) Did you solicit bfds from MBE firms, WIt11lr1 the subcontracting andflor supplier areas previously listed, at least ten calendar days prior to bill opening by tetopb0ne, exclusive of the dny the bids are opened? Yes td yaa, attach Irat to Includo fiama of MBE firm, ep rsan canlacLed, phone numbef and A& and IL 2 of Conlaet-) No 5,) Did you solicit bids franc MBE firms, within the subeontractin 9 andfor supplier areas prev Iously ilsled, at least ton calendar days prior to bid apen Ing by facsimile (fax), excIusIve of tl1e day the bids are opened? Yes �xf yea, attach Ilst to inciudo rkarnff of MBE irm, tax numbor and data and tans of con lacL In additlon, it Ilse fax ig refurned as tjodallvarabid. Ihen IhAt "ilildallvorigr>Cib confinnaf4a,Y' rnesived must Jeff printed drraciiy from Iha facsrmlla for proper dot:UknnnlalIon. Failure tD sulinkll ranfirmallan andfar "unduJJvorah;la confirrrrotion" doctininMatron may roisdor Ilia GFE non-rospons#va.j No 6.j Did yoke aclicit bids from MBE firms, within the subcontracting andlor supplier areas previously listed, at toast ten calendatr days prior to bid opening by aIna ll, exeIuslve of the day the Wds are apeued? Yes (If yes, ntiach amall confirrnaIloo to Includo +lama: 01 MSE firm 9,aft and ILM. I aOdIIlva, if an emall is returned as unal-al rverablo, than that "undollvorabIs mesRaflar, rocfflpt mLiM he printed diroctly from Iha omaII rystom for proper "num DOatlari. Follura to stibirnt confirmalron andfar "undeliverable rpse-.sage" doaumunration May rendar ti,e GrE non- rnepailslvu-) Na MOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must. bo applied to the applicable contract. The Offeror must document that alther at least two attempts were made using two of the four melhods ar that at least one succespftrl contact was made using one of the four methods In order to be deemed rosponsive to the Goad Faith Effort requirement. NOTE: The Offeror must contact tiro 011tlrre (VISE list specific to each subcontracting and supplier appnrtuiTity to be In carnpIlance with yuestloha 3 through 8. 7.) Did you provide plans and specifications to potential Nd!B60 Yes No 8,) Did you provide the information regarding kite IvcatIon of plans acid speclflcatiorts I order to assist the IOUs? Yes No Rev. 2M ON 5 17XAchiIN 1C poneI �ofA ZI 9.) Old yoei prepare a quotation for the MBE9 to bid on goodstservices specific to their ski#I set? Yes (If yos, inuack all sapls& of quotafions,I No 10.) Was the contact Wimmation on any of the listings not valid? Yes Ilr yes, altath tltu 111Fort" aflail thin war, nol valid In orriar for iiro MMBE Oifico to addrem 1ho enrrildions nfrerfed-i No 11.}SubinIt documentation If MBE quotes wom rejected. The documentatloe suhmithid should be in the forms of ais affidavit, Iiiclude a detaIled explanation of why, the MBE was rejected aad any supporting documentation the Offeror wishes to be considered by the City. In tho event of a bona fide dispute concerning quotes, tho Offeror will provide for confidentlal in -camera access to an inspection of any relevant documentation by City pelsonnel. (Please use addifi nal sfreels, if necessary, and aMich.) Corn any Name Tale hone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide addit€anal information you feel will further axpialn 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 andlor examination of any books, records and files held by their company that will substantiate the ar;ctuai work performed on this contract, by an authorized off leer or employee of the City. Any Intentional andlor 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 Lander 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. Ray, 211 DM 5 ATTACHMENT IC Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted In good faith. It is understood that any MBE(s) listed In Attachment 1C will be contactsd and the reasons for not using them will be verified by the ity's MfWBE Office, Authorized Signature Title Company Name Address CItylstawZlp Printed Signature Contact Name and Tltle (if different) Phnna Number Email Address Date Fax Number Rev. 211Or15 Jalatit Vanwro Pane 1 4F 3 FCC R T- WO l T H CITY OF FORT WORTH MBE Joint Venture Eiialbility Form .411 quay ailar wa t be onswumd. uve " A/A "if n oC uppflatUr. Narow of City projecl. A Joint voilurr ronn LwN air rumplelyd tin pri PJ ec-1 RTP/Bkl/PurQhasing Numba*r- 1. Joiiil venture Inform aIioit: Joint VenWre Alum: Joins Venture AddrC s_ ` elephanc: Faosimffr.. E-mail address, Cellular: IdeMify Ilie firms IhiiI C:[rs1 pr2c ihr; j[tinl YeFllitlie: Metarige afriwh wapa M a it ask 90fial spxraa k rotrar.6f ki pt" aria dafaiMd o Ja?iFak fs of work Io bQ perfomod by eavh- krn ourrods+t+a fha CjiM varilviv . f4 BF flrnl7 name: Nun-MBF fires ]MUL: Hij%inesc ArriUess' 1 wonm Address' City. Slags 7_1p: City, tilalo. 'llp; Ughano FPCOWIC F-Moll Telephone fraepimlle C'01u144 Cuftuinr Certificaflun Status: r-Fnn1l oiddrenw fwamt, of Cer'drying Agency: I - - 9f 2. Scope of work peirfwmed by the .smear Vgiture: Describe the E%rn c of work or the NTHF.: Desu•ibe the scope of wurk of the non -MBE: Raw, 21105 JQa nt vnntura page 2 of 3 3, WIi-i1 is the Vercentage of NfRE psi•delpaalIon a lit hs .1olisl venture tituat you wish to be counted toward niveting the project goal? a. Attach as cols ' or the joint vet,ture aagretgmvnt. S. W1 e0111p011nnIS of nw>Earrsltip of joint vettttire: (EW no+ rnmpiere (fdris M.16p7xurian h dem-P!hrd h7ininr i1 ritnar agrPom ll) PTOM and bass shearing, Capital a =Lributinn&, ina:,luding Uquipmcm: 011icf applicable C1%w rship interests: 6, ldentily by tin me, race, sex and tli•us throe lisdividuals (with titlus) wits► are responsible for the day-to-day management and decision rimking aaf thelQini venture: Finnnuial decisions Ito induct- rkccimmt PaynhIc and krceavabkr)- M-MnagCF]W>i (hTiRi0319, n, f i6mating ................... .._............ .......... ...... ................. .b. Marketing and Salcr, ....c. Hiring nud Paring-Df annnaagement personnel _.......................................................... d_ Porchasing ol`ati*nr equipment nttdl ar supplies aoperviaion of iicid uperatifam The it 's Minority and Women Business Enterprlse Office will review your joint venture submission and wIII have fInal approval of the VIBE percentage applled toward the goal for the project listed an this form. MOTE: From and after the elate of pfeject award, It any of the paAlcipants. the indlvidualIy defined scopes of work or the dollar am oLmWperce ntages change from the aarigInally approved information, then the participants mull inform the ity's M]WHE Office Immediately for approval. Any unjuslifJed change or deletion shall be a matafial breach of cantract and rraiay reSU ft in debarment In accord wlth the procedures ouIIIned In the ity's BDE Ordinance. Rev, 2110116 JOnt Ventura Pane 3 of 3 AFFIDAVIT Tire kin derslgned alfsrn-u that the foregoing statcmeiu s -are true and carrert and 'include all niateriEd information necessary to iderilify and exp1Ain the Iumis zaid apewinn of the joini venture. Furlherniore, the undetsigned'shall agree to provide to the Joint writ{arc the stated ;scope of work. decision -making respawbilitie9 and paytt anu- heroin. The City. also resin-ves the right to rt�.quest any additional information deemed uccessary to determine ifthe joint venIiire is eligible, ltaiItim- I cooperate and/or providr. requested intbmiatioil within the time spec ilicd is grounds for Will il1atioil of the cllgibiIity prods-i. Thy undersigned agrta in permit audits, interviews with owners attd exairlinatiort of the books, mmords an€L Bias of the j6ni venture by any authorized represcol aT i my of 111 e City of Fort W orlh. Fai[tire to comp Iy with I h i s provision shall restiIt in the termination of any contract, which may be award7d %ruder the provisions of this faint vent -Lire's eligibility and my iriithae action under Federal, State and or Local lawslul t,ari"s 0onceming false err willful inisrc rese iW ion of facts. _s_lwumenls Nanu thf M tif•, firm Mum of uuh-MBE Firm — -- --- Pnnted N.3MC of (>WPCF Prinud Nnme ol'Ov mQ sigiihiuu- orOWH r Signulure tifQww Pdhl!gd t`iLttlt+ iWi?MO Prifud Nutlla Or 1W410x Sig=mra or vwner Sigmturr Of 0V ner Ti l le Ti Mo ailie W14 State of On [his NDfBrfZaf Dri County of day of .20 . btrbrL. Ills: appwred and iu nie persoaoIIy knowlt and who. being duly swum. Eli exectiic ilit fareguiitg affidavit and €lid stale thaI Ihey wure pmperiy atltliori%ed is execute this affidavit and did so as #heir Free act and deed NotaryPublic Nat Numv Notary- Public 5wi.wirr Conimission Expire L. ("WO - .07 Wage Rates THIS PAGE LEFT INTENTIONALLY LL LANK CTfY OF F{)RT WDR TH Nnrlh klvFJ da I]rivc STANV)-dk D [�[}hid f3�Cl{Ty;1hd WYLIVICATRIN DOCUMENIN HmjeCi No. 0227$ PCovimvd July I. 2j]11 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WOR111 I NnH h ltiQWd o-DY1q' STANDARD DOCUMENTS projocl'40. Q!" Revord July I, 2011 GC-6.24 Nondiscrimination THIS PAGE LEFT II TE N'fl ON ALLY BLANK C']TY OF FORT WI]RTI I Noolr Mvooxrtk Dri" &TANDARU{'!)NSTRTir7l J'4SF'E(7FI17ATif)NrMK:LMENTS PTnfcjlN4%011272 R(- kM(l hFly J , 2{I 11 THIS PAGE LEFT INTENTIONALLY BLANK CFTY (IF F133ZT WMTH Muth RIwraldr Drive 5 rANOARP CONS71ts VT ION SPT('ITI['ATPoN fH1cumaws Projrvl '4u. 02272 Rbvhai July I, ?A)I I F 0 R T W6 RI'l - 1, CITY OF FORT WORTH MA M�:1l -a'a"l �:711Y0411 10,14-11 Updated: September 59 2018 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table ®f Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ................................................... .... 10 ........................ 11. Pipes/Ductile Iron................................................................................. 11 12. Utility Line Marker............................................................................... 12 B. Sewer 13. Coatings/Epoxy.................................................................. 13 ................... 14. Coatings/Polyurethane.......................................................................... 14 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24. Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters................................................................................................... 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 ir- j 9 91 = 1 At MA rA om d ? A O 10 ` } W p W W W W W W W W W W W W iN 1+ W W O O O O O O O +3 ❑W yW Wp yW� yWp per` ptr Cpp�r' �pp�S�' 7�„ n rt ro rt m a� ro F a F IC q 74 n n n n n n n n rx n cz � � n n � � F h7 trf o� Gn o CL �6i w x � W 0. N u 6 m o {}Q Cl ! W W W O W O W O W o W O o A A A ¢ 4 h L?? y� p+' w f w �,v-,PL- o to m z,_7J m ro 1 eTi o H ^� G � 4 T3 or[ I w C1i ro � y N 1-0 CA 1-4 y d_ i V1 cr ro �t V V� V W 00 N �J lh i O O OO OOi � 00. a 1i W W f � O K W h1 L71 ' w 1 r o � 4> a o 0 0 0 ,. ❑ G• O❑ p ❑ k K O o .f {6^ 4 Y G d � ❑ n x N N C N W y o cn cn 0 r ppN G O tTl b p b a 0 0 0 n n n ❑n n n Un Vl y w W �C) ,4A g iW ' ® � .� CD \ m m m e 7 E n, n r e § { ¢ \ / k [ ■■■■■I& n } L4 ; 7 / q 7 § \ 2 a ] \ en § � E k � \ ƒ $ 2 go , E j j n n n o z& 2 ( 2 2 7 ! / ) 2 2 i \ , \ 00 cb k . � d! ) \/ 33 � p� • ro � n ƒ ° k :j 2 K � O � 0 X 'E J ƒ > > 7 FBI tD N tp r N J A J N l�ii W � N G� M • W o J vfA [rJ w w w w w W w w w It, It,It,w ww 1 N 0 N N N N N N N iJ N N N N N N N ro ro ro ro ro ro ro ro b ro ro� �� ro ro A ro ro C C p C C C C C C C C C C C C C tA t/ W Ln Cn [/ S/ rA f/ W w T <o n C m m m. n n n n .. F ro w W I c a d z r a a. zi >n ' I i i -J �1 /ro N ry A d w p• Ol C s rn S. +t � GT. A � 5 C R° L N C a A y H�rAaaaaa .;-*z{n 52 tv S 31J C w g o CE u ? .• W A � A A A W 00 N {�Aj� (�A�I (�A�I U A w U m � J in Oa U U U U U rSJ� Lyt] cy I n / W. n PV O w Fa O r� Z m 0 O m ro .moo ph1 Fan n O M F N C H ro w H w �n cr m n ys' O 3 3 41 O/ C d 1 d v O a A 0 �f G m � x m CD 0 r3 w o ro y 'j t A n p G. M ro O I � tWn w ,may m y a ~ ^ Y wWw w '{P, N7� ro � a � a HCD a CD 10 N 0 � N _ N W. n 5c' 0 N O� rn J w J �6 0o A J J A 00 N W o J w 00 t J { J � Ml v v v v v v a a a a v v G1 G1 W Gf C7 W G7 U7 U7 U7 W U7 n — Yxf m •ey m Yt m � rt 'rl n R1 A 'Y7 n "ri A 'ri y7 's1 A 'ri ro - c w w w� i+. w m a ri 9 rn v ° ga G oz p� °aNzz O G W J O} 0 rn 0 a s > a a a a a n lh 0 N n VI 0 N n VI 0 N n U 0 N n U 0 N n N 0 N n to 0 N n to 0 N n to 0 N n 4n 0 N n 4n 0 N ( \ I m § � 2 r a � ■ q/ � � § � � § � PIT : E � / [ / CD J f / % � / � g %� � ) Cl)M e e) � G � N 41 rL A A W W � n n n n C^ CD ro ro ro ro ro 71 I n m ry m m m ro ro ro ro �v ro � cn n n i �.7 C C ro w b c o R. O �I F t7 bpi t7 � � t b ro m y ti ^ N iY A fn n d0 ro a. 00 a' rn CD 9 9 9 9 n .0 a � n o 3 m � Vi �q 0 �O U p ? A A O N N A N N p 00 t W W oa T Q� Q. O oa A A N N .aF. w W A w crs m m m '; V m m m m to m m to � O N O O O O N O O 6O O O' it n n n n nl ni %� ✓7 ni y le'� ni n n 4Y O D G TI m m C7 �' .o• ro _v. � m O E. tj ro ro ro �. �. �" O � � O Y y y' � i_ 71 'rl �• � C C �" .m+ o$ r� OW$ �. VR °� 5' 5' Fk�" 4 c Iry Iri 0 0 c c , c 9 9 9 y�y y�y n n b �> -0 —0 W W n n y w w y �4�K v www N rt 'C �R u. A A A N A , A - A A - A A - N A 5 �F ➢� la-� o; O g 00 00 W N W O 20 # N A N W O U N ? �a 00 W W W W �+ Y' m to rr1 to m m ni re ra rn y G N O ONi � ONi ONi � ONi ON. °Ni ONi T ,y"_. G C ry n is' n' ry rv' �p tp ry tp 1p A m' p n � pR R pR p R � is p pR R pR R pR a y '' a �°. a. �• �� m m m n n n m m n n m n n � n nn C C C C t C C C C C C C C C C C C C C C C C m n n n n n n n n n��@ rn n rn rn m rn rn w ;�y p li FL 4 n rt R F F O w O wC .n A W r.q N ✓y G. C �.' � C ri } TS• n F O W O.. V] �tv�y A W C�, G: C A �• N A � G C] as � as a a a a a a a a a a a a a a a �nnr�hn�nn nc�c��nn N to to U to � U u u in � ui in ui �n ui ix R° N W = N N N } W A A A w A A N W 1W2 A w A A A � p> A A A N W / yN WO wO - T W W a- -1 L 00 CA i W ul