Loading...
HomeMy WebLinkAboutContract 55385�������R�� .�� a, �._����� ��°� � a� g'.,� ... , �;�a ����� �������� F�l� ��� CC�I�S']C]�[JCTl�Q1�T �F VV��TP�I�� ]�A:[tI�W�Y FTtfllNi 1��1L1��1� �IA��1�E'T I��A�➢ 7�`� A�,7CA V�S�Ei �2�A� �"�t� Pr�j��� No.1�71�19 �`� G �` �etsy Price ]Da�id Coo�e Nlayor �ity l�/Iar�ager Chrisiapher'�. ]E�arder, ;F.E. �� Dir�ciox, '�ater �epartment � �'���i�n �ohnson Director, `I'�-an�p����z�ia�-� �d Public �orks �lepartmes�t �reg Simmons, P.iE. �rty E�gineer �i�hard Zavala ]�irectc�r, Pdrks and �ecreatian Department ��°�p��°�d it°�r �'�� �i�y c�� �o�t ��mr�h �r�rn���rt�t�o� and �t���i� W��rks lm��pz��°t�rnernt ���� � =�',� �� l� � ��� ��� � ��� H�lfii As�a��i�t��9 �r�c, ��1�� Fo���� Cr�e� �o���v��°� ]Fm�t �V��tln� �'ex�s 9�137 l�n�� ��ie��st�ata�a�a Y��� 371� � �5 `����'��`�11�. � - -, ' . ' - - '.�����' 1 . i'� ����� �-' '��� �� AUGUST 2D, 2620 � �,�� ������a1 � C1� �f l�"��t�1l���h � Standard Constr°uGtion Specificatiox� Docum�nts Adapted Septernber 2011 00 00 DO STAHDARD CONSTRCTCT[ON SPECIFICATION DOCUMEI�'CS Page 1 of 7 ���+�1�� 0� Qo ��} TABLE OF CONTENTS Last Revised C1TY OP �OAT WORTI-I WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PR07ECT NO. I01019 Revised March 9, 2D20 T)i�icinn 00 n l:pneral C'nnditions oa oo ao STANDAiiD CONSTRUCTiO3�T SPECIFICATION bOCUMENTS Page 2 of 7 O1 78 39 Pro'ect Record Documents 07/01/24ll Technical Specifications which have been modi�ed by the Engineer specifically for this Project; hard copies are incladed in the Project's Contract Documents Division U2 b Earistin Conditions 02 41 13 Selecti�e Site Demoliiion 02 41 14 Utility Removal/Abandonment Division 31 � Earthworl� 3l 23 16 Unclassified Excavation 31 24 00 Embankments Division 33 — Utilities 33 OS ] 4 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade Division 34 — Trans ortation 34 71 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: s�zoiao2a 8/20/2020 $i2a�2o2o 8/20/2020 $/2Q/2020 8/20/2420 http://fortworthtexas.�av/tnw/contractors/ or htt s:l/a s.�o��tworthtexas. ov/Pra'ectResources/ Division 0� p e�-4i�� e�a� 02 41 15 �xistin Conditions Cel�.,r:.,v C;�e Tln w. Last Revised , � r�� ^�� , �,�� azioziaoi6 Paving Removal Division 43 � Concrete 03 30 00 Cast-In-Place Concrete n��� n2� 03 80 00 Modifications to Existing Concrete Structures Di�ision 3�6 - Electrical 26 OS 00 C�mmon Work Results for Electrical �ti n� in ��o 26 aS 33 Racewa s and Boxes for Electrical S stems 26 OS 43 Under ound Ducts and Racewa s for Electricai 26 05 50 Communications Mult�-Duct Conduit 12/20/2012 ,�,�� ^�� �2B''',� 1 2/20120 1 2 1 1122120 1 3 ,���� ^�� 12/20/2012 07/01/2011 02/26/2016 Division 31 � Earthwork 31 1� 00 Site Clearin a2�2o�20r2 C�i'Y OF FORT WOItTH WESTPORT PARKWAX FRflM KELLER �iA5LET ROAD TO ALTA VISTA I20AD STAI�IDARD CONSTRUCTION 5PECIFICATI03V DOCUMENTS CITY PR07ECT NO. 101 Q19 Revised March 9, 2024 ao 0o ao STANDARD COIYSTRUCTION SPECIFICATIaN DbCUMENTS Page 3 of 7 .�. . . ..� r.a:uie__ C1TY OF FORT WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO AL.TA V[5TA ROAD STANDARD CONSTRUCTTON SPECIF�CATCON DOCLTMENTS CTFY PRflJECT NO. 101019 Revised March 9, 2020 00 00 00 STAi�ARb CONSTRUCTION SPECIFICAT[ON DOCUMENTS Page 4 of 7 33 OS 16 33 OS 17 �2 n� �$-�� �� �J-z� �� n� 33 05 26 33 OS 30 33 11 05 33 11 1Q 33 11 11 331112 ��-� �-�-1�4 33 12 10 �� 33 12 20 �� 33 12 25 33 12 30 33 12 40 �8 33 12 60 ��� �1� �� 33 31 ZO 33 3l 21 Concrete Water Vaults Concrete Collars �n r r ; .- vt.,+ Utilit Markers/Locat�rs Location of Existin Utilities Bolts, Nuts, and Gaskets Ductile Iron Fi e Ductile Iron Fittin s Polvvinvl Chloride (PVC) Pressure Water Services 1-inch to 2-inch Resilient Seated Gate Valve Connection to Existin Water Mains Combination Air Valve Assemb�ies for Potabie Water S Fire Hvdrants Standard Blow-aff Valve Pol vin 1 Chloride (PVC) Gravit Sanita Sew�r Pi e Polyvinyl Ck►loride (PVC) Closed Profile Gravity Sanitary Sewer 12/20/2012 12/20/20i2 , � r�_r n�� �� r � r��zo =i v � r��o rz n�c��vvr n�r�rc:o��-�-✓ 12/20/2012 12/20/2012 12/20/20�.2 1 212 0/20 1 2 1 212 0120 1 2 11/16/2018 , � ��_� n�� }�29F�9-�� 02/14/2017 , �,���� 12I2o/2012 , � f��a;'� 02/06/2013 1 2 /2 0120 1 2 azio�izot� -1�8E2� Q6119/2013 , � ,�_r ��� �Af� z �,��iz 0 611 9120 1 3 12/20/2012 � 2 2�� 33 31 50 ��B 33 39 10 33 39 24 ��9 �9-4�9 33 39 60 33 41 10 '2 2� �""'4'�"' � � 2 ��- �� 33 49 1 Q 33 49 20 33 49 40 5ewer Service Connections and Service Line Cast-in-Place Concrete Manholes Precast Concr�te Manholes E ox Liners for Sani Sewer Stractures Reinforced Cancrete Storm Sewer Pi e/Culverts Cast-in-Place Manholes and Junction Boxes Curb and Drop Inlets Storm Draina�e Headwalls and Win w�alls 1 ''1 M��_ !� lG�y 1 7 M�ol�v ; � aa.i2�izoi� , �„�_ ^�� 12/20/2012 12/20/2012 ,�J���� �� 12/20/2012 07/01/20� 1 , � r�_� ��� 1 7 11��1?v i__-Ci i rl !'i� 7�� n� �n�� n�rn�.o �_ryo r_r i2izaaai2 1 2120/20 1 2 07/01/2011 C[TY bF FORT WORTE3 WESTPORT PARKWAY FROM KELLER HASLET RO C� O A�O�� �D. R010 9 STANDARD CONSTRUCTION SPEC�'iCATION DOCUNiENTS Revised March 9, 2024 00 00 oa STANEDARd CONSTRUCTION SPECI�'ICATION DOCUMENTS Page 5 of 7 C1TY OF FORT WORTH WESTPORT PAl2KWAY FAOM KELLER HASLET ROAD'T'O ALTA VISTA ROAD STAIVI3ARD CONSTRUCTION SPECI�'ICATION DOCUMENTS CITY PROJECT NO. 101019 Revised iVfarch 9, 2�20 00 0o ao STANDARb CONSTRUCTIOIV SPECIFICATIbN DOCUMENTS Page 6 of 7 Appendix GC-4.01 GC-4.02 GC-6.06.D GC-6.07 GC-6.OR GR-01 bQ 00 Availability af Lands Subsurface and Physical Conditions Minoriry and Wonnen Qwned Business Enterprise Compliance Wage Rates PermFts and Ut�liti�s Product Requirements EliiD OF SECTION CT£Y OF POTtT WORTfI WESTPORT PARKWAY FROM KELLBIt HASLET ROAD TO ALTA VTSTA ROAD STANDAR� CONSTLtUCTION 3PBCIFiCATION DOCUMENTS CTI'Y PitOJLCT NO. lO1Dl9 Revised March 9, 2020 1/25/2021 ���� ��a���:���� ����ad�i DAT�: '[211512020 REFERENCE **M&C 20- LOC NO.: 0960 NR[VIE: M&C Re�iew {sFficial s�te of ira C'sr� of Fort W^+�� Texas FORT �Oit-rH �� 20W�.STPORT PARKWAY FROM KEI�LER HASLE� ROAD TO ALTA VISTA ROAD CODE; C TYPE: C�NSENT pUB�"�C NO HEARING; SUBJ�CT: (CD 7) Auihor�ze �xecutian of a Contract with Jackson Construction Ltd. in the Amount of $3,378,635.75 for Construction of an Extension of INestport Parkway from Alta Vista Road to Keller Haslet Road (2Q18 Bor�d Program) R�COAAM�i�DATION: It is recommer�ded that the City CounciE: Au�horize execution of a contract with Jackson Construction Ltd, in the amount of $3,378,635.75 for �he Extension of Wes�port Parkway from Alta Vista Road to Keller Haslet Raad projeci (City Project No. 101019); and Adop� the attached Appropriation Ordir�ance increasing receipts and appropriations in the Water and Sewer Capital Projec�s Fund in the arnaunt of $457,966.00 iransferred from avaiiabie funds within the Water and Sewer Fund, for the purpose af funding the �xtension af Westpart Parkvuay f�om Alta Vista Road to Keller Haslet Road project. o�scussio�: The purpose of this Mayor and Counc3l Comm�nication (M&C} is to authori�e the executian of a contract far construction af a roadway segment of Westport Parkway extending from the roundabout at Alta Vista Road on the east to the raundabout at K�ller Haslet on the west. 7he projecf scope for th�s construction contract includes construction of a new four [ane divided concrete roadway, street lighting, shared paths, water, sewer and drainage. Appropriations for the project are shown in the following table: Fund - � M&C �Amount �.___ 20�8 Bar�d Program � G-19306 �$5,790,000.00� Transporkation Impact Faes - Capital Fund portation Impact Fees - Capital Legacy Fund Note 2017 & Sew�r Capital Projects - Fund 20'[ 7 �otaf Funding *Numbers rounded for presentation purposes. � $1,900,0OO.OQ $3,10Q,000.00 $600,000.00 $457,966.00 $1'I ,847,966.OD The project was adver�ised far bid on September 10, 2Q20 and Sep#ember 17, 2020 in the Forf Worth Star- Telegram. On Octaber 8, 202a, the follawing bids were rec�i�ed: Bidders .lackson Construction, L�d. PaveCon Public Works, L.P, McMahon Gontracting, L.P. Amount � �ime of Compl��ion $3,378,635.75 � 240 Calendar Days $3,503,763,43 �� $3,518,08� .56 � �_ _._—_._._._._. McClendon Construc#ion, Inc. $�,697,5�9.�0 FNH Construc�ion LLC � $5,287,588.00 �---.-.�.���� The Transportatian and Public INorks Department's share on this contract is $2,990,8i9.75. Tf�e pa�ing funds for this project are included in the 2018 Bond Program. Available resources within th� General Fund will be used to provide interim financing untif debt is iss�ed. Once debt associated with the project is sold, bond praceeds will C-28989 and 20-0594 C-28989 and 20-��9�4 apps.cfwnet.orglcounci[_packetlmc_review.asp? I D=28529&cou ncildate=1 211 512 020 � 12 9/25/2021 M&C Re�iew reimburse the General Fund in accordance with fhe statement expressing official intent to reimburse fhat was adopted as part of the ordinance canvassing th� bond election {Ordinance No. 23209-Q5-2018) a�d subsequent actions take� by the Mayor and Council. The Water Department's share on this contract is $387,756.00 and will �e available in the Vllater and Sewer Capital Projects Fund far the project (City Project No, 1010'[ 9). In addition to the contrac# amount, $932,833.�0 {Water: $47,613.00, Sewer: $2,715.00, Paving: $794,255.00, Storm Drain: $88,250) is required for projec� rnanagement, mater�a� testing and inspection and $4$4,�99.00 {Water: $18,894.00, Sewer: $988.0�, Paving: $417,886.00, Storm Drain: $46,431.OQ) is provided for project continger�cies. This project will have no impact on the Transportation & Public Vllorks annual aperation budg�t when comple#ed. Construction is expected to start in February, 2021. MIWBE OFFICE — Jackson Construction Ltd. is in compiiance with the City's BDE Ordinance by cammitting to 41% MBE participatior� on this project. Jackson Construction, Ltd. identified seWeral subcontracfing and supplier opportunifies. However, the firms contacted in the areas identified did not respond or did not submit th� lowesi bids. The Gity's MBE goal on this project is 141°/a. The project is located in COUNCIL DISTRICT 7. V�ISCA� IN�ORN�ATIONICERTIFlCAT�ON: The Director of Finance ce�tifies that funds are available in tl�� current operating �udget of the Water & Sewer Fund and upon the appro�al of the above r�commendations and adoption of the attached appropriation ordinance, funds will be availab�e in the current capital budget, as appropriat�d, in the W&S Capita[ Projec#s Fund and previously appropriated in the 2018 �ond Program Fund, the Transpflrtation lmpact Fee Cap and Trans lmpact Fee Cap Legacy Funds for the Beach at Westport project to su�port tha approval of the abo�e recommendations and execution ofi the contract. Prior to any expenditure being incurreci, the Transportation & Public Worics and Water Departments have the res�onsibility to validate the a�aila�i[ity o# funds. Fund Department ID �M Fund Department lD nt Project ID Account I'rojecE io Submitted for City Manager's Office by_ Origfnating Depariment Head; Additiona[ Information Cantact: Program Acti�ity Program Acfiivity Budget Reference # Amount Year �Chartfieid 2) Budget Re#erence # Amount Year (Chartfield 2) _ Dana Burghdoff (80'18} William Johnson {7801) Monty Hall (8662) �►iTACHIViEPlTS 20WESTPORT PARKWAY FR�M KELLER HASLET R�AD TO ALTA VISTA ROAD 56002 A�21.docx M&C far Project 101019 Westport A�e.pdf apps.cfwnei.orglcouncil_pacicetlmc_review.asp?ID=28529&cauncildate=12l1512fl20 2�2 ��� ����� ��� ����E�1��..1� ��_ `� V�+e�#�►orC Parkw�y FY �Q1 B��nd f�oadway �a[e: k��i�rovemo�� Proje�t Plar� F-l��de�s 40f}4 Fo�sl7 �rt3ela F3r,ulevard Fon 4varth, Texas J8137 (��7}8�7-IA�2 Fax (� s 7? �32�s7aa Sep��ml��r ��. 2�?_4 F�oli7: ,tacob Hays, P_E_ �rr�all: ��b�ect i��10: ��`��4�.00fi &,QO� .��-k�ys�l��kff_�;�m P�+Oje�t: �fest�[�rt P�r�tw�y �Y �418 B�nd Roa[{w3y Irn�rpv�rnertE �roj�cE A��er+dum Nn, 7� Pr�-Bld Me�tlr�g f�resent��ivn and Q��s�lons T���s �a�derrd�rr�a �orrns parf �1 fihe Cor�trasf D�c�rr�errfs for �h� �r�y Pr�j��f �fsfed a�n�e �nc� madif�es �h� orrglr�a! �or�fra�f D��um�rr[s. 1tiia�e xec�i�r af �h�s adder�d�rm fn tfre BfaF Pro�nsa� arrd or� �h� au�c�r envelope ol �rour bid. Tt�e l�Il�yvin{� ad�endum has �oon Jssued to pr�vlti� � co�y of ihe {�reserria��or� ar�s� an�w��s to �he q�es�{�+�s �ske� during th� �epk$rrt�er ��, �0�� Pre-Bi� �rleetir��, A IFs! ot Ind+vi�u��s �nd �t�l�1E[�s �vF�o I�a�re �xpross��l ir�ler�st �� ��#e ��n b� iound un�er All�ck7rnenl "�" Pre-�id �+leotin .���n tior� - �ee Alk�o���nt "B" .��e-��ci Meoil�g C��e�_tion� - WIII Itnpa�t fees �� ass�ss�d �s part flf addlliv� aliornake I'� � Imp�ct ��e c���c�ssi���s h;�ve b��� Included I�r kF�e #�nal acq�isiiio�� offe� �o the J�m�son's wh� aw�r th� p� oparty whl�:h t#�e �rt���se� uli�il i�s wlll ��rve, Tl�e own�r will pay s�ic! +rr�pac! �e�s afler c�nbtr�c�lor� with t�r� �onces�ions Ir��+i Ehe ac�uGs€lion, Afe any �ecor�s of ih� sept�c tarrk availa�ie? �� �1� recnr�s a� thc� s�}�#f� tank are av�llabl�. ���r�ir�a#ior� w�th 11�� cr�rfen� pra��rty own�r dfd r]o� �est[It �n �[IeiinlEi�� d��ermir�a�tan ot iM1e �9��+C i�nk �p�d#I�rn, �l�rth�rmore, kE�� fka�ls� h�s r�o� bee� oc�u��eci In several �+�a�s an� t�ur�fofe o�#�e� #ypic�l surf�ce �r+����es were n�t �!]sk?rVBbE�_ A gene��l �r�� h��hEi�trlFng wh�r� !h� Se�]tEG ;an�c le�ch �i��a r�ay+ he loca�e�i is p�esent on tf�e "R�m�val, �ence, ��d AdJs�sEmen� f�lar�s" �a��d ��c��7 IGn�iE�d ovw+��� F�ed�ac�. TFrls ar�a �s b�sed pu��ly or� own�r r�cc�f�e�:rl�� a�nd Rhe �lty �aes �o� �uafati��e li�at t�e s�plic E�nk I���Fr tieE� w�il �e �c�cat�� wat�+a7 tih� �re2� Ids��kfied, �k�e �oM�krac��r �F��II b� respor�sEkrEe i�r E4cat�n� saio f�ech fi�ld durir�� are� w�rk activl[��s, ti �r�s��l, ar�� i�f�rming ti�� �ity �s t� Ih� pr�serrr:e� �r J,�ck �h�r��� t� �ir� lh� �iky in del�rm�nlr�g +xhet�er #n autharfa� �dditi�+o atterna�e I�n��o�+�:r��c�nks. 1Nh�t �+ark I� Ir7�+a�vec! in the ti�ra�er w��l �ap�ing"� r� Th� w�ter welt �s I�catfld watftian a she�t ���a! nr �ther r��r�ar �k��cture whic� E� scE�acEu�ed tr� be r�rrr�vecJ a� p��t oi �id it�rn� !kk-8 "Struc�ur�l Der��o�i#i�n". Th� cg��tracicsr sha�l �e «�uiee�i �o �n�low l�7e T��� pu�lkcati�n f��-�4! "�and�wr��rs �ui�e aa Plt�g�inc� A��r�d�r��d Wa€�r �'�{�NkS'�� f'�1[']t� '+WLa'Y: I±:�_i'+i-c�i`� f.c;st{',9jjaf}f'�:'_�III:'f�F'JfIS4�II:kIfJl'7:3t]clr'47C?f74?�'W�'��.Ilaf.'1�� If� ��1$ �--....__ .. perfarrrranca oi �+ark �,R�d�r Bld ki�m IIE-�7 "Remava ar�c� �z�p �xl$tin� Water +Nal�"_ Pl�as� :�: I��►L�F ��� 40�0 F�s�d CreLk $uurPva{d r-�E� tin+o�tr�, T���� �r�7s�r (917j 847-�a��2 Fnx (B17} �32��97E�3 n�te �ha� !he guide s#a��a Rl�a� casle�� or olhor k��re h�le s4r«�tu��s rn�s� �e re�riaved t� � .�p�aw�ble �e�th" wh«h Is ��}ined as s�riinirr�u� af �1-f�et b�kow �rade �r�d n[�t �-feei as sE�ted r�ueing th� pr�-k�i�i rr��etlr7�, �h� �oi�lractvr sha�l �e resprar�sit��� �or �he rem�svak �n� �isposal ni ail well ec�t��prx3ent �nd s#ruczur��, p�ug�kn�, arrd �ap�s�a�� as par� af �i� �te�n III-91 ��F#�rrtove a� ��� FxisEin� 1�a�er Welk". �lo repar�s �f #�ts w�l� ar� presenl on rhe Texas WaEer fi?�vel�pm�nt Bq�r[i �ro�.�n�Jw�l�r ��l2� Vrewer I�o�vever s�lrro�in�iing w�iis ��� �r� the �r��r of 5�0-600 ��et ���p. f'rovlsinn af IE�e afve�rr�er�t�or�e� de�lhs e�e not �n assur�r��o tf�ai acie�al deplh� of �h�� v�r�ll will be w��hir� the �tat�ci ra+��e �ntl �r� for �or�tract�r En#ormaEion c�nly, �an tJ�� ��ly p��vld� a bici alfawan�� irt tieu af a lu:r�p surro f�r Ef�o La�t �p�rs Par�c irrlr��rt�on Repalrs7 o Biti I�e��� ICk-93 1�as be�n remaved, Landsc�7p� and �rri�al�or� re��Erslr�naoifR�al[c�ns vxilC be pa��f faf ur�dor I�i� ktem lik-1 "��nstru�tinn Allowan�e" wlEh suppnrting �osk dac�,mortitat��n_ PEa�st s�e If7� revi�e� Pr�pnSal ��F ur�der AEtach�l7en# "A� ���1 exr.el docu�r��nt_ Th+� revE�e� Pr�posal Farm con�aln�� under f�tl��hm��r[ ����. sha4k r�piac� th� Prop�sal Form In ��ct�orx �� �� 43 nf th� ProjecR M3�[�aa, �ark �h� �i#y �r�vide F�rt�ar �larificat€on an Ihe requlrc�€� "D�ve�nprr�er�� Per��it" +a�en�lllo� u��de{ Tr�fi�c �orMzrol �#ener�k n�t� �um��rr 1 on she�� 3 of 1��4� o I��uel�pe��enT Permi! In thi� �onC�xt i� In#enri�d �.s �h� �ily's ,��ir�et l�se PermE� �1p�lE�a�i�n tpr �4r7st�ucticrn" Pla�s� be �c#vrs�d E%�t closure af a ro��i fof �Qn�er th�3ri 1� d�ys requ�res �o�+r�cil a��rrov�l whpc�r h�s � ��+o n��nth �ead iime. Th� cor�ira�t�� s��al� �e res�onsi�Ee iar maantaf��ir�g ar� ad�n�a#e sch�d��le ��d a�v�sing th� C�ty �NI ��d Irrs�ectars wi�h an a{��ropr;at� �rnau��t of Eea� �irr�� !a �rc��:ess s�id �ouncll a��r4�+al, �arr �i�e �ity v�r�iy whetl��t blti it�m III-15 "�" ��EUDT I�V� ��M �� �7}" rr�g�sur�r�er�� rnc3�hod �s corr�rc! i�� �he �rc�posa� foem? �� fufea��rem�nl fqr �3id f�em lif-15 �.2,� �ONDT PV� ��wi 8� {�`��� is �er l4n�ar �a�t (��� �n� fl�! per ea�h (���_ Pleas� see kh� r�vlsed Fraposak ��F ��idor J�1kt��#��n�rnl '��1�� ak�d excel d�cumenl, 'i�e rev�ser� Prqpes�� �orrn ��ni�ined und�r Att��:hmeni "�k" �h�ll r��lac� Ehs Proposal �orrn i�n �$etion 4� �2 �3 0� th� Pro��ct �anual. - 1N�11 Irn�a�t te�s he �ssesse�k a� parE of th� "�.osF �purs Park Irr�gakian I�e���rs" b+� item7 � Impac# fees w�H nc�r be �ssesse� as paH �i krriga��or� fep�lrs �� kh� peoJocl. VUill a��git�E su�rrt�tl�E be ae��p�er� for the C�id �acic€���7 c; 71}e �ily is +�urrontly �p�r�t�r�� under �UV4�] t9 proto,r.v�s for receipt �f b�r�s as �escribed in �ectian �Q 11 23 "Invitatkori !� �itid�rs'" �s su�h a��ly h��d �s�p��es d�Ekverocl v�a US Mail, c�uriee, FedEx or �y hanci will be a��epi��i ir� a�cardar�ce +�+it#� lh� ��acod�re� aukl��r��d fn �sct't�n �� 11 13, ��rth�rrnor�, �itld[�rs wil� t�ol k�� �lkowed In th�3 ��uncll ���rrkbers €or k�e r�ar�M�7g of #he b�c��, Qld��rs ��n ��s�rve !h� bid opo�arrg vkrE�a�ly in �pcor�i�rt�a� with �h� �ro��dures ��s�ri�ed in �� � 1 13, ��■ ����� ��� ���i��.r���1Y 1 � �['�Q �Q$��I �i2E�[ �41ifE1V�F� �arl 1�lforit�, �'exas 76rt37 {8f 7} 8�37-1+3�� �ax (#3� 7} ��2-8'f8� rt*�'h� revi a� Pr� os�� Farm c�r� afnea� urrder �ktfact�nr�rr� "" " s#ra�� re lac� the Pro a� �'vrm tn �esfforr 0� �� �3 of !!�e Pro `e�f �l+��n�ra�. "• �n {i �l iW kHnr��5.5� I'y� I �if � SEGTI�N 04 �R �7 PRnPu,^,nl 1=�S=�M lJiVE'� PR��E BI� I7upecl �Ir�U ���Limw um H ull:,l Lkwc�iFii��� hcs} �a. �! � i �y995 xxxx Car.ai� ��uun fi�l�x,varco- -i•-- 1=2 �013r [�Illl �:a�eLiir_�liu'i81dR�4 � — RI 7 0[�r hii�: h,�d� ry 3uiv:�p � �-.� d:Y1-G[61 IE"'4�t:VlufmFpa h5 ��:1' 45l� ir�- I�f 5Yw^i� ��ge,ral�Ja'r.il�f — ---�:—� �F �G 351 i fs�Y,7 I{I"VS. G96i V1, lor vy,� p.F ar4' '.7G2 fRemnwn r, 4'lior V�LWQ tl� dtdl�i516`:lh!y�^-�re���,d�d��I � _ -- 1-4 9`.In�,l }�M%k Sal:m1-` €' Wik��f V:�yr. .— �.�SI ?'ii%�U�OsC.i.lO��ilnr�����4�Slli�ri01F�15'r�ffLllil�r.� ��� I �.if.;.� � i115 M�c� :�u��ivr'r.5�+.��lrr.nr• - V.wh 14�tiSUU�{ 510.� 1�.2 =�fr'� nrCIIS r�ii:�'=L<ut!:IfB �qj�ulreorl_15RY � ViGs1`+�$Inll �-r� i'il�!i.Lll{IUTIi_!li:'I�}iork! . .._. �'{ ���Ri.{llll}I.Il:lil hAaik4�i -.�_.v — G.sS� =�frafJ�l!�4�wLB'W3WrV9Joe F-7$ :30'i {I' I� N.;�91 12' Y4M1iu� VhFn �.57 "sJ` I.�lp9' pUr.I�IR Irr.�i W51EI Fllll�g wiA�g�dPll �.,0 5�=^On9t=i`uliyhiei� — 1-14 '..7-.'.�I :�:i17 COn116Cllul 4n Gri;Pn� Ifi"h'dl[' ¢+�nin 1.,^.{F 3.i-�.ti�-Sr7'v�n�c�ll�Yn `rt Cslel�l�il Ir� 1�1' 4W�I�i �Jl�rl 1 21 '+2 4� I X fiU�n_IIW� !o F.�I51:n�• d* lu 12".Vd181 �d�l� _s. ,--� - -- ���^� `3a'� � I LiIIY. 2' ��Nf_'II`�llll'.�I +�rt UnIJ�� 746��1�+ Ini 1`i8ker �.,�3 Z$'19L�.:0:%i I"hJdMrSo�vi�8 . �� +��q =95i I 14lN I' �rr1a! r Vl211ef $ANh:e _ ��Pfi 3� I t�70'.� G h:rh i3�le Yalur� __. � ���2fi '�1;11r 31160 16 hlGn [�qw W�'Va w•' VeUB ....,_�- - i h� ��l L t��.� �I� �i�ihV I~f{ iil�4P � ! J�e�}� 9�9R S{8X1S_�au�:e ECa'mQ Vxul� L'd wf P�mrex LW IF � �J!�:�^.k]lMR i:�]hGItuSUcn �:v+'nr�te �f.; �]'�7- 111f�1 Gil'1�74nv.vou ;yhl�l II:� U?!+ Ui47 A��I3uv Ru�veY , IF i S.'iil5 � I+-0 MWII iClr pill�l�•ircnl� k1h�u� �1J �iPV9E� IRI-I !r,i'x_.-1..xxxXCs+is'zicoo,�,vluww�ce Iri,� r.��rti.o�t�,ont��r��F�rem -_ ��f-'j^ I}1 � I�1f0'. l.4'::'+II'JL"IUM1 S{d��� � lil�l m 17.� i�.02 ns� P.a� �,iurva.Y, Id-1 L2S105a4H�inir�arnnCa IJI4 f?7�Ilai'In`I4innya�P,IJrk,IIR ��'7 Iji!�I M%SC1C FIL.fr}49 C�'aY4'��'fi'�'�11 EII B y7�13S%R % 51n�ql+�l f.YorndIIIL�+ 11� ��l}i�I I I IjJC� �JM1lf�1'C COI�V F411k �----'" ' Ik1�10 ,U!di i'I;�I�en��w�asrh;iliy�'v�+�i ���-�1 {IJ�I.I�QOII?I=IOrMCAI�OCI:Lg31r�I6� IiI�IY—�i�di� ]�}� I Hainivr 1�'S}]�i��j nr�J I:11� =0r�ll �{i!��n�nux�_21-FilSrmLSio III-ia l���:.e5�:.�L3Cksi._in�ac,r„�3'S!�rniL!'�e �dii i3i�75'0'Sa-{:?3NQTF'VCSCHFlfI.T�^ �51 �i� '3' I�.�:�Inl SflaClnyluu — I+I-I'! 3' iu�i�iU2 c"-�2' tma No�^�yal � � III�I� ]510�6103 II'-IA'TrneRNIlU4S � III�f� 7'.10.Oina In'.2M1'ilce�iemarm I II-2'.I 3' I U�� I US 2:' df�U L"nr�r Tro-p Jiealei�Ydl 111�7f ]'�'3.ISiGI I��C-35��I�as=y�n:611un P��ry YII�J: :I}��}.Ulpl f-.+ib���i6iSicrllb4i�lan 111��3 9'�r;iSibi SriPPP �. i ac+4 �— 111 �2� �n i+.0 I 1� R' FieAia�+ �nze, T 7�� GR 1 kll �iN� 721 +.6-040 H�i:'�I� Ulnn � {Ir�2o a211,45nY 0' LdSie �iealmenl _ � 111-�P 32 i 1_..�,{04 �I' psl�K� F;nsl FYpr q � illyc,ri�al'wi�uiH S7Atil ��5 M{rt'n�.�rii i['i i�kx iF�k II'J=Al�ti CHi'1;51fJ�17 r� e.r.-.i +��� =���=e � 13•�}1,11 Fi +7$YI � ili_Ps�re�.e Bidtler'� Appri�atlon n�r� r�����i 1 �ui i u 3�; t�i5r.� �ris ir.�iai �n W_.�� .i. 41J C;��ul ��y I Y�II i4,.M 1lld YJue +nqtowar�rrrns . — — an�,�ao aounA aa.uao- 69 71 23 L6 1 07 JI �3 [.S I �73�71 72 L% 401 ���7i iU IF ii� ,',.i 7 } I 1 p2i1 �� [�;i la 4�?1 T< �i il5 T] 33 O5 i� 83 �IS �� �'d 8fi+:� 71 ilfi 25 � � �-0 a� a� i a 39 ii if 93 I � 40 �] 72 i6 3a i � 25 yy r� IR 33 0 2 �o 71 i? 7 6 �8'�'�14 33 �� .�0 3� 1�20 x1S7�U ' 3309id-- _� U�d!I 4VrL�r � e��,�w.nmerns� �n r� u� �� ��17�'r.3 Di 7' �3 �l�06 11 `i2nil H- SqlnU�r}' Sa�'er �c ii,i�mlemonls 0o- ra ao- � oi �nn^ __ f fil �7�1 ` —�_ 7.1��� Oz d � :i 07�i I:� p�-01 17 Otdl 1� 4? 41 i h — — Q�-0� 1'3 92d1 i5 q�qi 7d _ p?SI id �.t �I 1 1 �1 �35 0 r a7 a, ,nou J7 74C0 -'�1 iQ� �7 111 fhl �7 1 G R[I yt �� i a Si Yd i}si ii �� C+} S2 1 + 7� �32 I" £-? — — 37 i � 24 ;�? }� Y & 6F � 79� E{ 1 �A 7 �� I EA I EA � I _ �� I �F lyld LS � . _ . ��k i _� ck � . T49 3-3 , ER � f:x ;� fM � � €,A F £f� + i.lL � LP � �A �%� Fp, 1 � F Ih � tr� � �n16n1� ."r�bGatal �-i�ri �000 � w I �k I EM1 � � Irrm�mmiF�dn� �:b�aEal _._, LF SF SY #3Y BY $Y �F 1� i k Y A �U� 1,7F1 id `��S I.H { �A fl EA � kA � f,� 3 Gw f3,4P9 �`Y 1.�1i� �$ 1 5Y T6G Yn � 30� {JY 7`f.t7� gy 331 Od yl �NI il L 4 Op {+�7. W 1���.���� �try:u.l Ww4kw1� �{i�} IIII I {AVHYf�I ��a=�} S�CTaON 0� �� as I'HQF��f�l C�L�Rf.1 i IJI�i'� PRI�E �I� Ihufr�_IIrW IFI{unuHcu Hi�hlu L"+�SCtlLimn I¢ m �n� � .. rlf .H �'3+1� u505A" 0.f hlll Dasr T4A� d -. _.�. � IIS Os 3:13 C�16y I tl' �oIIC PvP+1 � I�i�3R �rI���UI{S'L'4�hcfe'SU�ryo,4n� � {Id,3[ �!.:113.k1S.1{}S P31h9r1�d CWu:feEe �o�_�m II'�:' `�`�°~14k1{k„r.nvc:clihetl4� --.. � III�]�> _�S7'.�Yx%xl.L��u�iln�:fYOnU �Irl-7�1 I:' 1:9 U �7' �I' {:P�r, !i�d8wnit - ��lil� :1�13.03�9?'.,'r:q'��'�tlewei� �SI JLI ]e�,i ��'� i��i�rini Fi'Ed F;Iniry: +% °�.-- �IJI-77 i:' _ er,, ��• ::�I. � r N�,m� �.1,�I�hi� HA4 I'�'� III-�FF'}.S�.�U:3 A' ;;L6 �ti'm��h�e�l��rq 41�5 �Y� -- III�!] i.{3 F��Ilii�{ q` 9Fih{ PY�151 kl�lih�i7J 1�+15 IW1� 111-A9 i;sa s t uU�iS+d' .QJT �Yn�l Shnrkii0 H�$ (�'� FIF4�I.i=201 tl' `i1..�7 Pwnl�Madtnp Ir$S 1141 -- oll �� �3�i r 7�14 i I�.' f�l� P4+T: ��Il�xva� hlfl£ I�J1'} Il��d} JN 1 n'�ul �d' aL.{k PWvn A1wIJii1 �1AF 14V1 IIF�Fa 3^17.210: HF�i. pii�,c-FM:��ke� 1Y IFfy A �I� #} iz.i ,� i i o� HF � L R]IueJ Al�ikur N IP�4rFS �H to 7� I�+ffi2 L�Inw LE;`An�t f,neiw �Ill-d 71' I.'.7 �'U's Lun¢ L nGuni! C13L f�:f6w - �410F5 :I'}i7.�L]M1I-i��Vl.f����C{l��/ _ �II 6y 7� �! 1 i}CIk+ L2'ir L�P���'I UYM4 �I�I-50 �l�.M}{R74L.ene4nQarr.f'o_�=lrinn - lel.+�7 7431.0�11 7y,pqCB,rtLwi'Nira+ur,�n rde3el�li210-- �����i �Bl�}S}�X7{�si43'�HSII�'S!TIIFTIC�9i�3�4� III-E3 i4'IU4 }{1�C%s��s?31 7P' T o 1+]67e ,� --�II-:-R F37y1 Fi1C�J YGp_ind Gil L; 3€9Y. 71 i%I fLxk Setl �iaram�yM �11�6� 37'171.+{I'R'3l�e3111�;}�HF[I�vnwc5� _ - � ell-57 :�y3.G549 SeU���'�: �=ui� Fl-?Le�r,v1R Bla�hml dU • �! ��'�5 41 ne � ren_�I� S�IUS� � .. ••^ - - 11��.- 3"']r,I�I1�:C.6riCrPJC'�arJ�l� � �il' ilr i=='�U10?is'R{:i'�G:hYyllh �il e�� �.73 �-.0'J• : i` fTS�', C'age I�i ' II�!'' a3n��i.'��!�t-0'�I{tP �'Haalll Ikl�+l'3 '+3ai.W��S� k1=N'Classlll - I�I ti� Je41�A4A�! 4:- �'�� Clusa I�I IH II ; 134 I.Uf�IL UI=' I i��P. 01��; I�I ..�ti�. [� :}74 I I'sGP�5x3 N7a �Idreik - I�� fri �'�J4fl�iSY.Y r Fi�'�i ETuyclttl Rqi f,�ll4u�l _� Iq 4�' ?374?{,Of•I s Slvhl3w�cl'on Ou� Y _ III-69 33�i�, r,tilr2 =' 5ic�nt.JiFacw���6U� ni.7+J �d�4 t•.1a3 fl' �Iom+J�acr,��� �os - � ' . ... sll ' i 9;?9 xxxx �I uPo�� t• 67 a9 `srl�}ini JUi1.'lbll F6U�. ?IF 7' '3:�13 x*M% S':I{vls ti.l l'J� 31u�in JUr.-.IF:in 68z _ ��^a9.}{%%x i6'S�l F*Gf9 I} "- �llt�'i 1 � n�ra a_,e.saa� ��+�r.�e���i� �IR.i�} y'.��IS��fI�{I'::�L=OJI��HLYNIX I II I:& ,l3gJ.x%.V.lf � firr� Irnsl x,' �4Dr�n - Ill.r! 74A1.idI0N[aoulitivlo7ed�4�eCa�xir Ili in~ �t+l i 7 q i n NCa F4 �8� t�ln� �r.uxH � IFl-?0 9<4 I I G��OfuUntl �up F�o EF wf d�4�. - 111�A1] �4AI.1Er1`r�r;Irnlfhd�r.in�11YF'�3?1411im I{I U 1 31A I I'f � i r w i�sh+su31E'I `�U 2dfl VWt Blfylu PNu89 M319rnd �Vdulla 111�22 .Y�41,?41k7i�ilwVkli��Ass���la�viB.�HA,k9,hti61]�I� _ �•��I�-Cti 4!d7.7110115B197tii Pilu F�11dffl _.. a.-..�� - iq�ISa �d4i�74idE[}Lr�I�qOF�•�uru FIIES 31��331XXf1�k4y1171n7f��n���hch1W3.�f r.id6 ytll B9 743'�.�190= Fu'r��7i�InFl�{ �ilulil S4�f• G"�uiJA10L'll f �Y °�1tl _ �If B'+ =1A �� �.1109 F��rn4vr._�'qP Pdrol Gnrl f'oyl � �II.o9 .74�t' 41 711 Rr.H�04[� cn{{ Fim}IacS' n P.I�GI and Pry51 � _-"-'- iIF94 o��a. �€xx8 Rernrnr S� 'oeL �arvi ��+�p� �iid �iv�nt�ll'S�. �� Pa+�e� _ _......� - -- --• -- 111}1R 3d71.0iJtlfltli;:{Xirnrol - Ili.�• 59=7 KxkK �iarnnur 311d I`,I�� �iii9uii'kf,i�� 4k+�U � 111�92 :�Jl�J %x1:7C�Lx�9�e MG�+� S�lc{y Fe�lr,¢ � - RFyrin4'u �nn inuun Fti� ,�� �2 I B =L2 s � 1'i �� r8 ;20 J`� ia 4� 3? i � � . 321�zJ 32 19'li� 321fxj.� 82 1 r ='7 az i r �a d'2 � � 23 32 �723 32 � 7 ?7 az��:;+ 72 17 `:� � ,T', i , .''J �� 17 2� 32 1"f u9 9717�'{ T 3� I F ¢7 � 32 S� ^6 3'e Y I kf �t xi �a ;52 91 I L� 71� f�' i 4 37�J�! 7�!'� e'13051{Y T a�u��i� }7 d1 i Q 33 �= tU �7�a rb �1 4 � R4 �33 J ! 71F 37 a7 16 �a4i �B �4d1 14 �3411 io Bi[fc�er's AppG�at�on E�uh u! Rryl [�uanlley ktr��ic $Y �� gy 17,8Z'i $I .11L1 ! SF 2,549 LK � $1= � $F 3,�Ifxd �F 39.931 �k � � LF� 9��1 �LF �_2dd I F 14�J � �F 1� �- �.� F� �4 L� 71 _ �.r-' sis ER ID Ep � FA ' Eh F� �A � F.d § EA � �L.F 2_J6@ 5A �� � !�� {_r55 3Y 71d.��3 SY P,6117 gy x,811.^ I.F K��illp � 2 - J � �f � F 9FS2 I.F d�d LF � I.� 'v7J �.F � ~ LF �101 � EF 57 7�sr�o �a� J�h91U {+� 33aPln bA aaa��i�o �a i7 �5B dl1 !LA x3 .�! "0 �� sa �ia xi f=r� 3� d9�:4 EA �31+�� �4 L� � 31i7 714 Lf 3,d � I +R' EA �d li 2U F.A � 3d 4 I �R �� �q �l :fl EM �a �I I �4 E�5 3��+1:� k�4 aa a, xo E+� �t �1 ]0 � 3i#i 34 EA ya�o70 �A 'y{ -0i �7 � �1e�7� 13 l� R� �1 I 13, SIC 41 1 d L$ .�a'fl 71 � U+wi IFI. P�vinp �ikti or�lno�9a Irt} i Ir'f +}F F� �I� �' willll}7 � I�itiiknl�fs rAwyi YI'L'Lw �4 SIT{�I�'+���whlKM.i�hJCa.i�l ��rn�c-sn�_ .':iln _ � � � iE��,a�,�, wrm,,���� S ry�.� L�nce 1YI�[ Valuc 15 ?uA�qi {liii �. y�i.]JA Ali3 ]T liiill'ir�.ii�l Wnii..�k ina=•i �li�l ��l.l�fl4il. frFr I � I I 3�C764N fl0 �2 4� PRO�'i?�sAL F4�lM k,�E�l� Pi�l�� �I� itinf c�� hnn wl��m�� ��[�d$1'�$ A����Ci��10�1 n�nael,t�R��m �lu�� k`rice BiJ vuiu�� 9aJ15�L 91K � I In1i ui �ml d G'�1�=RIgiIWs i Innhun�:eHAn i�u !4'��ille Kld fh }' Iloa� F;U � !— Y U�Iii�A1 �4rJdlthro�Ndnis�lek� - �5A7 1 9�'3�.}41U{S{ f.iu�slf,i�'On +41bwa1�e lIh�73 06 d6LL0.Fi B�uP] �{7�1�'e ?U�7'..pIUIGSnBI�I�Iq�r.5181W�ry1 G7F1.73 4$� I �-�- ;r, 7i �� « � �f51-3 n�.r,ol0e'Ae�`�n:ll ±�:ooP � � LF �7A �,J41.a 73G7.OffJEPo�4CCf�6+3Wr.lnn �901�1 � l�141-5 79S7.nFns Mslli:lli+'� ���uuinlaSll�Yp 334L 34 E'�' � - -- gt.;}�r 54 R� � N51-5 A7i I J=�72 A' b`Awc• Sewlee - ..A41� �391}iCV4-l�WaVdi�3unw _ ��7��E0 _ {y, 1 /�M1I B :745 {i4�3 6' W81e�II�� L4we�io9 3385 }1 ^ rUSN? GaiR!. �,1{.jg��T�E�,r�� ,t,Rjo }, ..._ — �_g 18r1: � � A�11.1 ❑ �.IGS.LYI I 3 7.Prcn YJ�I9r Sdn o 35 65 9& _ .�y'....---... + ]3111o,7S�11r.��a�20 AAI ` I '3i91 .�I I 7 S{�' �'1�t: 5exur R c .��..,— — AJ41�!2 3'..'ih u!�07 E kanhne Liry� :13 33 ���-- _.��[_._...._ � � �y , u. a3 a� �n jsAt.,i �_�39+•G01 d'M�whclr ,4nr.�a 337P,ir,nt s�au� Da�lh �da�l:�lc 3:;L� 10, 3] 33��G-- Aj�' _i c �ry;�.xxxx 5ecec l i�nh €raG, �'�oid Rcs�ua6 ar� C�p�iup �_�a� 41-13, 0� a i ul �----'- ....�. -- � U�M1 hAl klyd AAH' RU+1111vs �!;orn�fl# fl � ItM1l1.1 `4�999 %%1[ii SBPU� Tehk L4ur}I ��eFj ii919Y6Y&I IYId RtrSW�ellnn �C� a•'��Y°�i�l I d _' ' '— '^ ldnil A�II'. Ef5 1 LF �7a _ vr �r E� i L^aT � ' ilwo ,4119�eKe I Si.ItKoloi �� ��� 1 j� Allernalss tl ,`�+„�+1olal = _ Toiul Ila�e Al�viv7� �GIA ! � 'IaIR1 h1lelYlnu� �W� Ih�iurd+r A�I��enele ilhl _ _� � —� '-.'^- TUIP1 brr]i¢YITY hll4nuic Bld BiliNlh u JkWsueLe 61U � _. � — 'fwoLAdd41F.e�VMrrnnlrA�+li ~ � �rWi� eHi � � I ' _ F�n � W 47?LTfi)N i.11 � si-Ff7z1'uWr�ll� .4i i\�aRlS r'fIN� � ai.t' IVY'tlnr�4'mt'.� LII}Y I MiC��hl��'LS Od i40E.�1U 1� I l.l�d I' .���o i i i1.NiJ 15i�haY widt5oi M1mr Ii.n.nL'lit��l:-a '�� �#��FF ��� 4040 Fossil Cfeelc �ouGrsvar� �ar! 4Vbrth, Tex�s 76137 {$rt 7} $d7-14 �2 F&x{$S7}232-�7�4 �►TT�� H �11 � �T � J } J ti 1 d 1 I., U.I I '� � M F� � � � � � � ti5 � � � � � � � +L � � O F Vµi � ���,��#ti� r Y � � ue A � — � Y � �] G. w�' � ih � a lu !y � �u � � � � � � 7 T� J � y� � } - ILl � � 4� vl � J} � - � {f � ���r � �+ �r 1, ��{�,#�w,�� � c�e a�c r�s s��-. �+0 6� o o. � G� z � � � � � � 4.J . o . ri ni h'i '7 ui ,O r� oi m �•• � �y+ : 4 � i � ���. �� 4 ,� 4a � qq � � � � �� � � � � i a ; _ - o, a J } Q e' � = 4 � A L � d �51 '} R 4 �� � � � =,r 1 e F � � 4 a � � { � � � � � � 3 � o � � a � # �� � [} � �' R r. M � ro � -0 E � � � r'*.I � IJ_I . �.i � � � � 5xJ 4 � � � � # � r� � � Q � � � �''F [� 7 � �J ~�-- iX � � � � � � � � � � L.L � + •h W — � � � � � � � I� yr ft � r X � � � � � � � � a p `} � w Q � � � � tiJ O � � �. � . . + 2 � � � � Q � C.� � V cW � O � � � C:1 � 4 � ❑ � � ��+-� V �..f � U Q � W � W � � w w � �K F�• C � � d �'J Q � � d � a � � � � � 13. � � V � � N � Z � W � il_I � �� � i41 � � 2 Q Y � � t+5 � x � � � � � � .� �A �� � ■��'-_ + � ,� F � �� �� . ��- � � �� � Iw � - �� -. o_ - -- � � . � _ � � , �� �� } -�� � -.�� � , i � � d Q _ � �� r� �� I � � ¢ O a 0 � � � � � � � � � a . � . � ta .� � � '-7 � r # � � � .�. � � � - a� I'I�I� � �i � � I I I � ; � . s � � — .. ,,. � I � � � � r.' - �n 0 rw � o r'a r`1 .�i Q � N fV Q � �I � � � � � d r� � � u, N � � � � � � � � I � � � � � ��-1 4C � � � � � M � � � � � � � o � � �� ����o `-= a��w� � � � �-7 � � � � � :�.� � � �, � � �, ��a�° '�' ���� � � � � � �' �;s ii, ' �� O �+ �7 l7 L� : -} �j [C eC � 1-' m � H � � t: F f + . . � � � O �J � w � r�2 � � � � � � � �r � O � � � � � � J � � � w � � � � � i3 F-' p� {� 4 � ? � �►+ � � � f y �' � d � � � �� �� � � � � �� � � � � �� a� � �� � i�o�� �� ������ �� �o ��� ��� � � {;� �� �����z o,� ��c��.�� �� ������ �� '� 3. � .�C3 J� O # � J � f. ���� k���� � � � ac � - ;rx r^ � � •� .. �,� J"+l Q 1. o u. r� � � ' � 47 � � � � � � � � � � F � � '-'1Kl �L�ie �� � 4 �� l� �� dG .:�d �� � �� � �� �i �� ... � �a. �� �r- �� o�c �� � �� a� �� � . . . . � . � � � � � � � � � � ;z � C] � �� �_, �- f_ "I � �: ', 7 � -� �'l' I ��i �I I� _I ���� ; �? � ,3a�� � � a � r � � �G �� � � W t �.r � rt W � � ��� i� a � �' � q w F � �� �r} n`w �n { .. � 4 r _� � � � J S 0 � F� mJl� ir� �w m L� � J� � � �� �� ��e ; � � i # � � � � QY {} M-.��=�� � � � �- � � a � � � �� � �� �c Fr `o � m ��� 2� z ����r � �' � � £�'�K ����m ��_� xrl7 � i c�� �[� ��dy�`� x�7 � ou•xp �i I � Ic Ir } � � , � r C ���w ��?�iq ����{ s��.'_ �o � � _ �. � `} e} � .[ Sc C� u � a ; + a � ;� "` �G „�' f. 3 mn��� �w,�- �GL�LL �^ � L �ti#} $.,�� ����u =��ia�� y 7 IJ _ . � � �C� �� �. � # x J a � � � � � n � d O � � � fl 2 �I � � � �ri N � � � a a � a � Y � � W 3 d � ,a J = � y 2 � : Q 7 " a .� �7 � � J iu � LL a � ¢ � 2 � � � � r �u 4 d LJ � 2 2 Y i7 � � � y ¢ � � 4'� � �, Y � � uc � � � M � L ���� , � � � � � y a � � � # Q � a k _ � u .�„ 4 1 " °C v � c � � � 7,� 4 � � V: �} Q �. O � � � i O C# 5.J � � � a �y.� O � � '� � � � 0 � �p F � s� 4 � � 4W ¢ �� � 6� .,-, .�� _1 i ..� 7 —' .i' i � f"` I ' J`� l': � 8 u W 'a' y a� w .� � � �� � �4� � � 2 � ? F c� � �� �5 �:d y 2 L'I �� M � � � � � a r � �,� � �w � r � � � � w L WWW �' � [I � � � � � � r 84 � � _� �` � 4 � � �Y ��� � �c �' � �E a == � _� � � � L � � �'�s �=n��� n �� F� a� �� � �� �s Jo1 �c '�? � z�� � �WJ - � f ��„� � Li � i� � � i J � ~ u ��T� s -{q�•c 4 ��� �,� �r w � �� �� ��� �o RF" � �� ��� �� w��� � . . � �k �� � �� � �� � � iF. � � � f �� c = � � � � u � 3�m � � �} W 3 i} r � � -- .�- � � � 0 � �'�"1 ���� ��;�i� x L � � j = �'F 33:- _sr ; '�= �:�.'��- }+l l� �� u c�� ' . �'y r�7 z Y �'i �� 'I Y � � � G � w?„i � GZO � = � ''a�� �zr�� ��� �'�"� J ��� � rU �'u� - ° .r F d�; LL�a� � � nr�� ���,~r� u��.� r. 1 �� � 3� r C'��'-' ��4u;m '���'.�' r u L �' �'-' �7 �ry � 4� � s � �r �°�' " Y��a 5 � � G ,-�'- G} W ��,�� LL ��:� �w � uf' � � r } � �a t � � w � � � 0�. � �i f;: 4: ir -' -, ��C� ' "n �.:;�� �:SJ.�c S'wl ,--i 5-i rl � � � i J w � � a � � 0 a � � � f'F � � z i+� � a �,i $ u A .f' 2 � sw� w�= � � `^ � r w ¢ � ,3 � � O V h � � � �n � # � � W :.1 � X � w � � ti � � a t > � � �u � i.. _ r W +�, � � 4 a � r� a {�I � �� � � J Q � iW 5L1 y�i� W���� m �, � � d ����� � w �d � � =1 _A. I I. i < �.� :.0 =f �'a � � � � � � .� o � �� � � � � � � a $ � � � J �7 W's 4 � � � � � � � C�'! a , y L- � LL �j = � j � LJ z � � q � � � � � � w � � x � 4 - � �' � O G� �� �� 6 x � � " � w ' d O ;�! � nc .7i � �`�' H� �re O � � � 4 tl a.�i �� ? '�.n N+ 3 � �' W � ff � � � �I � � � �III'''+++ L � .'�I � .. � re f/� � — _ I"I '� Y � 4J p[ � — {i' — 4+5 � � Q � � � � � J � � {] _ � � � r I�5 �. Ls�LL ���3=;� Q� � �� "���^;� r,� �G� �'- =¢=:m �� Q� � � 4.=r�i � ws�r U ia v+ u' w u� � L� i,�, S�J Z � �4 rL F=' I. i i a a � � � ir'I � � :�J � � � W � Q �J � � �'I f�" :� � a. }.; � 'L' � � �.�; � � � ;..I � � � �� � Lf} �J' M1 � Y rt � � � � � � il � LfJ u'�i �? �' � � � C+'! � , f'+ � 3;, *� � � � �' �+r 1.f � �� � �q'��: � � � �, a� � � � � Q � r ;�, �� � � � � t�. � � Vi .- � � '_ � � � LJ'7 ��" ��� ����� ��� 4�a0 �assil CFeeI{ �aud�v�r4 Fart WOrRh, 7vx�s 7GF37 �e7�� s����,a�� �ax{Sy}y�s2-57e� J�"�TA��i�E�VT � Lis# of P�r�#es_tliat hav� ExGr�55ed Fe�t��es� Z���r I�wi� W�r�dy Con��a�tars $17 4��-A7f37 �irw�n�4 a��m�il,c�rr1 Al�x�'�rm�r� �llari� S�nfola F�,���as Fx[�+�:�ting 214 387-.�9QQ=�:.�rrnt�rr�'r-i�r.«si«��Ia.t�rTt lerry I•Ce�aefson �taf�lle �r�d Wir�n le�e_ 81T-847-���6 Jerry{c7sta�lEewir�r�.�om Jay �fanks ��lert �or��p�ny97�-281-7��� f�:rr�k�4L1��iLri:m��ar,yll�,�t+rn Cind�r C�xtlllo Paveean ���Ilc Warks. �7�•�63-3�23 �cas�iilG�����re[�n.tdrn �r�� Tera`y� N��Naaho� Coner�cting ��9 8b5-12�i`s �terfy���r��:�r.aho�cQe�#�a��iii�_corr� Qan M�Cle�dn� C�rts�r�ttfon C� 8�7-�55-�06� dan���t���e€�dvr���ns��urtion,�om Vl�ild L�� ��r'��J�an Cor�teact�ng �P 4�9-�i7#3-���7 w�il�mcrrtah�n�nntr�cCirr�„Tc�m kodn�y R 1�h�rson Bafr�e���� �I��s 469-8�i7 •8�62 ro��teY�C��rr�t3d�s���a5ix.��m L���� S�erra Mar�o 5in���� �14 •3�7-39�� I{e�rra�m�rio5in�via,car�� �le�l f+�lo�R�y �FQ iN��`I� ��r�tola �14-38�-���0 e�mvtFev�af�asincola.c�m 0011 i3 Ii�fVITATIOi� Tb BIDDERS Page i of 3 SECTIOli10011 13 RECEIPT OF BIDS Due to the COVTDI9 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the constn�crian of WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD ("Project") will be received by the City of Fort Worth Purchasing Oifice until 1:30 P.M. CST, Thursday, October 8, 2020 as further described belaw: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: 1. US Mail at the address above, 2. By courier, FedEx or hand delivery frorn 8:30-1:30 on Thursdays anly at the 5outh End Lobby af City Hall located at 200 Texas Street, Fort Worth, Texas 7b102. A Purchasing Department staff person wiIl be available to accept the bid and pravide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or t�me other than the designated Thursday, the bidder must contac� the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to rneet a Parchasing Department employee at the Sauth End Lobby oi City Ha111ocated at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s) will be received and timeldate stamped as above. Bids will be opened publicly and eead aloud at 2:00 PM CST in the City Council Chambers and broadcast through live stream and CFW public television wlnich can be accessed at ht ://fortworthtexas. o�/fwtv/. The general �ublic will nat be allowed in tlte City Council Chambers. Tn addition, in lieu of delivering completed MBE forms for the project to tl�e Purchasing Office, bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00 p.m, on the second City business ciay after the bid opening date, exclusive of the bid oQening date. GEI�IERAL DESCRIPTION OF WORf� Tl�e major work wi11 consist of the (approximate) following: UNIT I: WATER IMPROVEMENTS 738 LF 16" PVC C900 Water Pipe 401 LF 12" PVC C900 Water Pipe UNIT II: SANITARY SEWER IMPROVEMENTS 4 EA Manhole Adjustment, Major with Caver UNIT III: PAVING AND DRAINAGE IMPROVEMENTS 1,4] 0 SY 2"-4" Asphalt Pavement 11,824 SY 10" Concrete Pavement 43,593 SF 4"-5" Concrete Sidewalk C1TY OF FORT WORTH WESTPORT PARKWAY FROM KELLEl2 HASLET RO C�TY PROJ T NO l�fl 0 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Temporarily Revised Aprii 6, 2020 due to COVID 19 Eme�gency 00 11 13 DVVITATION TO BIDDEIiS Page 2 of 3 2,134 LF 1$"-66" Reinfarced Concrete Pipe l01 LF 6'x3' Reinforced Concrete Box Culvert 13 EA 10' Curb Inlet 2 EA 5' Drop Inlet 23 EA Roadway Illumination Poles 14, ].17 CY Unclassified Excavation by Plan 1,$43 CY Embankment by Plan L]NIT AAI: ADDITIVE ALTERNATE I 179 LF 8" PVC Sewer Pipe 1 EA 4' Manhole 1 EA Septic Tank Leech Field Adjustment UNTr AAII: ADDITIVE ALTERNATE II 1 EA Septic Tank Leech Field Adjustment PREQUALIFICATION The impr�vements included in this project must be performed by a contractor who is pre- yualified hy the City at the time af bid opening. The procedures for qualification and pre- yualification are outlined in tlae �ecti�n 00 21 13 — INSTRUCTION� TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Cantract Dacuments may be examined or obtained on-line by visiting the City of Fort Wortla's Purchasing Division website at ht ://www.fortwor�htexas. o� ` u��ha�ir� � and clicking an the link to the advertised project folders on the City's electronic document mana�ement and collabora�ion system site. The Contract Documents may be downloaded, viewed, and printed by interested cont�ractors and/or suppliers. Copies oi the Bidding and Contract Documents may be purchased from: Halff Associates, Inc. 4000 Fossil Creek Boulevard Fort Worth, Texas 76137 The cost of Bidding and Contract Documents is: Set of Bidding and Contract D�curnents with full size drawings: $200 Set of Sidding and Contract Documents with half size (if available) drawings: $100 PREBID CONFERENCE A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via WebEx: DATE: Monday, September 2$, 2020 TIME: To be determined (see below) If a prebid conference will be held online via a web conferencing application, invitations will be distributed directly to the plan l�olders and those who ha�e submitted and E�pression af Intresi. The presentation given at ihe prebid conference and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. C1TY bF FOL�T WOItTH WESTQORT PARKWAY FRQM CfELLER HASLET RO CDT OP � ECT NO. R101D 9 STANDARD Cb1VSTRC�CTION 3PSCIFICATION DOCUMENT Temporarily Revised Apri16, 2020 due to COVm19 Emergency 00 11 13 INVITATION TO BIDI?ER5 Page 3 of 3 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a cantract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDII�G Any Contract awarded under this INVITATTON TO BIDDERS is expected to be funded from revenues generated from 2018 Bond Funds and 2017 Tax Notes and reserved by the City for the Project. INQUIRIES All inquiries rela�ive to this procurernent should be addressed ta the following: Attn: Bradley Radovich, PE, City of Fort Worth Email: Bradley.Radovich@fortworthtexas.gov Phone: S 17 392-8447 ANDIOR Aitn: Jacob Hays, PE, Halff Associates Email: J�ays@halff.com Phone: S17 764-7436 EXPRESSION OF IIi�TERSEST To ensure bidders are kept up to date of any new information pertinent to this project or the C�VID19 emergency declaration, as amended, as it may relate to this project, bidders are requested to ernail Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The e�nail should include the bidder's company name, contact person, that individuals email address and phone number. All Addenda will be distributed directly to those wl�a have expressed an interest in the procurernent and will alsa be posted in the City of Fart Worth's purchasing website at hi�p:i/f�rtworthtexa5.go�/p�rchasin�� PLAIiT H�LDERS To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued, download the Plan Holder Registration fortn to your computer, complete and email it to the City Project Manager or the Design Engineer. The City Project Manager and design Engineer are responsible to upload the Plazis Holder Registration form to the Plan Halders falder in BTM360. Mail your completed Plan Hotder Registration farm to those listed in INQUTRIES above. ADVERTISEMENT DATES Thursday, September 10, 2020 Thursday, September 17, 2020 END OF SECTION CI'FY OF FORT WORTH WESTPORT PARKWAY FROM KELLEI2 HA3L6T ROAD TYO �F O��T NO. 1R010 9 STANDARD CONSTRUCTION SPECZF'TCATiQN AOCUMENT Temporadly Revised April b, 2020 due to COVID 19 Emergency DO 21 13 I[�(STRCFCTIONS TO BiDDERS Page 1 of 10 SECTTOIii 00 2113 INSTRUCTTONS TO BIDDERS 1. Defined Ter�ms 1.l . Terms used in these INSTRUCTIONS T� BIDDERS, which are de�ned in Section 00 72 00 - GENERAL C�NDTi'IONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated belaw which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, associatian, or corpoeation acting directly through a duly authorized representative, submitting a bid for perfornun� the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder ta whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidd�ng Documents 2.1. Neither City nor Engineer shall ass�me any responsibility for errors or misinterpretati�ns resulting from the Bidders use of incornplete sets of Bidding Dacuments. 2.2. City and Engineer in making copies oi Bidding Documents available do so only for the purpose of obtaining Bids for the Wark and do not authorize or confer a license or grant for any other use. 3. Prequalifcation of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractars are reqt�ired to be prequalified for the work types requiring prequalification at the time of bidding. Bids eeceived from cantractors wh� are not prequalified shall not be opened and, even if inadvertently opened, shall n�t be considered. Prequalification requirement work types and d�cumentatian are available by accessing all required files through the City's website at: httus•//apns fartworthtexas.�ovlProiectResources/ 3.l .1. Paving — Requirements document located at; htt s:lla s.fortworthtexas. ov/Pro'ectResaurceslResourcesP/02°1a20- %20Construction%20Documents/Contractor%20Prec�ualificationlTPW%20Pavin %20Contractor%20Fre ualification%20Pro arn/PRE UALIFICATION%20RE UIREMENTS%24FOR%ZOPAVING%'o2000NTRACTORS.pdf 3.12. Roadway and Pedestrian Lighting — Requirements document located at; CTI'Y OF FOAT WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ItOAD STANDARD CONSTRUCTION SPEGIFICATION DOCUME3�1T CTI'Y PR07ECT EVO. 1010l9 Temporarily Revised April 24, 202D due to COVID19 Emergency UO 21 13 INSTRUCTIONS TO BIDiaEItS Page 2 oF 10 ht s:lla s.fortworthtexas. uv/Pra'ectResourceslResvurcesP/02%20- %20Construction%20Docu�nents/Contractor%20Pre ualificatiot�/'I'PW%20Roadwa %20and°1o20Pedestrian%20Li htin %2QPre ualification%20Pro amISTREET% 20LIGHTGia20PREQU.AL°1o20RE MNTS.pdf 31.3. Water and Sanitary 5ewer — Requirements document located at; htt s:lla s.fort�rvorthtexas. ov/Yro'ectResourceslResourcesP/02%ZO- %20Construction%ZODocuments/Contractor°1o20Pre ualificationlWater%20and%2 OSanita °Io20Sewer°Io20Cantractor%20Pre uali�cation%20Fro rarr�/WSS%20 re ual%2pre uirements.pd# 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7} calendar days prior to Bid opening, the dacumentation identified in Section 00 45 1 l, BIDDERS PREQUALIFICATIONS. 3.2.1.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 32.2.TEMPORARY PROCEDURES DUE TQ COVID-19: A Bidder whase prequaliiication has expired during the time period wk�ere a valid emergency order is in place (federal, state, local) and for 30 days past the expiration af the emergency order with the furthest expiration date — by day and month, will not be automa�ically disqualified from having tk�e Biddcr's bid apened. A Bidder in this situation will have its bid opened and read aloud and will be allowed 5 business days (close af business on the 5`h day) to submit a complete prequalification renewal package. Failure to timely submit, or submittal of an incomplete package, will render the Bidder's bid non-responsive. If the prequalification renewal documents show the Bidder as now not-qualified, the bid will be rendered non- respansive. A Bidder may not use this exceptian to seek a prequalification status greater than that which was in place of the date of expiration. A Bidder who seeks to increase its prequalification status must follaw the traditional submittal/review process. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project ta submit such additional information as the City, in its sole discretion may require, including but not limited to rnanpower and equipment records, informatian abaut key personnel to be assigned ta the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder{s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of t�e submitted information, a recommiendatian regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recammendativn ta the City Council. 3.4.In addition io prequali�eation, additional requirements for q�alification may be required within various sections of the Contract Documents_ C1TY OF FORT WOATH WES'TPORT PARKWAY FEtOM KELLER HA3LET R�CLTX PROJECT�ND. 0o10i9 STANDARD CONSTRUCTION SPECIFICATTON DOCT7MENT Temporarily Revised Apri124, 2020 due to COVIDI9 Emergency 00 21 I3 INSTRLEC`I'iONS TQ BTdDEAS Page 3 of 10 4. Examination of Bidding and Contract Documents, Other ReIated Data, and Site 4.1. Before submitting a Bid, each Bidder shall: �.1.1. Examine and carefully study the Contract Dacuments and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. belaw}. No information given by Ciry or any representative af the City other than that contained in the Contract Docutnents and officially promulgated addenda thereto, shall be binding upon the City. 41.2. Visit the site to become fazniliar witla and satisfy Bidder as ta the general, local and site conditions that nnay affect cost, progress, performance or furnishing af the Work. 4.1.3. Consider federai, state and local Laws and Regulations that may affect cast, progress, perFormance or furnishing of the Wark. 4.1.4. Study ail: (i) reports of expiarations and tests �f subsurface conditions at or cont�guous to the Si�e and all drawings of physical conditions relating to existing surface or subsurFace structures at the Site (except Undergraund Facilities) that have been identified in the Contract Documents as contarning reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditians, if any, at the Site that have been identi�ied in the Contract Documents as containing refiable "technical data." 4. ].5. Be advised that the Cantract Documents on file with tlte City shall constitute all of the infar!mation which the City w�ll furnish. All additional infarmation and data which tt�e Ciiy will supply after promuigation of the formal Contract Documents shall 6e issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Docunnents and officially promulgated addenda thereto, shall be bit�ding upon the City. 4.1.6. Perform independent rescarch, investigatians, tests, borings, and such other means as may be necessary to gain a complete laiawledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to c�nduct such examinations, invesrigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder m�st fiIl a13 holes and clean up and restore the site to its farmer conditions upon completion of such explorations, investigations, tests and studies. C1TY OF FORT WORTII W�STPORT PARKWAY FRaM KELLER HASLE� ROAD Tb ALTA VISTA ROAD STANDARD CaNSTRUC'F'ION SPECIFICATIOI�i DOCLiMEPiT CiTY PROJECT NO_ 101019 Temporarily Re�ised Apri124, 2020 due to CdViI719 Emergency 00 21 13 INSTRUCTIONS TO BIDDERS l'age 4 of 10 4.1.7. Determine the dif%culties of the Work and all attending circumstances affecting the cost of daing the Work, time required far its completion, and obtain all information required to make a praposal. Bidders shall eely exclusively and solely upon the�r own estimates, investigation, research, tests, exploratians, and other data which are necessary for full and complete in%rmation upon which the proposal is to be based. It is understood that the submission of a praposal is prima-facie evidence that the Bidder has made the investigation, exa�ninations and tests herein required. Claims for adc�tional comp�nsation due to variations between conditions actually encountered in construction and as indicaEed in the Contract Documents will not be allowed. 4.1.8. Promptly notify City �f all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such atlner reiated documents. The Contractor shall not take advantage of any gross errar or omission in the Contract Documents, and the City shall he permitted to make such corrections or interpretations as may be deemed necessary for fulfillmer�t of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification af: 4.2.1, those eeparts of exploratians and tests of subsurface conditians at or contiguous to the site which have been utiIized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are far general informat�on only. Neither the City nor fihe Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of pl�ysical conditions in or relating to existing surface and subsurface structures (except Undergraund Facilities) which are at or contiguous to the site that have been utilized by City in preparatian of the Contract Docaments. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder an request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Con�tions has been identified and established in Paragraph 5C 4.a2 of the Supplementary Conditions. Bidder is responsible for any inter�pretation or conclusion drawn from any "technical data" or any ather data, interpretations, opinions ar information. 4.3. The submission of a Bid wi�l constitute an incontrovertible representation by Bidder (i) that Bidder has cornplied wit� every requirement of this Paragraph 4, (ii} that without exception the Bid is premised upon peirfor�ning and furnishing the Work required by the Contract Doc�ments and applying the specific means, methods, techniques, seyuences or procedures of construction (if any) that may be shown ar indicated or expressly required by the Con�ract Documents, (iii} that Bidder has given City written natice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereaf by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (i�) that ihe Contract Documents are generally sufficient ta indicate and convey understanding of all terms and conditions for performing and fur�ishing the Work. CT['Y OF FORT WORTH WESTPORT PARKWAY FROM KELLER HA5LET ROAD Tb ALTA V[STA ROAD STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENT CITY PROJECT NO. 1D1019 Temporarily Revised Apri124, 202fl due to COVID19 Emergency 0o ai is INSTRUCTIONS `i'O Bll7DER5 Page 5 of 10 4.4. The provisions of this Paragraph �, inclusive, d� not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petraleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specificaily identified in the Contract Documents. 5. Availability of Lands for Wor�, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements far access thereto and other lands designated for use by Cantractor in performing the Work are identified in the Contract Documents. All additianal lands and access thereto required for temporary constructian facilities, construc�ion eyuipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid Far by Contractor. Easements for permanent structures or pernaanent changes in existing facilities are to he abtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 af the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are nat obtained, the City reserves the right to cance� the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to cammence construction without all executed right-of- way, easements, and/or permits, and shall submit a sc�edule to the City of how canstruction wi�l proceed in the other areas of the project tk►at do nat require pernnits andlor easements. 6. InteKpretations and Addenda 6.1. All questions about the rneaning or intent of the Bidding Documents are to be directed to Ciry in writing an or before 2 p.m., the Monday prior to the Bid apening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by Ciry in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. OnIy questions answered by formal written Addenda will be binding. Oral and other interpreta�ions or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas �treet Fort Worth, TX 76102 Attn: Sradley Rad�vich, PE, City of Fort Worth Fax: N/A Email: Brad]ey.Radovich@fortwarthtexas.gav Phon�: (S 17) 342-8447 6.2. Addenda rnay alsa be issued to modify the Bidding Documents as deemed advisahle by City. CITX OF FORT W�RT1rT WESTPOAT PARKWAY FROM ICELLER HASLET ROAD TO ALTA VLSTA ROAD S'FAI�IbARD CONSTRUCTION SPECD�ICATIOIV DOCUMENT CITY PR07ECT NO_ 101019 Temporarily Revised Apri124, 2020 due to CQVID19 Emergency 00 21 13 INSTRUCTTONS TO BIDDEl2S Page 6 of LO 6.3. Addenda or clariifications may be posted via the City's electronic document management and collabora�ion system at ('ity of Fcri Worth Purchasing website. 6.4. A prebid conference may be held at ti�e time and place indicated in the Advertisement or INVITATIQN TO BIDDERS. Representa�ives af City wiil 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 m�st be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's �n�imum Bid price an form attached, issued by a surety meeting the requirements of Paragraphs S.Ol of ihe General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions oi the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bic�der ta be in default, rescind the Notice af Award, and the Bid Bond of that Bidder will be Farfeited. Such forfeiture shall be Ciry's exclusive remedy if Bidder defaults. The Bid Bond �f all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until f��al contract execution. $. Contract �mes The number of days within which, or the dates by which, Milestones are to be achieved in accardance with �he General Reqairements and the Work is to be completed and ready for Fin.al Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitate and "Or�Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of p�ssible substiiute or "or-equal" items. Whenever it is indicated or speciFied in the Bidding Dacuments that a"substitut�" or "or- ec�aai" item �f material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The pracedure far submissi�n of any such application by Contractor and considerat�on by City is set forth in Paragrapl�s 6.OSA., 6.OSB. and 6.OSC. of the Generai Conditions and is supplemented in Section 01 2S 00 of the General Requirements. 11. Subcontracfors, Suppliers and Others Cl'I'Y OF FdRT WORTH WESTPORT PARKWAY FAOM KELIaER HASLET ROAD TO ALTA VISTA ROAD STAiVDARl7 CONS'FRUCTION SPECIFICATIQN DOCUMENT CITY PR07ECT NO. 101019 Temporarily Revised April ?A, 2420 due to CQVID19 Emergency 00 21 13 INSTRUCTIONS TO BIDDER5 Page 7 of 10 11.1. In accordance with the City's Business Diversity Entexprise Ordinance No_ 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or smal� business enterprises in City contracts. A copy oi the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall subnnit the MBE and SBE Utilization Form, SubcontractorlSupplier Utilizarion Form, Prime C�ntractor Waiver Form andlor Go�d Faith Effort Form with documentation and/or 3aint Venture For�n as appropriate. The Forms inclvding documentation must be received by the City no later than 2:00 P.M. CST, on the second business day after the bid openirng date. The Bidder shall obtain a receipt fram the City as evidence the documentation was received. Failure to comply shall ren.der the bid as nan- responsive. 11.2. No Contractor shall be required t� employ any Subcontractor, Supplier, other person or organization agains� whom Contractor has reasanable objection. l2. Bid Form 12.1. The Bid Form is included with the Bidding Docaments; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasares or alterations shall be initialed in ink by the persan signing the Bid Form. A Bid price sha11 be indicated for each Bid item, alternative, and unit price item iisted therein. In the case of aptional alternatives, the words "Na Bid," "No Chatage," or "Not Applicable" may be entered. Bidder shall state tlae prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations slnall be executed in the corporate name by the president or a vice-president or other caxporate officer accampanied by evidence of authority to sign. The corporate seal shatl be affixed. The corporate address and state af incarporation shail be shown below the signature. 12.4. Bids by parmerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signatare accompanied by evidence of authority to sign. The official address of the partnership shall be shown belaw the signature. 12.5. Bids by iimited liability com�anies shaIl be executed in t�e name of the firm by a member and accampanied by evidence of autharity to sign. The state of formarion of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show th� Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of tk�e joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. CITY OF FORT WORTH WES'fPORT PAl2KWAY FROIVI ICELLER I-IASLET [t0 �A TO O.T�A��I�T�A R��� 9 STANDARD COE�ISTRUCTION SPECIFiCA'I'[ON DOCUMENT 'Pemporarily Revised April 24, 2020 duc to COVIDI9 Emergency 40 21 l3 INSTAUCTIONS TO $IDIaER5 Page 8 of 10 129. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall he filled in on tlie Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accardance with Section 00 43 37 — Vendor Compliance to Staie Law Non Resident Bidder. 13. Sub�nission of Bids Bids shall be submitted on the prescribed Bid For�n, provided with the Bidding Documents, at the time and place indicated fn the Adveriisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, r�arked with the City Proj�ct Number, Pro�ect title, the natr�e arid address of Bidder, and accompanied by the Bid security and other required documents. If the B�d is sent through the mail or other delivery systetn, the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED" on the face of it. 14. Modification and Withdrawal oi Bids 14.1. Bids addressed to the Purchasing Manager and iiled with the Purchasing Office cannat be withdrawn prior to the time set for bid opening. A reguest for withdrawal must be made in writing by an appropriate dacUment duly executed in the manner that a Bid must be executed and delivered to the place where Bids are ta be submitted at any time prior to the opening of Bids. After all Bids not reyuested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request i�as been properly filed may, at the option of the Ciry, be returned unopened. 1�.2. Bidders may modify �heir Bid by electranic comrnunicatian at any tizne prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of tI�e amounts af the base Bids and major alternates (if any) will be made available to Bic�ders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remairn subject to acceptance for the time period specified for Notice of Award and execution and delivery of a cvtniplete Agreement by Successful Bidder. City may, at City's sole discretion, reiease any Bid and nullify the Bid security prior to that date. Ii. Evaluation of Bids and Award of Contract C1TY OF FORT WORTH 1'VFSTPORT PARKWAY FROM KELLER �3ASLET ROAD Y p O! CTTAfO. 0 019 STANDARD CQI+lS'fI2UCTI�N SPECIFiCA'I'ION DOCUMENT Temporarily 12evised April7sl, 2020 due tv COVIDI9 Smergency oa zi is TN5TRUCTJQN5 TO BIDDERS Page 9 of 10 17.1. City reserves the right t� reject any or all Bids, including without limitation the rights to re3ect any or all nonconfornaing, nonresponsive, unbalanced ar conditianal Bids and to reject the Bid of any Bidder if City be�ieves that it would not be in the best interest of the Project to make an award to thafi Bidder, whether because the Bid is not responsive or the Bidder is �nqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive in�ormalities not involving price, contract time or changes in the Work with t1�e Successful Bidder. Discrepancies between the multiplicatian of units of Work and unit prices will be resolved in favar of the anit prices. Discrepancies between th�e indicated sum of any column of figures and the correct sum there�f will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor af the words. 17.1.l. Any or all bids will be rejected if City has reason ta believe that cailusion exists among the Bidders, Sidder is an interested party io any litigation against City, City or Bidder may have a claim against the other ar be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a p�evious contract, Bidder has perfarmed a priar contract in an ansatisfactory manner, or Bidder has uncompleted work which in the judgment of the City wil� prevent or hinder the prompt completion of additional wark if awarded. 17.2. City may consider the qualificatians and experience af Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Supp�iers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the aperating costs, maintenance requirements, perforrnance data and guarantees of major items of materials and eqnipment proposed for incorporat�on in the Work when such data is required to be submitted prior to the Notice af Award. 17.3. City may conduct s�ch investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibiliry, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppiiers and other persons and organizations ta perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.�. Contractor shall perform with his own organization, work af a value not less than 35% of the vatue embraced �n the Contract, unless otherwise appro�ed by the City. 17.5. If the Contract is to be awarded, it will be awarded to Iowest responsible and responsive Bidder whose evaluation by City indicates tnat the award will be in the best interests af the City. 17,6. Pursuant to Texas Gavernmient Cade Chapter 2252.001, the City will nat award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder wauld be required to underbid a Nonresident Bidder to obtain a cornparable contract in the state in which tlie nonresident's principal place of business is located. C1TY OF FORT WORTH WL�STPQRT PARKWAY FROM KELi,ER HASLET RO CD T O�TEC�I�� 001019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Temporarily Revised Apri124, 2020 due to COVIDI9 Emergency QO 21 13 IIVSTRUCTIONS TQ SIDDLRS Page !0 of 10 17.7. A contract is not awarded until formal City Council authorization. If the Contract is ta be awarded, City will award the Contract within 90 days after the day of the Bid apening unless extended in writ�ng. No other act af City or others will constitvte acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by t�e City. ] 7.7.1. The con�raetor is required to fill ou� and si�n the Certi�icate of Interes�ed Parties Form 129� and the form must be subrnitted to the Project Manager before the contract will be presented to the City Coancil. The form can be obtained at https•//www ethics.state.tx.usldata/forms/1�9�/129�.pdf 17.8. Failure or refusal ta comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the req�ired number of �nsigned counterparts of the Agreement. Within 14 days thereafter Contractor s�atl sign and deliver the required number of counterparts vf the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. EIiTD OF SECT14N CTI'Y OF FORT WORTH WESTPORT PARKWAY FROM I£�LLER �iASLET ROAD TO ALTA VISTA ROAD STANDARA GONSTRUCTION SPECIFICA'I'ION DOCUMENT CTTY PROJECT NO. 201019 Temporarily Revised April 24, 2Q20 due to COVID19 Emergency �03215-0 CONSTRUCTIOiV PROGRESS SCHEDULE Page 1 of f 0 SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDULE PART1- GENERAL 1.1 �U11Rli�ARY A. Section Includes: General requirements for the preparatian, submittal, updating, status reporting and management of tl�e Constructiox� Project Sclaedule B_ Devia�ions from this City of Fort Worth Standard Speci�cation 1. None. C. R�lated Specification Sectians include, but are nat necessarily limited to: 1. Divisioz� a— Bidding Requir�me�ts, Contract Forms and Conditions of the Con�ract 2. Divisian 1— Ge�eral Requirements D. Puapose The City of Fort Worth (City) is com�nitted to delivering qualiLy, cost-effective infrastructure to its cztizens in a timely manner. A key tonl to achieve this p��rpose is a propearly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical deczsion making by the projeet manager throughnut th� life of the project. Data fram the updated project scheduie is utilized in sta#us reporting to vaxious levels af the City organization and the citize�ry. This Documant complemez�ts the City's Standard Agreement to guide the construction contractar (Contraetor) in preparing and submitting acceptahle schedules for �ts� by the City in project delivery. The expectation is tl�e perFaixna�ce aithe work foilows the aceepted schedule and adhere Co the contractual timeline. The Contractor will designate a qual�ed repres�ntati�e (Project Scheduler) responsible for de�eloping and updating the schedul� aand preparing status reporting as required by the City. 1.2 PRiCE AI�TD PAYMEl�1T PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to th� various items bid. No separate paymen� wil� be allowed for this Ite�. 2. Non-compliance with this specification is grounds far Ciky to withhold payment of the Contractar's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Projeet Schedules Each project is represented by Ciry's master project schedule that encompasses the entire scope of activities envisioned by the City to prop�rly deliver ihe work. When the City contracts with a Contractor ta perform construction oithe Work, ihe Contractor C1TY OF FORT WORTI-I WESTPOTZT PARKWAY FROM KELLBR HASI.ET ROAD TO ALTA VISTA ROAD STANDARD SPECIFICATTON CITY PRO]ECT NO. 101019 Itevised JCiLY 20, 2018 003215-a C�NSTRUCiTOIV PROGRESS 3CHEDULE Paga 2 of 10 will deveiop and maintain a schedule for their scope af wnrk in aligmment �+itla the City's standard schedule requi�•eznents as defined herein. The data and information of each such schedule will be leveraged and become integral i� the master project schedule as deezned appropriate by the City's Project Control Speciaiist and approved by the City's Project Manager. Master Project Schedule The master project sched►.�le is a holistic representation af t1�e scheduled activit�es and milestones ipr the total project and be Ciitical Path Methad (�PNn based. The City's Project Manager is accountable for ovetsight of the developmeni and maintainzng a master project schedule for each project. When the City cont�acts #'or the design and/oar construction of the project, the master project sehedule will incorporate elements of the Design and Construction sch�dules as deemed appropriate by tlae Ciry's Fraject Con�ol Specialist. The assigned City Project Control Specialist creates and mai�tains the ac�aster project schedule in P6 (City's sch�duling sofiware). 2. Constructzon Sehedule T�e Contractor is responsible for developing and maintai�ing a sck�edule for t�e sco�e of the Contractiar's contractual r�quirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Go�trnt Specialist and the Cit.y's Project Manager as a baseline schedule for Cantractor's scape of work. Contractor wi11 issue current, accurate updates of their schedule (Progress Seheduie) ta the City at t�e end of each mont� throughout the life o£ their work. B. Schedule Tiers T�e City has a portfolio of projects t�at vary widely in sit�e, co�nplexity and ca�tent requiring different scheduling to effectively deiiver eaci� project. The City uses a "tiered" approach to align the proper schedule with the criteria far each project. The City's Project Manager c�etermi�es the ap�ropriate sc�edule tier far each project, and includes that designation and the associated requireu�ents in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier 1: Sma11 Size and Short Duration Prc�ject {design not cequired) Th� City develops and maintains a Master Project Schedule for the project. No schedule sub�ittal is required from Contractor. Ciry's Projeet Control Specialist acquires any necessary sc�edule status data or infarmation through discussions with the respective party on an as-needed basis. 2. Tier 2: Small Size and Short to Medi�n Duration Project The City develops and maintains a Master Project ScheduIe far the project. The Contractor identi�es "start" and "iinish" milesiane dates on key elemez�ts of their work as agreed with the City's Project Manager at the kickoif oftheir work effort. The Contractor issues to the City, updates to the "start" and "imish" dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Mediu�n and Large Size and/or Complex Projecis Regardless of Dt�ration The City develops and nnaintains a Master Project Schedu(e �or the project. The Contractor develaps a Baseline Schedule and maintains the schedule of their r�speetive scope of work on the project at a level of detail (gen�raily Level 3) and in C1TY OF F�ItT WORTIi WESTPOBT PARKWAY FRQM KELLER HASLET ROAD TO ALTA VISTA ItOAD STAIVDARD SPECIFICATiON CITY PROJECT NO. i0i019 Revised JLTLY 20, 2418 003215-0 COt+ISTRUCTION PROGRESS SCHEDULE Page 3 of i0 alignment with the WBS structttre in Section 1.�.H as agreed by the Project Manager. The Contractor issues to the City, updates of their res�ective schedule (Progress Schedule) at the end af each month throughout the life of tlaeir work on the �rojcct. C. Schedule Types Praject delivery for the City utilizes two types of schedules as nated below. The City develops and maintains a Master Project Schedule as a"baseline" schedule and issue monthly updates to F�ie City Project Manager {end of each �onth) as a"progress" schedule. The Contractar parepares and submits eacl� schedule type to ful�ll their cont�actual requirem�nts. Baseline Sc�edule The Contractor develops and subtnits to the City, an init�al scliedule for tY►eir scope pf work in alignment with this specifica�ion. O�ce reviewed and accepted by the City, it becomes th� "Baselin�" sehedule and is the basis against which all progress is measured. The baseline schedule will be updated when ihere is a change or addition ta the scope vf work impacting the duration af the work, a:�d only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's P�•oject Manager nr�ay authorize an update to t�e baseline schedule to faciiitate a more practical eval�ation af progress. An example of a Baseline Schedule is prnvided in Specif'icatio� UO 32 15.1 Construction Project Schedule Baseline Example. 2. Pragress Schedule The Contractor updates theu schedule xt ihe end of each month to represent the progress achieved in the wnrk which includes any impact fram authorized changes in the work. The updated schedule must acc�urately reflect the current status of the wor�C at that poi��t in time and is ref�rred to as the "Progress Schedule". T�e City's Project Manager and Project Control Specialist reviews and accepts �ach progress schedule. In tI�e event a progress scheduls is deemed not acceptable, the ttnacceptable issues are identified by the City within 5 working days at�d the Contractor must provide an acceptable progress sch�dule within 5 working days after receipt of non-acceptanee noti£'icat�on. An example of a Progr�ss Schedule is provided in Specification 00 32 15.2 Canstruction Project Schedule Progress Example. 1,4 CITY STANDARD SCHEDULE REQUIRE�IEAIT� Th� follawing is an overvicw of the methodoiogy for de�eloping and mai�ctaining a schedul� for delivery of a�roj�ct. A. Schedule Framework The sched��le will be based on the de%ned scope oiwork and follow t�e (Critical Path Methodology) CPM methad. The Contractor's schedule will align with the requirements af this specification and will be cost Ioaded to refleet their plan for execution. Overall schedule duration will align with the contractual requirements far the respective scope of waz'k and b� reflected in City's Master ProjecC Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. B. Schedule File Name CTTY OF FORT WORTH WESTPORT PARKWAY FROM KELLER HASI,ET ROAD TO ALTA VISTA ROAD STA3d�ARD SPECIFICA'ITON CITY PR03ECT I�fO. 101019 Revised JLJLY 20, 2018 �0 32 15 - 0 CaN81'Ri7CTION PROGRESS SCHEDLJLE Page 4 of YO All sc�eduies subrnitted to tlae City for a projec� will have a file name that begins with the City's project number followed by the nanre af the project followed by br�selane (if a baseline schedule) or the year und nionth (i� a progress schedule), as shown below. � Base�ine Schedule File Name Forrnat: City Pr�ject Number Project Name_BaseTine Example: 10i376 North Montgoinery Street HMAC_Baseiine • Progress Schedule File Name Forznat: City P�•oject Number_Project Name_YYYY-MM Examgle: ] 01376_North Montgamery Street I-IlVIAC_2A 18 O1 � Project Schedule Pro�'ess Narrative File Name Fnrmat: Ciry Project Number Proj�ct Name_PN YI'YY-MM Exaanple: 1013�6 North Montgomexy Street HMAC�PN_2018 01 C. Schedule Ternplates The Contractor will utilize the relevant sections from the City's templates provided in the City's docuaanent management system as the i�asis for ereating their arespective p�roject sched�tle. SpeciFically, the Contractor's schedule will ali�n wit1� the layout of the Construction section. The templates are identified by Lype of project as noted below. • Arkerials • Aviation � Neighbo�•ho�d Strects � Sidewalks (later) � Quiet Zon�s (Iater} � Street Lights {later) � Intersection I�vpravements (J.ater) • Parks � Storm water o Street Maintenance . Traffic � Water D. Schedule Calendar The City's standard caIendar for schedule development purposes is based on a 5-day workweek and accaunts for the City's �ight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Tl�anksgiving, day after Thanksgiving, Christmas}. The Contractor wi11 establis� a schedule calendar as part of the schedule deveiopment process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of t�eir Baseline proj�et schedul�. E. WBS & Milestnne Standards for Schedule Development Ti�e scope of work to be accomplished by the Contractor zs represented in th� schedule in the form of a�147`ork Breakdown St�xcture (WBS). The WBS is the basis %r the development of tl�e schedule ac#ivities and shall be imbedded and depicted in the schedule. C1TY OF FO1tT WbI2TH WESTPORT PARKWAY FTtOIvI KELLER HASLET ROAD TO ALTA VISTA ItQAD STANI7ARD SPECTFICATIOIwi CITY PROIECT NO. 1610I9 Kevised 7iTLY 20, 2d1& 0032t5-0 CdNSTRUCTiON PRQGRESS SCIiEDiJLE Page 5 of 10 The following is a summaty of the standards to he followed in preparing and maintai�ing a schedule for project delivery. Contractor is required to utilize the City's WBS structure and respective project type tempiate for "Construction" as shown in Section 1.4.H below. Additional activities t�aay 6e added to Levels I- 4 to accoznmodate the needs of the organiza�ion ex�cuting the work. Specifiea�l.y the Cnntractor will add activities under WBS ��XXXXX.80.83 "Consh-uction Execution." that delineates the activities associated with the vaxious components of �he work. 2. Contractor is required to adherc ta the City's Standard Milestones as shown in Section 1.4.I be1Qw. Contractc�r will include additio:�al milestones representing intermediate deliverables as required to accura#ely reflect their scope of work. F. Schedule Activities Activit�es are tlie discrete elements of work that tnake up the scheduIe. They will be organized ur�der the umbrelia of the WBS. Activity descriptions should adequately describe the activity, and ir� some cases the extent of th� activity. All activities are logicatly tied with a predecessor and a successar. The onl.y exception tD il�s �vle is for "project start" and "proj�ct finish" milestones. The activity durat�an is based on t.�e physical amount af work to be perfot�ned for the stated activity, with a�naxim�m duratio� of 20 working days. If the wark far any one activity exceeds 20 days, br�alc that activity down incxementally ta ac�ieve this duration canstraint. Any exception to tbis requires review and acceptance by the City's Project Control Specialist. G. Change Orders When a Change Order is issued by the City, the irnpact is incorporated into the previously accepted basetine scheduie as an �pdate, to clearly show ianpact Co the project timetine. The Contractor subrnits this updated baseline schedul� to the City for review and acceptance as described in 5ec�ion 1 S below. Updated baseline schedules adhere to the following: 1. Time extensions associated witli approved contract �nodifications are limited to the actual amouzat of time the project activities are anticipated to be delayed, unless otherwise approved by the Pragcam Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays a$er t�e date of receipt of the appraved Change Order. 3. The changes in Iogzc or durations appraved by the Ciry are �s�d to analyze the impact of the change and is included in the Change Ordear. The codiug for a new activity(s} added ta tt�e schedule for the Change Order includes the Change Order nutnber in the Activity ID. Use as many activities as needed to acc�ra�ely show the �vor� of the Change Order. Revisions to the baseline schedule are nat effective untii accepted by th� City. H. City's Work Breakdown SYructure CITY OF F�RT WORTFI WESTPORT PARKWAY FRE3M KELLER HASLET ROAD TO ALTA VIS"rA ROAD STANDAAA SP�CiFICA"!'ION CITY PRQ.TECT NO. IOlD19 Revised JLJIY 24, 2018 003215-0 CONSTRilCTION PROGRE5S SCHEDULE Page 6 of 10 WBS Code WSS l�tame �i►��XXXX Project Risme I�;XXXXX.30 Desi�n XXXXXX.30. I O Design Contraetor Agreement XXXXXX.30.20 Conc�ptual Design (30%} XXXXXX.30.30 Prelimixtary Desigt� (64°/a) XX��XXX.30.40 �'inal Design XXXX��X30.50 Environmental ��xx.�o.�a P���.;.ts XXXXXX.30.60.10 Pernlits - Identification XXX��XX.30.bQ20 Permits - ReviewlApprove XXXXXX.40 ROW &a E�sements XXXXXX.40.I0 ROW Negotiations XXXXXX.40.20 Condemna�ian X;�;X�CXX,70 Utiiity Relocation �CX�XXX.70.10 Utili#y Relacation Co-ardxna�ion ���XXXX.Bt� Cnnstructipn XXXXXXX.80.81 Bid and Award XXXXXX.$0.83 Canstruetion Execution XXXXXX. 50.85 Inspection XXXX��X.8p.86 Landscaping XXXXXK.9A Closeout XXXXXX.90.10 Cons�ructian Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The %liowing milestone activities (i.e., it�nportant events on a project that �nark critical points in tim�} are of particular interest to the City and must be reflected in the praject schedule for all phases af work. ActivitV ID Desig� 3�20 3p40 3100 3120 3150 3160 3170 3220 325Q 3260 CTi'Y pF FORT WORTH STANDARD SPBCIFICATTON Revised iULY 20, 2Di8 Activi N�me Award Design Agreement Issue Natice To Proceed - Des�gn Engineer Desi�n Kick-off Meet�ng Submit Conceptual Pians tn Utiiities, ROW, Traffic, Parks, Storm Water, V�ater & Sewer Peer Review Meeting/D�sign Review meeting (teci�nieal) Conduct Design kubiic Meeting #1 (required) Conceptual Design Complete Subznit Preliminary Pians and Speci�cations to Utilities, ROW, T�•affic, Parlcs, Storm Water, Water & Sewer Canduct Design Public Meeting #2 (required} Preliminary Design Comp�ete WES1`PORT PARICWAY FRAM KELLER HASLET ROAD TO ALTA V15TA ROAD CITY PRO7ECT NO. 101019 0032IS-0 CON3TRUCTION PRQGRE35 SCIiEDUI.E Page 7 oi ffl 331d 3330 33G0 Submit �inal Desig� to Utilities, ROW, Traffic, Parks, Storm Watcr, Water & Sewer Conduct Design Public Meeting #3 (if required) Finai Design Complete ROW 8a Easexuents 4000 Right of Way Start 4230 Right of Way Complete Uiility Relocatio� 7000 Utilities Start 7I20 Utilities Cleared/Complete Constr�ctinn Bid and Award $110 Start Advertisemex�t 815D Ca�duct Bid Ope�ing 8240 Award Canstructior� Cantract Construction l�xecution $330 Conduct Constaruction Public Meeting #4 Pre-Consta-uction 8350 8370 $S40 9130 9154 9420 1.� SUBI�ITTALS Const�-uction Start Substantiai Completion Construction Comptetion Noi�ce of Completion/Green Sheet Constructin� Contract Closed Design Can.tract Closed A. Schedule Submittal & Review The City's P�roject Manager is responsibie for reviews and acceptance of the Cont�actor's schedule. The City's Projeet Control S�ecialist is respar�sible fo�• ensuring alignment of the Contractar's baseline and progress sehedul�s witl� the Master Project Schedule as suppar� ta the City's Project Mauager. The City reviews and accepts or rejects the schedule witltin ten wot^kdnys of Contractor's submittat. 1. Scheduie Fornaat The Contractor will submit each schedule in two electranic forms, one in native file foxxnat (.acer, .x�r�l, .nipx) and the second in a pdf format, in the City's docux�aen� xnanagernent system in the location dedicated far this purpose and iden��'ied by the Project Manager. Ir� the event the Cantractor does not use Primavera PC ar MS Projec� far scheduling purposes, the schedule in£ormatian must be subtnitted in .xls or .xlsx fo:rmat in compliance with the sample layout (See Specification 00 32 115.1 Construction Pro,ject �ebedule Baseli�e Example}, including acti�ity predecessors, successors and �otal £Ioat. 2. Initial & Baseline Schedule The Contractor will develop t�eir sch�dule for theu scope of work and submit their initial schedule in electranie form (in the file forrtaats noted above), it� the City's document managenr�ent system in the Iocation dedicated for this puzpose within ten wo�kd�ays of the Natice of A�vard. C1TY OF FE1RT WOltTH W�STPOTtT PARI�WAY FROM KELLER HABLET ROA17 TO ALTA VISTA IiOAD STAAIAARD SPEC¢'ICATION CFTY PRO.T�CT NO. 101019 Revised 7LTLY 20, 2d18 �03215-0 CONSTR�JCTION PRQGRESS SCHEDiJLE Page S of 10 The City's Project Manager and Pxoject Contro� Specialist review this izaitial sch�dule tn determine alignment with the City's Master P�•oject Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in fiinalizing their initial schedule and issuing (within five wo�krfays} their Baseline Schedule for final review and acceptance by the City. 3. Pragress Schedule The Contractor wiFl update and issue their project schedule (Progress Schedule} 6y the l�st day of eaeh ��anth throughout the life of their wark on the project. The Prog�ress Schedule is submitted in clectronic form as noted abave, in the City's document management systenn in the lacation dedicated for this pua�aose. The Caty's Project Control teatn reviews eaci� Progress Schedule for data and information t�at support the assessment of the update to the sch�d►�le. In �he event data or infarana�ion is missing or incamplete, the Project Controls Specialist caxnmunicates directly with the Caniractor's schedule� for providing same. The Contractor re-submits the corrected Progress ScheduLe withayt S workdays, following the subz�ittal process noted above. The City's Project IVlanager and Praject Control Specialist xeview the Co�tractor's pxogress schedule for acceptance and ta annonitor petformance and p:�•a�;ress. Th� foll�wing list nf items are required to ensuKe proper status information is contained in the Progr�ss Sehedule. � Baseline Start dair� � Baseline Finish Date � % Complete o Float • Activity Logic (dependencies) • Critical Path o Activities added or deletsd o Expected Baselinie Finish date • Variance to tl�e Baseline Finish DaCe B. Mon�hly CQns�uction Status Report The Contractar submits a written status report (referred to as a progaress narrative} at the encF of each month to accompany the Progress Schedule subamittal, usi�g the s�andard format provided in Specification 00 32 i 5.3 Constr�iction Project ,Schedule Prageess Narrative. The content af the Construct�on Project Schedule Pro;gress Narrative sliould be concise and co��plete to: � Reflect the current status of the wark for the report�ng pe�-iod (incIuding actc�al activities started and/or completed during t�e reporting period) o Explain variances from the baseline on critical path activities � Explain any potential schedule canflatcts or delays � Describe recovery plans where appro�riaie � Provide a suxn�nary forecast of the work to be achieved in the next repor�ing period. C. Submittal Process CITY OF FOR"�' WORTH WESTPORT PARKWAY FROM I{ELLER HA5LET ItOAD �'O ALTA VISTA ROAD STANDARt7 SPECIFICATTON CITY PR07ECT NO. 141019 Revised .TULY 20, 2018 40 32 l5 - 0 CONSTRiICTION PRQGRESS SCfiEDULE Page 9 of 10 � Schedules and Monthly Construction Status Reports are subinitted in Buzzsaw fotlowing the steps outlined in Specifca#ion 00 32 15.9 Construction Project Schedule Submittal Process. o Once the pro�ect �as been coznpleted an.d Final Acceptance has been issued by the City, no iurther progress schedules or consiructian status reports are required from the Contractor. 1.6 ACTIOl�i SiTS1�'IITTALS/II�FORMATI01�1AL �UBI�ITTAL� [1�iOT USED] 1.7 CLOSEOUT SUB1V[ITTALS [NOT USED] 1.8 N�TAi�+TTE�iA1iTCE MATERIAL SUBI�[ITTALS [1�10T USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the Contractor's Project Schedule shall be experienced in the preparation of schedules of siinilar complexity. B. Scheduie aaad supporting documents adctressed in this Specification shall be prepared, updatecl and xevised to accurately reflect the performance af the Contractor's scope of work. C. The Contrac�nr is respai�sible fnr the quality of all submittals in this sectian mee�ing the standard of care for the construction i�ndustry for similar prajects. 1.14 DELIVERY, STORAGE, AI�D HAIRTDLIl�G [I�TOT USED] L11 F�ELD [S�TE] C41�D�TIONS [�iOT USED] 1.1� WARRAIRTTY [�iOT USED] 1.13 ATTACHIV��ENTS Spec 00 32 15.1 Crnnstruction Project Schedule Baseline Example Spec 00 32 15.2 Constructian Project Schedule Pxogress Example Spec 00 32 15.3 Construction Project Scl�edule Prog�ress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Pracess PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTIO�i [1�TOT USED] EIVD OF SECTION C1TY OF FOItT WORTH WESTPORT PART�WAY FROM KELLER HASi.ET RO cB � PROJECT NO. 001019 STAIVDARD SPECIFICAT[ON Revised .TETLY 20, 201& fl0 32 15 - 0 CQNSTRUCTION PROGRESS SCHEDCTI.E Page 1Q of 10 CTI'Y OF FORT WOItTH WBSTPORT PAItKWAY FRQM KELLER EIASLET IiDAD TO ALTA VISTA ItOAD STANDARD SPECI�ICATION CITY PILA3ECT P[O. 101019 Revised ICTLY 20, 20i$ 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 SECTION 00 32 15.1 CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE PARTI- GENERAL The fallowing is an example oia Contractor's project schedule that illustrates the data and expectation far schedule cantent depicting the baseline for the project. This versian of the schedule is referred to as a"baseline" schedule. This example is intended ta provide guidance for the Contractor when developing and submitting a baseline sclaedule. See CFW Specification 00 32 15 Constn�c�ion Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH WLSTP�RT PARKWAY FROM KELL�R �-IASLET ROAD TO ALTA VISTA ROAD S'1'ANDf112A CON3TRUCTION SPECIFICATION DOCTJMENTS C1TY FROJECT NO. 101019 Revised 3UL1' 20, 2018 0032 i5.1 -6 CONS'FRUCTTON PROGRESS SCI�IEDULE — BASELINE EXAMPLE Page 2 of 5 N n� � ; -, � - � �i� k{ �,� �� Er � � � � � � � �� 4 .� � � •� � � f� � • 3, �� � y" ,_� � � � � .� � � f a � � � �� � � � _� r � � �i f � r _� Y _� � .`� _.� � •f a+ � , � -d �a ayi £J tx #� &F .Q��� y- � � �i iy' iy �,+ �y � „ t: ��f ., M �3�"'I _ V � � � '.� y' � �: .J .,� _ �' I � W � _ _ C� � r, _ , . 4: � � �, �t � � 7 n � � � ga � �� � � � �, N `u' � Q � `o_ +�i i� � � `a -: �,; i . � � y � a � o;� �`� . �? �` i} Fi � :' �� } � � � � � o a -},,.���q�y�„ - f�` itl C �i �9 �I . ii+ � .. :._..--•-- i ..i._..._.-- : --.C._...---- I ��' --^— . 4._._._.�. .` II I ! ur �� - --�---- ; : g r� n r��e � e� +�-�a v, '}'��,� ��., �e7 O e,^:y i i.. { i� �` � � � - - �� '� y ; � �� ��,' � •.. � : i . � Fi � � �, � � C� ;,� , �-r r� � �; � ; S I � �5 y� "�fn .,. ia .. , w�, �'..' ti w � +'+ � 4j� +' 6 O� �{ 13 YY W 9 i� � 4 4� s� :�- � i Po `a � � [i �4 '. r.� •Y 1'+ _ f 10 . �'� { ' � > � � i „� .i .1 ' F. ��s i q � M i xi W � i. ii� �' � � �� � � iiJ ii. u .-� �.� 0 � �. ri •� . �} r rI •J. �'� y f ��Ct ��i ii 6' }71 � ~I +� � Fi i 'J' �� '� �i f�� � '� :ll� `'�' : ' �� � � �'J u" �' '�' � T +fi � �rr � � r t � S � +3 �� F4 iu r� �6 '� � �S , .7 � � � -; � r' e' n " _ . s. . - i •� w ti m y. !� � ��. ..i .� � u� . � _� .� -. r w, .� o � yi i� '+ ry �'i' � Y f: i: � � �'i � :� `i !� � � � ;� � �: hi v� �; +4 � A. � '1� +� �� � � � "rI � � ;� ? �i � �3 ��'" � � � }� $� ;G� °_' � � � #� � �+� � � � � a i1 � W.� - � �,t . + r iF � Q wj *� ��=1 '� �� !ri w' lii li' I�L'�� `� +} 4 r j� -.'P. 9 �5 ^}# i' y� � Fj �J 7 Y ;1 � � �, �� u* � I� � ��. ��. ;5 i� �� i.. ^. � �� . . .e M� � �'f c.. • , Sq .a `—' c II� r I I I I I � s �:��u� � � '� w � • � ` � � � � � R � ;� - M '+� * � ,: � � s i' � � � � � o - � s " - k' - .. ¢ ' •-' " _ � C: � ' v � �, r y � � �� n:7 � R f ii u n F� n, s 4� �� °" 3 E R-� � �. p �I k �5 ` , ,� � " �' � .� � �; ��. � � '� � '� F' ;,d : � ,. r� � �, �s �` r: , I-' ry i, ��. � ., � rr ' S- � ri � � � � � l ' i m� r ;� ib r,r�,a yii rt�' � � ��� � i '� �� 7r� �3 � i : i : ,^f - ..� . � �i = °� � yL � : � � ri � , � . r, ,. .. ., .� n � � p a � � � � � � � � � � � � � � � !.f1 J�'+ � � r� � � � � � � � i� �� � Ii � � � � c� .� ,+ � � � � � � � � � rd I� k � � � � i � � � � � �' � � .� �� � � � C1TY OF FORT WORTH WESTPORT PARKWAY FROiVi K�LLER HASLET ROA17 TO ALTA VISTA ROAD STANDARD CONSTRUCTTOIV SPECIFICATION DOCUMEIVTS CITY PROJECT NO. 101019 Revised ]ULY 20, 201 & 0o s� i s. i- o CONSTRUCTION PKOGRESS 3CI-IEDULE — BASELINE EXAMPLE Page 3 of S � � Fi � � �t � �f � � � � � Gb �� � � � •�r'!,' � � YI � M . ' - .yl �. a +9 IO IV '43 o„"'"""'y"""_ i I ! � �� i f -•'_' -�- •••- . . . . �"""'"'.�•"""' d_....._.,.i.""" 61 �e v •""i' ""' ' i"_"""' � I •---• �-•-•_'•''-----_._. �^ ? �l-L G 4� • • a �} i 4' �l :� , I k rF.J k} 4� V J 7 �� � J YI i'xr ;.7 L'r ��� 0 ry :I:,. ?'�iSsi��i b .,��k�i�'��,'�C ���:#�k� � �k � �. :� �} R d y - yl 4 w�i F � � .I . i ii 4 ii � 4 Or y � i i � +Y � 1 pp� M � � �+ _ {5 � +} .7� ! @ �� I � Y� 4A �{ i�� � ii � M .'1 ' i n+� �M1 +�� �1 .. � i � .i ..a r{ Y1 ii i�a i . .. . .� �:. .. r� �. �v " ' MI +i . XF ,u �i} 4� 'B w ir �1 yl xt w���� �� f i• �1 •x rii yi V. ..1 _� • + M�I� rn st Y P i� Q ii ii � �T u rJi � � �`,� i� �s ��}j �j � .I ]� j� rf /� � � ij �}I '{'� �!I �ri � ^I YI �'A r � FI �' .� �rI i5 rF�� N � i � • 1tF k) � + � 7G � � M z ,,i `n, �`o � �� � � � � � �n n� � � ��. �J� � ,4 # �. � �I 4f �# r� r u i) +�'F�: � y � � � • � :i' ri �% + F � K, 4J h'1 A� h �{ ' ^ � Y _ _ *i .� t "° . ii -"� r '. a.,� �i ., � . _ � fi a r` a- r Cj _ -� ,.. � r aa kl i�l � ; � . rl a� t� 1'.. � M. ., w" "1 Y�x �`1 •t i. ,ti ''• I� � t�i ' I �ry �n E�J Fi �-^ Rr '! � �li N� at r LL Ji � y5 r� � �ti �1 �� '� �-� I� /y � if ±' .i _i if� � ,`. � � ~� ;I ;� rt ii ia 4J }! {S � ii � i� �I ri �'? � t, f tj � � o � � o-%� ^ � gJ ��.ry {� i� �i�'�' 4 ' ���# � 4 y � � {' +Y � ,�� t� �u. .- � � :? , � :i '.�: �: �. . � . '� ;� � � 44 i, : � # �{ — :r+ + ��' "' j w n� �� „ u� "� ,� „ � i. i <,� .. � � i �" iii �� i � _ ... � m .- � � _' � �� r� - � � , � ik rF * � � U� �7 �:� � � i W� �i � i�' _ •r � i YF ' e� C� � N �yM i' '! Y� 7 � 1\ M ui M�; �� :� SI� �_� � � � �� �� � �a i�i � ;-• r�� �� �� �r� ,�� ; .�.�� �i '�it � � � � � 1� � � � �i cr � � t"� �i/ � � �y � �a � � � � �[ � V iu7 � � � � � �, � � � �� , ,• � � � s�. .a � e (� � J � F � '_ IL' � 6 � � ky G •` �} i � � � ,„ "� r� � � � �I �f 6 � k � � ��i � �' � N S � T� � n "-} �. � 4 � y �; a � �. n � ,'� � u� �. ; `;' ,i. ; } . � �� A� �� 1� � i4 � 7 �i `T:' ;, +o t. � • ir �? �. �' 4. L} ;d �=' '�, R F: �I in s' o[} � � e1 r � �i� � H ` T i i � 61 T � � ,� 3 y e g t� F �: y .`: y >. � '` � ".� , � �� � � � ;; � .[ � ��: � i u Yr i�' 'ni Lq � � �: i� � � }� c ,} - ��r - � a 1?' } � �J, � E ., F .� 4 }4 � H � � � � E �,„ P � U � I,Y � � �_ � ! .i �p�y � � �� '� - :7 rl w = , F� �� '1 L^ �� �? i' i2 "i 4 f �.7i �` •'i G� �J ri � { �1 � '� i ; i" r i a � 5n � . rt . � , � �i F i F � , . � �.F � i, k q ..F ct� . +a+ a � g� �� � :f �� � ev - ' � {' � � �? �� :� „ 4� � .� � � r� .. �i + . � � � � �. -. � �� � .S r.l ',i: � r. � `ti �. 4 ti. � �� r �� �y � �. . 4i C G I � � � C1TY OF FORT WORTH WESTPORT PARCCWAY FRdM K�LLER HASLET 120AD TO ALTA VISTA RQAD STANDARD CONSTRUC'�'ION SPECIFICAT[ON DOCUMENTS C1T'Y PRO.IECT NO. 101019 Revised NLY 20, 2018 00 32 15.1 - 0 CONST32UCTIOi�i PKOCsRE55 SCHEDUL� — BASELINE EXAMPLE Page 4 of 5 GITY OF FORT WORTI� WBSTYORT Pf1RKWAY FROM KEI,LER I�IASLET ROAD TO ALTA VISTA ROAD STAMDARD CONSTKUCTION SPECIFICATIOI*i DOCUMENTS CTTY PROJECT NO. 101019 Revised NLY 20, 201$ oa32 �s.i -o COIV3TRUCTION PROGRESS 5CI-IEDULE — BA3ELIN� �XAMPLE Page 5 of 5 END OF SECTION CITY OF FORT WORT�I WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFICATION 170CLTMENT5 CITY PR07ECT NO. 1U1019 Revised IULY 20, 2Q18 00 32 15.2 - 0 CONSTRUCTIOi�i PROGRESS 5Cl-IEDilLE — PROGRESS EXAMPLE Page 1 oF4 SECTION 00 32 1�.2 CONSTRUCTION PRO]ECT SCHEDULE — PROGRESS EX.AMPLE PART 1- GENERAL The follawing is an example of a Contractar's project schedule that illustrates the data and �xpectation for schedule content depicting the progress for the project_ This version of the schedule is referred to as a"progress" schedule. This example is intended to provide guidance for the Cantractor when developing and submitting a progress schedule. See CFW Specification 00 32 15 Constructian Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WOATH WESTPO�tT PARICWAY FROM KELL�R HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFiCATTON DOCUM�NT5 CITY PROJ�CT NO. I O L019 Rcvised JULY 20, 201 & 00 32 15.2 - 0 CONS'�'RUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 2 oF4 i +�i � ,� � � � N �: s�. � �� � � � E4� F'� � Ot, � � � � [i+y �p � � � �' � � �� � .. � ', � � 0 � �Y i 9 f i, ► �1 ) -# .-ry � ;; 1 J� .' . . �i i�- - - -� -�- ��n `� .. .-r�,� -���rv� ,� ,.�� ��`ti : ,- , -- ` ; �. - �M���-�� ; F � �. � � �y� � _-- *.. � _ ., .- _ � � '.�'-F �� ��� � � � � �� � r�'��� ��� ;����P: �''��i � x'�=^� ��� � F •�- — 7 i` a 1.5 � �� ,� � � � . � � � � � �' �:� � �. � 3 �i � y'i �[] �_�.k [�� �i ���� ��� a, �. �� � _ ����I:.1:.��� �{ +1 r i �� iTi :9 11 .�. � � � e ri r+r � � ' � r� ,��.r H�'Y Ii ir ; N N.:,rl ry 41 r. t7 � �F � ri . n�;� �'e} �.:� �� �S �. �� s:� . I`a �: �� f� j' f f' ri� rr r. �� ��n .� ,: ,. �, � ��, � r n ��. .� _� �� RFS � yy .� � ��. Y� . � ry. . - � '.� .M. � �_ �., .� �� �� ��r ;-i':� �su o'ar �;� r�� �' i-��^'.� �` ��� i�n {'F � ' � :�'L�'� '�� ;rY I ��'�}n1�� ��'�'� `� +�� �l�' �";��� r�� _� ;f� ' � .+ " �y ;° �:' , � 1 ; . � �q � � ''' � � � ;� 1 �; ; { '+' „ r. � iF� .� - �. ei �'� � � � � ., ��� .� �� -+ "J �. -_ - -. � -. +�.'�{ }� �F��;�;�;4,a;���;;�;:sa�Gr� y�;'�.—�f�•��ry;�; ;�� � . � �. ,.a a � � ?� � i �� �� � � � �'3 �� 4 �y� � ��� �. ���; . S4 n- X� i�+ .. �� P: $�� �: Yi � .n�i .t�..- �� .. ��. ,,., .. � .� .. a, V .. .r , .� v� .� y_ r � �. ��� _ '� t � .� n rr �: } � �i �F `,� �`� u �` !i i : i `� � : � � � i� i�� �u ��` � �' " �-i ��p <-i ^ i � �i 3 � •' �� � f �� tip � � � � � � � � � 4 'J! � ,' � .�fy � -� �j 7 ,7 } '' i � � � � � 3 "1 7S �K �% � �; � ° _ t„ �' � � <� s� � - r. r� �. � . G�� �� i. -� ii � � k• . _ . . F i� - � � n, „ � ..� � . ' �F N. ^ �I � f� :' ` y . { ± '� �` ; � o n �� }j ,`: '�" �� GL '�� c.e -v � �' � e ��aY �' 'J f F : �' f � ���, h. r� �,, �� u }� '�'� � �+�� � �i,s. , �. # � � � � � I ' '� '.' { � � �j � „s f .,� � Gk;r� � �. a'.:�?l�u�"'"`l�.. � R� �' ��'�s ;�::;A�I; �;���u� ���;f�� f� �y� � _ _ " � 4i �n h7 Y� CF FY � 1�F V '!1 sr -a 'Vf �il �.v� Yl � � � •A � � � i-1 {fi V •! '�"sF �•{ - � �ti 'P �1 t +� X� i� ii r i� }� t} 'ti 4'� � r� �:y 4. w Y+ cl � 4. IP �� I°� r� �% � �i Af .1 r ,� ;. � � � � f,� y M1 � n il i�G �� y� �l � J J� : � �1 �11 � ill � � a � ir. r `� u- t - � � I i ` �' p � � ` � � e •' : r '. r r j 7 � y ;; i* �� �� � , � + y � � Y ' � � �� ' � . l' � � . : a ; '� �� g �� '� � € � ,�, % � � `� �5, �+�: ,,, �a4;,L ��i��_ �4�'�i .�l.����±; ��9 � .� � ri � � }a '1 i' i� �ti � � 'i� `-' `{ `� � � �: �` � � � '} � �f �� �'���w;a r.t;n;a;ar,;!���„ ,,.r,. , -.���a�� r ;: � � �� �� �j �"� �.� � .� � � � � �� � �� � � � /,�} � � � � � � � � � w �jp %� �+ � � �� � { � �� � � '� �,{ F � ~ �Y � � �I � � � '� Y �Y i :' �NI 13 = � "�" �y � �i ^: � �' C� I � ' C1TY OF FORT WORTH W�STPQRT PARKWAY FROM KELLER HASLET ROAA TO ALTA VISTA ROAD STANDARD CONSTRUCTIOIV SPECIFICATION DOCUM�NTS C1TY PROJECT NO. 101019 Revised lLTLY 20, 2418 00 32 15.2 - 0 CONSTRUGTIOI�4 PROGRESS SCHEDULE — PitOGRESS EXAMPLE Page 3 of 4 � � V '� ..� � � �� � '� r� � � � � � � � � � � � � .�i a•,� � y ti �:' " � y �"M{ fl ri �� .A J..�l5' ii .� �J�.' J 1J�-1 pV Cl Y M N.V . -K YI Y! �+fi � �• �,�.• al (a� 4} � W if 6w r"� {F r� Ci 9 ri n� ..k � r` r�, .. � . u �9 .� U� 1 •} ■1 �{ � i i r� i r CI {i Ji L1 i�l rr NI � � m�r.s1�,. �1Y��`Il�l�}����%�k�k1�;7��.rJ �i�'��"k� ��.� V y �'� S, � � '� � Y �'��'�" � � ,T, # �� �� : � �� � �l .: � ; � �I �[ . � � E �d '�+ i- :: � ��� rr : , y .e ' + '7 � u. �� ,. � � � � �' .' .r . �� � .i� c m ... _n -. ^- � _ .�� � � 't} ;� r� . � il r � � �� � fl il � � 'i ; � 'i ii �j� � � �, R i � � § i'. � jt�3 Ij� � } �� . � � F � � � ,.3 -�--.t a y �' r� e.' r. 4� �.'�' ri ,i � r� 1� �� c+ --, fF h s�i � » ,. � _. _ � .. ,,, � ,. ... � w ,.. _ .� � .,, :�. :. .,. iy. � �., ,, ,, �, � , {s ,� � : ra i; � r=� �i � ,: +� Y� � ��,�� '}J'1�� � +# � � � � � � � � � � � � �� � 4+ � � � 1 I � •'J p, m e_ .. � .- i� �� .i ^. �. .. �n � '= r' i r � � 6�`{ i'i 1 +� +1� ! i �',I � r: y� Fj ' �f � ` ��� �� ����� � �`�����,�� �� ,F .F i r ��� • �{ . . � f ��i� ��A �c ?.i�s.! � �� n n�� u � �����:;.: ��;���,� f Y +1 ����ry`r � � ��;� i � �'.� � +n �.i ri ..i fi ,�, ri _� �.. �,. :.. u r� � ��� �� � f F'f � � �d *, ;s� t _ w _Sr ���' �i;� { — �. n ��I � M tti q� .0 �. -�rt ., r��3��� � � ��e4 Z :#w ,J ,n U' '�' Vr �5,f �; �s i � f ' i� il � TI il r� '�����#�7��3�,� �+w iT. �M � �_ _. �,� _'i I. :i � � � � � � �� ������.�� � _. i n f} °a e�i r�i � L �' � .i�� ��y � � �, n� �. _ _ ., � ,� � Ir5 �. �o- � . . . �i ,� o � �j � +v ., �, �.. . � , � •, - M � S�t� �� �' —' �:''y�^��:�. ^ k:'�i" '°^"�^_Ar� , ir �'-�:d � .�."Ii rai" "` �ry , � . i Q .. � � � � F�# L.� '�rf , i� • � <<, H, —� � � �� �� �� �l 5' � � � � ., .; ����,. � '� �����b � x � � rv� .� � �����m ��'� �f ,� R � 3 � � [ i U � % � � � � : f " � � � � ' � � d n � :� � J' ��i�����lN�� �a ����t��:�����ixa� � � � � � � 8 �J � �� � , �, 4 A3 � , II. r: .. � f'-{ � ����;a �„ ;a ��' � � ,� L w � � �s x��� '�f .'� d � � � � fi � � t� � _ � �� ����,� � � � ,� �; ,; � V � ' � � � y��1$�� p, gFa R� , ,� � � � � `: ''�j � �� � „��„A,� �� �� � � �# � � � �r t�, � t ��t � il � i. � Yi � �'1 � .�r�.+ f �� r�� � �� , �, f � � �� � � _4+ � � �� �� � �,. � � � � � �Y � � � � �� � i � I � � � i � � v r,f � ,=, _ �=r � '� � ry �4 .. � I �..�` � � 4 � � � � � � _� ,� � � � � �u �� I � � C1TY OF k'bRT WDRTi� WESTPORT PAAKWAY F120M KELLER HA5LET ROAD TO ALTA VISTA ROAD STANAARi7 COI�fSTRUCTI4N SPEGIFICATION DOCUMENTS CITY PROJECTNO. 10i019 Revised NLY 20, 2018 003215.2-0 CONSTRUCTION PROGRE55 SCHEDUL� — PROGRESS EXAMPLE Page 4 of 4 END OF SECTION CTI'Y OF FORT WORTH W�STPORT PARKWAY FRQM KELLER HASLET ROAD TO ALTA VISTA ROAD 5TAIVDARD CdNS1RUCTiON SPECIF'ICATION AOCUM�3VTS CITY PROJECT NO. 101019 Revised JULY 20, 2018 00 32 15.3 - D — PROGRESS NARRATIVE Page 1 of 1 SECTION OQ 3� 1�.3 COfVSTRUCTION PROJECT SCHEDULE PROGRESS NARItATIVE Repor�iing �eriod: Praject iVame: City Projec� Rln: Ciiy Projec� �llanager: A. �ist of acfiivi�ies accomplished in fhe re 1. (insert text i�erej 2. (�nsert text herej 3. (insert text here) 4. (insert text here) 5. (insert text herej 6. (insert text here) B. Lis� of ac�idities io be accomplished in fhe next 1. {insert text here) 2. (insert text herej 3. (insert text herej 4. (insert text here) 5. (insert text here) 6. finsert text herej C. � List an� pofienfial delays and provide mi�iga4ion acfiions 1. (insert text here) 2. (insert text here) 3. (insert text here) Lisf any ac4ual delays and provide recoe+ery actions 1. {insert text here) 2. (insert text herej 3. [insert text here) �aie Issued: Company i�ame: Engineer's Projecfi fi�o: �ngineer's Projec� fi�anager: od. per�iod City of Fort Workh, Texas ConsYruction Project 5chedule NarraCive Report for CFW Projects TPW Qfficial Release Date: 7.20.2018 Page 1 of 1 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULB — 5UBMITTAL PROCESS Page 1 of 7 SECTION UO 3� 1�.4 CONSTRUCTION PR07ECT SCHEDULE - SUBMITTAL PROCESS PART1- GENERAL The following information provides the process steps for the Contractor to follow for submitting a project baseline or progress schedule far a capital project to the City of Fort Worth. 5ee CFW Specification 00 32 l.S Construction Project Schedule for details and requirements regarding the Contractor's praject schedule. If you are not a registered CFW Buzzsaw user, please email or contact: Fred G�iff'in, Buzzsaw Administra�or City of Fort Worth Fred.Cxriffin@fortworthgov.org 817-392-$868 Using your registered username and password log into the City's Buzzsaw Site https Ipro�ectpoint.buzzsaw.comlclientlfortworthgo� _ _ . �-.� - _ -ti =—� .� . , . � .� �� I -�- --�� , _, � ., � � Nauigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 007a1-Flaxseed Drainage Improvements project is used for illustration. C1TY OF FORT WORTH WESTP�RT PARKWAY FROM KELLER HASLBT ROAD TO ALTA VISTA ROAD STANDARD COI�t5TRUCTION SPECIFICATION DOCUMENTS CITY PR07ECT NO. 101019 i2evised NLY 20, 201 S 00 32 15.4 - Q CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PRbCESS Page 2 of 7 �e E�t ]yEw 'Fa�s lidP � � _.�f .,3 i Fod� °i � •S �$ � �51h� � kt � B�_ -'i.'..� ; �� } 7H1� � _I' �_..� � � r� � , y W7Q1-FlaxSkCdDrelnageLllprO+lk`� �i�' j i'°1 FOnkIS [F � � �d(i25p0[1Sc5 �-;J Construc'm p-'� [oiu�dtants .-� Cnratra[1or .-' � Corresponda�xe r �G:nvalcr"•actuocvr�+ttsa�Ms� i�1�-�:1 Prafecifkr,�im�s ^+,- � PuhSc Wee Ftgs ��� �:J.Rez R�rh �: _j� "� us6� . �.] �0705-ikLanV��gr-'sCer!-elqustar`- ,. 'J OORk5-Urbdi3V�An9esCerthalfkiSSt,�r`- _ ._J DOT76•ilrLan5h7�9rsSEC;�r6erry . __] OOTI6-7JrLdi7YR�esSECl�s`si�z• � : � 907�3 - SaEvmrY Seover Ae}m6 Ca�:�ac _ � 00755 - 47esqu.-'e Rd 7ll04CYP Year 1 Q � ._I pp7[$.p'akSRpdd'Prys�i.'-vi-Lofy __� 007%B-LELOn('h�nnrl [� �_� OO7S6-5�r"�rC�eek&�mor[S[h [ I � 00787-GranlfurYRna�.'A"a es taA . � r.�r.- .. + r�.r_. ��. .,k. tr� +: �=r_ s.5� ��� •. .. � iaa-3iE r��.r�: i ce[a-.�c:: �. ��� i Two files wili be uploaded for each submittal. A native scheduie file forxnat eithee Primavera .xer or MS Froject .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digit Proiect ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal wi�l be labeled as `Baseline' %r example: OU701-FlaxseedDrainageImprovements-Baseline Schedule submittal upda�es will be labeled with Schedule Submittal Date `YYYY MM' for example: 00701-�laxseedDrainageImprovemen�s-2U09_01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Seleci ❑Add Document � �Y '� _.: h'v :� •l7 '� � � ' CITY pF FORT WORTH WESTPORT PARKWAY FROM KELLER 1-IASLE'T ROAD TO ALTA V1STA ROAD STANDARD CONSTIZUCTI03V SPECIFICATION DOCUMENTS GITY PROdECT NO. 101019 Revised JULY 20, 2018 arbo-��,.+� «x rari 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SiTBMI'3'TAL PROCE3S Page 3 of 7 t�r Edic wew Touk F3elp _ � J +5y� . y — - �, }� �* Y� '� ��,�,y� �� �y � l7a +� � ���� Fuvo�,4 ''� Nuhe � � Link _ 00741 ^FlaxseedDr.t'wge7"�'rovcr.r.' x .• k�ry _ i FoVder _l ^C F,��'rs �,R ' i Bid ResAr�ses � ' . Cw�struc�na3 + e e�w-�,� � ear�trxmr � � CrnresP�'�r.ca . i . � G�ncr��crttract9na �a�d� I. � ArojectDra ngs � . � P�iuSc a;�ei i�gs � i .. � ReaSpr�eriY ' ' �� �� � . . � Sthed�'csfidex.m � ,� ur'._'� r'��'+ 00705 -llr6an Y's9esCen:rt� L9usterS�x F ' F � �7pS^lJrba'n1F9agesCs^�aC7uSterSaui r � Q07Q6-iJr6an1h7ageSSEC'aas'r�0e-rY�F�S +� 00705 -7Jr6t� 1= ar� �CAs" �' 3:r.�r Fas "� F ¢� Q0T30-5ar�mrYSevay.vit�hal Ce-'�scill . C�*.1 4�T55-N'a r"'ieitd �' �,�Yesr 1� +� 00766 • Gidcs Ruad -&yznt?-usr� to Gsanha ..+ F +� 00778-Leho�rL4��md �, i . k� 00786�-5� ..�r[res.`-tSYea�ueS�Ot .+ , � r � �J MM '� � 4 C� , VUWM� !.r-e I i�fia� -_�;Sciied�'sInde�c�ds redGr'�ft'm a �a: . '�J I S�ie � � r�� 16.384 i�:aoi0€! I ik�+' � Select Browse and go to the location of �he files on your desktop. Select Open � _ ��. =kl �J$S!{I��V�NI'I49S1y�i1GP�7:i:.f:CYw�en�r.ulaeaLbir�o--:IarpFrs.�rpoo-al� vsaecx �++r, . I . pn�meo[s --- -- — - d�le1`uanaert �Fu��� _=7r�oc.adon _.'+3-�... I Sr I _ . 1-.-- . -� - � �,.a nuun:ebr} � � I . � I 1:.� 487N N I[� ]�'c:iP { I " � 0' ' x�� �.il��y:..s;�_rn["A. Fkt_i_n.irr.-rl��a-2[r.*rraT �,,,_{ � �� "ir �''� �•�r.�ussP9aycr i�i1R+�Y �4��'�k'r3•�x:a'i4S� 'P,ctivePral2[i� a-`�t 3�r A'-s+�,.� BRnF�s�m� _ '-'Haa[ n9Pess.pdf � '�'6rr.[OSAfl� ����4PeT�9 .� 3.,srsaw2003 � �-aa Rmord£dRPro {x6�p r���-.�A�� ���rossi'ndPA:PE� S' 7.1 .�-'e2iBa �'� ` ,�� �'Ystat RepoT� Z008 � wo�f�r� p.'{Y'I�h"k:iefcrenceGurtl�.pdf '�xr Pl:clAs'-*•t� u-�"�. Disk4cfra�- :Nrr M1F, Ex.a.�lt �rPHtt.lus riPre -�r pp RezSouridRawrder f.TSry� r�j��jy-C��{ �Fi'EPSQUf7dREG9fdCf.exC � 3�� "�,] r�a�C�iAttK[ u�-�P�G�SY I'�li Ca�p�er �. .funes �n.�Ci J�f 3�Qosv$1fSi0 Yersm� �02� RuteHuaie r,� f�tM2aTn1g � � — F f�y'wl+w* Fiai�a-f I {I 1 �� ��rcn — �ax❑ I #�.h,:i i�u� I,r F-= `.. .I The file will appear in the Buzzsaw Add to Proj ect — Select Documents window Select Next. � ' CITY OF FdRT WORTH WESTAORT PARKWAY FROivI I{ELL�R HA3LET ROAD Ta ALTA VISTA ROAD STANDARD CONSTRUCTIOi�I SP�CIFICATION DOCLiMENTS CITY PRO.�ECT NO. 101019 Revised JULY 2Q 201$ 00 32 15.4 - 0 CONSTRUCTIpN PROGRESS SCHEDULE — SUBMITTAL PItOCE53 Paga 4 of 7 Do nat select Finish at this time. —'�- — `-� � �E'tCi51At�+nentS.,;Y.''+�Cio'J+�ce4�ct.�.h�,i�� rc�+tata�w�dds,rCwo�m�encFlep�aier (oa�di. �.._....�_...�`_ ,.:...._ � t.5rlr�:i 1.._�!??"- --- _...._ ....� ibf417�rn�!'S � .. �, — — - - g,��,m.e Flelocaha�� .F��.. S�r. Stla7�CO�anrS[ J--.. ... . _.1. � :�OD7(lSffax�cedra=`�eGS+nP�+�«ox^p.�_ldt�ctr C�bps.mr.ness:�d��_ UFE�.�. X3.250 ��xi 2o�e1 r4��k�a� � � � T ii , i., .. — � � ��1� r�r�ix.rn�,.-�.+ I�"�' I_�v°�t' _� cerv�� I rrtin You wi11 be placed into the Attach Cornment window to en:ter a record into the Froj�ct Schedul� Submittal Log. Enter the Project TD-Project Name-Submittal in the Subject Line. T}�e Submittal and Company Name into the Comment window alon� with Contact Name and Contact Phone Number. 5elect NeCt. v_I �GukacumibiLillaR7O:,�71'ers451F�!'F]pAwlPlkl4t!$tl�2diiCJ�ilelRfio�dkz6ertQd�deC � 1�'R firy7� dP��"� �i pcc�"!n.`'.s iAAttasn {amtr.ent �lIIH 4�Ifl� R1ah�Sa' � � �1 �mtm�S�t 7! �45* d�'� J � � — r.i _-� s� r 11'�; I� �.I.�I .=� �I�sl I �.�h•; IL'43i�1i�%5L^Cf='Yr��,..lRr_L6VE"�l]iS-BdSPY•a � — �csN+'r_ Snc�dule SuE "tFat `m. ��.'Cc' _nLity T'- .'e°' —' . I �Canim[t:�e •e �41'�Ct i�F1o1lE �r)f �iqcaiet Sdies,h'eSiiDrc'"ial � m i'erapa�ryfda:: 2 fiuwuriel�ar...�f �P [0 3anuary 3i, 2069 I,�tia[f i��e :aniacE FPione� . � r�sx, } ..I �'' I _ ��� , r� f CTI'Y OF FORT WORTH W�STPORT PAR KWAY FROM KELLER HASLET RaAD TO ALTA V1STA ROAD STANDARD CONSTRLICTION SPECIFICATION DOCUMENT'S CITY PROdECT NO. i01019 Revised NLY 20, 2018 00 32 15.4 - 0 CONSTRUCTIOAi PROGR�S3 SCI-[�DULE — SUBMITTAL PROCESS Page S of 7 You wiil be placed into t�e Send Email Notification windovv. Select To and the Seleci Recipients window will appear with a list of Project Contacts. Select t1�e Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. r -�}�- � .�„��„„' � � y�` u � R��� . ,�...�., �� � � � 9 x.ntl Spm =1.xb Six F � -hMfer Soui •_r �.rr-RA � � w�iFe� k rear (pca — _� ,.___�.�� w��� •� �� �.w....a._,w►ww�,,,.,� .... . ... .. . . . ...��. . �.._ , ..��,,. �,�. �....—" � I I`� I =�!I ili� �� . II �_.Jl �,� ��� M���. ��-__'�, � .�.r�r'o-� -I ti�, � �.y.;ri, � i_-.,,, , i� i . , •4 . ,,. - � �'�`'--�,•,���� T�n_ :.. 7... . . are... . i. Tr�YSf.. T... 9... '�..-. "F .. P..- Tray�. T... ]._. ]ac... N . li[..- . F v W. �. T... iY... 3��... i�l... u5c.. 4.B.H._. V... ti _ g�.. f�... A�o... IvE�tlo ... V... T... CF.. ]fF."" Yc"-br. ric T_, U.. lf`+.. T �. � �441M[-.. Y.. P1 �..P... ��/+.. Vk.Y.s..- k... M... 3P3... WrCe_.. FN."' p"' hT3""" 1ic._. P.@. SYa�dv... W. b'... iY .. a.. Nf: � � ,. tla�� .. # .. f* .. F .. � tn �a..._ kss... G... Am... 3Qe... x ._. � . I r � R� .. �. . ..ii�. � -... ^-L.. 1Y... I... 'F.._ SZ/... ln.._ ��elte. Y... F . A5i I]I... tarh i. Z... w- .. e�. . C3ti... �axr.ti.. _ sa..., [d .. + jS�A �Lx... .. N... sd1... 1{G. ,. _I ��.5 frtdGt... � .._ G.. ♦'... liT... `it.. � aFSi Vr[__ct._ --. _ � " ' s"' s... "5�... 16�.. Mf.._ •- y��n����� �. I fr_� _�y I_ ��� Select the Paste Comment button to copy the Comment into the body of the enaaiI Select Finish. CITY OF FORT WORTH 'WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD COIVSTRUCTION SP�CIFICATTON DOCUMENTS CITY PR07ECT NO. ]01019 Revised NLY 20, 2018 00 32 15.4 - 0 CQNSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 6 of 7 --_�� Q`:`71'd �..Z: 'u ]?�a: . Vi!�.' �a-���r_� z r�nUf4�1# i56ii 6F IfY R!r� 9r �µ�ll[ed ddls. llxi 5['_� i66VG7^II� �It[ti��^-��.tents �_ .. " 85:< [+l���nenr ..-.. � ��le��ca���ne,t —I . I � __1 �1 F � ?! J ' i'it�ld ftl581I Sa._. _ I I rr?d �r:�7 _— " - Fi41JflFAkkYh '_—' . � - ' �,::—� j�Y�,i��tc�.�r�T�-� — —_ _..-�..� �"„ � � . -- - .. � y.�rr, I i�7a1-Flaxs�Dr='r�ge �rov�.3�efs-Hastif3e 5asel�'c `'ached�'a 5vF • 't�l 'n.-'Campany' ia�:!c"' ;,_��lecttd�' e - '-nnra�iph0� I 9_ IJp�te Scl�ed� k 3„bar �? fec 'Ca•.1ray h3a� i for war9c persar .zC uP '}]t^.rary 31i ?Ad9 I I � �axnracE-,�•�e i=.n'.ia-�tPha7fl 4 c�11��I ��' ..I ia�l� I Fh# _ � The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. � �� � � � � � .tl e�� - ".] �f af .x r: ?� .- ;x �.y si iiw ,s� .0 � . . � . `--a I��� �� • ,.i:i� [ h.l FaiYn_ � �� i�a:Wr-f��meedihm�C' nove.s [� �x" . a..i�� � �� JBdFaa': �-:,.'" t�dec+ds fie�G�iff4f ' _1 r.- � J �i�! AuG�ENan... �' � � �.Y7'4 {� 1 ��+ ' �� . J tmstr��m � J � �f [annac�r ..: � :a � Genrfr Ctr ra[t0ocsf a�isa�� . � �r;'.ectOr :� :- � P= � :l+xcTix�s + �'� ui'^-e"-rtY J w*ea._ j� f70701-F',ixsae�raceg^_Inp�rnve� �J I Sdaaf.sL�de�c.rk Ji.- - a:.� 00}OS-lRi6ev+btl'ag¢sCenlr. �s_sSotF +' �] 0@]OS-Ihban�-` d�Cef�r'£JfatetSmA y. � OQ706-Il�Lnnk�aag�£a�ser�ry�air �' '��- OORl6'1&finnYJages�CkaaferP:s�`Eas 'F(� OOT30-Smtf�xY� pet�Cm�actL% fi�j ao�ss-r.es�a -wamaacmveari0� ;� oo�es-o;�ssaoea-av�ct.�nmcr� «= � 00778-lehos�tl�amd . ; Upload the PDF file using the same guideline. END OF �ECTION ..r�r . ..— ._. .. '` ' v ' +S�G�' 34,364 �w�sRE�[N4V... 3[j2i�••4 7q250 N�fik 7d�f� �=t 'w�i � CITY OF FORT WORTH W�STPORT P�WAX FKOM KELLER HASI.ET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUC'i'ION SPECIFICATION BOCUMEN'I'S C1TY PROJECT 3+IQ. 101019 Revised JUF.Y 20, 2018 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 7 of 7 � Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Tnitial Issue CT`I`Y OF FORT WQR"i'H WESTPORT PARKWAY FROM KELLSR HASLET ROA� TO ALTA VISTA ROAD STANDARD C�NSTRUCTIOIV SPECIFICATION 170CUMENTS C1TY PR03ECT NO. 101019 Revised JiJLY 20, 2018 00 35 13 COI�FLICT OF INTEREST AFFIDAVIT Page 1 0$1 SECTION 00 3� 13 CONFLICT OF INTEREST STATEMENT Each bidd�r, offeror or respondent to a City of Fvit Warth procurement is required to eomplete a Conflict of Inte�•est Questio�naire or certify that one is current azid on file with the City Secretary's 4ffice pt�rsuant to state law. If a merriber of the Fart Worth City Co�.�ncil, any one or more of the City Manager or Assistant City Ma�agers, or an agent of the City who exercises discre#ion in the planning, recommending, select�ng or cantracting wi�a a bidder, offeror or respondent is affiliated with your company, then a Local Governm�nt Officer Con.fliots Disclasure Statennent (CIS) may be required. You are urged Co consult with cnunsel regarding the applicability of these farms ar�d Local Government Code Chapter 176 to your company. The referenced forn-�s may be dow�loaded fraz� fl�e li�ks prnvided below. h �,�rwW :�v.et.�,�c�.�tate_t�c.li��,�.iata/forn�:'�o�fl :,�`:I df htt�s://www_ethics.s:�te.€s:.u:;� 3�r:.ifurmsrcontlic�.t=.IS. . df 0 � � 0 0 CIQ Forn� is or► file with City Secretary C�Q �'orm is being provided to the City Secretary CIS Foarm does nat apply CIS Farm is on File with City Secretary CIS Fo�.m is being provid�d ta the City Secretary BIDDER: Jackson Construction, Ltd. Coinpany 5112 Sun Valley Drive Address Fort Worth, Texas 761I9 City/State/Zip By. �roy L. Jackson (Please Print} Signature: Title: ��'esident (Ptease Print) El�TD OF SECTIOl�t CTI'X OF FORT WORTH WESTPORT FARKWAY FROM KELLER I3ASL�T ROAD TO ALTA VISTA RDAD STANDARD COI�€STRUCTIOi*I SPECIFICATI4N ➢OCUMENTS C1TX PROIECT NO. 1010 i 9 Revised February 24, 2020 004i 00 81D FOfiM Page i of 10 SECTIOIV 00 41 00 BID FORM TO: The Purchasing Manager clo: ThE Purchasing Division 200 Texas Street City of Fort Worth, Texas 76� 02 FOR: City Project No.: 101019 WESTPORT PARKWAY FROM KELLER HASLET R�AD T� ALTA VISTA ROAD L}nitslSections: Unit I: Water Impro�ements Unit II: Sanitary Sewer Improvements Unit lII: Paving and Drainage Improvements Unit AAI: Additive Alternate I Unit AAII: Additive Alternate Il 1. En�er Into Agreernent The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreemen� with City in the form included in fhe Bidding Documents to perform and furnish all Wark as specified or indicated in the Contract Documents for the �id Price and within the Contract Time indicated in this Bid and in accardance with the other �erms and canditions of the Contract Documents. 2. BIDDER AcF�nowledgements and Certification 2.1. In submitting this Bid, Bidder accepts al{ of the terms and conditions of the INVITATION TO gIDD�RS and INSTRUC�IONS TO BI�DERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all cQsts to pro�ide the required insurance, wEll do so pending contract award, and will provide a �alid insurance certificate meeting all requirements within 14 days o� notification of award. 2.3. Bidder certifies that this Bid is genuine and not made �n the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusi�e agreemeni or rules of any graup, association, organization, or corporaiion. 2.4. Bidder has nat di�ectly or incfirectly induced ar salicited any other Bidder to submit a false or sham B�d. 2.5. Bidder has not soliciied or induced any individual or entity fo refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or caercive practices in competing for the Contract. For the purposes of �his Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action af a public official in the bidding process. b. "fraudulent �ractice" 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-competiti�e ie�eEs, or (c) to depri�e City of the benefits of free and open competition. c. "collusi�e practice" means a scheme or arrangement between two or more Bidders, with or withaut the knowledge of City, a purpose af which is to establish Bid prices at artificial, non-competiti�e le�els. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS Westporf PkwyAdm#7, FTW.xlsx Form Revised March 9, 2020 00 41 00 BtD FORM Page 2 of 1 D d. "coerci�e practice" means harming or threaienir�g to harm, d9rectly 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 foflawing work types must be perFormed oniy by prequalified contrac�ors and subcontractors: a. Water Transmission, Urban and Renewal, 24-inch diameter and smaller b. Water Distribution, Urban and Renewal, 12-inch diameter and smaller c. Sewer Collection System, Urban and Renewal, 12-inch diameter and smaller d. Concrete Pa�ing ConstrucfionlReconstruction (LESS THAN 15,Ofl0 square yards) e. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance withi� 240 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 provisio�s of the Agreement as to liquidated damages in the event of failure to complete the Work {andlor achievement of Milestones} within the times specified in ihe Agreement. 5. Attached to this Bid The following documents are attached to ancf 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 A2 43 d. Vendor Compfiance to State Law Non Resident 8idder, 5ection 00 43 37 e. MWBE Forms (optional a� time of bid} f. Prequalification Statement, Sectior� 00 45 12 g. Confiict of Interest Statemenf, Section 00 35 13 *If necessary, CIQ ar CIS forms are to be provided directly to City Secretary h. Any additional dacuments that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STAMDAR� CONSTRUCTION SPECIFICATION DOCUMENTS 1/yre$tport PkwyAdm#1, FTWxlsx form Revised March 9, 2p20 0o a� oa BI� FORM Page 3 of 7 6. Total Bid Amount 6.'E. Bidder will complete the Work in accardance with the Contract Documents for the following bid amount. 1n the space pravided 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. lt is understood and agreed by the Bidder in signing this propasal that the fotal bid amount entered below is subject to �erification and/or modification by multiplying the unit bid pr�ces for each pay item by the respective estimated quantities shown in this proposaf and then totaling all af the extended amounts. 6.3. E�aluatian of Alternate Bid Items Total Base Bid Additive Alternate I Additi�e Alternate If 7otal Bid (Total Base Bid �- Additive Alternate !) $3,378,635.75 $$1,797.00 $7, 000.00 $3,�440,432.75 CITY OF FOR'� WORTH STANqRRD CON5TRUCTION SPEGIFICATION flOCUMENiS Form Revised March 9, 2020 Westport Pkwy Adm#1, FTW.xisx 7. Bid Submittal This Bid is submitted on October 8, 2020 Respectfuliy submitted, By: ( gnatt�re) Trov L. Jackson (Printed Name) Title: President Company: Jackson Construction, Ltd. Acidress: 5112 Sun Valley Dr. Fort Worth, TX 76119 State af Incorporation: TX Email: �_,�. �nt _ P hone: 8 � 7-572-3303 END OF SECTION CITY OF FORT WORTFi STAPIDARD CONSTRUCTION SPECIFICAT]OiV IJOCUMElVTS Form Revised March 9, 2U20 oa a� o0 BI� FORM Page4of10 by the entity named below. Corporate Seal: DO 41 00�00 43 13_00 42 43_00 43 37_Bid Proposal Workbook.xlsx 0042 43 IIIDPROPOSA�. pagc5 of k0 SEGTIQN DO M12 43 PROPOSALFORM UP�I� PRf�� �ID �idder�'s Applic��ion Pmject Item Information Bidder's Proposal Bidlis[ item S ecification Section No. UNt of B�d Quan[ity Unit Price Bid Value Description P Measure Na. Und I: Water Improvements I-1 9999.XXXX Construckion Allowance D0 73 00 �OLLAR 40,004 $1.00 $90,OOG_00 I-2 0177.0101 Construction Siaking 09 71 23 LS i $3,006.00 $3,000.00 13 0171.0102 As-Buflt Survey 01 71 23 LS 1 $1,600.00 $1,690.00 I� 3311.04f1 12" PVC Water Pipe 33 11 12 LF 4D1 $69.00 $27,659-o0 I-5 3311.055416" D1P Water (Restraint Joints� 3311 10 LF 177 $224.00 $39,648.00 If 3311.0561 16" PVC C900 Wate� Pipe 33 11 12 L� 738 $96.D0 $76,898.00 I-7 024�.�302 Remove 6" Waler Valve 0241 1A EA 1 $900.00 $10D.0� I-S 0241.15i0Salvage Fire Hydranf 0249 14 FJ1 2 $800.00 $1,200.OD !-9 9999.7(XXX Salvage 6" Water Valve 02 41 44 EA i $100.OD $i00.00 1-10 3305.0103 Exploratory Excavation of Existing Ulilities 33 05 30 EA 9 $1,690.00 $i,600.00 I-19 3305.0108 Misc Skructure Adjuslment - Vault - WesEport Statfon 13+04.14 33 05 14 EA 1 $6,0�0.00 $fi,000.00 I-12 3305.0108 Misc Slruclu�e Adjustment -ARV - Westport Station 21+�8.91 33 05 14 EA 1 $6,000.00 $5,000.00 I-13 3305.0109 Trench Safety 33 O5 10 LF 1316 $1.00 $1,316.00 1-14 3305.01'ID Utilfty Markers 33 DS 26 LS 1 $1,500.04 $1,500.4D I-15 3305_01'l i Adjust B" Water Valve 33 65 14 EA 1 $400.00 $4�U-QO I-i6 3305.OS 11 Adjust 12" Water Valve 33 05 14 EA 1 $450.00 $450.00 I-77 3311.0001 Duclile Iron Wate� Fittings wl Rest�aint 33 11 11 TN 3.3 $12,000.00 $39,600.60 I-1& 3312.0001 fire Hydrant 33 12 40 EA 2 $3,900.00 $7,800.00 I-19 3312.0106 Connection to ExisEing 16" Wa1er Main 33 72 25 EA 5 $5,306.60 $26,500A� I-2U 3312.0107 Connection to Exisling to 20" Water Main 33 92 25 EA 1 $5,300.00 $5,30D.00 I-21 33'i2.0117 Connection to Exisling 4" to 12" WaEer Main 33 12 25 EA 2 $2,000.00 $4,000.00 [-22 3312.1002 2" Combioation Air Valve Assem6ly for Water 33 12 30 EA 1 $16,DOO.OD $16,OOO.D6 I-23 331220�31" Waler Service 3312 10 EA 1 $1,600.00 $1,500.00 I-2q 33212004 1" Private Water Service 33 12 10 LF 78 $25A0 $1,950.00 I-25 3312.30D2 6 Inch Gate Walve 33'12 20 EA 2 $900.00 $1,804.00 I-26 33'12.3006 1& Inch Gate Valve w! Vault 33 12 20 EA 1 $2A,000.00 $24,D00.00 I-27 3312.6902 6" Blow Off Valve 33 92 60 EA 2 $2Q000.00 $40,000.00 I-28 99S9.X%XX Replace Exisling Vault lfd w! Pamrex Lid 33 05 19 EA 2 $4,000.00 $5,000.00 Unit I: Water Improvements Subtofal $377,88i.00 lJni! Il: Sanitary Sewer Improvements II-3 9959.XXXX Construction Allowance 00 73 00 �OLLAR 2000 $1.00 $2,OOOAa II-2 0171.0101 Construction Staking 01 71 23 LS i $650.00 $650.OD 113 0171.09D2 As-Built Survey 01 71 23 LS 1 $425.00 $925.00 II-4 3305.0119 Manilole Adjustmeni, Major w� Cover 33 05 14 EA 4 $1,7D0.00 $6,900.00 Unit II: Sanitary Sewer Improvements Subtotal 59,875.0� lJnii III: Paving and Drainage Impro�aments III-1 99S9.XXXXConstructionAilowance p07300 DOLLAR 300,000 $1.00 $300,000.00 IIl-2 017D.D100Mobilization 017000 LS 1 $150,000.00 $150,00�.00 IEI3 01i1.6101 Conslruction Staking Oi 71 23 LS i $38,000.00 �38,000.00 III-4 0171.0102 As-6uilt Survey 09 71 23 LS i $5,000.00 $5,OOD.00 III-5 D241.0500 Remove Fence 02 At 93 LF 4,293 $1.00 $4,293.OD 111� 6241.0100 Remove Sidewalk 02 4i 13 SF 4,771 $1.00 $A,771.06 EII-7 9999-XXXX Remove Gravel Pavfng 62 91 13 SY 34 $9.00 $306.00 III-8 9999.XXXX Structu[al Demolilion 02 41 13 SY l21 $9.OD $1,089.00 III-9 0291.106D Remove Conc P�snt 02 41 15 SY 8 $� 6.00 $944.00 Ill-10 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 4,217 $10.00 $42,170.90 !II-1 A 02A1.1306 Remove Conc Cu�bBGufte� 02 41 15 LF 330 $7.D0 $2,310-00 III-12 0241.30i 1 Remove 15" Storm Line 02 41 19 LF 20 $13.00 $260.00 III-13 024'1.3094 Remove 21" S1orm Line 0241 1A LF 78 $14.60 $1,092.OD Ill-14 99SS.XXXX Remove 6'x3' Slorm Line 02 41 19 LF 8 $27.00 $216.00 III-15 2505-3015 2" CONQT PVC SCH 89 (7) 26 05 33 LF 4,268 $i2.5D $53,350.00 III-16 3110.01015ilaClearing 311040 LS 1 $50,000.00 $54,006.00 III-97 3110.0102 8"-12" Tree Removal 31 10 00 EA S $500.00 $3,OdR-OD Ill-18 3� 1�.0103 12"-18" Tree Removal 31 10 00 EA 4 $700.00 $2,890A� III-59 3110.01 G9 18"-24" Tree Remova! 39 '10 00 EA 4 $1,600.00 $4,000.00 III-20 311 �.0105 24" and l arger Tree Removal 31 10 00 �A 3 $1,500.00 $4,500.00 III-2i 3123.090'I Unclassffied Excavation by Plan 31 23 16 CY 13,085 $'16.00 S2D9,360.0� kll-22 3124.0101 Embankmenl by Plan 31 24 00 CY 1,478 $1D.00 $14,190.Q0 III-23 3t25.0101 SWPPP> 1 acre 31 2500 LS 1 $18,3D9.00 $i8,309-00 CRY OF }�ORT WOR7H STANDARII e:UISSIA[fCl'ION SI'P.c1F'1CATInN WCUMFNIS Wesrywrt 1'I:wy Admfl I, F'�'�'.x1sx Fom� Nciised 2012U l20 . 00 42 47 Rlf] F'ROI'Qs1+E. Pagc6 of ]0 SECTION DO 42 43 PROPOSALFORM lil�l� PRICG �lD Yroject Itcm ]nFormatian °sF �iem Dcscriptian No- III-24 3211.0� 13 B" Flexible Base, Type A, GR-1 III-25 3211.0400 Hydrated Lime Ifl-26 321'i.45D2 6" Lime irealment ill-27 3212.03�4 4" Asphall F'vmt Type � III-28 3212.0506 S" Asphalt Basa Type B III-29 32'13.0905 10" Gonc Pvmt 111-30 3213.0401 6" Cancrete Driveway III-31 9999.XXXX Patterned Concrete Median III-32 9999.XXXX Concreta Header II1�3 9999.7(XXX Manoliihic Nose Ikl-34 3213.03D1 4" Conc Sfdewalk III-35 3213.0302 5" Conc Sidewalk III-36 3213.0506 Barcie� Free Ramp, 7ype P-5 III-37 3217.0001 4" SLO P�mt Marking HAS (Wf fll�8 3217-0002 A" SL� Pvmt Marking HAS {Yj III-39 3217.0003 4" BRK Pvmt Marking HAS (W) IIkAO 3217.00054" �OT Pvmt Nkarking HAS (W► III-41 3217.0201 8" SLD Pvmt Marking HAS (W) 111�2 3217.6301 i2" SL� Yvmt Marking HAE (W) IIl-43 32f7.O50f 24" SL� Pvmt Marking HAE (W) III-A4 3217.2'103 REFL Raised Marker TY II-A-A III-05 3217.21D4 REFL Raised Marker TY IE-C-R III-46 3217.i002 Lane Legend Arrow lll-47 3217.1003 Lane Legend DBL Arrow III-0B 32'17.1004 Lane Legend Only III-49 32�7.1006 Lane Legend Bike !Ik-50 99S9.XXXX Lane Legend Pedestrian III-51 3231.D211 Type C Barbed Wire Fence, Metaf Posts III-52 9999.XXXX Salvage and Reinsiall Pipe Gate II153 9999.XXXX Insiall 1 B' Type 1 Gate Itl54 3291.0100 �fopsoil III-55 3292.0100 BlocSc Sod Placement III-56 3292.0400 Seeding, Hydromulch Il157 3292.0500 Seedfng, Soil Retention Blankei I IISB 33�5.0169 Trench Safety 11159 3305A112 Concrete Collar III-6Q 33A1.070318" RCP, Class III IIl�1 3341.0201 21"RCP, Class IIl {��f,p 334�.020524" RGP, Class lil III-63 3941.03fl936" RCP, Classlll III-6A 3341.6402 42" RCP, Class III Ill-Fi5 3341.0605 66" RCP, Class lll 111�6 33A1.1302 6x3 Box Cu1veA III$7 9999.XXXX 6X3 Beveled Box GulveR I11�8 3349.0001 4' Storm Junciion Box lll-69 3349.0002 5' Starm Junction Box III-70 3349.�003 6' Startn Junction Box IU-71 9999.XXXX Sialian 2+$3.69 Storm Junciion Box III-72 9999.XXXX Station 5+13.96 Storm Junction Box III-73 9999.XXXX 18" SET-P� (4:1) III-74 3349.500i 10' Cc�rb Inlet II!-75 3349.70025'DropinletwlApran Ill-76 9999.XXXX 3' 6rop lnlet w! Apron III-77 3441.14'10 NO 10 {nsulated Elec Condr III-78 344f.1415 NO'10 Bare Elec Condr III-79 3A97.1562 Ground Box Type B wf Apron III-BO 3441.1645 Furnishllnslall Type 33A Arm 111�9 3441.1771 FurnishFlnsiall 120-240 Volt Single Phase Metered Pedestai III-82 3441.3003 Rdwy Illum Assmbly TY 18,18A,�9, and ��0 III-83 3441.31i01nstall LigMing Fixtvre IIG84 3441.3209 LED Lighting Fi��re III-SS 3A41.3342 Rdwy Illum Foundation TY 3,5,6, and 8 �iddef's Applicafion Bidder's Praposa] Uni[ oP g�d uanlit Unit Pricc Rid Value Specifieation Section Mo. Measure Q y 321123 SY 789 $27.06 $21,303.00 321129 TN 305 $188.00 $57,340_00 321q 2g gy '12,719 $4.00 $50,876.00 321216 SY 731 $24.00 $17,594.04 321216 SY 731 $45.00 $32,895.00 321313 SY 11,827 $62.00 $733,274.00 32 13 20 SF 389 $14-DO $5,334.00 32 i313 SF 2,599 $12.06 $31,'i$8.D0 $2 13 i3 LF 24 $20.00 $480.6D 32 13 33 SF 84 $27.00 $2,268A0 32 13 20 SF 3,656 $5.00 $"18,280.OD 32 13 20 SF 39,937 $6.00 $239,622.00 32'1320 EA 4 $1,500-00 $6,p00.00 32'1723 LF 941 $1.20 $1,129.20 32 17 23 LF 1,284 $1.2D $1,540.80 32 17 23 LF 873 $1.20 $1,047.60 321723 LF t1 $1.2D $13.20 329723 lF 352 $2.30 $809.60 321723 LF 21 $7.25 5352.25 32 17 23 LF 212 14.25 $3,021.06 32 9 7 23 EA 19 4.54 $65.5� 32 17 23 EA 86 4.59 $387.00 32 17 23 EA 2 215.00 $430.00 32 17 23 EA "13 325.0� $4,225.00 32 17 23 EA 2 250.60 $50�.00 32 l7 23 EA 5 275.DD $1,375.00 32 i7 23 EA 4 395.00 $1,260.00 32 31 26 LF 2,769 6.00 $16,614.00 32 31 26 EA 2 650.00 $1,300.OD 32 33 26 EA 2 359.00 $1,900.00 32 91 19 CY 2,755 34-�0 $93,670.00 329213 SY 10,151 5.00 $50,755.00 32 92 13 SY 2,687 1.20 $3,224.40 32 92 13 SY 3,692 1.50 $5,538.fl0 330510 LF 2,302 2.00 $4,604.00 330517 EA 2 60D.00 $1,200.�0 32R110 LF 37 51_00 $1,887.00 33 41 1 D LF 482 56.00 $25,872.00 33 41 10 LF 830 77.06 $63,910.00 344'E i0 LF 4 '134.00 $536.00 33 49 10 LF 579 172.00 $99,588.00 334110 LF 222 366.00 $81,696.00 33 41 10 LF 101 363.00 $36,663.00 34 41 10 LF 67 363.00 $29,321 QO 334910 EA 2 5,900.00 $11,800.04 334910 EA 1 6,A06.60 $6,A00.00 334910 EA 1 B4O00.00 $5,000.00 334910 EA 1 22,000.00 $22,000.00 33491D EA 1 22,0009D $22,OOD.00 334940 ER 2 2,600.00 $5,2D0_60 334920 EA 13 4,300.DD $55,906.D� 33 99 20 EA 2 7,800.00 $'15,600.00 33 49 20 EA 1 5,000.00 $S,OOO.00 3q 41 10 LF 8,794 1.20 �10,552.SC 34 41 1 D LF 4,397 9.20 $5,276.4C 3A A1 10 EA 5 7.020-00 $5,100.00 34 4I 20 EA 23 210.00 $4,S30.00 344120 EA 1 5,9i0.00 $5,910.00 3449 20 EA 23 2,900.00 $66,700.DC 344126 EA 23 900A0 $2,300.00 344120 EA 23 330.00 $7,53DAC 30.Ai20 ER 23 1,504.OQ $34,500.bC crrx or Foxr woarx 5"CANPARo cloNSiRUL"fIDNSI'P-CINICATtON UOCOMFN'IS F�m Rc�ise�i 20120120 w�s�y� rx,rrna,nni. Frw.:��.. 00 42 43 Gm PROPOSN. Pagc 7 of 7 SECTION 00 42 43 PROPOSALfORM Unit AAII: Add'Aive Allernate II Tank Leech Field Removal and RestoraEion 02 4I 13, 02 4i 34 LS Unit AAII: Addiiive Tolal 13ase Unit AAI: AUdiiive Alternate I Total Base Bid + Unit AAI: Addiiive Alternate I$3 444,432.75 Unit MQ: Addilive Alternate L Total Basa Bid + Unit AAII: Additive Alternate II S3 385,fi35.75 Addilive Altcrnatt Bid 'Patal Ad[iitive Alfernate &id �ret�i s�a ENA OF $ECTION crrr or roxr woa� sraNnnxncoNs[rcucrronrst�r:c�rcnrsoN ixx uruNTs r•�� R�.�sed m�zo�zo Wrxqiaut 1'k.ry Adndll. k f W.xlsx UNIi PRICI� �ICJ �idder's Applicafiion Do������ �►3� � �� � 2�1 � Go�foEr►ts vviW '�Ne American Ir�stltute of l�rr�iiiteats AIA �ocument 390 �/� �C�►i� co[�r�cxv�: {,�4`mue, lt�{a!'sltrlrti+ �trtdtrdtfi+C.xsj .iackson Constructian, t,td. 5992 Sun Va�ley Drive Fort Warth TX 76119 (�Wi!l�R: {)4`a�tC, Iczp,dl s�[ih►S mtd [rt�tli tc�SSJ City of �ort Warth �uR�-rv: (:Vimre. l�gtrl sltrlus �rttdni7rtcfpul' plac� � jhu+iie��.tij The Hanovet €nsurance Company 444 Lineolr� Str�et Worcester MA 01653 � ��IiID �[VlOUN7°: � 5% �ive Pereent of Amount Bid PROJ�CT: Ih'�n�e, lacarlo�roYaddres� �r►rdl'roJecturrnrb�r, ijcrus) Westport Parkway firorr� K�Iler Haslet Roac� ta Alta; Vista Road_ Project No. 101 {}'� 9 This docum��i has im�odant iegai coasqqusnces. Consu�tASors wifh an aiiorrtey ls encauraged with respect to its comp[etiori or mo�ficatian. Any sir�gufar reference to Contractor, Surery. Ciwmer or other party shalt trs considered pharalwhere applicablo. TI�e Contra�torand S�iret� arre baund to t1�e O.�ner in �1�c anaonnt sct for�h Abor•e, for tlic ps}niont of «hieh ti�c Contr3ctor a�d S:�rcty biiid #l��ms�hcs� thcir licir� c�x��tass, admi�istrators, succcssors �rd asagns, jointiv and scucrall�. ns providcd hcmin. TE�e co�ditians of this Band ara sm�h ii�.at if tlic Otii�ncr accepts the 6id of t[te Cor�tractor �}ithii� thc tima spccificd in the biri dacu�ents, or n�itliin suclt time period as may be mgreeti to by� she Uir�er mid Coniractor, and die Contractor either(1 } ei�ters into p contr3ct «ith the U�r�ncr in uccorda�tca �vith si�c tecros ofsuch bid, aitd eiees se�ch band ar bai}ds As may bc specitied in ttic biddin� vr Go��traet 13ooumants, sr•eth a sur�tv admii#ed in tl�e jurisdietion of ti�c 1'ro,iect a�id otherntis� acceptabic ta tfie U4t��er, for the faithful pe€for+n3aiec of suci� Cvntract and for tlie prpmpt payment of labor �nd m�teri�[ furnisiied in thc prosecution thereof or (2} pays to the U►��er the d'st�'erence, nat to exceed t[ie a�iount nf this 13o�d, be#r�ecn tf�e an�ou�t speci�ied in s�id bid a�� such larcer �;�ou��t for tivhich the O�Fncr mu� in �oo� fainc �onttaat �uitli anod�er pariy to perlitim: t��e i�nrk u�tiered by s:iic� b�d, �lse�i �his obligutiun shall €�e nttll and �oid, atlicnvis� tu rcn�ain in tii113i�rce ancl elleai. "l��e Sur�ty herehy ►�ai+�es an� naixc t�!'an ugreemeiti L�etti��eett t�te As�ner stttd G�ni��tor �cy exte�Mi tfz� ume in �tiiiicl� th� O��'���rinav uceept t�i� hid. Wai�er aY�uriipe bv the Surety tihail n�>i ap�]y to m:y extensica� exceeciing s�x1� (fs�) duys in ilte aggrag:tte be}��n�i tlie tinie lirr ucc�p4anc� ol` 6ids s�ec'siied in t�ie bist di�i�ment�, urrd tha On�ner und Grmructnr shnll ubtain iIi� Suret}°s cans�nt lirr ui� ext�mic►n be, a�si i+ixlv (ha) clu��. If this Bond is issucd in connoctson ��itti a svbco�tractar's bid ta a Contx�ciar. thc tcr�s� Ca:�tracror in tlus �ond shafl bc dccmed ro be S�ebcos�tra�etor and the ter�t 4►�nar sl��il be dcemed to €ae Contractor. 'U��hen lhis �3cmd has ts�n luriiishaci tK> cc�m�ly i�-ith � stuiut4�r� orot�rr tegal s�qu'rr��c�tt in the loiaii�m ��l`she Prn���. anv pm�iti�un ir� ihis I3u�td co��tlicting ��titlt s:tid:rinlutoiy nr iegal requirentetsi �s�sl11'r� deented deleted herel'nmt a��d ��c►� i�i�ms cun!'t►tming Ea such r:tatut:�r.� s�r u3l�er leg�tl reyuirsment sh�l� be dee�nc.� sncnrna�rated �ser�in. When x� lurnished: Ihe int�nt i4 tlial thi:� 13unci 4l�ali be cs�nsEriied �x n st�tutnry Iuatsi u�d noi tts u esm�mim ta�r- i�und. Signcd and scated this 8th a�3 0� October, 202� Jackson Corsstr�uction, Ltd. � m�,��►��r} �s�n�� (it• �u� By: �rf��� �Id�T�� fiTfinr�c,l en aran� The Hanover �nsura�ce Company (.�ui+cl�°J (.Seu1j ��,, _ ��� �r �Tirie} euta Luri Attorr�ey-i�-Fact s-0o��ns s�i a TME HANOV�R INSUI2Ah10E CO��PANY �SSACHUSETTS BAY IbYSUiiktdCE COAI�PANY CITIZEPIS IN$lJRANGE COFlIPANY OF Af.�ERICA THIS Pawv2r of Attarrhay limits the aCts of #hose named herein, and they have na authority to bind tha Company except in thp ma�ner end W the exterrt herein stated. 12NOWP ALL PERSQCJ3 BY THE3E PR�S�NTS. That l'HE HAI�01/�R fNSLiRANCE COMPAI�Y and MASSACHU5ETT3 BAY INSUFiANCE COMPAlVY, both beiRg mrpOra�ons organizsd and ebating underlhe favls vf the 8tafe af IVew Hempshire, and ClTIZEIVS tNSURANCE COtufPAhfY OF AMERICA, a corporafipn organized and existing under fiie laws ofthe State of tulichigan, {hereinafter indivi�ualty and coilecfively the "Company") da�s hereby constitute and appoini, Steben ii �aster, Jack l�. CroWley, Lauris Pflug , and Teu#a Luri Of V41iFFis Tp,ra�rs Watsvn lnse�ranee Ser�'sces ll+�s�t, lrtc of ��Ilas, TX each individually, if there be more than ane named, as ifs irue and lawfial attamey(s)-in- 4aci to sign, execute, seal, acknavrledge and deli�er far, and on its behalf, and as its act and deed any plaCe within ihe Unit� S'�ates, ar�y and all sure#y bonds, recognizanceS, undertakings, arather surety obliga6ans. The execution of such surety bonds, recognizances, underfakings or surety obliga6on5, in pursuance of these presents, sha�l he as bincting lipon ihe Company as if they had been duly Signed by the president �nd aftesfed by the secretary afthe Company, in their own praper persons. Provided however, ihat ihis po+,ver of a€tomey fi�nits the acts of those named herein; and fhey have no autfiority ta bind ihe Company exc:epf in the manner stated and to the exteni of any limitalion staied 6elow: Any sueh oblig�t'sons in the Unked States, not ta exeeed Tfiiriy Five MilEia� and NaI100 (S35,Q00,000} in any singte instance 7riattteis power is �ada and executed pursuant tn Iha aut�ority ofthe falfowing Resolutians passed byihe Bogrd oiDirecfa�sofsaid Company, and said Resalutions remain in tulf force and eifect: RESOLVED: That the President or any lrae President, in ponjunction wiih any wce President, be and they Y�ereby are authorized and eritpowered to appoinf Attomeys-in-fact af the Company, in its name and as ii acts, to execaiYe and acknowlerige 4or and un iks 6ehaif es surefy, any ar3d ail bonds, recognizanceS, cnntracts of indemnity, waivers ofcitation and all other writings obfigatary in ihe naiure #herenf, witt� powerto altach thereeolhe seal ofthe Company. Any such writings so executed by such Attomey5-irt-iact shall b� liinding upon ihe Company as if Hiey had been duly executed and acknowtsdged by the regularly elected ofF'icers of tha Campany in their own proper persons. RESOLVEb: That any and aA Powers of Aitomey and Certified Copies of suCh P�vvers oi At6omey and certificatron in respect thereto, granted and execuEed by the PresideAlvr Vice Rresident in conjunction w�th any 1�ice F'resideni of the Company, shall be binding on the Company ta lhe same extant as if all signatures therein were manual[y affaed, even though one or rnore of any sucB signalures thereon may be facsimite. (Adapted Odober7, t983 — 71ie Hanover Insurancs Company; Ado�ted Aprii 14, 'l982 —Massar.husetts Bay Insurance Contpany; Adopted 5epiember 7, 2U01—Citizens Insurance Co�pany ofAmer�ca and aifirmed �y eac� Company an hAarcn 24, 2014) IN V1iiTN�BS WtiEREDF, THE HAIVpVER INSURAlVC� COMPAIVY, MASSACWl1SETT5 BAY INSURAIdCE COiJ�PANYand CI71ZE1JS iWSURAMCf COflAPANY OF HRHEi�ICA have caused these presents to be sealad with ttteir respective coiporate seals, duly aitested by lwo 1Tice Presidents, ti�is 10� day af January, 2020. '1'M� F3AFiC3d��31b�15ii �� CI�Ri�PdWY TH� F3�6�t01f�# IWSURA�I�E CfllAf�AHY IAla�9AGHUS�'I� ! Sl.f�'3AUE�� GOiif�Pl4�"Y 1ta14386,C1�U�ET'13 BAY fifl�URdti�� C�h7PANY C11'IZ��:� 1t�8l1R/4 E� fiF�AP1Y 0� �i�7�FtIC�i CI71Z��'� ii��61�i6aF'CC G�Pd�F4�lY O� {l141��1C� ���i I THE COMMOI+IWEAt.TH OF MASSACHI.fSETfS ) COUNTY O� WORCESTE#'t ) ss. � �� , � � �,�, � Qn lhis 71}�' day of January, 2Q20 befare me came fhe above narned Ekecufive Vioe Presirlent and Vice President of The Hanaver Insurance Gompany, hAassat�usetts Bay Insuranoe Company and Citizens Insuranoe Company ofAmariCa, ta me personalty known ta be ihe individuals and affr�rs desaibed herein, and acknawledgec! that #he seals a�ixed fo the preceding instrumenf are the corporafe seals af The Hanoverinsurance Company, Nlassachusetts Bay Insurance Campany and Gitizens Ensurance Gompany of America, respectively, and that the said corporate seals and iheir signatures as officers were duly affixad and subscribed to said instrument by the authority and directian of said Corpora6ons. AFii.��1� t�. S1II�Oi4S � �'.u* tatyt Pe��EiC �Gd�dObf�71r�AEik DF MhS5ACfftlSEfiS 150y COst1E1[�a^SiOf� �p4re6 ,�u�� as. 2oas , �. A€�aen . 5lmons, Natary u 3c �� My Commissfon �xpir�s .)une 'i5, 2023 !, the undersigned VSae President of 7tie Hanover Insurance Company, Massachusetts 6ay Insurance Com�rany and Citizens Insura�c� Company of America. herehy eertify that the above andforegoing is a full, true and correcf copy ofthe i3riginal Pow9er ofAttnrney issued by said Companies, and do hereby iurthercertify that the said Powers oYAifnmey are still in torce and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, ihis 8"day of Q�q�r 202D CERTI�'IED COPY �,� "�c SE'fYSBG��YlF�SU63AN EC06�RkNY IZ F1S INSk1 ESOthS'AF1Y OF AiAERl�A �-��_ . _ csrrlckA.B��gh,� sfdank 00 43 37 V�N�OR COMPLIANCE TO STATE LAW Page 1 of 1 s�c�ioN oa �3 3� 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 pro�ides that, in arder to be awarded a contract as low bidder, nonresident bidders {out-of-state contractors whose corporate offices or principal place ofi business are outside the Stafe of Texas) bid projects for construction, impro�ements, supplies or services in Texas at an amoun# 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 arder 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 Stafe of St�;� I���� s:� E�ir�nx , our principal place of business, are required to be �;�,� +;�•r� percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of `��,�tC� 3•��r� �r ����h , our principal place of business, are not required to underbid resident bidders. B. The principai place of business oF our cornpany or our parent comparoy or majority owner is in ihe State of Texas. � �IDDER: #REF! By: #REFf %Oy �. ���k�o�' Jackson Cans�i ucrion, L�d. 5112 Sun Ua11ey �rive #REF! Fp� WOl'�t, TX %'�� ig #REF? ignature) #REF! a Title: #R�F! ���1��iit Date: � O �V Q END OF SECTION CITY OF FORT' WORTH STAN�AR� CONSTRUCTiQN SPEClFiCATIpN DQGUMENTS Form Revised 20110627 Westport PkwyAdm#1, FTW.xlsx 004511-! gIDDER.S i'REQUAI.IFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required ta be prequali�ed by the City prior ko submitting bids. To be eligible to bid the coniractor must subir�it Section 00 45 12, Prequalzfication Statement fa�r the work type(s) Iisted with their Bid. Any contractor or subcontractor who is not prequalifed fox the wark type(s} listed must submit Sectin� 00 45 l3, Bidder Prequalifieatzon Application in accordance with the requiremenis below. The prequati%cation process wi11 establish a bid li�nit based Qn a teckanical evaluation and financial analysis of �he contractor. T�� ix►form�tion must be suhrnitted seven (7) days prior ta the date of the opening of bids. F'nr examp3e, a contractor wishing to submit bids on projec#s ta be opened on the '�th of April must iile the infflrmation by the 31st day of March in order to bid o� these prajects. In orcier to expedite and facilitate the approval af a Bidder's Prequalification Application, the following na.ust accc�m.pany th� submission. a. A co�pl�te set of audited or reviewed financial state�ents. (1) Classi%ed �alance Sheet (2) Income Statement {3) Statement of Cash Flows {�) Statem�nt of Retained Earnings {5) Not�s tn the Financial Siatements, ii any b, A certified copy of th� fiirm's organizational docume�ts (Coiporate C�arter, Articl�s of �ncarpnratio�, Artzcles of Organiza�ion, Certificate of FormatiQn, LLC Regulatio�s, Certificate of Li�nited Partnership Agreementj. c. A completed Bidder Prequalif cation Application. (1) The �rm's Texas T�payer ldentification N�ber as issued by th� Texas Comptroller of Pnblic Accounts. To obtain a Texas Taxpayer identificatiort number �isit the Tex�s Comptiroller of P�ablic Accoun#s aniine at the follawing web address www window.state.tx.us/tax�ermif/ and fili out tI�e applicatian to ap�ly for yaur Texas tax ID. (2) Tne firm's e-mail address and fax numb�r. (3) The Firm.'s DUNS ;number as issued by Dun & Bradstreet. Tbis number is used by the City for required reporCing on Federal Aid projects. The DUNS nurriber may be ol�tained at wr�vw.dnb.com. d. Resurnes reflecting the canstruction experience of tke principles oi#he �rm for firms subnnitting their initial prequalif cation. These resumes should include the size and scope of the work perfor�ned. e. Other infarmataon as requested by ttae Ciry. �. Prequalifcation Requirements a. Financial Statements. Financial statement submissian must be provided in accordance with the following: (1) The City requires that the original Financial Statement ox a certified copy be submitted for consideration. CTI'Y OF FORT W012TH WESTPORT PARKWAY FRO�vf 1{ELLEIi HASLET R�A➢ TO ALTA VISTA ROAA S'i'ANDpRD CONS"FRUCTION SPECIFICATION DOCI.FMEN'FS C1TY PROIECTNO. 101019 Revised 7uly 1, 201 I OU4511-2 BID1lER5 PILEQUALIFICATIONS Page 2 of 3 {2} To be satisfactory, the iinancia� statements �nust be audited or reviewed by an independent, certi%ed public accaunting finn registered an.d in good standing in any state. Current Texas statues also require that accautrting %rms performing audits ar re�iews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firim shbuld state ix► the audit report or r�view whether the contractor is an inctividual, corpo�ation, ar limi#ed liability company. (4) Financial Statements rr�ust be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. {5) The City will not reco�nize any certi£'�ed public accountant as independent who is not, in fact, independent. (6) The accountant's opi�on on the financial statements nf the contracting cor�apany should state that the audit o�• review l�as been conducted in accordance with auditing standards generally accepted in the United States of Arnerica. This must be stated in the accounting itr�n's opininn- Tt shot�ld: (1) express an unqualified opituon, or (2) express a q�ialified opinion on the statements taken as a whole. (7) The City reserves t�e right to require a new stateme�i at any �e• (S) The financiat statement must be prepared as c�f the last day of any montl�, not more than one ysar old and must be an file wit� the Ciry 16 manths thereafter, in accordance with Paragraph 1. (9) The City wili detertnine a contractor's bidding capacity fox the purposcs of awardizzg contracts. �idding capacity is determined by multiplying the positive net working capital (worki�ng capital= cuxarent assets — current liabiliti�s) by a factor of 10. Only thos� statements refle,cting a positive net wnrking capital posiiion will be considered satisfactoiy for prequalification purposes. {10) In tl�e case that a bidding date £alls within the time a aaew ftrtarncial statez�nent is being pre�ared, the pre�ious stateu�ent shall he updated with proper v�rification. b. Bfdder Prequaliftcation Application. A Bidder Prequalification Apptication must be subxnitted aiong with audited or reviewed itnancial stateLnents by fir�s wishing ta be eligible to bid on all classes af construction a�d maintenance projects. Incom�Iete Applications wi11 be rejected. (1) In tliose schedules whexe there is nothi.ang to report, the notation oi "None" or "N/A" shauld b� inserted. (2) A nininim�am of five (S) references of related wnrk rnust be provided. {3) Submi ssion of an equipment sckedule which indicates equipment under the control of the Contractor and which is related to tl�e type of work for which the Contactor is seelcing prequalification. The schedi�le znust inelude �he znanufacturer, model and general cornmon descripiion. of cach piece of e[}uipment. Abbreviatio�s or means of describing equipmEent other than provided above wiil not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequaliiicaiion. b. The City may reject, suspend, or modify any prequalification for failure hy the cantractor to dexnonst�•ate acceptable %nanciai ability or performance. c. The City will issue a letter as ta the status of the prequalificaiion approaal. CiTil OF FORT WORTH W ESTPORT PARKWA'Y FROM KELLER HASLET ROAD TO ALTA VISTA ItOAD STANDARD CONSTRUCTiOi�i SPECIFICATION DOCUMENTS CITY PR07ECT NO. If1i019 Revised 7uly i, 20f 1 004511-3 $ItiDERS PREQUAI.IFICATiONS Page 3 of 3 d. If a contractor has a valid prequalification ietter, the contractor wi11 be eligible to bid the �requalified work types until the expiration date stated in the letter. EI�iD OF SECTIOI� C1TY OF FQRT WORTH WESTPORT PARKWAY �ROM KELLER HASLET ROAD TO ALTA VISTA ROAA 5TANI7ARI) COI�45TRUCTION SPECIFICATION DOCUMENTS CITY PROIEGT NO. 101019 i2evised July l, 2011 0o as iz DAP PREQi1ALIPICAT[ON STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifyi�g the prequalified coniraciors and/or subcontractors whom they intend to utilize for the tnalor work type(s} listed. In the "Major Work Type" box provide the comp�ete major work type and actuat description as provided by the Water Department for water and sewer and TPW %r paving. Major Work Type Contractor/Subconiractor Company Name Prequalification Ex iration Date Wastewater Mains (all sizes} for Jackson Construction, Ltd 04-30-2021 New Development, Rehabilitation, and Redeveloptnent using Open Cut and Trenchless construction methods Water Mains (ail sizes) forNew Jackson Construction, Ltd 04-3Q�2021 Development, RehabiIitaiion, and Redevelopment using �pen Cut and Trenchless construction methods Asp�alt Pavement Jackson Construction, Ltd. -- 04-01-2021 Construction/Reconstruction Concrete Pavement Jackson Construction, Ltd. 07-01-2021 CanstructionlAeconstruction The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Jackson Construction, Ltd S ll 2 Sun Valley Drive Fort WortY►, TX 7b119 BY: Troy L. 7ackson � (Si ature) TITLE: President DATE: END OF SECTION ClTY OF FORT WPHTH STAN�ARfl CONSE'RUCTION PREQUALIFICATION STATEMENT— DEVELOPERAWARDED PROJECIi Form Version Septem6er 1, 2015 ���'� ��►�t3��'� _ BIDDER PREQLdALIFICATION APPLICATI(ON Date o�`Balance Sheet SECTIOl�i 00 4� 13 Mark only one: Individual Limited Partnership �� �i � �[.1 �I� � �.��0�.�� General �artnership Name under which you wish ta qualify Corparation Limited Liability Company Post Off�ce Box City State Zip Code �.� I 1 6d � dQ �+ �.l�1 i� • ! �� � t� � rr^ r► � � � Street Address (required) City State Zip Code 1 "`� � � �l -� �°��i Tetephone Fax �naail � � ,� m Texas Taacpayer ldentifcatior� No. Employers Identif cation Nv. DUNS No. (if applicable} MAII, TH�S QUESTIONAIRE ALONG WITH FiNANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXA� STREET � �x . �� FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 00 45 13 BTDDER PR�QUALIFICATIAN APPLICATI03V Page 2 of 8 BUSI�TESS CLASSiFICATION The following should be completed in arder that we may prope�•ly classify yol� firm: (Check the block{s) which are applicable - Block 3 is to t�a left blank if Block 1 and/or Biock 2 is checked) � Has few��• than 100 employees andlar � Has less than $6,OOO,d00.00 in annual gross �•eceipts OR � Does not meet the criteria fox being designated a small business as provided ix� Section 200b.001 oithe Texas Government Code. The classificatzan of your fizm as a stnall or �arge busz�ess is not a factor in determining eligihility to beeame pre�ualified. �IAJOR. WOR� CATEGORiES Water Department Augtar Bor'►ng - 24-inch diarneter casing and less Augur Boring - Greater thar� 2�-inch diameter casing and greater Tunz�eling - 3f-Inc�es -� 60 -inches, and 3S0 LF or less Tunneling - 36-Inches - 60 it�►ches, and grsater than 3S0 LF Tunneling - 56" and greater, 3S0 LF and greater Tunneling - 6G" az�d greater, 350 LF or �.ess Cathodic Pratection Water Distribution, Developmient, 8-inch diameter and smaller V�ater Distributinn, Urban and Renewal, 8-inch diameter and srnailer Water Distributio�., Development, 12�inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diarneter and srr�aller Water Transxni.ssion, Development, 24-inches and s�r►aller Water Transmission, UrbanlRenewal, 24-inches and smaller Water Transmission, Development, 42-inches and sanaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Developrnenfi, All Sizes Water Transmission, UrbanlRenewal, All Sizes Sewer Bypass Pumping, 1 S-inches azad small�r Sewer Bypass Pumping, 1 S-inches - 36-inchcs Sewer Bypass Pumping 42-inches and larger CCTV, S-inches and smaller CCTV, 12-inches and smaller CCTV, 1 S-inehes and sma�ler CCTV, 24-ir�ck�es and srr�aller CCTV, A�2-inches and small.er CCTV, 48-ir�ches and smaller CITY QP FORT WORTH WESTPORT PARKWAY PROM KELLER HASLET ROAB TO ALTA V15TA RQAD STANDARD COIVSTRUCTION SPECIFICATION DOCLiMEN'I'S CITY PRO7ECT NO. 1010i9 Revised Marc1� 9, 2020 40 45 l3 BipBER PREQUALIFICATION APP[,iCATCON Page 3 of 8 li�AJOR WO�tK CATEGORIES, CONTTNUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CTPP, All Sizes Sewer Cnllection System, Development, 8-inches and srnaller 5ewer Co�lection Syste�n, Urban/Renewal, $-inches and smaller Sewer Collection System, Develapment, 12-inches and srnaller Sewer CoIlection SysEenn, Urban/Renewal, 12-inches and srnalIer Sewer Interceptors, Development, 24 inch�s and smaller Sewer Interceptors, Urban/Renewal, 24inc�es and sinalter S�wex Interceptors, Development, 42-inches �d sma�ler Sewer interceptors, UrbanlR�newai, 42-inches and smaller S�we�• Interceptors, Developm�nt, 48-inches at�d scnaller S�wer Interceptors, Urban/�enewal, �48-inch�s and smaller Sewer Pipe Enlargennent 12-inches and small�r Sewer Pipe Enlarge�aent 24-inches and smaller Sewer Pipe Et�argement, AIl Sizes Sewer Cieaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , AIl Sizes Sewer C1�aning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-ir�ches or less Sewer Siphons 24-inches or less Sewer Siphons 42-ir�ches ar less Sewer Siphons A115izes Transportatio� Public Wortcs Asphalt Paving Constructian/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Recons�uction (15,000 square yards and GTtEATER} Aspl�alt Paving Heavy Mai�tenance (L7NDER �1,00�,000} Asphait Paving Heavy Mainitenance {$1,OQ0,000 and OVER) Concrete Pavin.g Constrt.�ctionll�econstruc#ion (LESS TTIAN 15,000 square yards) Concrete Paving Construction/Reconstruction (I5,000 square yazds and GREATER) Roadway and Pedestriaa� Lighting CTI'Y OF FORT WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAB TO ALTA VISTA ROAD STANBARD CANSTRUCTIOI�f SPECIFICA'ITON DOCUME3dTS CITY PROJECT NO. 101019 Revised March 9, 2020 00 45 13 BIDDER PREQUALIFICAT30N APPI.IGATIOI�i Page 4 of 8 2. How many years �as your organization been in business as a gene�•al contraetar under youx present name? . List previous busin�ss names: . � 3, How many years of experience in had: (a) As a Generai Contractor:. C! construction work has your nrganization (b) As a Sub-Cantractor: ��xn,a� rr�;P�r� h�� .,�„r r,rQani�atinn cmm�leted in Texas and elsewhere? .. __... r- �----- ---- � - --- - �:. �LASS LOCATI�N NAME AND DETAiLED CONTR.ACT OF DATE CITY-COUNTY- ADDRESS OF O�FICIAL TO AMOUNT �ORK COMPLETED STATE WHOM YOU RE�ER *If requalifyit►g only show work perrornaea since tasi sta�errien�. S.Have you ever failed ta complete any work awarded to you?_ I#'so, where and why? 6.Has any officer nr owner of your organzzation ever been an officer of anothear organization that failed to carnplete a contract? If so, state the nam� of the individual, other organization and reason. 7. Has any officer or owner of your arganizaiion ever failed to complete a contraci executed in I�islher narr�e? If so, state the name of th� individ�al, nanne of owner and reasan. CTI'Y OF FORT WORTH V�I�STPORT PARKWAY FRO1b1 KELLER HASLET ROAD "1'O AL'I�A VISTA ROAD STANI7ARD CONSTRLTCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, lUI0l9 Revised March 9, 2020 T,ist eauinment vou do not ovc�n but which is available by renti�g 0o as i3 BIDDER PREQII,ALIFICATIdN APPLICATIOid Page 5 of 8 8. In what other lines of business ar� you fixtancially interested? 9. Have yau ever performed any v�ark for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of alI producers from wnorrt you l�a�e purchased principaI rnaterials during the last three y�ars. iVAME OF FIRM OR COMFANY DETAILED ADDRESS 11. Giv� the names of any affiliates or reiatives currently debarrcd by the City. Indicate your relationship to this person or f rrn. _ 12. What is the construction experience of tl;e princzpa� individuals in your organization? PRESENT MAGNITUDE POS�TION OR YEARS OF AND TYPE OF' IN'WHAT N.AME OFFICE EXPER�ENCE WORK CAPACITY 13. Ii any owner, officer, director, or stocl�holder of your firm is an em.ployee of the City, or shares the same hausehold with a City employee, please list the name of the City employee and the relationship. In addition, lisi any City employee who is the spouse, child, or parent of an owner, off'icer, stockholder, or directar who does not live in the satt�e household but who receives care and assis�ance from that person as a direct result oi a documented medical conditian. Tt�is includes foster children ar those related by adoption ar marriage. CI'I'Y OF FORT WORTH WESTPORT Pt1RKWAY FIt4M KELLER HASLET ROAD TO ALTA VISTA ROAD STANBARD COIVS'I'ItUCTION SP�CIFICATION DOCCTMENTS CITY PROJECT d30. 101019 Revised March 9, 2020 00 45 I3 BIDDER PRFQIJALIFIC.ATION APPLICATFON Page 6 of 8 CORPORATIOI�T BLOC� PARTI�iERSHIP BLOC� If a corpc�rahon: i� a partnership: Date of Ir�corporation State of Organizatian Charter/File No. Date o�' organizafiion President Is part�ership general, lixnited, or r�gistered limited liability partnership? Vice Presidents Fiie No. (if Linnited Partnership) GeneraZ Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIA�TED LIABILITY CO�PAI�1Y BLOCI� s Tf a ct►rparation: State of Incorpoi-atidn Date of organization File No. Individuals authorized to sign for Parhiership Officers ar Ma�agers (with titles, if any) Except for lim�ted partners, the indi�iduals Gsted iin� tb�e blocks abo�e are presumed to 1�ave xuu si��tature Rut�ority for your firm unless ot�terwise advised. Shoutd you wish to g�•a�t signature authority for add�tional i�dividuals, please attach a certi�ied eopy of the corporate resolutio�, corpprate minutes, par�nership agreemeu�t, power of attprney or other lega! documentatian vvluch grants tl�is authority. CITY OF PORT WdRTH WESTPORT PARKWAY FROiV[ KELLER HASLET ROAI? TO ALTA ViSTA RQAb STANDARD CONSTItUCTIOIQ SPECIFICATION I}OC[JiVfENT5 CI'I'Y PROJECT NO. 1�1019 Revised Marcf� 9, 2020 40 45 13 BIBbER PREQUALIFfCATIQN APPLICATiON Pnge 7 0#' 8 1.4. Equipment � TOTAI� BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 g . - ia �i 12 - 13 14 - - � - IS 15 - . 17 18 19 20 21 -- � - 22 - — 23 24 mm 25 2b 27 2& 29 30 Various- TUTAL SimiIar types of equzpment may be lumped together. lf your i�rm has more than �iu types ot equipment, you may s�aw t�ese 34 types and show the remainder as "various". The City, by allowing yau to show only 30 types vf equipment, reserves tiae right to reqaest a coznplete, detailed list of ail your equipment. The equipr�ent iist is a representation af equipment under the control of the frm and which is related ta the type of work for which the firm is seeking qualification. Iri the description includ�, the rt�anufacturer, model, and general common description of each. CITY OF FaRT WdRTH WESTPORT PARKWAY FROM ICELLER HAST.ET ItOAD TO ALTA V1STA ROAD STAI�[DARD CONSTRUCTION SPECIFICATIOIV DOCLiIv1ENTS C1TY PR07ECT NO. 101019 Revised Mar�h 9, 2020 00 45 13 BIDDER PI2EQUALIFTCATION AFPLICATION Page 8 of 8 BIDDER PREQUALIFICATi01�1 AFFIDAVIT STATE OF COUNTY OF The undersigned her�by decla�res that the foregoing is a true statennent of the financial condition of the �ntity �ea-ein first named, as of the date herein �rst given; that this staternent is for the express pu�pose of inducing the party to whotn it is submitted to award the subtnitter a eant�act; and that the accountant who prepared the balance sheet accompanying this report as well as a�y depositnry, ven�dor or any other agency herein named is hei•�by at�thacized to suppty eac� party with any inforrr�ation, while this s#atemen# is in force, necessary to veriiy said statcment. , being duly sworn, depases and says that he/she is the of , the entity described iya and which exec�ated the for�going statetnent that he/she is familiar with the baoks of the said entity showing its financial conditinn; th�t the foregoing fi�ancial stat�mextt taken from the books of the said entity as of the date t�ereof and that the answers to the ques�ions of the foregoing Biddear Preqvatification Application are correct �nd true as of the date oFthis affidavit. Fir�nn Name: Signatuxe: Sworn to befare me this day of Nota�y Public 1liotaiy Public must not bc an officer, direci�r, or stoc�holder or relative thereaf. CTI'Y OF FQRT WORTH WESTPORT PARKWAY Fi20M KELLEI2 HASLET ROAD TQ ALTA V15TA ROAi� STA1�3B.4TZD CONSTRiiCTION SPECIFICATION DOCUMENTS CITY PR€7JECT NO. 101019 Revised IUlarch 9, 2020 00 45 26 - 1 CONTRACTQR CQMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 b 7 8 9 10 11 12 t3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 �Z 33 34 35 36 37 38 39 SECTION 00 4� 2b CONTRACTOR COMPLIANCE WITH WORKER'S COMFENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides warker's compensatian insurance coverage far a�l of its employees employed on City �roject No. 101019. Contractor further certifies that, pursuant to Texas Labor Cade, Section �406.046(b), as amended, it will pravide to City i�,s subcontractor's certificates of compliance with worker's compensation caverage. CONTRACTOR: Jackson Construction, T�td. Company 5112 Sun Va�ley Drive Address Fort Worth, Texas 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT § § B�,: Troy T�. Jackson (Please Print) Signature: / � Title: President (Please Print} BEFORE �, the ndersigned authority, on this day personally appeared ��]i� �. ����4�Oli , known to me to he the pers�n whose natne is subscribed to the foregoing instr�mee�q�s��ck�Z wledged to me that he/she execated the same as the act and deed of �� %r the purposes and consideraiian therein expressed anc� in the capacity therein stated. GI N UNDER MY HAND AND SEAL OF OFFICE this Y day af - , zo� � � . Y � ��-'-•��. Nicole McCallum a�' My Commission Expires ��'_.�,�� ��r�p� �ozz$�z�� t Public in and for the State of Texas '�� END OF SECTIOIiT C1TY OF' FORT WORTH WESTPQRT PARKWAY FROM KELLER HASLE'�' ROAD TO ALTA VISTA ROAD S'FANDARD CDNSTRUCT[QN SPECIFICATION DOCUMENTS Cl'I'Y PRQJECT NO, 1O1019 Revised July 1, 2011 00 45 40 - 1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 � '1'EIVIPORARY REVISION �6/612.0�0 (COVID�Ig} 3 Mi�zority Business Enterprise Specifications 4 If the total dollar value of the contract is greater than $SQ,OOa, tt�en a MBE subcantracting goal is 5 applicable. 8 9 P�L.ICY ST�TEM�Ii_i'� 10 It is the policy of the City of Fort Worth to ensure the full and equitabte participation by Minority 11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's carrent Business Diversity Enterprise Ordinance apply to thisbid. 13 14 15 16 17 18 i9 �a ]bIRF_PRni_F,C'T [rnAT,S The City's MBE goal on this project is 14% of the tatal bid value of the contract (Base bid applies to Parks cand Community Services). Note: If both MBE �SBE subcontracting goals are estabIished for �his praject, then an Offeror must sabmrt both a MBE Utilization Farm and a 5BE Utilization Fornn to �e deemed responsive. �1 CnMPLIAI�iCE TO BID SP , iFICATIONS 22 On City contracts $50,000 or mare where a MBE subcontracting goal is appiied, Offerors are required to 23 comply with the intent af the City's Business Diversity Enterprise Ordinance by one of ti�efollowing: �4 1. Meet or exceed the above stated MBE goal thrnugh MBE sabcontracting participation, or 2� �. Meet or exceed the above stated MBE goai throagh MBE Joint Venture participation, or �6 3. Good Faith Eifort dociunentation, or; 2'� 4. Prime Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 The applicable documents must be received by the assigned City of Fort Worth Project Manager ar 31 Department Designee, within the fo�lowing times alIocated, in ord�r f�r the entire i�id to be considered 32 responsive to the specifications. The Offeror shall EMA�L the MBE documentat�on to the assigned City 33 of Fort Worth I'roject Manager or Department Designee. A faxed copy will not be accepted. 34 35 l. Subcontractor Ut�lizatian Form, if received no later than 2:04 p.m., on the second City business goal is met or exceeded: day after t�e bid opening date, exclusive af the bid opening date. 2. Good Faith Effort and received no later than 2:Q0 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening artici ation is Iess than stated oal: date. 3. Good Faith E££ort and received no later than 2:00 p.m., an the second City business Subcontractor Utilization Form, ii no day after the bid opening date, exclusive of the bid opening MBE artici ation: date. 4. Prime Cantractor Waiver Fo�n, received no later than 2:00 p.m., on the secand Ciry business if you wilI perform all day after the bid opening date, exclusive of the bid opening contraciing/su lier work: date. CIi'Y QF FORT WORTH WESTPQRT PARKWAY FRdM KELLEl2 HASLET ROAD TO ALTA V1STA ROAD 5TANDARD CONSTRUCTIQN SPECIFICATTOAI DOCUMEriTS CITY PR03ECT NO. l O1D19 Temporarily Revised April 6, 2020 due to COVID19 Emergency aoasaa-z Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Fo�rm, if goal is met received no tater than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2� FAILURE TO COMPLY WITH THE CITY'S SUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. � �'AII.URE TO SUBMIT THE REQUIRED MBE DOCIIMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSNE. A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAII.URES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALI�'ICAITON PERIOD OF THREE YEARS. 6 i Any Q�uestions, Please Co�tact The BDE Office at (819} 392�267�. $ EI�iD OF SECTION 10 11 CTFY O�' FbRT WOIiTH WESTP012T PARKWAX FRDM KELLER HASLET ROAD TO ALTA VISTA ROAD STAATDARb CONSTRUCTION SPECIFICAT[QN DOCUMENTS C1TY PRQIECT IYO. 101019 Temporazily Revised Apri! 6, 2020 due ta COVIDI9 Emerget�cy UO 52 43 - 1 Agreement Page I of S SECT14N 00 �2 43 AGREEMENT THIS AGREEMEliiT, authorized on � is made by and between the City of Farth Worth, a Texas home ru�e municipality, acting by and through its duly authorized City Manager, ("City"), and ]ackson Constructian Ltd., authorized ta do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutua� covenants hereinafter set forth, agree as fallaws: ArticIe 1. WORI� Contractor shall complete a�l Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The prajeci for which the Work under the Contract Documents may be the whole or only a part is generally described as follaws: WESTPORT PARKWAY FRQM KELLER HASLET TO ALTA VISTA ROAD CITY PROJECT NO. 1a1019 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Cantract Documenis an amaunt, in current funds, of Three Million Three Hundred Seventy Eight Thousand Six Hundred Thirtv Fve Dallars Doliars and Seventy Five Cents ($3,378,635.75). Article 4. C0�ITRACT TIME 4.1 FinaI Acceptance. 1'�e Wozk wilI be complete for Finai Acceptance within 240 days after the date when the Contract Time commences to run, as provided in Paragraph 2.p3 of the General Conditions, plas any extension thereof a�lowed in accardance with Article 12 of the General Condi�ions. 4.2 Liquidated Darnages Contractor recagnizes that time is of the essence for completion of Milestanes, if any, and to achieve Final Acceptance of the Work and City wili suffer financial loss if the Work is not cosnpleted within the ti�ne(s) specified in Paragraph 4.1 abave. The Contractor also recognizes the delays, expense and difficulties invalved in proving in a legal proceeding, the actual lass suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liq�idated damages f�r delay {but not as a penalty), Contractor shall pay City One Thousand Three Hundred Dollars ($1 3" 00•00) far each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Finai Letter of Acceptance. Article �. CONTRACT DQCLTMENTS S.1 CONTENTS: A. The Contract Doc�ments which co�mprise the entire agreement between Ciry and Contractor concerning the Work consist of the following: CITY OF FORT WORTH WESTPORT PARKWAY FROM KBLLER HASLBT ROAD Tb AT.TA VLSTA ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. id1D19 Revisad 09/D612019 405243-2 Agreement Page 2 of 5 1_ This Agreement. 2. Attachrnents to this Agreement: a. Bid Form 1) Proposal Form 2} Vendor Compliance to State Law Non-Resident Bidder 3) Prequa�ification Siatement 4) State and Federal documents (project specifac) b. Cvrrent Prevailing Wage Rate Table c. Insurance ACORD Form{s} d. Payment Bond e. Performance Bond f. Maintenance Bond g. Pawer oi Attorr�ey for the Bonds h_ Warker's Carripensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specificat�ons specificalIy made a part of the Contract Documents by attachment or, if noi attached, as incorporatea by reference and described in the Tahle of Contents af the ProjecYs Contract Documents. 6. Drawings. 7. Addenaa. $. Doc�mentation submitted by Contractar prior to Notice of Award. 9. The following which rriay be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Froceed. b. Field Orders. c. Change Orders_ d. I.etter of Final Acceptance. Article 6. INDEMIVIFICATION 6.1 Contractor covenants and agrees to indemni�y, hold harmless and defend, at its own expense, the city, its ot�icers, servants and employees, from and against any and all clairns arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, s�bcontractors, licenses or inv�i#ees under this contract. This inde�nni�cation �rovision is sqeciiicallv �ntended to onerate and be effecfive even if it is alleged ar uroven �hat all or some of the da�a�es bei'n� sought were caused, in whole or in aart, b_y anv act, om�ission or negligence af the citv. This �ndemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and ca�ses of actions. CTI'Y OF RQR't WORT'H WESTPORT PARI�WAY FAOM KELLEi2 TiASLET RQAD TO ALTA VISTA ROAD STANDARD COAISTRUCTIOIV SPECIFICATION DOCUMENTS CITY PROJECT iVO. 101019 Aevised 09/06/2019 005243-3 Agreement Page 3 of 5 6.2 Contractor covenan#s and agrees to indemnify and hold harmless, at its own expense, the city, its offycers, ser�ants and employees, fro�tn and against any and aD loss, damage or destruction of property of the city, arising out of, or alleged io arise o�t of, the work and services �o be pe�formed by the contractor, its aificers, agents, employees, subcontractars, licensees or inviitees under this contract. This indemni�icativn provision is sneciiicallv iniended to ouerate and be eifective even if it is al�e�ed or �roven that all or some af the dama�es bein� sou�ht were caused. in whole or in part. by anv act, omission or negligence of #he ci�. , Article 7. MISCELLANEOUS 7.1 Terms. Terms vsed in this Agreement which are defined in Article 1 of the Generai Conditions will have the mear�ings indicated in the General Conditinns. 7.2 Assignment of Contraci. 7.3 7.4 7.5 7.6 Thzs Agreement, including all of the Cantract Documents zxiay not be assigned by the Contractor without the advanced express written consent of the City. Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereia, �n respect to all covenants, agreements and obligations contained in the Contract Documents. Severability. Any provision or part of the Contract unenfarceable by a court of competen remaining provisions shall continue CONTRACTOR. Documents held to be unconstitutional, void or t jurisdiction shaIl be deerned stricken, and aIl to be varid and binding upon CITY and Governing Law and Venue. This Agreem�nt, including aIl of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Narthern District of Texas, Fort Worth Division. Autharity to Sign. Contractor shall attach evidence of authority to sign Agree�nent if signed 6y someone other than the duly authorized signatary of the Contractor. 7.7 Prohibition On Contracts With Cornpanies Boycotiing IsraeZ. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for gaods ar services unless the cantract contains a written verificaEion fram the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CTI'Y pF FORT WORTH WE3TPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD COI�ISTRUCTIaIV SPECIFICA'I'ION DOCUMENTS C1TY PROJECT NO. 1fl1019 Rwised 09/06/2019 OD 52 43 - 4 Agrcement Page 4 of 5 The terrns "boycott Israel" and "company" shall have the meanings ascribed to thase terms in Section $OS.00I of the Texas Government Code. By signing this contract, Contracto� cert��es that Contracfor's signature proviaCes written verifieatio�z to the City that Contractor: (1) does not gaycott Israel; and (2) will not baycott Israel durir�g the term of the contract. 7.8 Immigratian Nationality Act. Contractor shall verify the identity and employment eligibility of its empioyees wha perfortn work ander this Agreement, including completing the Employment Eligibility Verification Form {I-9). Upon request by City, Cantractor shall �rovide City with copies oi aIl I-9 forms and supporting eligibility dacumentation for each employee who performs work under this Agreement. Contractor shall adhere to aIl Federal and State Iaws as we�l as estabIish appropriate pracedures and controls so that no services wilI be performed by any Contractor ernployee who is not legalIy eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PEliiALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY COI�TTRACTOR, C011TTRACTOR'S EMPLOYEE�, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractar, shall have the right to immecl�ately terminate this Agreement for violations of this provision by Contractor. 7.9 No Third-Party Beneficiaries. This Agreement gives no rights or beneftts to anyone other than the City and the C�ntractor and there are na third-party beneficiaries. 7.10 No Cause af Action Against Engineer. Contractor, its subcontractors at�d equipment and materials suppliers on the PR07ECT or their sureties, shail rr�aintain no dieect action agaznst the Engineer, its officers, empioyees, and subcontractors, for any claim arising out of, in connection with, or resu�ting from the engineering services perfarmed. Only the City wil� be the beneficiary of any undertaldng by the Engzneer. The presence or auties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineee or its personnel in any way responsible for those duties that beZong to the City and/or the City's construction contractors or othez' entities, and do not relieve the construction contractors �r any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, tech�iques, sequences, and procedures necessary for coardinating and completing aIl portions oi the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any constraction contractor or ather entity or their employees in connection with their work or any heaith ar safety precautions. SIGNATURE PAGE TO FOLLOW CITY Q�' FORT WpRTFI WESTFORT PARI{WAY FrROM KELLER HASLET RpAD TO ALTA VISTA ROAD STANbARD CONSTRUCTIOIV SPECiFICA"I'iON DOCUMENTS CITY PRQ7ECT NO. ! 01019 Revised 09/Q6/2019 pD5243-5 Agreament Paga 5 of 5 �IV yVTT'IyESS WHEREOF, City an.d CQntractar have each executed ihis Agreemez�t to be effective as of the date subscr%bed by the City's designated Assistant City Manager ("Effective Date"}. C�ntractor: Jackson Construction, Ltd. City oi Fort Worth By: � (Signa •e) Tra L.Jacksnn (Printed Nasne) President Title 5112 Sun Valle Drive Address Fart Worth, Texas 76119 City/StatelZip Date By: � ; Dana Burghdof Assistant City � anagerr r' rt �, � '1 Date _ Attest: „ � � � 1 �' , v C' y ecretar 1 � � (Seal) ���". � � r ��� � � � :��� � ; ::� � ���. �: `ti,,,, ��� ������� ��,,. M&C: 20-0960 Date: 1211.�12020 Form 1295 No.: �� � �� 6�� Contract Cort�pliance Manager: By signing, I acknowledge that I axn the persnn responsible for the xnonitQring and administration af this contract, including ensu�ing all pex�ormance and reporting requirernents. ` � � 1 � .. 1�.<< Bradley �.tadovich, PE, PMP Senior T'rajeci Manager Approved as to Fo�n and L-egality: � Dougias W. Black Assistant City Attorney APPRQV COM � �. _ � �, .. „y. L, William 7ohnson, Direc r Transportation & Pub�c V�ork� Departnaent C�['y O� FORT WORT�i WLSTPORT PARKWA'Y FROM KBLLER HASLE'i� ROAD Y p�$*����� g'TpNI3qRD CQi�STRUCTI�IQ'SP�CIFICATION T70CY1ML'IVTS ai� �aW.. . Revised 09/Q6I2039 ��� �a bl I3 - i PEItFQliMAN� BOND Page i csf 2 � .���'`�'��� �} �� �� �3orit1 #1[?8313'7 � P��tFORMAI��E B�I�FD 3 4 THE �'�.ATE t)T "FE�� S COU103Ti� LD�' T�RR�i.1�T � � �1'�T()� ALL B� THES� P�EI@«IT�e �3 6 7 9 IO li 12 13 14 i5 16 l7 18 19 20 2I 22 23 24 25 26 27 28 29 Th�t vae, Ja�kson Consi�uction,_.Ltd•, k�own as "1'rinc�gal" herejn and Tbe Hanover Insurauce Cc�mpany , a c€�rp�rate surety(s�reties, if more t�an one} d�ly authc���ed to da business i�a �he Stai� of Texas, �Cc�own as "S��rety„ �e��ein (whethPr one ar r�aore), are heid ansi firm,ly bous�d unta �e City of F�rt Worth, a��nicipal'� ��A�IiI� on£'T1vr e� �; " h�erein, in the �nal s�n of, 'T� - pursuant ta t3�e Iaws of Texas, kna�vn as ��ty klundred �e�en Ei ht'Thoc�sand Si� Hundred T�i�r� �ive Dc�lIars and �even Five Cen#s ($3 37$.635_7�, lawfi�I mone�+ af the �7nited States, tfl � paid in Fart Wflrtix, Tarrant Coutaty, 'I'exas for t�e payment of which surr� we�I an� truly tv be rrrade, we bindfirn�l�iv�es�hese �resents. ex�c�tors, admi�istratc�rs, s�ccessors a�d assigns, joint�y and sevsral�y, Y Y �HERE�, �e Frincipal has entered i�ta a certaiu written cont�act v�rith the City awarded the ��ay o� , 20�.._D , wh}ch Co�tract is �er�by re��rr�d to and mad� a p�rt here€�f for all g�poses as if fully set fvrth herein, to furnish aIl mat��ials, equipmenk lab�r and ot�zer accessari�s definec� by law, ir� the prosecution af the VVc�r�, including any Change Orders, as provaded for ia� sz�id Cantraet designated as WFSTPORT PA�Yi�AY FROM i�EI,LER HhSLET �OAD `�Q ALTA VI�TA Rf7AD, CITY FROiECT NO. l(i1�19 1�(➢V�, THE��"�RE, t�e cvndition of �s obligation is such that if the said Principai shal] faitihfially perform it obligations �nder th� Contract and shatl in ai1 r t accordi�� to the p�an�s, � faithfully p�r�orm the War�, includin� C�ange Drder�, under tk�e Con.aac , �Q� o� specifications, an.d contract documents th�rein. referred t4, and as well during any Pe ex�ensior� oi the Con#raet that may be granted �n the part of the City, then this obiigatinn sha11 be �nd become nu31 and vaid, otherwis� to remain i�a full force and effect. pR{���� FL)RT�ER, t1�at if an� legai action b� ixled on t�is Bond, venue shalt iie in T�rrt�ri.t Coun�y, 'Texas or the Unitec� States �istrict C�uzJt foz t�ie i'�orth�rn �isirict crf Texas, �art 30 Worth Di�is�on. CITY qF F�RT'UNOIi'TH W�?S'1'PnIiT PARKWAY Fi�OA+i KELL�� IiASi,ET I20 �T P�03ECT NO10 01�9 STAIV�ARA CONSTR[3CTIOhi SPECIFICAT[ON pOCUMENTS Aavised 3ui.y I, 2011 {JO 61 13 - 2 pg�p�A+I�TCE SONA Page 2 of 2 1 'This bond is made a�d ex��uted in camgliance with the gro�isions af C�apter 2253 af Che 2 Texas Gc�ve�rnmerst Code, as ar�ended, and a1l �iabilit��s a�n �is bo�d sha11 b�� determined in 3 accoz�ance with th� pr�visions of said statue. 4 �'�ITt'•��� ��t��il�'.U�, the l'rinc�ipa� and th� ��ty ��ve �IG�iED a{aci �EALED 5 this instrument by duly autho�ed agents and of�€cars c�n �is the .�� day of �______ , i� t� ;': � r PRTN�IPAL: Jackson Constru tio�.��-� B'S� Sig ture '�'zo L. Jackson Presideaf Name and Tit�e Addxess_ 51I2�Sun.Va����_Drive Port �'arih Texas 76119 SURETY: The Hanovex Insurance Com,�any . .- Y: ' i` � J�'�_� -�--- B - Signature Jack M C�awley, Aitorney in Fact Name anci T1tle Address: .. `� I ;�CO�n �� �et �orcester, MA 01615 _ $00-608-8141 Telephone Nu�r►ber: 39 40 41 '�Npte: If sigrfed by a� a£€'ecer af the Sur��y C��pa�y, they�: must be on file a cerbfiied �xt�ac 42 fram the by-laws showing that this persn� has autho ��s� �b�th�m st be �rovided. a� Swety's �h��cai acidress i� different fir4m its znail�g � T�e date of the t�Qnd shall not b� priar tv the date the GonreacC is ays��rc�ed. 7 8 9 10 I1 �2 13 A'i"i`�S'�'. 14� � ` , � � 15 (J�t./i, 15 (Frincipai) Secret�y 17 �$ r ���- � � � � .. 2 • ���� ����� �� � �� 2z i ss as s� I�n�ipa� 23 24 2S 26 2i 28 29 3U 3� 32 33 - 3�l _ 5 3S , ,: 36 ..�.�.y--; �---�-m- _ - .--.;--�--�"-- 3'� Witness as to 3uretY 3S �� CTi`Y OF F�R'i WOATH �NE.S"fF�fl�T PAhi��IAY �t�IVI I�EL[.'�!i FTA�[.E"C �tOA[?Y F 0�7EC'i N�. 10 OI9 STAN�ARD CONSTRtIC'7�'iON SP�CiF[CA'fI�ON U�3CUME13"1'S n.».:�.i T.slv 1. 7��1 QO 6I l4 - 1 PAYMEI3T B01�T€� Pagc 1 �f 2 �ECTIO� �14 Gl l� PAYMEI�T BOP] � � 3 4 5 6 I3�nd �f 10831_i7 �� ��'�� [i�'rE�� � � €��I�� Ai.L B'4�'1'�I�� P�`.���TS: COUI�'�'� EiF TA�'�1�� � � knawn �s "Friucipal" herein, and Th�t �ve, Jaekscm Cnnstn�cb�on Ltd,, ��Q�orate sure�Y The Hanover Insucance Company � °, herein � �.170Wi1 8.5 "SIIT�X}i (sureties}, duly authorized ta do businass in t�te State of Texas, �� �ort ��r#h5 a municipai (whether €�ne or �or�}, are held and firmly bc�e��d unto the City know� as "City„ herein, in tl�e corporation created J�ursuant to the 3aws c�f the State af Texas, um af Three IV[i iilion Thzee Hund��d Sevent Ei ht Th�asa�d S}x Huttdredt �� aid in p�nal s Dollars at�d Se�vent Five �ents ��3 3`78 635.75 , lawful �noney of � well tand trL�ly b� nnade, w� Texas, for ihe payment of which su Fart V�arth, Ta�ant County, ninti a�d se��rally, bind vursel�ves, our heirs, executars, adtnxnistrators, successors and assigns, j Y 7 $ 9 10 tt I2 13 14 15 15 3.7 18 19 20 21 22 23 2A 25 2b 27 firmly by tk�ese gresents: ��E���, Pr��acipai has enterecl into a ce�ai.n writt�n Contract with �ity, awarded the � o� � Y�" ���,�-�'�_�.,r, ZO�., �l�ich �antract is hereby ref�rr�d ta and �{�,�r Ul 1T1�11i, �nade a part her�i for all g�rposes as if fullX set forth h�rezn, to furnish �.li r�axer��is, eq P ravided far in labor and other acc�ssc�rie.� as defined by �aws i� tiae pras�cution af the W�srk as p ntraet and designatecl as WES`�'��� p����Y ���� �LLER HASLET ROAD said Co T(7 A�TA VISTA ROAI?, CI'�`Y PROJECT iVO. 101419, 4� TkIE�EFURE, T�IE �€3NDITI�3I� 4� THIS {�BL�Gl�TIfl�I is sudeiizted int 1�30 , all rnonies �wing to a�ay (and all) pay�nent bond beneficlary (�s Princigal sha�l pay as�cuti€�n of the Work under Chapter 2253 c�f the Texas Govemment Code, as ��� n�tl and vc� d; otherwise to remain in fi�ll the Cont�act, t�en st�is abligatio�� shali be a�1d beca 28 29 30 31 fc�rce and effece. � is l�and is �ade and execut�d in co�npliance with t�e pravisians of C�aP�det rsni ed �m Texas Goverr��nent C€�de, as amended, and all: liabilities on t�s band shall be accardance witt� the provisians af said statute. WES`1'P�[t"C PARiCWAY F[i�M h.�L.�3:R I�fA�LET itDC1TY P�£7J C� I�10. � a� CITY OF �(]R'1' WLIRTH 3TA]V�ATtD CONS'�t3CTI[}N SPECI�iCA'i'ION I}flCt3MFI�T� _ . +--� r.,i.� t 9(111 t}p 51 14 - Z PAYMEt+i'P BOATD page 2 of 2 ii� �`�'��� V��R��F, the P�incipal an�i S�r�ty �av�e �ach �IGI�fED and SEALED � � day af 2 this instrument by d�ly auchorized age�ts and affic�rs on this the �,,.-��— Dc.kn , 20�. 4 ATTEST: [/l�(� � (Principal) Secratary , � ,_ � � 'tness as to 1'cinciPal ATTi;ST: � 8 9 1(1 11 12 �..�.--s=r-r�;,�-- � (��ty) Secretar3r • ����� , --_-�r----_�------- ----r�---� , , Witn�ess as t�i Sur�ty PR'[I+1C�'AL: ��cksan Cons�r��tion Ltd. . ` �� �/ p , Tro L 3acksan President I�lame a�d Tide Address: �� � T��3ca�6119 ��.JRETY� The I�anover Insnrance Company ._ � ,- -�. f _ A��`' - ,..�—. BY: �; r� � _ 3ack I�� Crawley, Attornay in Fact �iune and Tit1e Adc�r�ss: `� Lincaln Street Worcester MA 0161_�� 500-608-8141 Telep�Q�e i�umber: i ed b an officer of the Surety, ther� musti b� Qn fi�e a certified extraes fraxn � a� Nate: �f s gn Y t� s� such obligahon. if Suret�' P Y bylaws showing �hat �is ���so� �addreas �nth mus b provicied- adcirr�:ss is differe�t frorn ics mailing 'Ifie date nf tl�e bond shali �ot be prior to �'se �te the Cantract is awarded- EI��JJ O� ��C`��Ol� V1�.Si°�'C7ILT P�KR�.�iY i�'pNi. [fEl..i.�R. HASi.E'C CL(3 � PRnJEC'f NO. 10 ai9 CI'l'Y OF F(}�T W�ii'£H 5'L'ANI7ARA CONS'T�UCTIqAi SP'ECLPICAT[QN f]Jr^.U�VI�NTS �,_..:�o.� ,,�,�, � _ 2a� s fl061i9-1 MA�IT�NAI�ICE SqND gsge 3 of 3 �ECTiD1Rd 6� G219 �A�fN'�EI+IANCE SQN� iiflnd # 1083137 2 3 § 4 THE �T�TE O� T��� � I�1�T0� ALL B'Y TI�SE I'�EI�1T�: 5 �, 6 C�ill�il"�t O�' T���T �7 That �re, �ac�an Constn��t�a�� Ltd,, icnawn as "Principai" ��ere�T �(S�reties, if more thaz► 9 i� I1 12 13 14 15 15 17 18 19 20 21 22 23 24 2� 26 27 28 29 The �Ianaver I�uxance Co�np�►y , a cor�arate s knn�,�n as "Surety„ he�ei� {whet�er ane one) d� ly aa t hori z e d t o c t Q b u siness in th� �tate ofo ��rt Wp��, a munici al corpQration crea t e d or ��re), � held a�d �1Y bound unta ihe �ity P �{ '= hereit�, in the sum af Ttu'e.e I�li_ llinn pursuant to Che laws of the 5#ate of Texas, l�nown as City Theee H�ndced �e rent �i �at Thc�usa�d �ix Hundred'I'f.airt �ive Dollars axid Seven� �Ve �en�s aid in Fort Worth, '�arraia ($3 3_, 78 635.75 , lawful �noney c�f the Unit�d�s��� �ade nto the City and its st�ccessors, we 'Texas, foX payment oF wi�ich suna well a�d tr Y ointly and severally, bi�d o�rs�lves, nur heirs, execut�rs, aclnvnistratars, successors and assigns, j firmly by these pres�nts. gE;�$, tl�s Pr�ncipai �a,s entered into a cett�in �w�'itten contract with the Chereb �ded ��R �, 20„�,., W�]YC�'1 COC1Lf3CL 15 Y the� ��Y af � �'•�P�Vt �D� d tv a�d a�nade part hsr�of far alt p�r�as�s as �f fvlly set fo�h here�n, t� furnish aII referre �aw, �n the prosecution af the mat�ria3s, equipment la�or and �ther accesscari�s as defined by k including a�y Work res�i#ng from a duty autl�4rized Ciaange Order (�ollectively hereis�, y�Ior , °`�Vork" as prsavi�d fox in said conuact and des���ated � V§iE�TPORT PAR � 9Aand O the ) �ELLER HASLET ROAD 'T� AL"FA VISTA ROAD, C I T Y P R(] J E C T N�. 1 0 1 , VVHERE.c�S, ��ciQal binds itself te use such materi�ls and to so construct�d will k in accordance with �e pla�s, s�.cific�ti€�ns aud Ca�tract U�cun€�ents that the �'ork �s t}�� pariad of twv (�) YearS reznain fr�e fir�m defects i� ma�:ri�ls or wc�rkma�shi� fQr and during r the date of F�al Acceptan�e af the `�Vork by ihe C�ty E"�aintenance Perifld"); and afte ���-��, prineipal binds itse�f �a repaar �r recons�'uct the iJVork in vahale or in part � n receivis�g �otice frc�m ih� City af the need therefor at any time withi� the 1v+iai4tessan.ce F� PeriQ�l- 30 31 32 33 34 �r�y�p��' pA[�KWAY PROM ICEL1-i�R fiASLEt Itt�A�� �tO7ECT ��. 4 6� CiCY OF FOItT WO�TH S'TANDARi) CC?i�13'iRUC"�'IOI�T SPECI�'ICA'FIUN �UM�N1`S uav;cr.[i Ii1�Y �. ��l 0061 I9-2 NfATI�i'['�NAIYCE BOA1[) ' Page 2 of 3 � 1i30� THEREFORE, tf�e con�ition af t3�is obligation is such that if Pri�cipal shall vided by City, ta a completifln 2 remedy any defective Work, far vvhic�i timely natice was pro 3 satisiactary to the CrtY+ then this ohligaho� shall beco►ne null and voic�; ot�ierwise ta remain i� 4 full force and effect. $ time] 6 PRtJ�JIDED, HU�JEVER, if Principal sliall fail so to repair ar reconstruct any Y � notice.ci defecti�e War�� �� is agreed that the City rnay cause any and all suc �d� ��� �nc �� ana 8 be repaired and/or reconstructed Wit�' all as�°ciated casts thereof be�ng born y 9 the Surety und�r t1�is Maintr�nance bond; and 14 t1 PROVIDED �URTHER, tl�at if any legal action be filed an this Bon�d, venue sha11 l�e �n ]Z Tarrant CountY� T��� °� the United States District Court foz the Norther� Di$��t °� Texas, ort 13 Warth Divisian; and 14 15 PRO�DED FURTHER, t1�at this abligation shall be continuous in nature an �6 st�ccessrve recar�eries maY be haa l�ereon for succsssive breaches. 17 1$ 19 WE5TPORT PAIi.KWAY FROM KELLER HASLET R(3C� � OIECC j3U. 0 019 CT�I`Y OF FpR'� WORTH STAN�AIZQ C��S�UCTIdN 5PEC3FiCAT'itiN BaCiiMENTS 4Pviced 3ulv l, 201i 00 61 19 - 3 MA�ITENANCB BOND ` Page 3 of 3 k ll�I WIT1�iE�S �VHEREOF, the Principal and tiae Surety have �� SIGNED a fd SEALED this 2 instrument by duly authorized agents and o f f icers on t h i s t n e ��_ � Y o r 1 �.1 ��� 4 5 6 7 8 9 10 li 12 13 14 15 16 �� �� � 19 20 21 22 23 2� 26 2i 28 29 34 31 32 33 34 35 36 3i 38 39 40 �1 A'I"TE�T: � {Principal) Sect��'S` ♦ ' y 1 % - yy � � - r� � _ ��V y ess as to Principal ATTE,.�i' _ �� �4YJ Secretary � as to Surety PRINCIPAL: 3acksan ConsWction Ltci. BY: Sign re 'I`ro L. �ackson President Name and Title Address: 5112 Sun Valle Drive Fort Worth Texas 76119 ��TY'The Hanover Insurance Company � .-� _ , � ,� BY: _.,� f �'- - gnature 3ack M Cro�vley, Attorney in Fact Name and Tit1e Address: � �incoin Street Worester MA QI615 500-608-8141 Telephone Number: Witn s �Note: If signed by an officer of tne Surety Comgan�y, there must be nn �Ie a certiixed extract from the by-laws shawing that this person h�ailin � ad ess,�bott� mu be Q a� 1�� Surety's physic a l a d dr e s s i s d i f% r e n t fr o m rt s � �e ����; o� t�� bond s3�ail not he prior to the date th� Contract is awar de d. CTCY OF PORT WQR1`H WRSTPO1tT PARKWAY f�RUM KEI,LER }3ASLET RO �T p 03ECT r10. 0 QAI$ STANUA1tB CONSTRUCTTON SPECTF[CATIOi3 DmCUM�7T Re'vised 3uly 1, 201 t 7HE HAf�fOVEFt INSUftANCE COMPA{UY G T ZENS 1NSURANC YCOI�!'� Y OF AMER CA �Q��R p�qTiOftN�Y eXcept in �he manner and to the Tp{{� Power of Attorney limits 4he acts af those narned herein, and they haue no authority to bind the Cornpany ex�ent herein sfated. KNOW ALL PERSOIVS BY THESE PRES��YS: NY OF A[�IIER�CA� a corporation organized and existing under the laws oi the Stake °f ��chig�n, INSURAiJCEC�MPANYandMASSACNllSEA SBAYINSURANG�COMPANY,bothbeingcorporationsorganizedandexistin9undert e arr�r ThatTHEHANOV�R shire,andC1TIZE�151N5URANCE�d�p constituteandappo�nt, of ihe Stata of New Hamp daes hereby an� Teuta Luri {hereinafter individualiy and cnilaci9vesY tne °Compan�') Steven R. Foster, 3ack M. Crowley, Lauxie pfiUg ' lace within ihe United States, any and all sureiy bonds, on lnsurance Services West,lnc of Rallas a fx�e�a�cas tl��aa�� �teed any p°te than one ns o SUraty b� gations, i pursuance of these Of Vlfillis 7owers 1Nats iact to sign, execute, seal, acknnwledye an d de ltve r fi o r, a n d a n i t s b e recognizances, underiakings, or ather surety obligations. The execution °f o$e narri d hare n' andghey have �o authorit}r to bind the Company except in the manner •��j� upon the Company as ifi they had been dof th igned by ihe presideni and attested by the secreiary of the Company, i n t h e i r o w n p r o p e r presents, shalf be as bi 3 persons. f'rovided however, that th�s power ofi attorney limits ihe acts �ive iVfilEion and Nol100 ($35,00O,OOU) in any sin9le instance stated and to the exiant of any limitation stated below: Any such ohligaiions in the United States, not to exceed 7hi�Y assed bythe Board of Directors of said Company, and said Resolutions That this power is made and executad pursuant to the authority of the Pollowir�g Resolutions P c� �resident, be and ihey hereby are authorized and empowered to remain in Ruli force and effect: a and all bonds, FtE50LVED: That the f'resident ar any Vice President, in conjunction wsth a�y U� o�r� a�ch thereto the seal ofthe s in-fact of the Company, in its name and as it acts, to execute and acknowledge for and on i�s behalf as sure y, n appointA�torney - � asiffheyhadbeendulyexecutedandacknowledged recognizanees, contracts of indemnity, wa�vers of citaiion and aVl other writings obligatory in the nature thereai, wit p �oi-npany. Any such writir+gs so executed by such Attomeys-in-fiact shall be binding upon the Com}xa Y by ihe regularlY e��°�� offiicers of the Company in their own proper parsons. �o �he same extent as if all President of the Comp�ny, 51���� 1�e bindiny on {he ComP�nY • That any and all Powers of Attorney and CertifV,dG�Copies of such Powers of Attorney and cerEifi�{acsimile (Adopted Oc ober 7a 98'feC The RESQI.VED. by the President ar Vice President in conjunciian v�nth any tember 7, 200'I u Citizens lnsurance signatures therein were manuall�y�a�ted Apr'fl 14, 1 82 � MaSs chuseifs BaY � su ance Gompany; Adopied Sep Hanover lnsurance Campar�Y� Gompany of Amarica and affirmed by each ComPanY °n [�arch 24, 201A r orate seals, duly attested by fwa V�� Pr�s����ts, this�l��YY of 3anuary, ao2n. THE FiANOVER INSU RA�1C� Ga�PRNY, MA�ss�ACK�SE'�'S 8AY INSURAI��E caMPANYand clTl �� S 1NSU RANc E cOMPANY a !M WIiN�SSWIi�RE.OF� .�F4� #.}�Hgr}�R 14�m#!�'1�� �q��Ft�Cq have caused these presen#s to be sealed w+fih their respect�v p ������������� ��� �������� �� ���� � G{?E�PA1�6Y i�� M��f.iV�Ft IYi�!! �,1 i31'iAt��� �ti4iAPAidY G17l7�P�� i��'��iAP��E �L91diPA�JY �� �• CJ1ASaAG�fUSEi% � � t�Pl#i� Q� �+I�EF�1� � �� � � �� Gii'l��PIS tt��ai3fi� f , a. �..r� Fi. Kawi�1/i6� �r�slden4 �fiee ,��t,�e'3 ,� � �+„�....�;�r s,.� ` " � TIiE CDfUIMONWEALTH OF MASSACNUS�TTS } ss. GOUI3TY OF V3fORCE.Si�ft m ceCompanyofArnerica.tomepersanallYlnsu�rantaeCompahy,MassachuseitsBaylnsu�ranceComp �Y of January, 2 0 2 0 be fi o r e me came tha� i�oue named �xecutiY� uce Presid e�a�� ��� President of The ���o�e�andsubscribediosai d On this 'f0 �aY �n anciGitizenslnsur INassachusetts Bay fnsurance Comp y re��ding �nsf�ument are the cotporate seals of The f-lano acknawledged that the seals afifiixeafto��h�rPa, respectively, and thatthe said corporate seals and their signatures as officers were dalY a �ce a and Citizens fnsurance CompanY � f ihstrurnent by the aukhorfiy and di�eciion ofi said Coroorat�ons. �� ������A' �� �j, A�{ ��t+i ti. St3�O�iS �aaiarY �'���`c q��en Y• Sirn�n�. h3at��Y � �ar �� 1xOF�ns��sC�is�'s 2023 � r���o� t�y Camsnissian �xpires June 1,a, � �y C�mrt�Gss3on ExpEr,es an ofAmerica�hereby JunE '�= 24� at�dCitizensinsuranceComp Y thatihe e and fioregoing is a full, tr�E and correet copy of #he Original Power of Attorney issuecf by said Com�nias, �nd do herehy fiurther certiiy I, the undersigned Vice 1'resfdent of The H�navar fnsurance Comp�ny, ��ssaah�seits Bay Insurance CompanY . certify that ihe ai�ov said Povvers uf Attorney are siifl ir� force and effect. d� of GIVEIV unde� mY hand and the seals ofi said Companies, ai 1No�'�ester, MassachuseYts, this Y C�RTlFI�D ���Y i �rs� [�:��vs+� «su'�e� com€�n�Y i17� ACHUS�TTS ��'�GCa@IlPANY QF AFd1EFLAGR iZ,1ySt#S�i�� - _ �' _ ...-�_-��=-- =' �• -GarrleK A. s9igh.� sldent '�e � 4�30 Lincoln 5tree� Worc�es4�r, MA 01653 �+� i4fc Hanover Insuranoe Company � w 1[]Surance Group° Gt�3�s Ertsurance Cnmpany of Amerira � 545 West Grand itivar Avenue, HoweA, MI �}8843 ��7d� �Af'�iPic'ilil� 6 C� ��������� ������ io obtain informatian or make a comp�aint: You may cafl ihe Hano�er l�surance Company�Cit�ze�s insura�ce Company ofi America's toll-fre� telep�one number for information ar to make a complairrt at: 9-���4�6������ Yo�a rnay alsa wr�t� to The Nanaver Insurance Companyl Citizens lnsurance Company of America at: 440 Lincaln Street Worces�er, MA �161a You may contact �he Texas Departm�nt of Ir�su����Q '�o ob�ain information on corrfpanies� COV�C��'Sr r�g��s or complaints at: 1 W�O� 25�-��4�9 Yota may write th� Yexas Depar�ment of insurance: P. p. Box 149904 Austin, 7X 7�714-9104 Fax: (�1�) 475-1771 Web: http:/lwww.tdi.texas.�o� E-mail: ConsumerPrat�ior�@tdi.st.ate.tx.us P��IUIIUi�!!i �R C�l�iiii t�lSPUT��: �i��J� ���������� Para obtener in�ormacion � para sam�ter u�� q��l�: Usted p�ede flamar al numero de telefona gratis de Yhe 1�ano�er Insurance Company/Citizens lnsurance Company o# Ameriea's para infiormacion o para somet�r una queja a�: 1 ��O�R���-��49 Usted tamb�en pu�d� �scribir a. Tl�e Ha.roz�er l�s�r�.ne� CompanylCitizens Insurance CampanY of America al: 440 Lincoln 5treet Worcester, MA 01615 puede comunicarse con el Departamento de Seguros de %xas para abter�er informacior� acerca d� companias, caberturas, derechos o queja� al: 1-�0� 2�� 3��9 Puede escribir al Depar�amento de 5eguros de `�exas: P, O. Box 'f49104 A�stin, iX 78714-9104 Fax: {512) 475-1771 yVeb: http:Ilwwwtdi•texasgov E-mail: Consumer�rotectior�@�di.�fate.�c.us D1SPUi/�15 5���� P�ih�IAS � it��L�o11A0�; Si �iene una disputa concem9ente a su prima o a un �ec lama, deb� eomunicarse con el agente�oa� �n��Pces pri�-nero, Si na s� resuelve fa disputa, p comunicarse con el departamen�o tT�1). Shou�d you ha�►e a disput� conceming Y ent o the om- about a ciaim you should contact the ag pany firrst, If the d+spute is not resolved, yau �'►aY cQniact the Te�s Department of lnsurance. R`�peeb �I�1� I�OiiCE '�O YOU� POLt�Y: This notice is for in#ormation vnly and does not became a par� or �an- dition of the attached document. ���q �5�� Av1S� R�U �p�p,� Este aviso es solo para proposita de informacion y na �� convierte en par�Q o condician dei documen�o adjunto. S'lCA1�T�A� �]EI�IE�L C�ND��I�l�T � ��' '��[� ��l�S�R����01l� C�l�'T�t�C CTI'Y bF FORT WORTH ST�U�iDARD C0�151`RUCTION SPECIFICATIbN DOCiJNfENTS Revision: 3via�Gh 9, 2�0 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TASLE ��" C�NTEIiTTS Page Article 1— Definitions and Terminolagy ..........................................................................................................1 1.01 Defined Terms ............................................................ ,...................................................... b 1.02 Terminology ........................................................................... Article 2— Preliminary Matters ......................................................................................................................... 7 ies of Documents ................................................. 2.01 Cop' .................. .............................................. 2.02 Commencement of Contract Time; Notice to Procee g 2.03 Starting the Work ..........................................................................................................................8 2.(}4 Before Starting Construction ..................................................... ................................................8 2.05 Preconstruction Conference ......................................................... ..............................................8 2.06 Public Meeting ..........................................................................•:..................................................8 2.07 Initial Acceptance of Schedu es .................. ............................... Reuse ........................ $ endin ................... ................................. Article 3— Co�tract Documents: Intent, �� ._,..,., g 3 .O 1 Intent .................... .......................................................................................................................... 9 3.a2 Reference Standards ................................................ ................... . ........................ cies............................................................... 3.03 Repflrting and Resolving Discrepan . ............................... �0 3.04 Amending and Supplementmg Cantract Documents .................................. 3.05 Reuse of Documents ................................................................................................................... lo 3.06 Electronic Data ............................................................................... Article 4— Availability of Lands; S�bsurface and Physical Canditions; Hazardous Environmental � 1 Conditions; Reference Points ........................................................................................................... l l 4.O1 Availability of Lands ......................................................................:...........................................12 d Physical Conditions .............................................. 4.Q2 Subsurface an . .................................12 .......................... Q�.03 Differing Subsurface or Physical Cand�t�ons .......:.......... .13 4.04 Underground Facilities ............................................................. • :................................................14 4.OS Reference Points ........................................... ............ ................. ............................ ....................... 4.06 Hazardous Environmental Condition at Site ........................... Article S— Bonds and Insurance ..................................................................................................................... lb 5.01 Licensed Sureties and Insurers ....................................... . ....................16 5.02 Perfortnance, Payment, and Maintenance Bon s .......................... ......................... 5.03 Certificates of Tnsurance .............................................................................................................18 ..................................... 5.04 Contractar's Insurance ................................... ...................19 5.05 Acceptance of Bonds and Insurance; Option to Rep ace .............. .......................... Article C — Contractor's Responsibilities ........................................................................................................19 �,p1 Supervision and Sup erintendence .............................. CiTY OF FORT WDRTH gTATTDAKfl CONSTRUCCION SPECIF'1CATION BQCUMEr1T5 itevision: Ma�h 9, 2(n0 6.02 Labor; Working Haurs ................................................................................................................20 b.03 Services, Materials, and Equipment ................ 6.04 Project Schedule ..........................................................................................:...............................21 6.05 Substitutes and "Or-Equals ............................................................... ........ liersand Others ....................................................................24 6.06 Concerning Subcontractors, 5upp , 6.07 Wage Rates ..................................................................................................................................26 6.08 Patent Fees and Royalties ....................................................... ........................... 27 6.09 Permits and Utilities .................................................................................................................... 27 f.10 Laws and Regulatians ................................................................................. ,...................... 28 6.11 TaYes .................................................................................................................... ......................2$ 6.12 Use af Site and Other Areas .......................................................................................................29 6.13 Record Docurr�ents ................................................................................... ................................29 b.14 Safety and Protection ..................................................................................................................30 6.15 Safety Representative ......................................................................... ,.............................30 ....................... 6.i6 Hazard Communicatian Programs ........................................ ...30 6.17 Emergencies andlor Rectifica�ion .....................................................................• ;....... ................ 31 6.l $ Submittals .................................................................................................................................... 32 6.19 Continuing the Work ...................................................................................................................32 6.20 Contractar's Genera� Warranry an uaran ee ....................................... ........ b.21 Indemnification ......................................................................................................................... 334 6.22 Delegation of Professional Design Sex-vices ....................... 6.23 Right to Audit .............................................................................................................................. 35 • .............................................. 6.24 Nondiscrirrunation ....................... Article 7- Other Work at the Site ................................................................................................................... 35 7.O1 Related Work at Site ....................................... ....................................36 7.02 Coordination ............................................................................................ Article 8- City's Responsibilities ................................................................................................................... 36 S.O1 Cornmunications to Contractor ....................... 8.02 Furnish Data ...............................................................................:................................................36 8.03 Pay When Due ............................. 8.04 Lancis and Easernents; Reports and Tests .................................:... ............... ....... ...... ....... ......36 8.05 Change Orders ........................................................................... ........................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 37 8,a7 Limitations on City's Responsibilittes .............. ...................................... . .......................... 37 8.08 Undisclosed Hazardous Environmental Condition .......................................... �7 8.09 Compliance with Safety Program .............................................................................................. Article 9- City's Observation Status During Construction ...........................................................................37 9.01 City's Project Manager ................................ ............................................ 37 9.02 Visits to Site .................................................................................... .......................... 38 9.03 Authorized Variations in Work ........................................................................ .......................38 9.04 Rejecting Defective Work ...............................................................................:.......................... 38 9.05 Determinations for Wozk Performed ............................................................... 9.06 Decisions on Requirements of Contract Documents and Acceptabiliry of Work ............... ...... 38 CFI'Y OF FORT WOl2TH STA3VDARD CONS'1'RUCTION SPECIFICATION DOCUMENTS Revision: �9.� Article ] a Changes in the Work; Claims; Extra Work .................... .................................... ........... ........... 3 S 10.01 Authorized Changes in the Wark ................................... .... 39 10.02 Unauthorized Changes in the Work .....................................•,... ................................................39 10.d3 Execution of Change Orders .................................................. ..................................................39 10.04 Extra Work .................................................................................................................................. 39 10.05 Norification to Surety ............................................................ ...................................................40 10.06 Contract Claims Process .......................................................... Article 11- Cost of the Work; Allowances; Unit Price Work; Plans uar�tit Measurement.....••••••••"""'•. 41 Q y ..... 11.01 Cost of the Work .........................................................................................................................43 11.02 A1lowances .............................................................................. ..................................................44 11.03 Unit Price Work ..........................................................................................................................45 11.04 Plans Quantity Measurement ...............................••••••••••••••- of Contract Time ...................................................... ........... �6 Article 12 - Change of Conrract Price; Change ..................46 - .............................. 12A1 Change of Contract Pnce .............................................. .......................47 12.02 Change oi Cantract Tirne ............................................................................................................47 12.03 Delays .......................................................................... _ Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 Article 13 Tests and ...................48 .................... 13.O1 Natice of Defects ............................................................. .. �8 13.02 Access to Work .................................................................................................. ..48 13.03 Tests and Inspections ...........................................................:......................................................49 13.04 Uncovering Work ................................................................. ....................................................49 tothe Work ........................................................ 13 A5 City May S p ork .................. ............................... 50 ............................... 13.06 Correction or Removal of Defective ...,.. 5p 13.07 Correction Period ...................................................................•.................................................... 51 �3.p$ Acceptance of Defective Wor ••••••••••••••••••••••••"""' ................ ..51 13.09 City May Correct Defective Work ........................................................................................... letion.................................................................................... 52 Article 14 - Payments to Coniractor and Comp .,. SZ 14.01 Schedule of Values ......................................................................................................................52 14.02 Pragress Payments ........................................................ 14.03 Cantractor's Warranty of Title ...................................................................................................55 14.04 Partial Utilization ................................................................•:... ..................................................55 14.05 Final Inspection .................................................................... ....................................................55 14.06 Final Acceptance .................................................................... ..................................................56 ........................................ .......... 14.07 Final Payment .......................... ....................... 14.08 Final Completion Delayed and Partial Retainage Release ................................. 14.09 Waiver of Claims ........................................................................................................................ 57 Article 1 S- Suspension of Work and Terminat�on ................ ............................ ............................................ 57 15.01 City May Suspend VVork .......................................................�.....................................................58 15.42 City May Terrninate for Cause .......................................:........................................................... 60 . .......... 15.03 City May Terr�nate For Convenience ................. Article 16 Dispute Resolution ......................................................................................................................fi1 1G.p1 Methads and Proce ures ................... .............................. CrI'Y OF FD�tT WORTH STANDARD CONSTRUC'i'lON SPECIFTCATION DOCLiMENTS Revision: Ma�h9,2A2Q Article 17 — Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .................................................................. ,......................................................62 17.02 Computation of Times ....................................................•�..........................................................62 17.03 Cumulati�e Remedies ...................................................... ,.................................................. b3 17.04 Survival af Obligations ................................................ ............................................................... 63 17.05 Headi�gs ....................................................................... C1TY bF FO�RT WORTH STANDARI] CONSTRUCTION SPECIFiCA`I'ION DOCUMEN`f S 12evision: Ma�rJi 9, 7-02fl 00 72 00 - 1 GENERAL CO[VDITIONS Page 1 of 63 ARTICLE 1- DEFLI�IITIOI�S A1VD TER1i�IIl�TOLOGY 1.01 Def-aned Terms �,. Wherever used in these General Conditions or in other Coo�a�Do n u��a pl�al thereof�and have the meanings indicated which are appl�cable to b � words deno�ing gender shall include the mascuiine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. Wne e a5 m a n cas �defined Sb Iow whether definition of a]isted-defined term, the term sha11 hav � capitalized or italicized or otherwise. In additian to �� eSt o identfii d��arti ces ands pa� graphs�, capital letters in the Contract Documents include referenc anri the titles of other documents or forms. 1 2. 3. � � Q Addenda Written or graphic instruments issued pria�r to � Co �,acgDocBumen S ich clarify, correct, or change the Bidding Requirements or the pr p Agreement—The written instrument which is evidence of the agreement between City and Contractor co�ering the Work. Application for Payment The form acceptab �e�td�s ltor final paym ntsuand r�'hich�is to be during the course of the Work in requesting p g accnmpanied by such supporting documentation as is required by tiie Contract Documents. Asbestos—Any material that contains more �a� ° o� evels established by�the Un ed StaCes releasing asbestos iibers into the air above current acti Occupational Safety and Health Administration. Awarci — Authorizatian by the City Council for the Ciry to enter into an Agfeement. Bid The affer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be perfarmed. 7. Bidder—The individual or entaty who subFnits a Eic� directly io City. Requirements and the proposed Contract Documents 9. Bidding Requirements—'I'he advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any suPplements. 14. Business Day — A business day is defined as a d� o st e hol days obsery d by the City ss, generally Monday through Fr�day, except for fede 11. Calendar Day — A day consisting of 24 hours rneasured from midnight to the next midnight. S. Bidding Documents—The Bidding (including a11 Addenda). CTi'Y OF F�RT WQItTN 5TANC]ARD CONSTRUCS30N 5PECIFICATION DOCCIMEN'T'S Revision:lvla�h 9, 202R D47200- 1 GENERAL CONDITIONS Page 2 of 63 , 12, Change Order—A document, which is pre�ared 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 ar after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acn�er hys1behalf,eea h of whi h our� quired by Manager, his designee, or agents author�zed u Charter to perform specific duries 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 inta the Agreement and for wham �.he Work is to be performed. 14. City Attorney — The afficially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. IS. City Council - The duly elected and qualified governing bady of the City of Fort Worth, Texas. 16. City Manager — T�e �fficially appointed and authorized City Manager of r1�e City of Fort Warth, Texas, ar his duiy authorized representative. 17. Contract Claim—A demand or assertion by C��e°rel ef with respect o the dterms�oftthe Contract Price or Cantract Time, or both, flx � ls nat a Contract Claim. Contract. A demand for money ar services by a third party 18. Cantract The entire and integrated ��ns the Au eement and a1ltContract Documen�s and concerning the Work. The Contract ca g supersedes prior negotiations, representations, or agreements, whether written or oral. ] 9. Cantract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approvedt a b ond onshare no Contr� ck Docum�nts.nd the reports and drawings of subsurface and phys 20. Cantract Price The moneys payabie by C���'ted in the A�eement (subjtect to the provos ons accordance with the Contract Documents as sta g of Paragraph l l.03 in the case of Unit Price Work). 21. Contract Tirrce The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii} complete the Wark so that it is ready for Final Acceptance. 22. Contractor—The individuai or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these Ger�eral Conditions far definition. C1TX OF FORT WdRTH STANDARD CONS'�'RUCTI03V 5PEGIFiCATION DO(=[IMEI�ITS Revision: Ma��h9,202Q oa �z oo - i GEN�RAL CONDITkONS Page 3 of 63 24. Damage Claims — A demand for mone of a C ntract Claim. ��� �e Project or Site from a t h ir d p a rt y, C i t y o r C o n tr a c t o r e x c l u s� v e 25. Day or day — A day, unless otherwise de�ned, shall mean a Calendar Day. 26. Directar of Aviation — The officially appointed Director of the Avia�ion Depattment of the City of Fort WQrt�, T�xas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Comfnunity Services — The ofiicially a�pointed Director of the Parks and Community Services Department of the City of Fort Warth, Texas, or his duly appointed representa�ive, assistant, or agents. 28. Director of Plannin8 ana.' Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed represen�ative, assistant, or agents. 29. Director of Transportation Public Wo �� kh�Cit f olf� Fort Worth� TeD sec�to � of duly Transportation Public Works Departmen Y appointed representative, assistant, or agents. 30. Director af Waier Department — The officially appointed Director of the Water Department of 1�he City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphicaily shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of i�he two parties to sign and deliver. 33. Engineer The licensed professional engineerC tengineering firm registered in the State of Texas performing professianal serv�ces for the y 34. Extra Work — Additional work ��di reasons or which no p i es are prov ded n he Cantract Doc u m e n t s o r o f q n a n t i t� e s o r f o r o t h e Documents. Extra work sha11 be part of the Wark. 35. Field Order — A written order issued by City which requires changes in ihe Work but which does not involve a change in the Contract Price, Contract Time, or tY�e intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contraci by funded work type at the rime of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contrack Documents has been completed to the satisfaction of the City. CiTY OP FORT WORTH STANDARD CO3V5TR[1CTION SPFCII�ICATION �OC:[JMBNI`3 Revision: M�h 9, 2D20 00 �z oo - i G�1VEFiAL CONDITiONS page 4 of 63 37. Final Inspection — It�spectiori carried out by the City to ve�rify that the Contract�r has completed the Wark, and each and every part or appurtenance tYzereof, fnlly, entirely, and in canformance with the Contract Documents. 38. General �tequirements—Secfiions of Division 1 of the Contract Documents. 39.I�az�rdous Environmental Condition—The presence at the Site of Asbestos, PCBs, Pe�roleum, Hazardous Waste, Radioacrive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons ar property exposed thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characte�isiics as defined in the federal waste regulations, as amended frorn time ta time. 41. Laws and Regulatians—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and caurts having jurisdiction. 42. Liens—Charges, securiry interests, or encumbrances upon Project fands, real property, or personal property. �43.1Vlajar Item — An Item of work included in the Contrac� Documents that has a total cos� equal to or greater than S�Io of the original Contract Price or $25,000 whichever is less. 44. Milestone—A principal event specified in t the Work t Documents relating to an intermediate Contract Time prior to Final Acceptance of 45. Notice af Awr�rd—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the condirions precedent listed therein, City will sign and delirver the Agreement. 46. Notice to Proceed—A written notice given bY h ch Cont act rtshall tart to perform t e Work Contract Time will commence to run and on w specified in Contract Documents. 4�7. PCBs—Polychlorinated biphenyls. 48. Petraleum—Petroleum, including crude oil or an ee aF�� �e't andh14.71 polunds per square condik�ons of temperature and pressure {60 deg asoline, kerosene, and inch absolute), such as oil, petroleum, fiiel oil, oil sludge, oil refuse, g oil mixed with other non-Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CPfY OF FORT WORT[3 STANDARI}CONSTRUC'Tidi*I SPECIFICAT[0[�T DOCLJIVIENI�S Revision: Ma�rli 9, 202(1 00 72 00 - i GENERAL CONDVTIONS Page 5 of 63 50. Project Schedule—A schedule, prepaxed and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising tY�e Contractor's plan to accomplish the Wark within the Contract Time. 51. Project The Work to be performed under the Contract Documents. 52. Project Manager—The authorized representative of the City who will be assigned to the Site. 53. Pubdic Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Pro�ect. 54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42, USC Section 2011 et seq.} as amended from time to time. 55. Reguiar Working Hours — Hours beginning at 7:D0 a.m. and ending at 6:00 p.m., Monday thru Friday {excluding 1ega1 fiolidays}. 56. Samples—Physical examples of representative of some portion of the portion of the Work will be judged. materials, equipment, or workmanship that are Work and which establish the standards by which such 57. Schedule of 5ubmittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support sche�uled performance of related construction activities. 5$. Schedule of Values—A schedule, prepared and maintained by Contractor, allacating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Paymen�. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be perFormed, including rights-of-way, pennits, and easements for access thereto, and such other lands fiirnished by Ci�y which are designated far the use of Contractor. 60. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, sysiems, standards and workmanship as applied to the Work, and certain administrarive requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division Oa OD 00) of each Project. 51. Subcaniractor—An individual or entity ha�ing a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at t41e Site. C1TY OF FORT WORTF3 STANbAR� CONS`I'RUCTION SPECIFICATION DOCUMEidTS Revision: Ma�h 9, 2Q20 00 72 00 - t G�NERAL CONDITIONS Page 6 of 63 6�. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specif cally prepared or assembled by or for Contractor and submitted by Contractor to illustrate sorne portion of the Work. b3. Successfur Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. Superintendent — T'he representakive of the Cantractor who is a�ailable at ail times and able to receive instruc�ions from the City and to act for the Con�ractor. b5. Suppiementary Conditions—That part flf �e Contract Documents which amends or suppiements these General Conditions. 6b. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct eontract with Contractor or with c� So ��bcontractor.�rnish materials or equi�ment to be incorporated in the Work by Contra 67. Undet-ground Facilities—All undergraund pipelines, conduits, ducts, caencasements manholes, vaults, tanks, tunnels, or other such facilities or attachments, and anY ases, cantaining such facilities, including but not limited to, those that convey electricity, g steam, liquid petroleum products, telephone or other communicatians, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other contro] systenns. 68 Unit Price Work—See Paragraph 11.03 of these General Conditions far definitaon. 69. Weekend Working Hours — Hours beginning ce b� he Cit�d ending at 5:00 p.m., Saturday, Sunday or legal ho�iday, as approved �n advan y Y 70. Work—Tne entire construction or the variaus separately ideniifiable parts thereaf reguired to be provided unc3er the Contract Dacuments. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such eonstruc�ion ir�cluding any Change Order or Field Order, and furnishing, installing, and incorporating a11 materials and equipment into such construction, all as required by the Contract Documents. 71. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by ttie City for contract purposes, in which weather or other conditions not under the contral of the Contractor will permih� ��ou°S be'we n 7 aem.�and S p mit of wor k un derway f o r a c o n t i n u o u s p e r � o d o f n o t l e 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Con�ract Documents, have the indicated meaning• B. Intent of Cej-tain 2'erms arAdjectives: C1TY OF FdRT WORTH STANflARD COI�iSTRUCTION SPECIFICA'fION DOCClMENTS Revision: Ma�h 9,2�2(? 00 �z oo - t CENERAL COND1710NS Page 7 af 53 1. The Contract Documents include the terms "as allawed," "as approved," "as ordered," "as directed" or terms of like effect or import ta authorize an exercise of judgment by City. In additian, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," ar adjectives of like effect or impork a�re used ta describe an action or determination of City as to the Wark. It is intended that such exercise of professional �udgment, action, ar determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the desigri concept of the Project as a functianing whole as shown or inc�ieated i� the Con�'act Documents (unless there is a specific statement indicating otherwise). G De, fective: 1, 'The word "defective," when modifying the word "Work," refers to Wark 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 inspecrion, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, lnstall, 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 amd incor�orating 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 we11-known technical or construc�ion industry or irade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE � — PRELIMII�ARY MATTERS 2.01 Copies of �ocuments City sf�a�l furnish to Contractor one (1} original executed copy and one (1) electY'onic copy of the Contract Documents, and four (4) addirional copies of the Drawings. Additional copies will be furnished upon request at Che cost af reproducrian. 2.02 Commencement of Contract Time; 1Votice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing• CTI'Y OF FORT WORTH STANDARD CaNSTRUCTIaN SPECIF��ATI03V DOCUMENTS Revision: Maz�9� � 00 �a oo - i GENERAL CONDI710N5 Page 8 af 63 2,p3 Star�ting the Work Contractor shall start to perfos-m the Work on the date when the Contract Time commences to run. No Work shall be done at r1�e Site prior to ttie date on which the Contract Time cammences to run. 2A4 Before Starting Construction Baseline Schedu�es: Subxnit in accardance with khe Contr�ct Documents, and prior to starting the Work. 2.OS Preconstruction Conference Before any Work at the Site is stdrted, the Contract�r sha11 attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeiing Contractor may not mobilize any equipment, materials or resources to the Site p�ior ta Contractor attending the Pubiic Meeting as scheduled by the Ciry. 2.p7 Initial Acceptance of 5chedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specificatian as provided in the Contract Documents. ARTICLE 3— C01�1TRACT DOCUMEI�fTS: Ill�TE1�iT, A1VIEl�iDI1�iG, REU�E 3.01 Intent A. T'he Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Con�ract Documents to describe a fiinctionally complete pro�}ect (or part thereo� to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Docurnents or from prevailing custom or trade usage as b�iag� a��d�nal �ost to C'rty, dicated result will be pro�ided whether or not specifically called fa , C. Clarifications and interpretations of the Contract Documents shall be issueci by City. D. The Specifications may vary in form, format arid style. Some Specification sectians may be written in varying degrees of streamlined or declarati�e style and some sections may be relatively naxrative by cornparison. Omission of such words and phrases as "the Contractor shail," "in conformity wir11," "as shown," or "as specified" are intentianal in streamlined sections. Omitted worcis 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 for�nat of the C1T'Y OF FORT WORTH STANDARi� CONSTR[3C'I'ION SPECIFICATI03�I DOCUMENTS Revision: Ma�h9,2020 0072W-1 GENERAL CONDITIONS Page 9 of 63 sectian. 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 und ri� te�sewhere within eac hSpecificat on Sections include but are not necessarily linvted to: a section is provided as an aid and convenience to �eible oacoord nate the ent re Work under the the cross re ferenci�g p r a v i d e d a n d s h a l l b e r e s p o n s Contract Documents and provide a camplete Project whether or nat the cross re ferencing is provided in each section or whether or not the cross referencing is complete. 3,02 Reference Standards � A. Standards, Specificaiions, Codes, Laws, and Regulations 1. Reference to sta�ndards, specifications, manuals, or codes of any technical society, organization, or associatian, or to Laws or Regulations, Whe�� ode or Laws o bRegulations bn ef ect atlthe shall mean the standard, specification, manual, c > time of opening of Sids {or on the Ef%ctive Dat e C ntract�Do ume Cs here were no Bids), except as may be ot41erwise specifically stated in th 2. Na prvvision of any such standard, specification,r �aonsibi t es of C'rty�Contrac orflor�anY Supplier, shall be effecrive to cha�ge the duties or p of their subcontractors, consultants, agents, ar emplayees, firom those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, ar any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority ta supervise or direct the perfo Qvis ons of the Contract Documents thority to undertake responsibility inconsistent with the p 3.03 Reporting and Resolving Discrepancaes A. Reporting Discrepancies: 1. Contr�ctor's Review of Contract Dacuments Before �i cp� W��e ontr ct Documen�ts and part of the Work, Con�ractor shall carefully study an P check and verify pertinent figures therein against al1 applicable field measurements and conditions. Contractor sha11 prnmptly report � nasl a�Ctual knowledge ofc and shall obt�aint�a or discrepancy which Contractor discavers, or written interpretation or clarification from City before praceeding with any Work affected thereby. 2. Contractor's Review of Cantract Documents Durin onfl�t, e or, arnb � Y� °�da� p� y performance of the Wnrk, Contractor discovers any a licable within the Contract Documents, or between the Coniract Documents and (a� �' struction of Law or Regulation ,(b) any standard, specification, manual, or code, or {c} y any Supplier, then Co�tractor 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 C1TY OF FQRT W ORTH STAIVDARII CONSTRUCTION SPECIFICA'i'ION DOC[TMENTS Revision: Ma�9,202Q 00 72 00 - 1 GEIVERAL CONDITIONS Page 14 of 63 6.17.A) until an amendment or supplement to one of the methads indicated in Paragraph 3.04. 3.04 the Contract Documents has been issued by 3. Contractor shall not be liabie to City for f�s Con�ac a� had actual knov►'ledge th be fity, ar discrepancy in the Con�ract Documents unle 1. Except as may be otherwise specifically stated in the Contract Docurnents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambignity, or discrepancy between the provisions of the � o� f� ��pP1neX �whetr�ier or�not spec f cally stan dar d, spec i� i c a t i o n, m a n u a l, o r t h e i n s t r u Y incorporated by reference in the Contract Documents). 2, In case af discrepancies, figured dimensians shall govern over scaled dimensions, Plans shall govern over Specificatians, Supplementary Conditions shall go�ern over General Conditions and Specifications, and quantities sf�own on the Plans shall govern over �hose shawn in the proposal. B. Resolving Discrepancies: Amending and Supplementing Contract Documents A. The Contract Documents may be�a o a do�° ��TeQf by a C hnge�0 deer.��ns, the Work or to modify the term and revisions in B, The requirements of the Contract Documents may Contract Pr ctedor Contract T me�may be deviations m the Work not involving a change in 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 Paragrapn 6•1$•C); or 3. City's written interpretation or clarification. 3.05 Reuse of Docurnents A. Contractor and any Subcontractor or Supplier shall not: ]. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies af any therea� prepared by or bearing the seal of Engineer, including electronic media editians; or 2, reuse any such Drawings, Specificatians, other documents, or copies thereof o� extensions af the Project or any ather project without written consent of City and specific written verification ar adaptation by Engineer. CTiY OP FORT WRRTH STANDARD CbNSTRUCTION SYECSFiCAT10N DOCUMEidTS Revision: Ma�h 9, 2D1A oa �z oo - i GENERAL CONDIT10iVS Page 11 of 63 3.Ob B. 'The prohibitions of this Paragraph 3.05 will s or from re�tai ng tcopiese ofl the Contract Contract. Nothing herein shall preclude Contrac Documents far record purposes. Electronic Data � : Unless otherwise stated in the Suppiementaty Conditions, the data furnished by City or Engineer that may be relied upon are limited to the to Contractor, or by Contractor to City or Engineer, printed co�ies included in the Contract Docume ot�_1 ne elect anic do ument man ge enttand Specifications referenced and located on the City s ra �yacs, or other types collaboration systern site. Files in electronic media format of text�,ri atconclusion or information are furnished only for the convenience of the receiving party• Y obtained or derived from such electronic files e51�e hard opies govern k. If there is a discrepancy between the electronic files and the hard cop� , �e� transferring documents in electronic media fortnat, the transferring party makes no representations as to long term comparibility, usabilsYstems,aor co put r�hardware differing from the use of software applicatian packages, operating y those used by the data's creator. ARTICLE 4— AVAILASILITY OF LAI�D�; �UBSURFACE AI�D PHYSICAL COI�TDITIOI�S; HAZARDOUS E1�TVIR�I�E�TAL COI�DITIOl�i�; REFER�NCE POII�3TS 4.01 Avaidability of Lands A. City shall furnish the Site. City shall notify Contractor e f� � Y� � Which Cantractor�must comply general applicakion but speciiically related to use of th in pez-foiming the Work. City will obta�n in a hil tle xnanner and pay for easements for pertnanent structures ar permanent changes in existmg fac 1. The City has obtained or anticipates acquisition of andlor access to right-o� way, a�dlor easements. Any outstanding right-of-way �d��X ��menta ts Cand ri nsatThe ProJ ct S�hedule accordance with the schedule set forth in the Supp X5' subrnitted by the Contractor i� accordance with the Contract Documents must consider any outstanding right-of-way, andlar easements. 2. The City has or anticipates removing andlor reies orl obstruct on � a t c p ted n accordance Any outstan ding r e r n o v a l o r r e l o c a t � o n o f u t i h t with the schedule set forth in the Supplementary CDo ����t �ust �on ider�any out arnd ng by the Contractor in accordance with the Contract utilities or obsrructions to be remo�+ed, adjusted, andlar relocated by others. B. Upon reasonable written request, City shall fnrnish Contractor with a current statement of record legal title and legal descriptaon af the lands upon which Che Work is to be performed. CiTY R�' FORT WORTH STANDAI7D CONSTRUCTION SPECffjICATION DOCUMEi�1T'S Revision_ Ma�;9.20�1 00 �z oo - i GENERAL CONaITIONS Page ] 2 of 63 C. Contractor shall provide far ali additional lands and ent ss thereto that may be required for canstrucrion facilities or storage of materials and equipm 4.Q2 Subsurface and Physical Canditions A. Reports and Drawings: The Supplementary Conditians identify: 1. those reports lrnown to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical ound Fac lities) tl�g t4 e�lst�ng surface or subsurface st�ructures at the Site (except Undergr B. Limited Reiiance by Cantractor� on Technical Data AuthrtS i�n ' d aw'ingst but such 1 eports a d accuracy of the "techmcai data contained in such repo drawings are nat Contract Documents. Such "tec c�1Cla�m a" ain s C1tYle°Tl �Y °f tl'e r off' cers Conditions. Contractor may not malce anY Cantra g directors, members, partners, employees, agents, consultants, or subcontractars with respect ta: 1. the completeness of such reports and drawings fo� chn�ues�rsequenc�ess�and�procedures of limited ta, any aspects of the means, methods, q construction to be employed by Contractar, and safety precautions and programs zncident thereto; or 2, other data, interpretations, opinions, and informatian contained in such reports or shown or indicated in such drawings; ar 3. any Contractor interpretation of or conclusion drawn from any "technicai data" or any such other data, interpretations, opinions, or informat�on. 4.03 Differing Subsurface or Physical Conditians A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or re�ealed either: 1, is of such a nature as to establish that any "technicalura e•' or W�ich Contractor is ent�tled to rely as provided in Paragraph 4.02 is materially �nacc � 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that si�own ar indicated in the Contract Documents; or 4, is of an unusuat nature, and differs materially from��o ad�e on � or ��£o e�� �het C�t a c generally recognize d as i n h e r e n t i n w o r k o f t t� e c P Documents; C1T`Y OF FORT WOItTH STANDARD CONSTRLTCTION SPECIPICATION DdCLTMEN'C5 Revisio�: 6VIaz�h 9.2020 0o ya oo -1 C',ENERAL CONDITIONS Page t3 of 63 4.04 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or �erfornvng i� Cw°i� writing about uch ondit ane�t in an emergency as required by Paragraph 6.17.A), nat y y �ontractor shal] not be entitled to any adjustment in r1�e Contract Price or Cantract Time if: Contractor knew of the existence of such conditio�n�s Co tra t T me by thesubrnssion of a commitment ta City with respect to Contract Price Bid or becoming bound under a negotiated contract; or tt�e existence of such condition could reasonably have been discovered or revealed as a result of the examinatian of the Contract Documents or the Site; or B. Possible Price and Time Adjustments 1 2. 3. Contractor failed to give the written notice as required by Paragraph 4.D3.A. Underground Facilities A. Shown or Indicated: The information and d5 a s° ont �unu ito th Site�is based on D ormation with respect to exisking Underground Facihtie � and data furnished to City or Engineer by the owners °£ r vided nd the Su plementary including City, or by others. Unless it is otherwise expressly p Conditions: City and Engineer shall not be responsible for the accuracy or completeness of any such informa�ion or data pro�ided by others; and the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: 1 2. a. reviewing and checking al� such information and data; b. locating all Underground Facilz�ies shown vr indicated in the Contract Documents; c. coordination and adjustment of the Work ��h the owners of such Underground Facilities, mcluding City, during canstruction, a d. the safety and pratection of all such Underground Facilities and repairing any damage thereto resulting from the Work. E. Not Shown or Indicated: 1, If an Underground Facility which conflicts �o��i d catedkor nat hown or nd cat d with contiguous to the Site which was not shown rom tl after becaming reasonabie accuracy in the Contract Documents, Contractar shall, p p Y aware thereof and before further disturbing conditions affected thereby or performing any C1TY OF FORT WORTFi gTA1�iDARi? CONSTRUCTION SPECIFICATIbN AOCiJMEN'C5 Revision: Ma�9, 2(120 00 72 00 - 1 GENERAL COND{�kpNS Page 14 of 63 2. 3 Work in connection rllerewith (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 Unn �� Cont act 1Dac mentst to reflecteand document �the which a change may be requtred consequences of the e�cistence or location of the Underground Facility. Contractor shall be responsible for the safety and protectian of such discovered Underground Facility. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. Verification af 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 constructian, vvnich in City's judgrrient are necessary to enable Contractor to praceed with the Work. City will provide construction stakes or other customary method of marl�ng to establish line and grades for roadway and utility canstruction, centerlines and benc�marks for bridgework. Cantractor shall protect and preserve the established reference points and praperty monuments, and shall make no changes or relocations. Contractor shall report ta City whenever any re�erence point or property monument is last or destroyed or requires relocation because of necessary changes in grades or locations. The City sha11 be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. Tne Contractor shall notify City in advance and with sufficient time to a�oid delays. B. Whenever, in the opinion of the City, any feference point or monument has been carelessly ar willfully destroyed, disturbed, or removed by the Contractor or any of his e►nployees, the iu11 cost for replacing such points plus 25% will be charged against the Contractor, and the full arnount will be deducted from paynrient due the Contractor. 4.06 Hazardous Environmental Conclition at Site A. Reports and Drawings: T'l�e Supplementary Conditians identify those reports and drawings known to City relating to Hazardous Environmental Condirions that have been identified at the Site. B. Limited Reliance by Caniraetor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and dra�vings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Cantractor rnay not rnake any e�s con ultantsaortsub ontra�ctars with respect ��ers, directors, members, partners, employees, ag , L the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methads, techniques, sequences and proeedures of C1TY OF FORT WORTTrI STANDt1RD COAfSTRUCTION SPECIFICATIbN DOC[J3VIEN'I'S Revision: Nia��h 9,2{71Q 00 72 00 - 1 CENERAL CONDiTIONS Page 15 of 63 consts-uction to be employed by Contractvr and safery precautions and programs incid�nt thereto; or 2. other data, interpretations, opinions and inforrnation contained in such reports or shown ar 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 infarmation. G Con�ractor shall not be respansible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or 5pecifications or identified ir� the Contract Documents ta be within the sco pe�oW � an rkmaterials br ught to Sthe St�e by a Hazardous Environmental Condition creat Y Contractor, Subcontractors, Suppliers, or anyone else for wham Contractor is responsible. D. If Contractor encouniers a Hazardous Envirflnmental Conditian or if Contractor or anyone for whorn Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i} secure or otherwise isolate such candi�ion; (ii) stop all Work in cannection with such condition and in any area affected thereby (except in an ernergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter coniirm such notice in writing). City may consider the necessiry to retain a qualiiied expert to evaluate such condition or take corrective action, if any. E. Conrractor shall not be required to resume Work in connection with such condition or in a�y 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 ar 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 t� resume such Work under such special cvnditions, then C�ty may order the portion of the Work that is in the area affected by such condition to be deleted fram the Work. City may have such deleted portion of tlie Wark performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hald h�rmless City, fr'am and against all claims, costs, dosses, and damages (including but not limited ta ald fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolutian costs) arising out of or relating ta a Hazardous Environmental Condition created by Contractor or by anyane for whom Contractar is respansibde. Nothing in this Paragraph 4.06.G shall abligate Contractor to indemnify any individual or entity from and against the con�equences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, �.03, and 4.Q4 do not app1Y to a Hazardous Environmental Condi�ion uncovered or revealed at i�he Site. CI'I'Y OF FORT WORTH STANDARU CONSTRUCTION 5PECIFICATTOIV AOCUMENTS Revision: Marr3i 9, 2�p1A 00 �z oo - i GENERAL C�NDIT10N5 Page 16 of 63 ARTICLE � — g��� A� ��5URAli10E 5.01 Licensed Sureties a�acl Insurers All bonds and insnrance required by the Contract Documents to be purchased and maintai.ned by Contractor shall be obtained from surety ar insurance companies that are duly licensed or autharized 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 snch additional requirements and qua�ificatians as may be provided in the Supplementary Conditions. 5.02 Performdnce, Payment, and Maintenance Bor�d.r A. Cantractor shall furnish performaxice and payrnent bonds, in accordar�ce with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to ihe Contract Price as security for the faithful perfarmance a�d payment of all oi 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 i� any portion of the Worked�es after fihe date of Final Documents. Maintenance bonds shall remain in effect for two (2) y 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 57Q (amended) by the Financial Management Service, Sureiry Bond Branch, U.S. Deparkment of the Treasury. A11 bonds signed by an agent or attomey-in-fact must be accompanied by a sealed and dated power of attorney which shall show �hat 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 banlcrupt or becomes insol�ent or its right to do business is terminated in the State of Texas or �t ceases to meet the requirements of Paragraph 5.02.C, Consractor sha11 promptly notify City and shall, within 30 days after the event giving rise to such notification, pro�ide ar�ather bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5,p3 Certificates af Insurance Contractar shall deliver ta City, with copies to each additional insured and loss payee identified in the Supplementiary Conditions, certificates of insurance (other evidence af insurance requested by City or any other addiiional insured) in at least the rninimurn amount as specif'xed in the Supplementary Conditions which Contractor is required to purchase and maintain. 1, The certificate of insura�ce shall document the City, and all identified entiries named in the Supplementary Conditaans as "Additional Insured" on all liabiliiy policies. CTPY OF FORT WORTf3 STANDARD CONSTRUCTION 3PECff'ICA'I'iQ3�I DOCUMENTS Revision: M�9, 202� 00 72 04 - l GEN�RAL CONI7ITIONS Page 17 of G3 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endarsement, which shall be identified in r11e certificate of insuranc� provided to the City. 3. The certificate sha11 be signed by an agent authorizeu a� �1 carrperenames as 1 sted n�the current be complete in its entirety, and show complete �ns A.M. Best Property & Casualty Guide Q�. Ttie insurers for a11 policies must be licensed andlor approved to do business in the State of Texas. Except for workers' compensation, all insurers must ha�e a minimum rating of A-: VII in the current A. M. Best I�ey Rating Guide or have reasonably equivalent %nancial s�rength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval af 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 a11 rights of subragation against i�he Engineer (if applicable}, and each additional insured identified in the Supplementary Conditians (. Failure of the City to demand such certificates o��en� �e�'a deficiencylfrom evidence thaths insurance requirements or failure of the City t Y provided shall not be canstrued as a waiver of Contractar's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limi�s, an Umbrella ar Excess Liability insurance for any differences is required. Excess Liability shall fallow form of the primary co�erage. 8. Unless otherwise stated, all required insurance S thebetr acrive date shall be co nci�ent'witii coverage is underwritten on a claims made basis, 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. 'f`�e ins e�scfollowi geF nal� be maintained for the durakion of the Contract and for three {3) y Acceptance provided under the Contract Documents or for r11e warrantY pe�iad� r'�'hicl�ever is longer. An annual certificate of insurance submitted to the Ciry shall evidence such insurance coverage. 9. Palicies shall have na exclusions by endorsemeo� �a'id c ve age unle sl such endorsements required lines of coverage, nor decrease the hrru are approved in writing by the City. �n �he event a Conlract has been bid or executed and tl�e exclusions are determined to be unacceptable or the Ciry desires additional insurance coverage, and the City desires the cantractor/engineer to o�a��ional co�+erage �lus l��ntract price shall be adjusted by the cost of the premium for such a 10. Any self-insured retention {SIR), in enc ess�o�fs $o ���� �ue and�stn kholders equ ty In coverage shall be approved by the City � CCI`Y O�' FORT WORTH STANDARD CONSTi2UC'CION 5PECIFICATiOi�I DOCUMENTS Revision: Ma�9, 2020 4D 72 00 - L CENERAL CONDk�lO1VS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. deductible in excess of $5,000.00, for any poli�Y that does not provide coverage on a � 1•�y roved b the City. firs�-dollar basis, must be acceptable ta and app Y ] 2. City, at its sole discretion, reserves the right to res iand ihe r 1 mits�when deemed necessary rnake reasonable adjustments to insurance coverage and prudent by the City based upon ehanges in statut �p �� C��y �e City shall b requ r d history of the in dus tr y as w e l l a s o f t h e c o n t r a c t t n g p a rt y to provide priar notice of 90 days, and the insurance adjushnents shall be incorporate d m to t he Work by Change Order. 13. City shall be entitled, upor� written request and with� bl X�e �est for deletion or e�ps o1nlor and endorsements thereto and may make anY reaso � modifications of partieular policy terms, cond'iu eme ts1of the Conkractc Del ti ons, re�i ons conform the policy and endorsements to the req rovisions are established by law ar or modiiications shall not be required where policy p regulations binding upon either party or the underwriter an any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.0� Contractor's Insurance A. Workers Compensatiorc and Emplayers' Liability. Contracneiits ontlined n the Texas Workers' insurance coverage with limits cansistent with statutary be Ch. 406 as amended), and min��um limits for Employers' Compensation Act (Texas Labor Code, , Liability as is appropriate for the Wa�'� being performed o traCW z sprerfarmance of the Work and set forth below which may arise out of or result from C P Contractor's other obligations under the Contract Docurrz� c�� o�e���e tly e p� ye� bY��Y °� Contractor, any Subcontractor or Supplier, ar by anyone d y 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, ar death of Cantractor's employees. B. Comrraerciad General Liability. Coverage shall include b 510 erations�independ nt contractors, (bodily injury or property damage) arising frorn: premis p praductslc�mpleted aperations, personal injury, and�i rehensuv das the1current Insurance Services shall be provided on an occurrence basis, and�p yco p i�s���c� �,ith respect to any other O�fice (ISO) policy. This insurance shall a 1 as rimary CTI'Y OF FORT W ORTH STAj�lbART] CONSTRUCTION SPECiFICATION AOCiIMEr1TS Revision: MaiG1�9,2{�10 00 �a oo - � GENERAL CdND1TlONS Page 19 of 53 Cr 0 E. insurance or self-insurance programs afforded to ha� �Ci �Y1� '11 e� f��� pre es s operatons, policy, sha11 ha�e na exclusions by endorsements t productsJcompleted operations, coni�ractual, personal injury, or advertising injury, wh�ch are nortnally cantained with the policy, unless the City appraves such exclusions in writing. For construction prajects that present a substantial completed operation exposure, the City may require the cantractor to maintain completed ape etio o� t yf gden�ified the Supplernentary �yfe� (3) yearrs following the complet�on of th p � i Conditions). Autamobile Liability. A commercial business auto p� �o ideaindemnt y forecla ms farndam ges defined as autos owned, hired and n�n owned and p because bodily injury or deatli of any person and or property damage arising ou� af the work, xnaintenance or use of any motor vehicle by the Coetria��torerform any ofthe�Work, a by anyone anyone directly or indirectly employed by any of th p for whose acts any of them may be liable. Railroad Pratective Liability. �f any of the work or �Y� h�'requ �rements li� n fied mn Sthe railroad right-of-way, the Contractor shai1 comply Supplementary �onditions. Noti�catian of �olicy Caraceilation: Contractor sha11 s om wo kl ntil replacement ns ancle has or other lass af insurance coverage. Contractor sh p been procured. There sha11 be no time credit far days not worked pursuant to this sectian. 5,fl� Acceptance af Bonds and Insurance; Optio�a to Replace If City has any objection to the coverage afforded by o�oTt�n �p ardance wi h Arto1e 5 on t1�e bas s required to be purchased and maintained �Y �e Contrac of non-conformance with the Contract Docum ���ca es ortoiher lev dence�reque t d)trContr ctor shall within 10 Business Days after receipt of the cert � pravide to the City such additional information ��r ma ntain all of the bands and insurance required reasonably request. If Contractor does not purchas by the Contract Dacuments, the City shall notify the Contractor �n writing af such failure pnar to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — C01�1T12ACTOR'S RE�P�NSIBIL�TIES 6.01 Supervisian and Superintendence Contractor sha11 supervise, inspect, and direct the � e�ise as� ay be ece s�ary to�perform the such attentian thereto and applying such skills and p Work in accordance with r11e Contract Documenis. Ces of construcit an salely responsible for the means, methods, techniques, sequences, and procedur A. C1TY QF FORT WORTH STANDARD CONSTRLjCTION 5PECIFiCATIaN DOCiJMBI�FT'S Revision: Maz�h 9, 2020 00 �z oo - i GENERAL COfVD1TIONS Page 20 of 63 B. At all �imes during the progress of the Wor�, Contractor sha11 assign a campetent, English- speaking, Superintendent wha shall not be replaced withou� written notice to City. The Superintendent will be Contractor's representative at the Site and shall have autharity to act on behalf af Cantractor. All communication given to or received from the Superintendent shall be binding on Cantractor. C. Contractar shall notify the City 24 hours prior to moving areas during the sequence oi cons�ruction. 6.02 I.abor; Warking Haurs 6.03 A. Contractor shall provide competent, required Uy the Con�ract Documents. order at the Site. sui�ably qualified personnel to perform construction as Contractor sha11 at all times maantain goad discipline and B. Except as otherwise required for ttie safety or protectaon of persons or the Work or property at the 5ite or adjacent thereto, and except as otherwise stated in the Contract Documents, all Wark at the Site sha11 be performed during Regu in Hours or for rWeek nd cWorking Hours w thout pe r formanc e o f W o r k b e y o n d R e g u l a r W o r k g � � le t�er vr Ci ty's written consent (which will not be unreasonabiy withheld . Written re uest ( by electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by naon at least two (2) Susiness Days prior 2. %r Weekend Working Hours request must be mac�e by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume fu11 respo�sibility for all services, materials, equipment,labor, transportation, conskruction equipment and machinery, toals, appliances, fuel, power, light, �eat, telephane, water, sa�itary facilities, temporary facilities, and a11 ather 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, sha11 be of good qualiiy a�d new, except as oiche � lecifi ationsshall e pr�essly run fio the benef'it special warranties and guarantees required by th p of City. If required by City, Cantractor shall �lm terials and equipment (�ncluding reports of requ�red tests) as to the source, kind, and quahty Services, Materials, and Equipment C1TY OF FORT WORTfi STANDARD CbNS'i'RUCI'iON SPECIFICATION DOCUMENTS Revision: Ma1ch9,2D20 00 �z oo - i G�NERAL CONDITIONS Page 21 af 63 \ ■ � � 1 ~ C. All materials and equipment to be incorporated into the Work shall be stared, applied, installed, connected, erected, protected, used, cleaned, and conditianed in accordance with instructians of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incarporated inta the Work sha1l be the latest model at the time af bid, unless otherwise speciiied. Project Schedule Contractar sha11 acihere to the Project Schedule established in accordance with Paragraph and the General Requirements as it may be adjusted from time to time as provided below. C� Z.a� 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.�7 and the General Requirements) propased 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 appiicable thereto. 2. Contractor sha11 submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accardance with the schedule specification 01 3216. 3. Proposed adjustments in the Project Schedule that will submitted in accordance with r1�e req,uirements of Articl may only be made by a Change Order. Substitutes and "�p-Equals" change the Contract Time shall be e 12. Adjustments in Contract Time E1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item ar the name of a particular Supplier, the specificatian 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 permitt unc�erhthe1c rTcumstances des� ib d be o�,vt of other Suppliers may be submi.tted to C�ty far review 1. "Or-Equal" Items: Ii in City's sole discretion an item of material or equipment proposed by Contractor is fiinctionally equal to that named and sufficiently similar so t1�a� 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 af the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approvai of proposed substitute items. For the puiposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials strength, and design characteristics; of construction, quality, durability, appearance, C1TY OF FORT WORTH STANDARD CONSTRUCI'�OIV SPECIFIGATI03r[ DOCUMENTS Revision: iVlaicl� 9, 202fl 06 72 00 - 1 GENERAL CONDITkONS 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 funcrioning whole; and 3} it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorparated into the Work: 1) there wi11 be no increase in cost to the City or increase in Contract Time; and 2) it will confarm substantially to the detailed requirements of the item natned in the Contract Documents. 2. Substitr.�te Items: a. If in City's sole discretion an item of materiai 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 propased 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 Ci1Gy from anyone other than Cantractor. c. Contractor shall make written applicatioo � eeks t� furn sh or u er Thee pplc at on hall of material or equipment that Contrac comply with Section O1 25 00 anc3: 1} shall certify that the proposed substitute item will: a) perform adequately the fu�ctians and achieve the results called far l�y 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) 1�he extent, if any, to which ihe use of the proposed substitute item will prejudice Contractor's achieaement of final campletion on time; b) whether use of the proposed substitute item in the Work wi11 require a change in any of khe Cantrac� Docu Qnt�� ° P o ect)pto�ad pt the d s g� t�the proposed with City for other wark J subsritute item; C1TY OF FbRT W OATH STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS Revision: Maceh9.2020 04 72 0[} - I GENERAL CQNDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Wark is subject to payment of any license fee or royalty; and 3) wi11 identify: a} all variations of the proposed substitute item from that specified; b} a�ailable engineering, sales, maintenance, repair, and replacement services; and 4) sha11 contain an itemized estimate of all costs ar credits that will result directly or indirectly from use of such subsritute item, including c�sts of redesign and Damage Claims of other contractors af%cted by any resultir�g change. B. Substitute Construction Methads or Procedures: If a speciiic 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 a11ow C�ty, in City's sole discrerian, to deternline that the substitute proposed 'zs equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the sarne manner as those provided in Paragraph 6.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposai or submittal made pursuant to Paragraphs 6.OS.A ar►d 6.OS.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 ardered, 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 Cantractor'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 errcployed by rhem , ft-orax and against any and aIl claims, damages, Iosses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. Ciry's Cost Reimbursement: City will record Ciry's costs in evaluating a substitute praposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6AS.B. Wherl�er or not City approves a substitute so proposed ar submitted by Contractor, Contractar 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 ihe 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. Cf['Y OF FORT WbRTH STANDARl7 CONSTRUCTION SPECIP[CATIbN DbCUMENTS Revision: Ma�9,2020 ao �z oo - � GEN�RAL CONDITIONS Page 24 of 63 .1• G. City 5ubstitute Reimbursement: Costs (savings ar charges} atkributable to acceptance af a substitute snall be incorporated to the Contracfi by Change Order. H. Time Extensions: No adciitianal rime will be granted for substitutions. Concerning Subcontractors, Suppriers, and Others Contractor shall perform with his own organization,r ved b f the C y. npt less than 35% of the value em brace d on t he C o n tr a c t, u n l e s s o t h e r w i s e a p p Y Contractor shall not employ any Subcontractor, Supp�ier, or other individual or entity, whether initially or as a replacement, against whom City may haar othe�nndivi ual o r nrity to furnish olr not be required ta empioy any 5ubcontractor, Supplier, perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). The City may from tirne to time require the use of certain Subcontractars, Suppliers, or other individuals or entities on the project, and will pro�ide such requirements in th� Supplementary Conditions. Minority Business Enterprise Compliance: It is City �p�h� yro�urement of goods�and services participatian by Minority Business Enterprises (MBE) p on a contractual basis. If the Cantract Dacuments pravide for a MBE g��he fQllowin �S zequlred to comply with the intent of the City's MBE Ordinance (as amended} by �� 1. Cpntractor shall, upon request by City, providect andleae ment �hereforinformation regarding actual work perfot-rr►ed by a MBE or� the Contra p Y 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change oe�Wi� the pro eduresaoutlirsed inhthe Contract and may result in debarment �n accordan Ordinance. /� : C � 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 far ternninatian of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on fiYture contracts with the City for a period of nat Iess than three years. E. Contractor shall be fully responsible to �s y e��a�n�ti o�r°i hing nany of �heu�No k�ust as Suppliers, and other individuals or entit� p � Contractor is respansible for Contractor's own acts and omissions. Nothing m the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRi3GTiON SPECT�ICATION DOC[JIv��NTB Revision: IVIa►x:h 9, 20'2D oo�zoo-i Ca�NERAL CONDITIQNS Page 25 of 63 1. shall create for the bene�t of any such Subcontractor, Supplier, pr other individue °�� t�er any contractual relationship between City and any such Subcontractor, Supp � individual ar entity; nar 2, sha11 create any obligation on the part of City to pay or to see to the payment of �Y��°se be due any such Subcontractor, Supplier, or ather individual or entity except as may required by Laws and Regulations. E Contractor shall be solely responsible for schedu�li�ng �or �ishing y of th�e Work under a dir�ect Suppliers, and other individuals or enhties p � or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall cammunicate with City thraugh Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier wi11 be pursuani to an appropriate agreement between Contractor and ��licable t rms �and condit ons of the Contract binds the Subcontractor or Supplier to the app Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with al� requirements of Chapter 2258, Texas Government Code (as amend� Fort �orthgo be the preva 1 ng wage ates in rates determmed by the City Council of the Crty o accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for VioIation. A Contractor or any Sob�e Cact $6Q for�each worker e ployed for eagh shall, upan demand made by the C�ty, pay h' caiendar day or part of the day that the worker is paid aened b t1�e C ty tol o�ffset�t rad�run ptrati e in these contract documents. This penalty shall be ret y costs, pursuant to Texas Government Code 2258•023• C. Complaints of VioIations and City Determination °� alle ed v olaot oneofp2258 023�Texas including a cornplaint by a worker, concemi g � Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date thc� a ze The City shal notif}'� n�'�'�wn�t�e good cause exists to believe that the v�oiation oc Contractor or Subcontractor and any affected worke�e Cont atcto rore Subcontrac op has vi lat 'd determination that there is good cause to beheve Chapter 225$, the City shall retain the full amounts claimed by the claimat�t 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 deternvnatian of the violation. C1TY DF FORT WORTH STANDARD CbNSTRLiCT[ON SPECIFICA'P10N �OCUMEN'I'S Revision: Ma�h 9, 2�d0 ao �z oo - i {',EN�RAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resoived. An issue relating to an alleged violatian of Section 2258.023, Texas Goverr�ment Code, including cordancte w th the Texas Gene alaArb trat on Act shall be submitted ta binding arbitrat�on m a (Article 224 et seq., Revised Statutes} if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreemenl� 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 l lth day after the date that arbitrarion is required, a district caurt shall appoint an arbitrator on the petition of any of the persons. The City is not a party in tfle arbirrat�on. The decision and award �� ct on��ator is final and binding an al� parties and may be enforced in any court of com�etent � E. Records to be Maintained. The Contractor and eak ma ntain records h1at�how () he ntame and years fo llowmg t h e d a t e o f a c c e p t a n c e o f t h e w o r , occupation of each warker employed by the Contractor in the construction of �he Wor k provi de d far in this Contract; and (u} the actual per diem wages paid to each worker. 1"he 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 periad, whichever is less, the Contractor shall submit an afiidavit stating that the Contractor has complied with the requirements of Chapter 225g, Texas Government Cade. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontrdctor Compliance. The Contrac�or shall include in its subcontracts arid/or sha11 otherwise require a11 of its Subcont�actors to comply with Paragraphs A through G above. 6,p8 Patent Fees and RoyaIties A. Contractor shall pay all license fees and rayalties and assume all costs incident to thg us � cess, performance of the Wor k or t he inc o r p o r a t i a n i n t h e Work of an y invention, desi n, p product, or device which is the subject of patent rights or copyrights held by others. If a particular invennon, design, process, praduct, or device is specified in the Contract Documents for use in the perfvrmance of the Wark and if, to the actual knowledge of City, its use is subject to patent nghts or copyrights calling far 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 abligations to pay for the use of said fees or royalties to others. � B. To the fullest extent permitted by Laws �� Re� �oases sand datmages (��luding but not �mited harmless City, from ar�d agar�st adl claams, casts, , to ail fees and charges o,f engineers, architects, attorneys, and other professionals and al1 court or arbitration ar other dispute resolution costs} arising out of or relating ta any infringement of patent rights ar copyrights incident to the use in the performance of the Work or resulting from CTCY OF FORT WORTH STANDARII CONSTFtilCTION SPECiF�CATION DOCUMEi�[TS lievision: Ma�h9,2020 00 �z oo - i GEN�RAL CONDITIONS Page 27 of 63 the incorporation in the Work af any invention, design, process, p�'�duct, or device not specified in the Contract Documents. b.09 Permits and Utilities A. Contractor obtained permits and licerases. Contractor sha11 obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Dacuments. City shall assist Contractor, when �ecessary, in abtaining such perrnits and licenses. Contractor shall pay all governmental charges and inspectian fees necessary far the prosecurion 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 b.09.B. City shall pay all charges of utility owners for connections for providing perrmanent service to the Wark. B. City abtained permits and dicenses. City wi11 obtain and pay for all permits and licenses as provided for in the Supplementary Conditians or Contract Documents. It will be the Contractor's responsibility to carry out the provisions o� the permit. If the Conrractor 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 followirig are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Cammission on Environmental Quality Pertnits 4. Railraad Company Permits C. �utstanding permits and dicenses. The City anticipates acquisition of andlor access to permits and licenses. Any outstanding pernuts and licenses are anticipated ta be acquired in accordance with the schedule set farth in the Supplement D cu e t� must onsodertany out tand ng perm�t the Contractor in accordance with the Contract and licenses. 6.10 Laws and Regulations A. Contractar sha11 give all notices required by and shall comply with al1 Laws and Regulations applicable to the perfozrnance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's campliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that rt is contrary to Laws or Regulations, Contractor shall bear a11 claims, costs, lasses, and damages (including but nat limited to all fees and charges of engineers, architects, attarneys, and other professionals and all C1TY OF FaRT WORTH STANDARD CONSTi2LTCTION SPECffjICA'�iON DOCUMEf�i'f'S Revision: Mac�1i9, 2020 00 �z oo - i CENERAL CONDITIONS Page 28 of 63 court or arbitration or ather c3ispnte resolution costs) arising out of or relating to such Wark. However, it shall not be Contractor's responsibi�ity to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor o� Conrractor's abligations under Parragraph 3.02. C. Changes in Laws or Regulations not �own at the tizn� of opening af Bids having an effect on the cost or time af �erformance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 7'axes A. On a contract awarded by the City, an organization which qualifies for exemption �ursuant to Texas Tax Code, Subchapter H, Sections 1S 1.3Q1-33S (as amended}, the Contractor may purchase, rent or lease all materiais, supplies and equipment used or consumed in the performance of this contract by issuing ta 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 af the tax shall be subject to and shall comply with the provision of State Camptroller's Ruling .011, and any other applicable rulings pertaining to the Te�as Tax Code, Subchapter H. B. Texas Tax permits and informarion may be obtained fram: i. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http'/lwww.windo�w.�ia�.ra� n-��iQ� -far�ns.html 6.12 Use of Site and Other Areas A, Limitation on Use af 5ite and Other Areas: 1. Contractor shall confine constz-uction equipment, the storage of materials and equiprnent, and the operations of workers to the Site and other areas permit�ed by Laws and Regulations, and shall not ur�'easonably encumber the Site and other areas with construcrion equipment or other materials or equipment. Contractor shall assume fiill responsibility for any damage to any such land or area, or to the owner or occupant thereof, or af any adjacent land or areas resulting from the perfornlance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying vn oQerations 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 a►-ea of the Site. C1TY OF FORT WORTH STANDARD CONSTRUC'i'jON SPECiFICATION DOCUMENTS Revision: Ma�h 9, 2D20 00 �2 00 - i 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, Cantractor 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, iosses, and damages arising out of or rerating to any claim or action, Iegal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance af the Work: During the progress of the Work Contractor shall keep the Site and ather areas free from accumulations of waste materials, r�bbish, 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 haurs 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 deiiciencies cited to the Contractor in the written notice {by letter or electronic communication}, and the costs of such direct acrion, plus 25 % of such costs, shall be deducted from the manies due ar to become due to the Contractor. D. Final Site Cleaning: Priar to Final Acceptance of the Work Co�tractor sha11 clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Wark Contractor shall remave firom the Site all tools, appliances, construction equipment and machinery, and surplus material�s and shall restore ta 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 s�resses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a plaee designated by the Contractar and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field �rders, and written interpretations and clarifications in good order and ar�notated to show changes made during canstruction. These recard documents tagether with all approved Sa�nples and a counterpart of all accepted Submittals will be a�ailable to City for reference. Upon completion of the Work, these record dacuments, any operation and maintena�ce manuals, and Submittals will be delivered to City prior to Fina1 Inspection. Contractor sha11 include accurate locations for buried and imbedded items. 6.1Q� Safety and Protection A. Cantractor shall be solely responsible for initiaring, m Such Ires nsib 1py do sgnatl rel eve precautivns and programs in connec�ion with the Work. p Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor far com�liance with applicable safety Laws and Regulations. Contractor shall CITy OF FORT VVORTH STANDARD CONSTRUCTjON SPECIFTCATTON DOCUMENTS Revision: Ma�h9,2(nA oa �z oo - i GENERAL CONDITIONS Page 30 of 63 take all necessary precautians for the safety of, and shall provide the necessary protecrion tb prevent damage, injury ar 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 Si�e; and 3. ather property at the Site ar adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, stnzctures, utilities, and Undergraund Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractar sha11 cornply with all applicable Laws and Regula�ions relating to the safety of persons or property, or ta the protection of persons or property from damage, injury, or loss; and shall erect and maintain all r�ecessary safeguards for such safety and protection. Contractor shall natify owners af 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, remaval, relocation, and replacement of their property. C. Contractor shail comply with the applicable requirements of City's safety programs, if any. D. Contractar shall in%rm City of the specific requirements of Contractor's safety program, �� �►y� with which City's employees and representa�ives must comply while at r1�e Site. E. All damage, injury, or loss to any propertY referred to in Paragraph 6.1�.A.2 or 6.14.A.3 caused, directly or indizectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirecNy emplbl �dh�a � be emed ed by Con a tor ��the Work, or anyone for whose acts any of them may be ha , F. Contx-actor's duties and responsibilities for safety and for protection of the Work shall continue until sueh rime as all the Work is completed and City has accepted the Work. 6.15 Safety Represeniative Contractor shall infozm City in writing of Contractor's designated safeiy representative at the Site. 6,16 Hazard Communication Programs Contractor shall be respansible for coordinating any exchange of material safety data sheets or oth�r hazard communication informatian required to be made available ta or exchanged between or among employers in accardance with Laws or Regulations. 6.17 Emergencies andlor Recti, fccation A. In emergencies affecting the sa%ty or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened darr�age, injury, or loss. Contractor shall give City prampt written notice if Contractor believes that any significant C1TY OF FORT WORTH STANDARD CQNSTRUCTION SPECiFICATION dOC[dMENI'S Revision: N1�h9,2420 00 72 00 - � G�NERAL CONDI710NS 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 Ciry determines ��t�se to s�uch an em� gency, a Change lOrder may because of the action taken by Contractor tn respo be issued. S. Should the Contractor fail to respond to a request from the City ta recrify any discrepancies, OT171S510I15, or cor�-ection necessary to conform with the requirements of the Contract Documents, the Ciiry shall give the Contractor written notice that such work ar changes are to be performed. The written notice sha11 direc� attention to the discrepant condition and request the Contractor to take remedial action ta co�'ect the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cau�e for nat taking the proper acrion, within 24 hours, the City may take such remedial acrion with Ciry forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial aciian, plus 25°Io, from any fiinds due or became due the Contractor on the Prdject. fi,18 Submittals A. ContY'actor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submi�tals (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 con�.plete with respect to quantities, dimensions, specified performance and design criteria, materia�s, and similar dai�a to show City the services, materials, and equipment Contractar praposes to provide and to enable City to review the informa�ion for the limited purposes required by Paragraph 6.1$.C. 3. Submittals submitted as herein pravid�l be exe�ut dt n conformity�with the Cont aet conformance with the design concept sh Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall nat excuse Contractar from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon�ed in the Co�tract Do ume ts� to conduct review or take responsive action may be so ident 6, Submit required number of Sarnples specified in the Specificatians. S lier, eriinent data such as catalog numbers, 7. Clearly identify each Sample as to material, upp p �he use for which intended and oxher data as City may require to enable City to review the submittal far the limited purposes reguired by Paragraph 6.18.C. C1TY OF FOItT WORT�-T STANDARD CO�i5TRUCTION SPECTFICATION DOC�.�MENI'S Revision: Nf�cl� 9, 2020 00 72 00 - 1 CaENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is reguired by �eSCev ew a d�ac eptance of the pertunent submittal�will be re1ated Work performed pnor to City at the sole expense and responsibiliiry of Cantractor. C. City's Review: 1. City will provide timely review of required 5ubmittals 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 wi11, after installatiQn or incarparation in the Work, conform to the information given i� the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Z. Crty's review and acceptance wi11 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 Cantract Documents} ar to safety precautions or programs incident thereto. The review and accep�ce of a separate item as such will not indicate a�proval of the assembly in which the item functions. 3. City's review a�d acceptance shall nat relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Cantractor has camplied with the require�r►ents of Section Ol �� t�o ther of in or�or ted�int or accompany ng the such variation by specific wr�tten nota Sub�nittal. City's review and acceptance sha11 not relieve Contractor from responsibility far complying with the requirements of the Contract Documents. �.19 Continuing the Wark Except as otherwise provicied, 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 rnay otherwise agree in r�vriting. 6.2a Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance wittl the Contract Documents and will not be defective. City and its officers, directors, members, partners, emplayees, agent�, consultants, and subcontractors shall be entitled t� rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, mociification, or improper maintenance or aperation by persons other than Contractor, Subcontractors, Suppliers, or any otlier individual or enrity for whom Contractor is responsible; or CITX bF FORT WOR"TH STAN�ARDCONSTRUCTION SPECIFICATION DOC[iMENTS Revision:lVlaiCli 9, � 00 �z oo - � GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractar's obligarion to perform and complete the Work in accordance with the Contract Documents shall be absolute. Nane of the following will consiitute an accegtance of Wark that is not in accordance with the Contract Documents or a release of Cont�'actor's abligation ta perform the Wark in accordance with the Contract Docuraents: 1. observations by City; 2, recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment relateci thereto by City; 4, use or occupancy af the Work or any part thereaf by City; 5. any review and acceptance oi a Submittal by City; 6, any inspection, test, or approval by others; or 7, any correction of defective Wark by City. D. The Contractor sha11 remedy any defects or damages in the Work and pay for any damagea o ather work or property resulting therefrom which shall appear within a period of two (2) y from the date of Final Acceptance af the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.8. The City will give norice of observed ciefects with reasonable prampts�ess. �.21 Indemniflcation A. Contractor covenants and agrees �o indemnify, hold harmless and de%nd, at its own expense, the City, its offlcers, servants and empioyees, from and a�ainst anY and all claims arisin� out af, or alleged to arise out of, the work and servi�es to be performed by the Contractor, ifis of�icexs, agents, employees, subcontractars, licenses or invitees under this Contract. THI� 1P�DEMl�T1FICATIOl�t PR VISI01�1 I5 SPECIFIC LLY �LTEl�1DED TO, _—� �_T-._. T.. t.,, r� . Y;�r•�r� nu punvN:� THAT AL� Y�l� 1 l� A � �l' 1' l�l� 11 1/ i+ a+ OR 50ME OF 1 i� DAIVYAGE� B I G SOUGHT WERE CAU�ED � WHOLE OR Ii� PART BY 1�TY ACT OMIS�ION OR 1�TEGL GEllTCE OF THE ITY. Th�s xndemnity provision is intended to include, without limitation, �ndemmty 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 off�cers, servants and employees, from and against any and all loss, damage or destruction of prope�rty oi the City, arisin� out of, ar aIIeged to arise out of, �he work and services to be performed by the Contractor, its officers, agents, empioyees, subcontractors, lieensees or in�itees under this Contract. T�� EI'Vi1�1�FICA I 1! PROVI5I011�TT I C1TY OF FOR'i' WORTH STAhIDARD CONSTRUCTION SPECIF�CATION DOC[IMENi'S Re�ision: M�h9,2d10 00 �z ao - i GENERAL CONDITiONS Page 34 of 63 SPECIFICALLY IRTTENDED TO OPERATE A BE EFFECTIV�EVE IF IT I5 ALLEGED OR P OVERT THAT ALL OR �OME OF THE DAIVIAUL�41iLi�t� �i�uisi� CA 5ED IIiT WH LE OR IllT PART BY Ali1Y A T OMISSIOl�i (� RT�'GLIGEI�TCE OF THE C� 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professiona] design services unless such services are specifically required by the Contract Documents for a portio� 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 professianal rela�ed to systems, materials ar equipment are speciixcally 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 professiona�, 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 campleteness of the services, certifications or approvals performed by such design professionals, provided City has speci�ed to Contractor performarice and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations a�d design drawings will be only for the limited purpose af checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings} will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audii A. The Contractor agrees that the City shall, until the expixation of three (3) years after final payrnent under this Contract, have access to and the right to exarnine and photocopy any directly pertinent books, documents, papers, and records of the Cantractor involving transactions relating to ihis Cantract. Contractor agrees that the City shall ha�e access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate arid appropriate work space in order to conciuct audits in compliance with the provisions of this Paragraph. The City shall give Con�ractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontz-acts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration af three (3) years after �inal payment under t1�is Contract, have access to and the right ia exa�nine and phatocopy any directly pertinent books, documents, papers, and records of such 5ubcontractor, involving transactions to the subcontract, and further, that City sha11 have access during Regular Working Hours to alI C1TY QF FORT WORTFI STANDARD CO�l57`R[lCTIQN SPEC¢'ICATION DOCi�MENT5 Revision: Ma�h 9,a020 oo �a oo - i GEN�RAL CDNDI710NS Page 35 af 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 ao o� �or the cost f the opies as fo laws at the rate pu 1'shed The City agrees to re�rnburse Contr in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsib�e 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 Federaj Transit Administration {FTA), without discriminating against any person in the United States on the basis of race, color, ar national arigin. B. Title VI, Civil Rights Act of �964 as amended: Contractor shall cornply wi�h the reguirements of the Act and the Regulations as iurther defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WOR� AT THE SITE 7.01 Related Work at Site A. City may perform other work �e a�� d�°ont acts therefokr,�or ha�e otheC ork perforzned by uti 1 ty City contractors, or through other owners. If snch other work is not noted in the Contract Docurzients, then written notice thereof will be given to Contractor prior to starting any such other work; anci B. Contractor sha11 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 cantractors, proper and safe access to the Site, provide a reasonable opportu�ity for the intraductian and storage of materials and equipment and the execution of such okher work, and properly coordinate the Work with theirs. Contractar shail 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. Contractar shall not endanger any work of others by cutting, excavanng, or otherwise altering such work; provided, hawever, that Contractor may cut or alter others' work with the written cansent of Ciry and the others whose work wili be affected. G If the proper execution or results of any part of Con�ractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and prompfily report to City in writing any delays, defects, or deiiciencies in such other work that render it unavailable ar unsuitable for the proper execution and results of Contractar's Work. Contractor's failure to so report will canstitute an acceptance of such other work as fit and proper for integration with Contractor's Wark except for latent de%cts in the work provided by others. CTi'Y OF FbI2T Wb'12TH STANDARD CONSTRUCTIdN SPSC�CATIOA! DOCLTNIENTS Revision: Mash 9.20?A 00 7a oo - � GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If Ciry intends to contract with athers for the performance of other work on the Project at the Site, the follawing will be set %rth in Supplementary Conditions: l, the individual or entiry who will have authority and responsibility for coordination of the activiries among the various contractors will be idenrified; 2. the specific matters to be covered by such authority and responsibiliry will be itemized; and 3. the extent of such authority and respansibilities will be provided. B. Unless atherwise provided in the Supplementary Condikions, City shall have autharity for such coordination. ARTICLE � — CITY'S RE�POIiTSIBILITIE� 8.01 Communicatians to Contractor Except as atherwise provided in the Supplernentary C�nditions, City shall issue al1 communications to Contractor. $.02 Fuf nish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay Whera Due City shall make pay;nents to Contractor in accordance with Article 14. g.�q� Lcands 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 4.45. Paragraph 4.02 refers to City's identifying and making availabie to Contractor copies af reports af explorations and tests of subsuz-face canditions and drawings of physical conditions relating to existing surface or subsnrface structures at or contiguous ta the Site that have been utilized by City in preparing r11e Con�ract Documents. 8.05 Change Orders City sha11 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 SPECIFTCATI03V DOCUMENTS Re�ision: Matxh9,201A Op 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 S.a7 �.imitation� on City's Itesponsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contrackor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions anc3 programs incident thereta, or for any failure of Cantractor ta camply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contrac�or's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicabie safety plat�s pursuant ta Paragraph 6.14. $.0$ Undisclosed �azardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.Q6. 8.09 Compliance with Safety Program While at the Site, City's emplayees and representatives shall comply with the specific applicable requirements of Cantractor's safety programs of which City has been i�formed pursuant ta Paragraph 614. ARTICLE 9— CITY'S OB�ERVATI01�1 STATUS DURIIi�G COli�STRUCTIOI�T 9.01 City's Project Manager City wi11 provide one or more Project Manager(s) during the construction period. The duties and responsibiliries and the lirnitations of authority of City's Project Manager during construction are set forth in the Con�'act Documents. 1'he City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make �isits to the Site at intervals appropriate to the various stages of construcfiion as City deems necessary in order ta observe the progress that has been made and the quality oi the various aspects of Contractar's executed Work. Based on information obtained during suc� visits and observations, City's Praject Manager will determine, in general, if the Work is proceeding in accordance with the Contract Docum�nts. City's Project Manager will not be required to mal�e exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's effnrts wil] be directed toward providing City a greater degree of confidence that the completed Wark will conform generally to the Contract Docunrients. B. City's Project Manager's visits and observaiions are subject to all the limitations on authority and responsibiliry in the Contract Documents incluriing those set forth in Paragraph 8.07. CI'i'Y OF FORT WORTH STANDARD CONSTi2UCTIDN SPECIF[CATIO�E DOCUMEIVTS iievision: Ma�h 9, 2020 04?2 00 - 1 GENEFiAL CONDITIO�JS Page 38 oY 63 9.D3 Authorized Variations in Wark City's Project Manager may authorize minor variations in the Work from the requirements of the Cantract Documents which do not involve an adjushnent in the Contract Price or the Contract Tirne 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 pex-form the Work involved promptly. 9.04 Rejecting Defective Work City wi11 have authority to reject Work which City's Praject Manager beiieves to be defective, or will not produce a completed Project that conforms to the Cantract Documer�ts or that will prejudice the integrity of the design concept of the com�leted Praject as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual yuantities and classificatians of Work performed. City's Project Manager will review with Contractor the preliminary determinations c�n such mat�ers before rende�ing a written recommendation. City's written decision wi11 be final (except as madified to reflect changed factual conditions or �nore accurate data). 9.06 Decisions on Requirements of Contract Documents andAceeptability of Work A. City will be the initial interpreter of the requirernents 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 wiU be fina� and binding on the Contractor, subject to the provisions of Paragrapl� 10.06. ARTICLE 10 — CHA1�iGE5 IllT THE WORK; CLAIMS; EXTRA W�RK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without natice to any surety, City may, at any time ar from time to time, order Extra Work. Upo� notice of such Extra Work, Contractor shali 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 memarialized by a Change Ozder which may or may not precede an order of Extra work. B. For minor changes of Work not requiring cnanges to Contract Time or Contract Price, a Field Order may be issued by the City. C1TY OF FORT WORTH STANDARDC03�fSTRLiCTiON SPEC¢'ICATION DOCUMfiNTS Revision: Mairdi9,2ff10 p0�200- l GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Cantractor 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, n;iodified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph b.17. 10.03 Executio�a of Change Orders A. City ar�d Contractor sha11 execute appropriate Change Orders covering: 1. changes in the Work which are: (i} ordered by City pursuant to Paragraph 10.O1.A, (ii} required because of accep�ance of defective Work under Paragraph 13A8 or City's correction of defective Work under Paragraph 13.d9, or {iii) agreed to by the parties; 2. changes in the Contract Price or Cantract Time which are agreed ta 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 r11e wark 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 purs�ant to Paragraph 10.Q6. B. The Contractor shall furnish the City such installation records of all de�iarians from the origina� Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans shawing the actual installa�ion. C, The corapensation agreed upon for Ex�-a Wark whether or not ini�iated by a Change Order shall be a fu11, complete and final payment for all costs Contractor incurs as a result or relating to the change or Ex�ra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including witlzout limitation, any costs for delay, extended overhead, ripple or impact cost, ar any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Noti�cation to Surety If the provisions of any bond re.qnire notice to be given to a surety of any change affecting the general scape of the Work or the provisions of the Contract Dacuments (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsib�lity. T�e anaaunt af each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CTI`Y Ok' FORT WbRTH STANDAR� CONST[tUCT[ON SPECll�ICATION DbCiTMEi� f'S Revision: Ma�h 9, 20Q0 00 �z oo - � GENERAL CONDITIONS Page 44 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuani to Paragraph i4.09, sha11 be referred to t.�e City for decisian. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otl�erwise have under the Contract Documents or by Laws and Regularions in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Cantract Claim shall be delivered by the Contractor to City no la�er 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 Ciry on ar before 45 days from the start of the event giving rise thereto (unless the City allows addi�ional time for Contractor to submit additional or more accurate data in support of such Cantract 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 Cantract Time shal� be prepared in accorda�nce with the provisions of Paragraph l 2.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustrnent claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall subrnit ar�y response to the Contractor within 30 days after receip� oi the claimant's last submittal (unless Con�'act allows additional time). G City's Action: City will review each Contract Claim and, within 3� days after receipt of th� last submittal of the Contractor, if any, take one of the following actions in wriring: 1. deny the Contract Clainl in whole or in part; 2, approve the Contract C�aim; 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 da so. Far purposes of further resolu�ion of the Contract Claim, such notice shall be deemed a denial. CTI'Y OF FORT WORTH STANDARD CONSTRUCTIbN SPECTFFiCAT10N DQCCJME3+1"I'S Revision: M�k�9,?.D20 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under P�' lution ro aa� set farth in Art cle 6 w thin 30 days of such C o n t r a c t o r i n v o k e t h e d i s p u t e r e s o p action or denial. E. No Con.tract Claim for an adjustment in Cantract Price or Con�ract Time will be valid if not submitted in accordance with this Paragraph 1Q.06. ARTICLE l.l — C��T OF THE WORK; ALL�WAIl�CES; U1�1IT PRICE WOR�; pLAl�S QUAll�TITY MEASLIREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sutn of all c�sts, except those exciuded in Paragraph l LO1.S, necessari�y 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 wi11 be only those additional ° of the c 5ts esmized in Parag aph 1 01 B andl shall W o r k. S u c h c o s t s s h a l l n o t x n c l u d e a r� y include but not be limited to the follawing items: l. Payroll costs for employees in the direct employ of Contractor in the performance of the Work nnder schedules af job classificat�ons agreed upon by City atzd Contractor. Such employees shall include, wii�hout lunitation, superintendents, foremen, and other personnei employed full rime on the Work. P�a�y iol a� �eir iime spent on the Work. Payroll� o ts sl�all W o r k s h a l l b e a p p o rt i o n e d o n t h e include; a. salaries with a 55°Io markup, or b. salaries and wages plus the cost of fringe benefits, which sha11 include social security contributions, unemployment, excise, and payroll taxes, workers' compensarian, health and retiremen� benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses oi performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shal] be included in the above to tlae extent authorized by City. 2. Cost af al� materials and equipment fiirnished and incorporated in the Work, including costs of transportation and st�rage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipn�ent and machinery, and the parts thereaf whether rented from Contractor or others in accardance with rental agreements approved by City, and the costs of transpartation, loading, unloadhe terms o lsaidlrental aggeeme ts. The rental of any such costs shall be in accordance with such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Wark. CITY OF FORT WORTH STAiVDARD CQNSTRUCTION SPECIFiCATIbA1 DOCUMENTS Revision: Macc�9,?.(Yl0 6D 72 OD - i G�NERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for WQrk performed by Subcontractars. If required by Ciry, Contractar shall obtain campetitive bids from subcantractors acceptable to City and Contractor and shall del�ver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcantractor is to be paic� on the basis o� Cost of the Work plus a f Con act bcs Costtof'the Work and fee a Pro ededaln be determined in the same manner as this Paragraph 11.01. 5. Casts of special consultants (including but not limited to engineers, architects, testmg labaratories, surveyars, attorneys, and accauntants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The propartion oi necessary transportatio�, �ravel, and subsistence expenses of Contractar's emplayees incurred in discharge of duties connected with the Work. b. Cost, including transportatian and maintenance, of all rnaterials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, a�d hand tools not owned by the workers, which are consumed in the pe�r-formance of the Work, and cost, less market �alue, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, �d �ered u derr Paragraph �6.11� as ei po ed by Laws ar�d Cantractor is liable not co 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, at�d royal�y payments and fees far 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 af the Work, provided such losses and damages have resulted from causes other than th� negligence of Contractor, any Subcontractor, ar anyone directly or indirectly employed by any oi thern or for whose acts any of them rnay be liable. Such lasses shall include se�tlements made with the written consent and appraval of City. No such iosses, daanages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. £ The cost of utilities, fuel, asad sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone cal�s, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WOKTH STANDAAD CONSTit'UCTION SPECiAICATiON DOCUMENTS Revision: Ma+�9, 2020 00 72 00 - 1 GEN�RALCON�ITIONS Page 43 of 63 h, The casts of premiums for all bonds and insurance ContY'actor is required by the Contract Dacuments to purchase and maintain. B. Costs Fxcduded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other cornpensation of Contractor's officers, executi�res, principals (of partnerships and sole proprietorships}, general managers, safety managers, engineers, architects, estimatars, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Cantractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classificatians referred to in Paragraph 1 LO1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be cansidered administra�ive costs covered by the Contractor's fee. 2. Expenses of Contractar's principal and brarich offices otl�er than Contractor's of�ce at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Wark and charges against Contractor far 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 cor�-ection of defecrive Work, disposal of materials or equipment wrongly supplied, anci making good any darnage to property. 5. Other overhead or general expense costs of any kind. C. Contrdctor's Fee: When all the Work is performed on the basis of cost-plus, Contractar's fee shall be determined as set forth in the Agreement. When the �alue of any Work covered by a Change Order for an adjustiment in Contract Price is determined on the basis af Cost of the Work, Contractor's fee shall be deternvned as set forth in Paragraph 12.O1.C. D. Documentation: Whenever ti�e Cost di the Work for any pur�ose is to be determined pursuant to Paragraphs 11.O1.A and l LOI.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and subanit in a form acceptable ta City an itemized cost breakdown �ogether 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 Dacuments and shall cause the Work so covered to Ue performed for such sums and by such persons ar entities as may be acceptable to Ciry. B. Pre-bid Allowances: L Contractor agrees that: C1TY OF FORT WORTH STANDAAD CONSTRUCTIOI� SPECIFICATIOAI DOCUMENTS Revision: Ma��h 9, 20�(1 00 �z oo - i GENERAL CONDITIQNS Page 44 of 63 a. the pre-bid allowazlces include the cost to Contractor of materials and equipment required by the allowances ta be delivered at the Site, and all appl�cable tiaxes; and b. Contractor's costs fvr unloading �ia � fo �l�e ° e-Uid allowan�es ha�e been included an profit, and other expes�ses contemp P the aliowances, and no demand for additianal payment an account of any of the faregoing will be valid. C. Contingency Allawance: Contractor agrees that a cor�tingency allowance, if any, is for the sole use af City. D. Prior to final payment, an appropriate e edgb O a iowan es,� anddther ContractuPr ceo halldbe Contractor on account of Work co y correspondingly adjusted. 1 L03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is ta be Unit Price Work, initially the Cantract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identi%ed 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 nat gnaranteed and are solely for the purpose oF comparison of Bids and determining an initial Contract Price. Determinatians of the actual q�antities and classifications of Unit Price Work performed by Contractor wi11 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 identii'ied item. Work described in the Contract Documents, or reasonably inferred as required for a fiinctionally complete installation, but not identified in the listing of unit price items shall be cvnsidered incidental to unit price work listed and the cost af incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in aecordance wir11 Paragraph 12.01 if: 1. the quan�ity of any item of Unit Price Work performed by Contractor dif%rs materially and signi�icantly from the estimated quantity of such item indicated in the Agreement; and 2, there is no corresponding adjustment with respect ta any other item of Work. E. Increased or Decreased Quantities: The Ciry reserves the right ta order Extra Work in accordance with Paragraph 10.01. l. If the changes in quantiries ar the alterations do �ot significantly change the character of work under the Contract Documents, the altered wark will be paid for at the Contract unit price. Cl'TY OF FOR`T WORTH STANI?ARI] CONSTRUCTiON SPECIFICATION DOCLJMENTS Revision: Ma�h9,�020 ao �z oo - i GENERAL. CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significan�ly change the character �f wark, 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 amenc�ed by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character af work for any Item as altered differs materially in kind ar nature from that in the Contract or b. a Major Item of work varies by more tflan 25% from the original Contract quantity. 5. When the quantaty of work to be done under any Major Ite�n of the C�o he�Co tra t may 125°Io of the ariginal quantity stated in the Conrract, then either party request an adjustment ta the unit price on tl�e portion of r11e 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 �he Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quanti�ies may or may not represent the exact yuantity of work pe�-formed or material rnoved, handled, or placed c�uring the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the gaverning 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 estirnated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized wark done for payrnent 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 c�uantity will be made at the unit price bid for that Item, except as provided for in Article 10. C, When c�uantities are revised by a change in design approved by the City, by Change Order, or to correct an e�-ror, or to correct an error on the plans, the plans quantity will be increased or decreased by the amonnt involved in �ie change, and tlze 25%o variance will apply to the new plans quantity. D. I� the tatal 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 wriring to fix the final c�uantiiy as a plans quantity. CITY OF FORT WORTH STANDARI7 CONSTRUCTTON SPECIF�CATION DOCUMENTS Revision: M�h9,202{1 �Q 72 00 - 1 CaENERAL GONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are nat applicabie. ARTICLE 1� — CHAI�IGE OF COi�TRACT PRICE; CHAI�iGE OF COI�TRACT 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 wi11 be deteimined as follaws: 1. where khe 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 A3); or 2. where the Work involved is not eovered by unit prices contained in the Contract Documents, by a mutually agreed lu�np sum or unit price (which may include an allowance far o�erhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost oi any secondary impacts that are foreseeable at the time of pricing the cast 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.O1.S.2, on the basis of the Cost of the Work (determined as pravided in Paragraph 1 LO1) plus a Conrractor's fee for overhead a�nd profit (determined as provided in Paragraph 12.OLC). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shal� 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 af the Cost of the Wark: a. for costs incurred under Paragraphs llAI.A.1, 11A1.A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own eyuipment using standard rental rates; 2) bonds and insurance; b. �or costs incurred under Paragraph 11.O1.A.4 and 11A1.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 Paragrapns 12.O1.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatevez- CiTX OP FORT W ORTH STANDARD CONSTRUCTIOM SPECIPICATTON DOCUMENTS Awision: March9, 2020 oa �2 00 - i 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.O1.A.� and 11ALA.2 and that ar�y higher tier Subcontractar and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower �ier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25�0; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.O1.B; d. the amount of credit to be allawed 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 pjus a deduction in Contractor's fee by an amount equal to iive percent {5%} of such net decrease. 1.2.02 Chdnge of Coratract T'ime A. The Contract Time may anly be changed by a Change Order. B. No extensian 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 contral of Contractor, the Contract Time may be extended in an amount equal to the tirne Iost due to such delay if a Contract Claim is made �erefor. Deiays beyond the control of Contractor shall include, but not be lirnited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as cantemplated by Article 7, fires, flaods, epidemics, abnormal weather conditions, or acts of Gad. Such an adjustment sha�l be Cantractar's sale and exclusive remedy for the delays described in this Paragraph. B. Ii Contractor is delayed, City shall nat be liable to Contractor for any elaims, costs, losses, or damages (including but not limited to al� 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 kn connectio� with any other pro�}ect or anticipated project. C. Contractor shall not be entitied to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable ta and within the control of a Subcontraetor or Suppjiez- shall be deemed to be delays within the contral of Contractar. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractar is caused by the failure of the City ta provide inforsnation or material, if any, which is ta be furnished by the City. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPEC�'ICATiON DbCUMENTS Revision: Ma�h9, 2420 04 72 06 - 1 GENERA� CONDITIONS Page �48 of 63 ARTICLE 13 — TEST� Ali1D II�SPECTI01�1S; CORRECTIO�i, REl1�OVAL OR ACCEPTAli�CE OF DEFECTIVE WOR� 13.a1 Notice of Defects Notice af 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 Acce�s to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access ta the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide thern 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. Contractar shall give City rimely no�ice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and tesring personnel to facilitate reguired inspections or tests. B. If Contract Documents, Lavvs or Regulations of any public body having jurisdiction require any of the Work (or part thereo fl to be inspected, tested, or approved, Contractor shall assurne full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection tt�erewith, and furnish City the required certi�cates of inspecrion or approvai; excepting, however, �hose %es specifically identified in the Supplementary Condition.s or any Texas Department of Licensure and Regulation {TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be respansibie for arranging and obtaining and shall pay all costs in cannection with any inspecti�ns, tests, re-tests, or approva�s required for City's acceptance of materials or equipment to be incorporated in tlze Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Con.tractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange far the services of an independent testing laboratory {"Testing Lab") to perform any inspectio�s 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. Shouid any Testing under this 5ection 13.03 D result in a"fail", "did no� pass" or other similar negative result, the Contractor shall be responsible far paying for any and ail retests. Cantractor's cancellation without cause af City initiated Testing shall be deemed a negative result and require a retest. crrY a� FORT wox�rx STAIVDARD CONSTRUCTIbN SPEC�LCATION QOCUMENTS Revision: Ma�h9,20�Q 00 72 00 - I GENERAL CONDIT10N5 Page 49 of 63 3. Any amounts owed for at�y retestill forward a11 nvo ces or retests t Co ��aorectly ta the Testing Lab by Cantractor. City w 4. If Contractor fails to pay the Testing Lab, City wi11 not issue Final Payment unril the Testing Lab is paid. E. If any Work {or the work oi others) that is to be inspected, tested, or approved is covered by Contractor withaut 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 Cantractor's expense. G. Caniractor shall have the right to make a Contract Claim regarding ar►y retest ar invoice issued under Section 13.Q3 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 ad�isable that covered Work be observed by City or inspected ar tested by others, Cantractor, at City's request, shall uncaver, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion af the Work in question, furnishing a11 n�cessary labor, material, and equipment. 1. If it is found that the unco�ered Work is defective, Contractor shall pay all claims, costs, losses, and damages {including but not limited ta all fees and charges of engineers, architects, attomeys, and other professionals and all court or other dispute resolutian costs} arising out of or rela�ing to such uncavering, exposure, observation, inspectaon, ar�d iesting, and of satisfactory replacement or reconstruction {including bnt not limited to a13 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 responsil�le 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 Cantrac� Price or an extensian of the Contract Time, ar both, directly attributable to snch uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If tlae Work is defective, or Cantractor ���s in s ch�a wa�l th ttthe ] omQlet drWorkuw b1conformaCo or equipment, or fails to perform the Wark Y the Contract Documents, City rnay order Contractor to stop the Work, or any portion thereof, unt�l the cause for such order has been eliminated; he c seethislri ht forf the benefi pof Contr ctor�anyt give rise to any duty on the part of CitY to ex � CfI'Y OF PORT WORT[i STANDARD CQNSTRUCTI03�i SPECIF7CATjON DOCLT3VIENTS Revision: Ma�h 9, 202i1 p0 72 00 -1 GENEFiAL CONDITIONB Page 50 of 63 Sul�cantractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of the�. 13.06 Correction ar Removal of Defective Work A. Promptly after receipt of wri�ten natice, Contractor shall correct all defective Work pursuant to an acceptable schedu�e, 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 al] c�aims, costs, additional testing, lasses, and damages (inciuding but nat limited to all fees and charges of engineers, architects, attorneys, ar�d other professionals and all court or arbitration or other dispute resolution costs) arising ont 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. Wl�en correcting defective Work under the terms of this Pa�ragraph 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 langer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found ta be defective, or if the repair of any damages to the land ar areas made available for Contractor's use by City or pernvtted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, wii�hout cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2, correct such defecrive Work; or 3. if the aefective Wark has been rejected by City, remo�e 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 okl�er land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or xn an emergency where delay would cause serious risk of loss ar 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 liznited to all fees and charges of engineers, architects, attorneys, and other professionals and a11 court or other dispute resoiution costs} arising out af or relating ta such correction or repair or such removal and replacement (including but not �irnited to all costs of repair or replacement of work of others) will be paid by Contractor. CTI'Y OF FOltT WORTH STANDARD COi�STRUCTION SPECI4TCATIDN DOCUMENTS Revision: Ma�h9,2{�10 00 �a oo - a 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 Wark, the correction periad for that item may start to run from an earlier date if so pravided in the Contract Dacuments. D. Wiiere defective Work (and damage to othez Work resulting therefrom} has been carrected or remaved and replaced under this Paragraph 13.07, the correction period hereunder with respect to s�ch Wark 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 ciays written notice to Contractor should such addirional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, gursuant to Paragraph 10.0�. E. Contractor's obligations under this Paragraph 13.d7 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 sha11 not be construed as a subs�itute for, or a waiver of, the pravisions of any applicable statute of limitarion or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or remo�al and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages {including l�ut not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolutian costs) attributable ro City's �valuation of a�d determination to accept such defective Work and for the diminished value af ihe Work ta the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change 4rder will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitleci to an appropriate decrease in the Contract Price, reflecting the diminished value af Wark 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 Paragz-aph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to camply 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 connectio� with such corrective or remedial acrion, 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 inco�porate in tl�e 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 cantractors, access to the Site to enable City to exercise the rights as�d 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 dis�ute resolution C1TY OF FOltT WORTH STAN[?ARD COidSTRUCTIbN SPECIF�CATION DOCUMEN'TS Revision: Much9,202Q 00 �z oo - i G�NERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and rem.eciies 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 wi�h respec� to the Wark; and City shall be entitled to an appropriate decrease in the Contract Price. D. Cantractor 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.a9. ARTICLE 14 — PAYlVIE1�T5 TO C01�TRACTOR AI�D COMPLETIOhT 1�.01 Schedule of Values The Schedule of Values for lump surn contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form af Application for Payment acceptable to City. Progress payments on aceount of Unit Price Work wi14 be based on the number of units completeci. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to became a vendor of the City. 2. At least 20 days before the date established in the General Requirements far each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Cantractor covering the Work corra�leted as of the date of the Application and accompanied by such supparting documenta�ion as is required by the Contract Documents. 3, If payment is requested on the basis of rnaterials ar�d equipmer�t not incarporated 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 eq�ipment are covered by appropriate insurance or other arrangements to protect City's interest therein, a1] of which must be satisfactary to City. �. 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 legi�imate obligations associated with prior Applications for Payrnent. 5. 'The amount of retaYnage with respect ta progress payments will be as stipulated in the Contract Documents. CITY O�' FORT WORTH STAIVDARDCONSTRUCTION SPECIFICATION DOCUMENTS Ravision: Maidi9.2020 90 72 0(} - L GENERAL CON�ITIOIVS Page 53 of 63 B. Review of Applications: ]. City will, after receipt of each Applicarion for Payrnent, eiiher indicate in writing a recommendation of payment or return the Application to Contractor indicat�ng reasons far refusing payment. In the latter case, Conrractor may make the necessary corrections and resubmit the Applica�ion. 2. City's processing of any payment requested in an Applicakion for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and khe accompanying data and schedules, that to the best af City's knowledge: a. tlze Work has pz-ogressed to the point indicated; b. the quality of the Work is generally in accardance with the Cantract Documents (subject to an evaluation af 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.D5, and any other qualifications stated in the recommendation). 3. Processing any such payment wi11 not thereby be deemed to have represented that: a. inspections made to check the quality ar the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Wark in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Cantract Dacuments; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or enritle City to withhold payment to Con�ractor, or c. Contractor has complied with Laws and Regularions applicaUle to Coniractor's performance of the Work. 4. City may refuse to process the whale or any part of any payment because af subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke ar�y such Qayment previously made, to such extent as may be necessary ta protect City from loss because: a. the Work is defecrive, or the completed Work has been damaged by the Cantractar or his subcontractors, requiring correction or replacement; b. discrepancies in quanrities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. Ciry has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CiTY OFFORT WOR'I'ii STANDARD CdNSTRUCTI03�i SPECIFICATION DOCUMSNTS Revision: Ma�h 9, 2020 00 �2 00 - i GENERAL CONDiTlONS 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 eontracts less than $400,000 at the rime of execution, retainage shall be ten percent (10%). 2. For contracts greater than $�00,000 at the tirne of execurion, retainage shall be five percent {5%). D. Liquidated Damage,r. For each calendar day r1�a� any work shal� remain uncompleted after the time specified in the Cantract Documents, the sum per day specified in the Agreement, wi11 be deducted from the mvnies due the Contractor, not as a penalty, but as Iiquidated damages suffered by ihe City. E. Payment: Contractor wi11 be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Docume�ts. F. Reduction in Payment: 1. City may refiise to make payment of the amount requested beeause: a. Liens have been filed in connection with the Work, except where Cantractor has delivered a specific bond satisfactory to City ta secure the satisfaction and discharge of such Liens; b. tlaere are other items entitling City to a set-off against tl�e amount recommended; or c. City has actual knowledge of the occurrence af 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 arnount requested, City will give Contractor w�-i�ten natice stating the reasons for such action and pay Contractor any amaunt remaining after deduction of the amount so withheld. City shali pay Contractor the amount so withileld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons forr such action. 14.fl3 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application far Payment, whether incorporated in the Prajec� ar not, will pass to City no Iater than the rime of payment free and clear of all Liens. C1TY bF FORT WOR'I`H STANDARD CONSTRUCTiO� SPECIFICATIOI�E DOCUNIENTS ltevision: M� 9, 2020 D0 72 04 - l CaENERAL 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 s�ecifically been identified in tl�e Contract Documents, or which City, determines constitutes a�eparately fiinc�ioning and usable part of the Work that can be used by City for its intended purpase without significant interference with Contractor's performance of ihe rernainder of the Work. City at anyfi c Cita determines t be�eady for1 t�s ntended use, sub�}ect or occupy any such part of the Work y to the following conditions: 1. Contractor at any time may notify City in writing ihat 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.OS.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completian. I� City does not consider that part of the Work to be substantially complete, City wi11 notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finai Inspection A. Upon written notice from Contractor that t$e entire Work is complete in accordance with t4�e Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing oi all particulars in which this inspection reveals that the Work is incomplete or defecrive. Contractor shall im�nediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No rime charge will be made against the Contraetor between said date of notificatian of the Ciry and the date of Fir�al Inspection. Should the City determine that the Wark is not ready for Final Inspectian, City will notify the Contractor in writing oi the reasons and Contract Time will resume. 1�.06 Fina1 Acceptance Upon campletion by Contractor to City's satisfaction, of any additional VVork identified in the Final Inspection, City wili issue to Contractor a letter of Final Acceptance. CTTX OF F�RT WORTH STANDARD GONSTRUCTION SP�CIFICATION DOCUM�rfT'S Revision: Mat�ii9,207A ao �2 ao - i CaENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Finai Acceptance, and in the opinion of City, Contractor may make an application for final payment follawing the procedure for progress payments in accordance with the Contract Documents. 2. The iinal Application for Payment shall be accompanied (except as previously delivered) by: a. all documenta�ion called for in the Contract Documents, i�cluding but not limited to the evidence of insurance required by Paragraph 5.03; b. cansent 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) af a11 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, includ'uag but not limited to liquidated damages, wi�l become due and payable. 2. After aIl Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides e�idence 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 cantinue thereafter. 14.08 Final Com�letion Delayed and Partial Retainage Release A. If final comple�ion of the Work is significantly delayed, and ii City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment o� the balance due far that portion af the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed ar corrected is less than the retainage stipulated in Paragraph 1�•4 �e ��t��to the payrnent of he b lancesdue fore hat Paragraph 5.02, the written consent af y CITY OF FbRT WbRTH STANDARD CONSTI2UCTION SPECIFICATION DOCUMENTS Revision: Ma�9,2�020 00 �a oo - z 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 terins 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 establishrnent and maintenance, and test and performance periads following the completion of all other construction in the Contract Dacuments for a11 Work locations, the City may release a portion of the aFnount retained provided that all other work is completed as deterrnined by the City. Before the release, al] submittals and final quantities must be compieted and accepted for all other work. An amouni sufficient to ensure Contract compliance wil� be retained. 14.09 Waiver of Claims The acceptance af final payment will constitute a release of the City from all claims or liabilities under the Con�ract foz anything dane or furnished or relating to the work under the Cantract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPEIiT�IOl�i OF WORK AI�D TERMIliiATIOl�i 15.Q1 City May Suspend WoYk A. At any time and without cause, City may suspend the Work or any portian tllereof by written notice to Contractor and which may iix the date on which Work will be resumed. Contractor sha11 resume the Wark on the date so fixed. During temparary suspension of the Work covered by these Contract Dacuments, for any reason, the City will make no extra payme�t far stand-by time of construcrion equipment andlar construc�ion crew�. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond tlle control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City �:hat a solution to allow construction to proceed is not avaalable within a reasonable period of time, Contractor may request an extension in C�ntract 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 rnaterials in such a manner that they will not obstruct or impede the public unnecessarily nar become damaged in any way, and he shail take every precaution to prevent damage or deteriaration of the work performed; he shall provide suitable drainage about the work, arid erect temporary structures where necessary. D. Contractor may �e reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractar of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to a�other construction project for the City. CiTY OF FOl2T WORTH STANDARD CONSTRUCTI�A€ SPECIFCCATiON DOCiIMLNTS Revision: Ma�h9, 7.020 QO 72 0[3 - l GENERAL CONDiTIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more af the following events by way of exa�mple, but not of limitation, may �ustify termination for cause: L Contractor's persistent failure to perforna the Work in accordance with the Contract Dacunlents (including, b�t not limited to, failure to supply suificient skiiled workers or suitable materials or equipment, failnre to adiiere to the Project Schedule eskabfished under Paragraph 2.07 as ad�usted from time to time pursuant to Paragraph 6.0�, or failure to adhere to the City's Eusiness Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.o�.n�; 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the au�harity of City; or 4. Contractor's violarion in any substantial way af any pro�+isions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials ar 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 ur�authorized assignment of the Contract or any funds due therefram for the benefit of any creditar 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 S. Cantractor commences legal ac�ion in a court of competent jurisdiction against the City. B. If ane or more af the events identified in Paragraph 15.02A. accur, City will provide written notice to Cantractor and Surety ta 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. �. � the Ciry, the Contractor, and the Surety da not agree to allow the Contractor to proceed to perform the construction Cantract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally ternvnate the Contractar's right to complete the Contract. Cantractor 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 fihereof within 15 cansecutive calendaz- days after date of an additional written notice demanding Surety's perfarmance of ats C1TY OF FORT WORTH STANDARD CONSTRUCTION SPEC�ICATiON DOCU3VIF.NTS Revision: Ni��li9, 2(Yl0 flo�zflo-i GENERAL CONDITIQNS Page 59 of 63 obligations, then City, without process or action at 1aw, may take over any portion of the Work and camplete 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, arid a11 materials and equipment incorparated 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 xnay 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 exeeeds all claims, costs, losses and damages sustair�ed 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 baiance, Con�ractor shall pay the difference to City. Such claims, costs, �osses 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 nat be r�quired to obtain the Iowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, direc�ors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the cflmpletian of the said Work, or any portion thereoi, may be accomplished or for the price paid therefor. 5. City, notwithstanding tlie method used in completing the Contract, shall �ot forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely camplete the entire Contract. Contractor sha�l not be entitled to any claim on accot�nt of the method used by City in completing the Contract. 6. Maintenance of the Work sha11 continue to be Contractor's and Surety's responsibili�ies as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Dacuments or ar}y other obligations otherwise prescribed by law. C. Nvtwithstanding Paragraphs 15.02.B, Cantractar's services will not be terminated if Contractor begins within seven days of receipt of natice 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 no�ice. D. Wh�re Contractor's services have been sa terminated by City, the ternsination will not affect any rights or re�nedies of City against Contractar then existing or which may thereafter accrue. Ariy retention or payment af moneys due Contractor by City wi11 not release Contractoz- frorn liability. E. if and to the extent that Contractor has provided a performance bond urader the provisions of Paragraph 5.�2, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD COAiSTRif3CTION SPECIF�ICATION �OCiJME[�i'i'S Revision: Mo-uah 9,2{�10 40 72 00 - 1 GEN�RAL CON�I710NS Page 60 of 63 15.Q3 City May Terminate For Convenience � i Ciry may, without cause and without prejudice to any other right ar rerziedy of City, ternlinate the Contract. Any terminarion shall be effected by rnailing a notice of the termination to the Contractor specifying the extent �o which performance of Work under the contract is terminated, and the date upon which such terminatio� becomes effective. Receipt of the natice 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 conclusi�ely 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. After receipt of a notice of tennination, and except as otherwise directed by the City, the Contractor shall: l. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. p�ace no furtYzer orders or subcont�acts for materials, services or facilities except as may be necessary for completion af such portion of the Work under the Contract as is not terminated; 3. terminate a11 orders and subcontracts to the extent that they relate to the perforsnance 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 nvtice of the termina�ion; and b. the completed, or partially completed plans, drawings, information and other property which, iF the Contract had been completed, would have been reguired to be furnished to the City. 5. complete perfarmance of such Wark as shall not have been terminated by the notice of termir�ation; and 6, take such action as may be necessary, ar as the Ciry may direct, for the �rotection and preservation of the property related to its contract which is in the passession 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 daie specified in the notice of termination, the Contractor may subm.it to tiie City a list, certifed as to quantity and quality, of any ar all iterns of termir�ation inventory not previously disposed of, exclusive of itexns ihe disposition of which has been directed or autlxarized by Ciry. CTI'Y QF FORT WORT�I 5'PAIVppRD CONS'TRUCTION SPECIF'ICATION ADCUMEN'TS Revisian: Mash 9, 2(Y20 oo7a�-i GENERAL CONDITIONS Page 61 of 63 D. Not later khan 15 days thereafter, r11e City shall accept title to such items provided, that the list submitted shall be subject to ver�fication by the City upon removal of the items ar, if the items are stored, wit4un �5 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 nol�ce of ternunation, the Contractor shall submit his termination claim to the City in the form and with th� certification prescribed by the City. Unless an extension is made in vvriting within such 60 day period by the Cantractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor sha11 be paid %r (without duplication of any items): l. completed and acceptable Work executed in accordance with the Contract D�cuments prior to the effective date of ternunation, inciuding fair and reasonable sums for overhead and profit on such Wark; 2. expenses sustained priar to the effective date of termination in performing services and fiirnishing labor, materials, ar equipment as required by the Cantract Documents in connection with uncompleted Work, plus fair and reasonable sums %r o�erhead and profit an such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Cantractor and City to agree upon the whole amount to be paid to ihe Contractor by reason of the termination of the Work, the City sha11 determine, on the basis of inforrnation available ta it, r11e amount, if any, due to the Contractar by reason of the terzninatian and snall pay to the Contractor the amounts detezrnined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting fram such termination. ARTICLE 1b — DISPUTE RESOLUTIOliT 16.01 Methods and Procedures A. Eii�her City or Contractor znay request mediation of any Contract Claim submitted for a decision under Paragraph 1Q.06 before such decision becomes final and binding. Tlhe request for mediation shall be submitted ta the other party to the Contract. Timely submission of the request shail stay the eFfect of Paragraph lO.Ob.E. B. Ciry and Contractar shall participate in the mediation process in good faith. The process shall be commenced within 6a days of filing of khe 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 lO.Ob.C3 or 10A6.D sha11 become final and binding 30 days after terminatian of the media�ion unless, within that time period, City or Contractor: C1TX OF FORT WORTH STANDAItD CONSTRUCTION SPECIFIGATION DQCUNIF.NTS Revision_ Ma�cfi9,2(7P�1 00 �a oo - i GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process pravided for in the Supplementary Conditions; or 2, agrees with the other party to snbmit 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 campetent jurisdictio�. ARTICLE 17 — MI�CELLARIEOUS 17.01 Giving Notice �.. Whenever any provision of the Contract Documents requires the giving of written noiice, it will be deemed to have been validly given if: l. 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. S. Business address changes must be promptly made in wr�ting to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upan confirsnarion of receipt by the receiving party. 17.02 Camputation of Times VVhen any periad of time is referrred to in the Contract Docurnents by days, it will be computed to exclude the first and include the last day of such period. If the last day af any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the �ast day of the period. 17.03 Cumulative Re�nedies 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 linnitatian of, any rights and remedies avai�able to any or all of them which are otherwise imposed or a�ailable by Laws or Regulations, by special warranty or guarantee, or by arl�er provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection wi� each particular duty, obligarian, right, and remedy to which they apply. Ci'FI' QF FORT W ORTH STA3VDARD CONSTRUCTIOAI SPECIFICATION DDCUMENTS Revision: Mac�li9, 2020 00 �a oo - i CEN�RAL CONDITIONS Page 63 of 63 17.04 Survivul af Obligations All representations, indemnifications, warranties, and guarantees made in, req�ired by, or given in accordance with kY�e Contract Documents, as we11 as all continuing obligations indica�ed in the Con�ract Dacuments, will survive final payment, completion, and acceptar�ce of the Work ar termination or complerion of the Contract or termination of the services of Contractor. 17.05 Hettdings Article and paragraph headings are inserted for convenience only and do not consti�ute parts of these General Conditions. CTTY OF FORT WOR'TH STANDARD CONSTRUCTION SPECIFICATiON DOGi7MEPIT3 Revision: 3V�udi 9, 2020 00 73 00 SUPPLEMENTARY CONDiTIONS Page 1 of 6 SECTIOIiT 00 73 04 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 40 72 00 - General Conditions, and other provisio�s of the Contract Documents as indicated below. All provisions of the General Conditions that are modified ar supplemented remain in fuSl force and effect as so modified or snpplemented. All provisions of the General Conditions which are not so madified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Canditions have the meaning assigned to them in the General Conditions, unless specifica3ly noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and otlier Contract Documents. SC-3.a3B.2, "Resolving Discrepancies" Plar�s govern over Specifications. SC-4.OlA Easement limits shown on the Drawing are approximate and were provided to establish a basis far bidding. Upan receiviag the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availa6ility of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acyuired, if any as of August 20, 2020: Oatstandin Ri ht-Of-Wa , and/or Easements to Be Ac nired TARGET DATE PARCEL OWNER OF POSSESSION NUMBER l— ROW, DE 1, DE 2, TCEI, TCE �illiam Blake �ameson and Ina Bea Jameson February 1, 2021 2, RCE 3 The Contractor understands and agrees that the dates �isted above are esY�mates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ makerially from the representations on the Contract Dzawings, Contractor shalI within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CC'['Y OF FORT WO�tTH WES'FPORT PARKWAY FilaM KELLER HASLET RO TTY P1tOJECT AIO. R010 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMEIVT Revised March 9, 2fl20 00 �3 oa 3UPPLEMENTARY CQNDiTIONS Page 2 of 6 SHOULD THE OUTSTANDING ACCESS TO LAND NOT SE OBTAINED AT THE TIME OF ATTAINMENT OF SiIBSTANTIAL COMPLETION THE CITY WILL ISSUE A CHANGE ORDER TO REMOVE THE PRO ECT SCOPE WITHIN THOSE AREAS WHERE PROPERTY RIGHTS HAVE NOT SEEN OBTAINED AND TO ADD ANY iMPROVEMENTS NECESSARY TO RENDER THE COMPLETED SCOPE FIINCT�ONAL. SC-4.01A.�, "Availability of Lands" Utilities or abstructions to be rernoved, adjusted, and/or relocated The folIowing is list of utilities and/or obstructions that ha�e not been removed, adjusted, andlor relocated as of August 20, 2020: EXPECTED UTILITY AND LOCATION TARGET DATE OF ADrLTSTMENT OWNER Oncor Oncor Overhead Eiectric Line February 1, 2021 AT„r A,r.J, February 1, 2021 The Contractor understands and agrees that the dates listed above are estimates oniy, are noe guarariteed, and do not bind the City. SC-4.O�A., "Subsarface and Physical Conditions" The followiag are reports of expIoxatsons and tests of subsurface condirions at the site of the Work: A GeotechnicaI Report Na 117-17-224, dated November 2017, prepared by CMJ Engiaeering, Ine., a sub- consultant af Halff Associates, Inc., a consultant of the City, providing additional information on Westport Parkway and N. Beach Street Extensions Vicinity of SH 170. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground �acilities) which are at or contiguous to the site of the Work: Rios Summary of Test Hode Information and Coordanates SC-4.06A., "Hazardous Environmental Conditions at Site" The fo3lowing are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certi�cates of Insnrance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) Ciry (2) Consultant: Halff Associates, Inc. (3) Other: ONCOR Electric Delivery SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GGS.Q4 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-S.04A. CTI'Y OF FORT WOR'f'H VVESTPORT FARKWAY FROM KELLER HASLET AOC DI�T O�Ao� CTINO. IROIO 9 STANDARD COE�STf2UCTION SPECIFTCATIQN DOCUMENT l2evised Niarch 9, 2020 00 73 00 SUPPLEMENTAKY COMDTI'I03VS Page 3 of 6 Statutory limits Employer's liabiliry $100,000 each accident/occurrence $100,000 Disease - ectch empdayee $500,000 Disease - podfcy limit SC-�.04B., "Contractor's Insurance" �.04B�. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-SA4B., which shall be on a per project basis covering the Contractor with minimum limits of: $],DD0,000 each occurrence �a,000,aaa aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance} making the General Aggregate Limits apply separately to each jab site. The Cornmercial General Liability Tnsurance policies sha11 provide "X", "C", and "U" coverage's. Verificarion of such coverage must be shawn in the Remarks Article of the Certificate of Insurance. SC 5.Q4C., "Contractor's Insurance" S.O�C. Automobile Liability, under Paragraph GGS.Q4C. Contractar's Liability Insurance under Paragraph GG5.44C., which shall be in an amount not less than the following amounts: (1) Aukomobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $],0p0,000 each accident ora a combined single limit basis. Split limits are acceptable if limits are at least: $250,D00 Bodily Injury per person / $5�0,000 Bodidy Irajury per accident / $1 a0,000 Property Damage SC-5.04D., "Contractar's Insurance" The Contractor's construction activiries will reyuire its employees, agents, subcontractors, equipment, and material deliveries to cross railroad �roperties and tracks None. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operatioa of itsltheir trasns or other property. Suct� operations on railroad properties may require that Contractor to execute a"Right of Entry Agreernent" with the par[icular railroad company or compan�es invo1ved, and �o this end the Contractor should satisfy itself as to the reguirements af each railroad company and be prepared to execute the right-of-entry (if any} required by a railroad company. The requirements specified herein likewise relate to the Contractor's use oF private and/or constraction access roads crossing said rai�road company's groperties. 'Fhe Contractual Liabiiity coverage required by Paragraph SA4D of the Generai Conditions shall provide coverage for not iess than the following amounts, issued by co�npanies satisfactory to the City and to the Railroaci Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: C[TY OP F012T WORTH WESTPORT PARi�WAY FROIVI KELLER HAS'LET RbAD TO ALTA VISTA RbAD STAN[�ARD CONSTRUCTION SPECIFICATION DOCUMEIr[T C1TX PROJECT NO. I01019 Revised Niarch 9, 2020 00 73 00 SUPPLE3VIENTARY CQNDi'PIONS Page 4 of 6 (1) Generai Aggregate: $Confirm Limits with Railroad (2) Each Occurrence: � Required for this Contract $Confirm Limits with Railroad X Not required for this Contract With respect to the above out3ined insurance requirements, tk�e %13owing shall goeern: l. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroac� company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locarions on the line or lines of the same railroad company, separate co�erage may be required, eac� in tlie amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several raikoad companies are involved and operateci on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad co�r►pany's right-of-way at a locarion entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that raiiroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies af �he insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Rai3road Company prior to the Contractor's beginning wark. The insurance specified abave must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, iasurance �nust be carried during all maintenance and/or repair work pexformed in the railroad right-of-way. Such insurance must name the railroad cornpany as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Sched�le" Project schedule shall be tier 3 for the project. SC-6.09., "Wage Rates" The fallowing is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: See Appendix GC-6.Oi Wage Rates <Buzz.saw location, Resources/02-Construction Documents/Specificatdons/Div 00-General Conditions/CFW Vertical Wage Rate Table.pdf> A copy oi the table is also available by accessing the City's website at: https•//apps fortworthtexas.�ov/P�oiectResourcesl Yau can access the file by following the directory path: C1TY OF FORT WORT�# WF.STPORT PAAKWAY FRO]V1 KELLER HASLET ROAD� O Q�CTI�TQ RO10 9 STAiVDARD CONSTRUCTIOI�E SYECiFICATION DOCii3V1ENT Revised March 9, 2020 00 73 OD SUPPLEMENTARY CONDITIONS Page 5 vf 6 02-Construction Dacuments/Specifications/Div00 — General Canditions SC-6,09., "Permits and Ut�lities" SC-6.09A., "Contractor obtained permi#s and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: I. None SC-6.09B. "City obtained permits and licenses" The following are laiown permits andlor licenses required by the Contract to be acquired by the City: ]. Qncor ElecYxic Delivery Transmission Encroachment Agreement SC-6.09C. "Ontstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as af August 20, 2020: utstand�n Permits andlor Licenses to Be Ac uired OWNER PERMIT OR LICENSE AND LOCATION ONCOR Electric Delivery Trans�nission Encroachment Oncor Electric Delivery SC-`iA�., "Coordination" TARGET DATE OF POS,SESSION August 28, 202fl The individuals or entities listed below have contracts with the City for the performance of other work at the 5ite: Vendor TNP Sca e of Work Coordination Beach St �xtension and "CITY" Roundabout SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The Ciry's Project Manager for this Contract is Bradley Radovich, PE, PMP, or his/l�er successor pursuant to written noti£icatian fram the Director of Transportation and Public Works SC-13.03C., "Tests and Inspections" None SC-16.O1C.1, "Methads and Procedures" Nane GTI'Y OF FOBT WORTH WES'I'PORT PARKWAY FROM KELLER HASLET ROADY O pT�CTINQ R014 9 STANDARb CONSTRUCTION SPECIFICATION DOCUMENT ltevisad March 9, 2020 OQ 73 QO SUPPLEMENTARY CONDiTIONS Page 6 of 6 END OF SECTION Revision Log DATE NAME 1/22/2016 F. Griffin 319/202Q D.V. Magana SllMMARY OF CHAf�GE .01., "City's Projecf Representative" wording changed to City's Project 07, Updated the link such that files can be accessed via the City's CI'I'Y OF FORT WORTH WESTPORT PA1tKWAY F120M KELLE[i HASLET ROC� p O� TINO. Ri010 9 STANDARD CONSTRUCTION SPECIFICATCON DQCUMENT Revised Mareh 9, 2020 O1I100-1 SUMMARY OF WORK Page 1 of 3 sECTioN o� ii ao SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. 5ummary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fo�t Worth Standard Speciiication 1. None. C. Related Specification Sections include, but are not necessarily litnited to: L Division 0- Bidding Requirernents, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measvrement and Payment I. Work associated with this Item is considered subsidiary ta the various items bid. No separate payment will be allowed for this Itern. 1.3 REFERENCES [N�T USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and perForming all Work necessary %r this construction project as detailed in the Draw��gs and Specifications. B. Subsidiary Work 1. Any and all Work specificaily �overned by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specif c 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 cast of which shall be included in the price bid in the Proposal for various bid items. C. Use of Fremises i. Coordinate uses of premises under direction of the City_ 2. Assume full responsibility far 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 ordinazices 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 Yools, materials, and equipment for construction purpases may be stored in such space, but no more than is necessary to avoid delay in the construction operations. C1TY OF FORT WORTH WESTPORT PARKWAY FRDM KELLER �3ASLET ROAD TO ALTA V1STA ROAD STANDARD CON5TRLICTIOiV SPECIFICATION DOCUM�NTS CITY PROTECT NO. 101019 Revised December 20, 2012 Ol I100-2 ST]MIvIARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent properiy. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work wiihin Easements 1. Do not enter upon private property %r any putpose without having previously obtained pernussion from the owner of such property. 2. Do not store equipment or material on pri�ate property unless and until the specified approval af the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3_ Unless specificaIly provided otherwise, clear all righis-of-way or easements of obstructions vvhich must be removed to make possible proper prosecutian of the Work as a part of the project construction operations. 4. Preserve and use e�ery precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvexnents, to alI water, sewer, and gas lines, to a11 conduits, overhead pole �ines, or appurtenances therenf, including the construction of temparary fences and to a11 other public or private property adjacenf to the Wark. 5. Notify the proper representatives of the owners or vccupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be znade at least 48 hours in advance aithe beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any carporation, company, individual, or other, either as owners or occupants, whose land or interest in land znight be affected by the Wor�C. c. Be responsible for all daxnage or injury io propertY of any character resulting from any act, omission, negleci, or misconduct in the rr�anner or rnethod ar execution of the Work, or at any �ime due to de%ctive work, material, or equipment. 6. Fence a. Restore all fences encountez'ed and removed during construction af the Projeet to the original or a better than original condition. h. Erect temporary fencing in p�ace of the fencing rem�oved whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work wi#hin easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CI'i'Y OF FORT WORTI3 W�STPORT PARI�WAY FROM ICELL�R HASL�T RDAD TO ALTA VISTA ROAD STANDARD CQAlSTRUCTION SPEC1FjCATION DOCIIMENTS C1TY PRQ7ECT I�lO. 10I019 Revised December 20, 2012 011100-3 5UM3vIARY OF WORK Page 3 of 3 1.� SUBMITTALS [NOT USED) 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENAI�TCE MATERIAL SUSMITTALS �NOT USEDj 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDL�NG [NOT USED� 111 FIELD [SITE] C01�1DITIONS [NOT USED] 11� WARRANTY [NOT ITSED] PART � - PRODUCTS �NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTIOI�I Revision Log DATE N1�ME SUMMARY OF CiIANGE CTI'Y OF FOit"i WORTH W�STPORT PARKWAY FROM KELL�R HASLET ROAD TO ALTA VISTA ROAD STANAARD CO3VSTRUGTION SP�CIFICATTON DOC[JMENTS CIT'Y PRO.TECT NO. 101019 ltevised Decemher 20, 2012 o� zs oo - � 3UBSTITUTION FROCEDURES Page 1 of 4 SECTION 01 2� 00 SUBSTITUTION PROCEDURES PART 1 - GENERA.L 1.1 SLTMMARY A. Sectian Includes: The prQcedure for requesting the appraval of substitution of a product that is nat equivalent to a product which is specified by descriptive or performance criteria ar defined by reference �0 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog nurnber 1. 2. Substitutions are not "or-equals". B. Deviations fram this City ofFort Worth Stanc�ard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Div�sion 0— Bidding lzequirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYIV�ENT PROCEDURE5 A Measurement and Pannent 1. Work associated with this Iiem is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDj 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests fronn Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other praducts bearing other manufacturer's or vendar's names, trade names, ar catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substituiions under the following conditions: a. �r-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contraetor; or, CITY OF FORT WORTH WESTPORT PARKWAY FROM KELLER HA3LET ROAD TO ALTA VISTA KOAD STANbARD COiVSTRUCTION SPECIFiCATTOiV AOCUMEAlTS CITY PROJECT NO. 10i019 4Zevised 7uly 1, 2011 012500-2 SUBSTTTUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reductian incentive to the City. l.� SUBMITTALS A. See Request for Substitution Form (attached) B_ Procedure for Requesring Substitution 1. Substitution sball be considered only: a. After award of Contract b. Under the conditions �tated herein 2. Submit 3 copies of each written request far substitution, including: a. Documentation 1) Complete data substantiating campliance of praposed substitution with Con�ract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative can#act name c) Specification Section or Drawing re%rence of originally specified product, including discrete name ar tag number assigned to original product in the Cantract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Docutnents 3) Itemized comparison of original and proposed product addressing product characteristics including, but na� necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4} Product experience a) Locarion of past projects utilizing product b) Name and telephane number of persons associated with referenced projects 1�owledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide ai request of City. b) 5amples become the property of the CiEy. c. For construction methods: 1} Detailed description of proposed metlaod 2} Illustration drawings C. Approval or Rej ection 1. Written approval ar rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern af specified product if necessary to secure design intent. 3. In the event the substitutian is appraved, the resulting cost andlor time reduction wiil be documented by Change Order in accordance with the General Conditions. C1TY bF FDRT WORTH WESTPORT PAIiKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CdN5Ti2UCTION SPECiFICATION AOCUIvIr:NTS CITY PROJECT Nb. 101019 Revised Juty 1, 2D11 012500-3 SU$STITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected if: a. Subrnittal is not through the Contractor with his stamp of approval b. Request is not made in accardance with this Specification Section c. In the City's opinian, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTI�N SUBMITTALSIINFORMATIONAL SUSMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] I,8 MAINTENANCE MATERIAL SUBMITTALS [i�10T USEDJ 1.9 QUALITY ASSURANCE A. In making request for subs�itution or in using an appraved product, the Contractor represents ihat the Contractor: I. Has investigated praposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product speciiied 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be camplete in all respects 4. Waives all claims far additional costs related to substitution which subsequently arise 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WAltRANTY [NOT USED] pART 2 - PRODUCTS [NOT USED] PART 3 - EXECUT`ION (NOT U�ED] END OF SECTION Revision Log DATE � NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTPORT PARICWAY �ROM KELLER HASLET ROAD Ta ALTA V[STA ROAD STAI�fDARD CONSTRUCTION SPECIFICATIpN DOCUMENTS CITY PR07ECT I�TO. 101019 Revised July 1, 2011 O 1 25 00 - 4 S[JBSTITUTION PROCEDL]RES Page 4 of 4 EXHIB�T A REQUEST FOR SUSSTITUTION FORM: TO: PROJECT: DATE: We hereby subrnit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: _ Reason for Substitution: Includ� complete informatian on changes to Drawings andlor Specificatians which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the buiiding design, including engineerir�g and detailing costs caused by the requested substitution? B. What effect does sub�titution 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 Not recommended By Date Remarks Rej ected Date Recommended Received late CITY OF FORT WORTI� WESTPORT PAR.KWAY FROM KELL�12 HASLET ROAD TO ALTA VISTA ROAD STANDARp CONSTRLTCTIDN SP�CIFICATIdN DOCUMENTS CITX PR07ECT �10. 101019 Revised July 1, 2011 Ol 31 19 - i PR�CONSTRUCTION MBETING Page I of 3 SECTION U131 19 �'RECONSTRUCTION MEETING PART1- GENERAL Ll SUMMAR7� A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the sYart of Work to clarify constructian contract administration. procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily lirr�ited to: 1. Division U— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1_ Work associated with this Item is considered subsidiary to the va�-ious items bid. No separate payment wil� be allowed %r this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS 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 tlae 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 fu�ure reference. B. Preconstruction Meeting 1. A preconsiruction meeti�g will be held within 14 days afterr the execution of the Agreement and before Work is started. a. The meeting will be scheduled and adsn'tnistered by the City. 2. The �roject Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so xequest by fuily comQ�eting the attendance form to be circulated at the beginning of the meeting. 3. Attendance sha�l include: a. Project Representative b. Contractor's pro�ect manager c. Contractor's superintendent d. Any subcontractor or supplier representatives wha� the Contractor may desire to invite or the City may request CITY OF FOR`I' WORTH WESTPORT FARKWAY FRflM I{ELL�R HASLEI' ROAD Td ALTA V1STA ROAU STANDARp CONSTR[JCT10N SPECIFICATION DdCiTM�NTS CITY FR07ECT NO. 101019 Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 oF 3 e. Other City representatives f. Others as appropriate �4. Construction Schedule a_ Prepare baseline constructian schedule in accordance with Section O1 32 16 and provide at Preconstructivn Meeting. b. City will notify Contractor af any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Pro}ect 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 Pr�ceed g. Constnxctian Staking h. Progress Payments i. Exira Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material I. Insurance Renewals � m. Payroll Certification n. Material Certificatians and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construcrion Conditions q. Weekend VVork Notification r. Legal Holidays s. Trench Safety Plans t. Conf'ined 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. Substi�ution Pracedures dd. Corres�ondence Routing ee. Record Drawings ff. Tesnporary construction facilities gg. MIWBE or MBE/SBE pr�cedures hh. Final Acceptance ii. Final Payment jj. Questions or Cornrnents CTI'Y OF FORT WORTf3 WESTPORT PARKWAY FROM I{.ELLER HASLET ROAD TO ALTA VISTA ROAD STAI�DARD CONST1tLTCTION SPECIFICATION DOCLTMEAlTS CITX PROJECT I�lO. 1Qi019 Revised August 17, 2012 01 31 14 - 3 PR�CO3+15TRUCTIdN MEET3NG Page 3 of 3 1,� SUSMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/Ii�TFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLO,SEOUT SUSMITTALS [NOT USEDI 1.8 MAINTENANCE MATERIAL SUBMITTALS [l�OT USED] 1.4 QUALITY ASSURAI�ICE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITI01�7S [NOT USED] 1.1� WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PAR.T 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY �F CHANGE CITY OF FORT W012TH WESTPbRT FARKWAY FROM KELI,ER HASLET ROAD TO ALTA VISTA ROAD STANAARD CONSTRUCTIflN SPECIFICATION DOCUMENTS CITY PROJEGT NO. L01619 Revised August ] 7, 2012 013120-1 PROJ�CT MEETINGS Page 1 of 3 SECTION 0131 20 PR07ECT MEETINGS V,S,�,�c���F!'; '1 Y��,tr .�j�r���-{�r�•rr�t���1r r,s ���h�x��A�r� �r��' rrs�{ r:�� ��rv{�c�'�,�� fl;.ti��,r!li�fC�f} [�h' 2 iL'�' 3�r�' l�rc�• �-j PART1- GENERAL 1.1 SUMMARY A. Sectian Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Wortl� Statadard Specification 1. None. C. Related Specification Sections include, but are not necessarily lirnited to: 1. Division 0— Bidding Requirements, Contract Forms and Conciitions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATiVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Cantractor, subcontractors and suppliers attending meeiings shall be qualified and authorized io act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. I� recorded, tapes will be used to prepare minutes and retained by Ciiy for fiiture reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Lacatian of ineeting to be determined by the City. 3. Attendees CITY OF FORT WORTH WESTPORT i'ARKWAY FROM KELL�R HASLET RbAD TO ALTA VISTA ROAD gTANDARD CQNSTRUCTjON SPECIFICATION DOCLIMENTS CITY PRO.IECT NO. 101019 Revised July 1, 2011 O13120-2 PROJ�CT NiEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting �chedule a. in general, the neighborhnod meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Proj ect Representative. 2. Additional pragress meetings to discuss speci�c topics will be conducted on an as- needed basis. Suc� additional mee�ings shall include, but not be limited to: a. Coordinating shutdavvns b. Installation of piping and equipment c. Coordination belween other construction projects d. Resolution of construction iss�aes e. Equipment appraval 3. The Project Representative will preside at progress meetirigs, prepare the notes of the meeting and dzstribute copies of the same to all participants wha so request by fiilly completing the attendance %rm to be circulated ai the be�inning of each meeting. 4. Attendance shall include: a. Contractor's praject manager b. Contractor's superintendent c. Any subcantractor ar supplier represen#atives whom the Contractor may desire to invite or the City may request d. Engineer`s representatives e. City's representaiives £ Others, as requested by the Project lZepresentative 5. �reliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d, Review of off-site fabrication, delivery schedules e. Re�riew of canstniction interfacing and sequencing requirements with other construction contracts £ Correcrive measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordinatian of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes far: 1) Effect an construction schedule and on eompletion date 2) Eifect on other contracts ofthe Project n. Review Record Dacuments o. Re�riew manthly pay request CTI'Y OF FORT WORTH WESTPORT FARKWAY FROivI KELLER HASLET ROAD TO ALTA VISTA ROAA STANAARD CONSTRLiCTION SPECIFiCATION IIOCLiMENTS CIT'Y PROJECT NO. ] 01019 Revised July 1, 2011 013124-3 PRO.fECT M�ETINGS Page 3 of 3 p. Review status af Requests for Information 6_ Meeting Schedule a. Progress meetings will bc held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.� SUSMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIII�TFORMATI�NAL SUSMITTALS [NOT USED] 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENAI�TCE MATERIAL SUBMITTALS [NOT USED] l .9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTI' [llTOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT U5ED] END OF SECTION Re�ision �Lo� DATE � NAME SUMMARY OF CHANGE CITY OF FORT WORTH WE5TPORT PARICWAY FROM KELLER I-IASLET ROAD TO ALTA VISTA ROAD g'j'ANDARp COAiSTRUC'FION SP�CI�ICATION DOCUMEI�ITS C1TY PR07ECT i�IQ. l O 1019 Revised July i, 2011 013215-1 CON5TRUCTION PROGRESS SCHEDUL� Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Irncludes: i. General requirements for t�ie preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific rec�uirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Wortli Standard Specification 1. None. C. Related Specification Sectio�s include, but are not necessaz�ily limited to: 1. Division a— Bidding Requirements, Contract Forms and Conditions of Yhe Contract 2. Division 1— General Reyuirements 1.2 PRICE AND PAYMENT PRUCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allor�ved for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1- No schedute subxnittal required by contract. Small, brief duration projects b. Tier 2- No schedule subtnittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal reyuired by contract as described in �he 5pecification an.d herein. Majority of City pra�ects, including ail bond program projects d. Tier 4- Schedule submittal required by contract as described in the 5pecification and herein. Large and/or cormplex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier �- Schedule subsnittal required by contract as described in the Specification and herein. Large and/or very complex proj ects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Saseline 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 submittat of a progress schedule documenting progress on the project and any changes anticipated. C1TY OF FOAT W�RTH WESTPORT PARKWAY FROivI KELLBR HASLET ROAD TO ALTA VISTA ROAD STANDARD CONS'I'RLICTIQN SPECIFICATIOI�i I]OCUMENTS CITY PROJECT NO. 101419 Revised Jufy 1, 2011 Oi 32 16 - 2 CONSTRUCTION PROGRE55 SCHEDULE Page 2 of 5 �. Schedule Narrative - Concise narrrative of tlze schedule including schedule changes, expected delays, key schedule issues, critical path iterns, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Saseline Schedule 1. General a_ Pre�are a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM} as required in the City of Fart Worth Schedule Guidance Document. b. Review tk�e draf� cast-laaded baseline Schedtzle with the City ta demonstrate understanding of the work to be performed and knovsm issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsibie for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Scheduie Guidance Document. 2. Prepare �he Scheduie Narrative to accompany the monthly progress Schedule. 3. Cnange Orders a. Incorparate approved change orders, resulting in a change of contract ti�ne, in the baseline Schedule in accordance with City oi Fort Worth 5chedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becotnes apparent from the current progress Schedule and CPM Status Report that delays to the critical path ha�e resulted and the Contract compietion daie will not be met, or when so c3irec#ed by the City, make some or all of the Following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline �chedule outlining: 1) A written s�atement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2} Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number ofworking hours per shift, shifts per day, working days per week, the amount of construction equiprn.ent, or any combination of the foregoing, suificiently to substantially eliminate the backlog of vuork 4) Reschedule activities to achieve maximum practical concurrency of accomplishment oi activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Coniractor to increase the level of effort in manpower (trades}, equipment and work schedule {overtime, weekend and holiday work, etc.) to be employed by the Contractox in order to remove or arrest the delay to the critical path in the approved schedule. a_ No additional cast for such work will be considered. C1TY OF F012T WORTH WESTPORT PA1tKWAY FROM KELLER HASL�T ROAD TO ALTA VTSTA ROAD STANDARD CONSTRUCTION SAECIFICATION DOCUMENTS CITY FRO7ECT NO. 101U19 Reviseci 3uly 1, 201 � 013216-3 CONSTRUCTIDN PROGRESS SCf3EDULE Page 3 of S D. The Contract compietion time will be adjusted only %r causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to detertnine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, a#ier receipt of such�ustification and supporting evidence, make fndings of fact and wil� advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's detertnination as to the total ntimber af days allowed for the extensions shaIl be based upon the appraved total baseline schedule and on all data relevant ta the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual c�elays in activities whicl�, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the networ�C will not be the basis for a change therein. 2. Submit each request for change in Contract campletion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Cantract. a. No time extensian wili be granted for requests which are not submitted within khe forregoin� time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City ta reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions whic� may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the wark or Contract completion time to reflect the changed conditions and the Cor�tractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actnal cornpletion of Unaffected work, in which case ihe Contractor sha11 take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest s#art date and the latest start date or between the earliest finish date and the laiest finish date of a chain of activities an the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with woek according to early start dates, and khe City shall have the right to reserve and appar�ion float time according to the needs of the project. C1TY OF FORT WORTH W�STPORT PARKWAY FROM KELLER HASLET IZOAD TO ALTA VISTA ROAD STANDARF CONSTRi1CTION SPECIFICATION DbCUMENTS C1TX PROJECT NO. 101019 itevised July 1, 2011 Oi 3216-4 COtVSTRUCTION PROGRES5 SCHEDiILE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any ef%ct upon contract comple�ion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same Facilities or area under other cantracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the scheduies of the other appropriate cant�racts from the City for the preparation and updating of Baseline scbedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between tne operatians of different contractars, the City will determine the work priarity of each contractor and the sequence of w�rk necessary to expedite the completian of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circutnstances shall not be eonsidered as justificarion for claims for additiot�al compensation. 1.� SUBMITTALS A. Baseline Schedule 1. Subznit Sched�le in native file forma# and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera {P6 or Primavera Contractor} 2. Submii draft baselsne Schedule to City prior to the pre-construction meeting anci bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Subtnit schedule narrative monthly no later than the last day of the month. D. Submittal Pracess 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worrth Schedule G�aidance Dacumeni. 3. Once the project has been campleted and Final Acceptance has been issued by the City, no further progress schedules are required. C1TX OF FORT WORT�I WESTPORT PARKWAY FROM KELLER HASLET ROAA TO ALTA VISTA ROAD STANDARD CdNSTRi1CTION SPECIFICATION DOCUNiElVT5 CITY FfiOJECT NO. i01019 Revised 3uly 1, 2011 013216-5 CONSTRUCTIRN PROGRE55 SCHEDULE Page 5 of 5 1.6 ACTION SUSMTTTALSIINFORMATIONAL SUBIVIITTALS [1�iOT USED] 1.7 CLOSEOUT SUSMITTALS [NOT USED] 1.R MAINTENANCE MATERIAL SUBNIITTALS [NOT [TSED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the constructian Progress Schedule s�all be experienced in the preparation of schedules of similar complexity. B. Scheduie and supporting documents addressed in this Specification shali he prepared, updated and revised to accurately reflect the perfoz-mance of the constraction. C. Cantractar is responsible far the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects_ 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIO1�iS [NOT USED] 1.1� WARR.ANTY [NOT USEDj PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE � NAME � SUMMARY OF CHANGE CTl'Y OF FORT WORTH WESTPORT Pf1RKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STAMDARD CONSTRUCTION SPECIFICATION DOCETMENTS CITY PR07ECT AIO. 1U1019 Revised July 1, 2011 013233-1 PRECONSTRLTCTION VIDEO Page ] vf 2 SECTION Ol 3� 33 PRECONSTRUCTION VIDEQ PART 1 - GENERAI. 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstr�xctian Videvs B. Deviations fronn this City of Fart Worth Standard Specification 1. None. C. Related Specificarion Sectians include, but are no� necessarily limited to: 1. Division 0-- Bidding Requirements, Contract Forms and Conditions of the Contract Z. Division 1— Genera3 Require�nents 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payrnent 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] L4 ADMINISTRATIVE REQIIIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request hy the City. 2. Retain a copy of the preconstruction video untii the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] L6 ACTIUN SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MA.TERIAL SUBMiTTALS [l�OT USED] 1.9 QUALITY ASSURANCE [NOT USED] �,10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART Z � PRODUCTS [NOT USED] CITY OF FORT WORTH WESTPDRT PARKWAY FROM KELLEK HASLET RaAD TO ALi'A V1STA ROAD STANDAdtD CONSTRUGT1dN SPECIFICATibN DOCUMENTS CITY PROlECT NO. 101019 Revised ]uly 1, 2011 p13233-2 PRECON5T'RUCTIQN V[DEO Page 2 of 2 PART 3 - EXECUT�ON [NOT U5ED] END OF SECTION Revision Log DATE I NAME I SUMMARY OF CHANGE C1TY OF FORT WORTH WESTPOKT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFICATION T70CUMENTS CITY PROJECT NO. 1014t9 Revised July 1, 2611 013300-i SUBNilTTALS Page 1 of 8 SECTION 0133 00 SUBMITTALS PART1� GENERAL 1.1 SUMMARY A. Section Includes: 1. General mett►ods and reqt�irements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Prod�ct Data (including 5tandard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Wortt� Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contraci Forms and Conditions of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDiTRES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate paymenY wi�1 be al�owed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMIl�TTSTRATIVE REQUIREMENTS A. Coordina#ion L Notify tt�e City in writing, at �he time of submittal, of any deviations in the submittals from the require�nents of the Contract Documents. 2. Coardination of Submittal Times a. Prepare, prioritize and transsnit each submittal sufficiently in advance of performing the relateci Work or other applicable activities, or within the time specified in the individual Wor�C Sections, of the Specifications. b. Contractor is responsible such t�at the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if req�ired) b) Coordination with other submittals c) Testing d) Purrchasing e) Fabrication � Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficientiy in advance of the Work. CITY QP FORT WORTP W�STPORT PARKWAY PROM ICELL6R HASLET It0 CA Y P O��.�, NO. 0�1019 STANDARD CO3dSTi2UCTION SPECIFiCATION DOCLTMENTS Revised December 20, 2012 O13304-2 SlfBM1TTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedu�e, 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-aharacter submittal cross- reference identification nunabering system in the following manner: a. Use the first 6 digits of the applicable Specification �ection Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawitag submitted vnder each specific Section number. c. Last use a letter, A-Z, i�dicating the resubmission of the same drawing (i.e. A-2nd submission, B=3rd submission, C-4th submission, etc.). A ty�ical submittal number would be as follows: 03 30 00-08-B 1} 03 30 00 is the Specification 5ection for Concrete 2) 08 is the eighth initial submittal under this Specification Secrion 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certificatian 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 Staternent affxed including: a. The Contractor's Company name b. Signature of submittal reviewer a Certification Statement 1) "By this submittal, � hereby repeesent that I have determined and veriiied iield measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated eaeh item with other applicabie ap�roved shop drawings." D. �ubmittal Format 1. Fold shop drawings larger than 8%z inches x 11 inches to 8'/z it�ches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Tab�e of Contents c. Product Da#a /Shop Drawings/Samples ICalculations E. Submittal Content l. The date of submission and the dates of any previous submissions CITY OF FORT WORTH WESTPOIiT PARKWAY FROM KEI.LER HASLET ROAD TO ALTA VISTA ROAI3 STANDARD CO3VSTRUCTION SPECIP[CATI03V DOCUNIENT3 CiTY PRO.iBCT NO. 101019 Revised Decemher 20, 2012 013300-3 3UBMITTALS Page 3 of 8 2. T�e Project title and numher 3. Contractor identification 4. The names of: a. Contractor b. Su�plier c. Manuiacturer 5. Identification of the product, with t�e Specification Section number, page and paragraph(s} 6. Field dimensions, clearly identi�ed as such 7. Relation to adjacent ar critical features of th� Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 1 fl. Tdentification by highlighting of revisions on resub�nittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. 5hop Drawings 1. As speci�ed in individua� Wark Sections includes, but is not necessarily limited to: a. Cnstom-prepared data such as fabrication and erection/insYal�ation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructians e. Custom templates f. Special wiring diagrams g. Coordinatio►� drawings h. Individual system or equipment inspection and test reports including: l} Performance curves and certiiications i. As applicable to t�e Work 2. Details a. Relation of t�e various parts to the main members and lines of the structure b. Where correct fabrication of the Wark depends upon field �neasurements 1) Provide sucl� measurements and nvte on the drawings prior to submitting for approval. G. Product Data i. For submittals of product data for products included on the City's Standard Praduct List, clearly identify each item selected for use on the Project. 2. For submittals of product data far products not included on the City's Standard Product Lis�, submittal data m�ay include, bu� is nof necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data} 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements ofcompiiances and applicability 4) Roughing-ir� diagrams and ternplates 5) Catalog cuts 6) Product photographs Cil'Y OF FORT WORTId W�STPORT PARiCWt1Y FROM KELLER HASL�T ROAD TO ALTA VISTA ROAD STANDARD CONSTRL1CT10N SPECTFICA`fIOI�i DOG11[vIENTS CTTY PROJECT Nd. 101019 Revised December 20, 2D12 Ol 33 00 - 4 SUBMITTALS i'age 4 vf & 7) Standard wiring diagrams $) Printed performance curves and operational-range diagrams 9} �roduction or quality control inspection and test reports and certifications 10) Mill reports 1 l} Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specifieci in individual Sectians, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1} Sections of manufactured or fabricated Work 2) Srnall cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4} Specimens for coordination of visuaf effect 5) Graphic symbols and units of Work to be used by the City for independent i�spection and testing, as applicabie to the Work I. Do not start Work requiring a sf�op drawing, sample or product data nor any material to be fabricated or installed prior to the appro�al or qualified appraval of such item. 1. Fabrication performed, materials purchased or on-site construction accoznplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2_ The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Compiete project Work, materials, fabrication, and installations in confornaance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory fox elec�ronic submittals to be uploaded to City's Buzzsaw site, or another exterinal FTP site approved by the City. b. Shop Drawings 1) Upioad submitial to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Co�ies a) 3 copies for all submittals b} If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractar shall submit more #han the number of copies listed above. c. Product Data 1) Upload submittai to designated project directory and notify appropriate City representatives via email of submitta� posting. 2} Hard Capies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative Z. Hard Copy Distribution (if required in lieu of electronic distrihution) CiTY OF FORT WORTH WESTPORT PARKWAY FROM I�ELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 101019 Revised Decernber 2Q 20i2 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distirihuted to the City 2) Copies a) S copies for mechas�ical submittals b) 7 copies for a�l other submittals c) If Contractor reqUires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Prod�ct Data 1) Distributed ta ti�e City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a} Submit the number stated in the respective Specification Sections. Distribute reproductions of ap�roved shop drawings and capies of approved product data and samples, where required, to the job site file and elsewhere as c�irected by the City. a. Provide number of copies as directed by the Ckty but not exceeding the number previously speciiied. K. Submitta� Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Pernaitting any depar�ure from the Contrac# requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and maferials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from hisllaer res�onsibility with regard to t�e fulfillment of the terms of the Contract. a. All risks of error and omission are assamed by the Contractor, and the City will ha�e no responsibility therefore. 3. The Contractar remains responsible for details and accuracy, for coordinating the Work r�vith all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for perForming Work in a safe manner. 4. If tlne shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements r�vhich City finds to be ir� the interest of the City and to be so nninor as not to involve a cbange in Contract Price or time for performance, the City may retarn t�e reviewed drawings without noting an exception. 5. Submittals will be rett�rned to the Contractor uncier 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment andlor material for manufacture. b. Code 2 CITY OF �OR"� WORTE3 WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA V1STA ROAD STANDARD CONSTRUCTION SPECIFICAT[ON DQCUMENTS CITY PROJECT NO. 10I019 Revised Decem6er 2Q, 2012 O1330Q-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assig;neci when a confirmatior� of the notations and comments IS NOT required by the Contractor. a) The Contractar may re3ease the equipment or material for manufacture; however, all notaxions and comments must be incorporated into the �nal product. c. Code 3 1) "EXCEPTTONS NOTED/RESUBMIT". This cornbination oFcodes is assigned when notations and comments are extensive enougln to require a resubmitta.l oithe package_ a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the �nal product. b) This resubmittal is to address all comments, ornissions and non-conforming items that were noted. c) Resubmiittal is to be received by the City within 15 Calendar Days of . the date of ihe City's transr�ittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not rneet t�e inteni of the Contract Documents. a) The Contractor rnust resubmit the entire package revised to bring the submittal into con%rmance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. (. Resubmittals a. Handled in fihe same manner as first submittals 1} Corrections other than requested by the City 2} Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item wi11 be reviewed na more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor �-eimbursernent to the City within 30 Calendar Days far al� such fees invoiced by the City. c. The need for more than l resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at ihe City's discretion. b. Submittals deemed by the City to be not complete will be returned to tlie Cantractar, and rvill be considered "Not Approved" until resubmitted. c. The City may at its optior� provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a chas�ge to ihe Contract Documents, then written notice must be provided tl�ereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTI-I WESTPORT PARKWAY FROM KELLER HASLET ROAD'I'O ALTA V1STA ROAD STAI�iDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJEC'F NO. Idl0i9 Revised December 20, 2412 013300-7 SLfQMITTAL5 Page 7 of S 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance ttierewith and no further changes therein except upon written instructions from the City. 10_ Each submittal, appropriately coded, wi11 be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups L Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of tl�e standard of acceptance for that type of Wark to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Reyuest foe Informatian (AFC) 1. Contractor Requesi for additional information a. Ciarification or interpretation of the conixact documents b. When the Contractor believes there is a conflici between Contract Docuenents c. W�en the Contractor believes there is a conflict between the I3rawings and Specifications 1) Identify the conflict and request clarifica�ion 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-�", beginning with "01" and increasing seyuentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each reguest and will review tfie request. a. If review of the pro�ect information request indicates that a cl�ange to tl�e Contract Documents is required, the City wili issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIOIiTAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SiTEMITTALS [1�iOT U�ED] 1.S MAIliTTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURAIiTCE [NOT USED] 1.10 DELIVERY, STORAGE, Al�TD HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [IiTOT USED] 11� WARRANTY [NOT USED] CITY OF FORT WORTH WESTPORT PARKW�Y PROM KELLER IIASLE'F ROAD TO ALTA V15TA ROAD STANDARD CONSi'Ri7CTlON 5P�CIFICATION I]OCUMENTS CITY PRO.TECT NO. 101019 Revised December 20, 2012 013300-5 SUBMITTALS Page 8 of 8 PART � - PRODUCTS [1�TOT USED] PART 3 - EXECUTIOIiT [NOT USED] END OF SECTIOI�T Revision Log DATE i NAME I SUMMARY OF GHANGE 12/20/2012 D.lohnson 1.4.K.8. Working Days modified to Calendar Days C[TY OF FORT WORTH W�STPORT PARKWAY FROM KELI.EIt HASLET iiOAD TO ALTA VISTA ROAD STANi7ARD CONSTRUCTTON SPECIPICATiON DOCUMENTS CiTY PROJECT NO. 1Q1019 Itevised December 2Q 2012 Ql 35 13 - 1 SPECIAL PROJLCT PROCEDURES Page 1 of $ t 2 3 PART1� GENERAL 4 11 SUMMARY 5 6 7 8 9 10 I1 12 13 14 1S 16 17 IS 19 A. Sectian Includes: SECTION 013� 13 SPECIAL PROJECT PROCEDURES 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notificat:ion g. Public Notification Priar to Beginning Canstruction h. Coardina�ion with United States A�-my Corps of Engineers i. Coordination within Railroad peami�ts areas j. Dust Control k. Empioyee Parldng B. Deviatians frorn this City of Fort Worth Standard Specification 1. None. 2d C. R�lated 5pecification Sections include, but are not :necessarily limited ta: 21 1. Division 0— Sidding Requirements, Contract Forms and Conditions of the Contract �2 2_ Division 1— General Requirements 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 3. Section 33 l 2 25 — Connection to Existing Water Mains 1.� PRICE AND PAYMENT PR�CEDURES A. Measurement and Pay�nent 1. CoordinaCian within Raiieoad permit areas a. Measvrement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordinatian. c. The price bid shall include: 1) Mobilization 2} Inspection 3) Safety training 4) Additionallnsurance 5) Insurance Certificates 6) Ott�er requirements associated with general coordination with Railroad, including additional empl�yees required to protect the right-oi-way and property of the Railroad from damage arising out af and/or from �he construc�ion of the Project. 42 2. Railroad Flagmen CTI'Y OF FORT WORTH WF.STPORT PARKWAY FiZOM KELLEI2 HASLET KOAD TO ALTA VISTA ItOAD STANDARD CONSTRUC'i'ION SPECIFICATION DOCUMENTS CiTY P1207EC'f' NO. 101U19 Revised �ecember 20, 2012 Ol 35 l3 - 2 SPECIAL PROdECT Pl20CEDLiRES Page 2 of 8 l 2 3 4 5 6 7 S 9 ia 11 12 13 a. Measurement 1) Measurement for this Item will be per working day. 1�. Payment 1) The work performed and materials furnished in accordance vvith this Item will be paid for each warking day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1} Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated witi� Railroad 3. All other itesns a. Work associated with tl�ese Items is considered subsidiary to the various Items bid. Na separate payment will be allawed for this Item. 14 1.3 REFERENCES 15 A. Reference �tandards 16 �• 17 18 19 �• 20 21 3- 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 Ci: Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision c�ate logged at the end of this Specificatian, unless a date is specifically cited. Health and Safety Cade, Title 9. Sa%ty, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. N�rth Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-af way which is nnder the jurisdiction of the Texas Department of Transportation (TxDOT): a. Natify the Texas Department of Txansportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-vvay shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines i. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductar and the ground) shal� be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign �f sufficient size meeting all OSHA requirements. 3. Equiprnent operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boam or ar�n b. Insulator links on the lift hook connections for back hoes or dippers c. EquiQtnent must meet the safety requirements as set forth by OSHA and the safety requirements af the owner of the high voltage lines 4. Work within 6 feet of hig1� voltage electric lines GTI'Y OF PORT WORTH WESTPaRT PARKWAY FR03Vi KELLER HASLET ROAA TO ALTA VISTA ROAD STANDARD COI�ESTRUCT[ON SPECIFICAT[ON DOCLTMENTS CPI'Y PROJECT NO. 101019 Revised Decem6er 20, 2012 a13513-3 51'ECIAL PRO]ECT PROCEDURES Page 3 of $ 1 Z 3 4 5 b 7 8 9 10 li 12 13 14 l5 16 17 18 19 zo 2S 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a. b. C Notification shall be given to: 1) The power company (example: ONCOR} a} Maintain an accurate log of all svch calls to power company and record actian taken in each case. Coordination with power company 1} After notification coordinate with the power company to: a) Erect tem�orary mechanical barriers, de-energize the lines, or raise or lower the lines No personnel may work within 6 fe�t af a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Canfined Space Entry Program in accordance with OSHA req�irements. 2. Confincd Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required far Confined Spaces D. Air Pollution Watch Days 1_ 2. General a. Obse�e the following �uidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical E�nissian Time 1) 6:00 a.rn. to 10:00 a.m. Watch Days a. The Texas Comrnission an Envieonmental Qualiry (TCEQ), in coordination with the National Weather Serviee, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements l) Begin work after 10:00 a.m. whenever construction phasing reqt�ires the use of motorized equipment far periods in excess af 1 hour. 2} However, the Cantractor may begin work prior to 10:00 a.m. if: a) LTse of rnotorized equipment is less than 1 hour, or b) If equi�ment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative faels such as CNG. E. TCEQ Air Peranit 1. Obtain TCEQ Air Pennit for constructior� activities per reyuirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notificatian 1) Submit notice to City and proof nf adequate insurance caverage, 24 hours prior to comrnencing. 2) Minimum 24 hour public notification in accordance with Secrion O1 31 13 46 G. Water Department Coordination CITY OF FdRT WORTH WESTPORT PARKWAY FitOM KELLER HASLET ROAD TO ALTA VISTA ROAb STANDAl2D CON3TRUCTION SPECIFICAT30N DOCUMENTS CTI'X PROJSCT NO_ 101019 Revised becember 20, 2412 013513-4 SFECiAL PROJECT PRbCEDURES Page 4 of 8 1 l. During the constiruction of this project, it will be necessary to deactivate, for a � period of time, existing lines. The Contractar shail be required to coordinate with 3 the Water DepartEnent to d�termine the best times for deactivating and activa�ing 4 those lines. 5 2. Coordinate any event that wi1Z require connecting to or the operation of an existing ( City water line system with the City's representative. 7 a. Coordination shall be in accordance with Sec�ion 33 12 25. g b. If needed, obtain a hydrant water meter from the Water Department iar use 9 during the life of named project. � fl c. In the event that a water valve on an existing live system be turned off and on a 1 to accommodate the canstruction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves af existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief} and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Cantractor will assume ail liabi�ities and �g responsibilities as a result of these actions. 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 �1 42 H. Public Notification Prior to Beginning Construction 1. Prior to beg�nning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front doar of each residence or business tlaat will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following infarmation: a} Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of canstruction activity) d} Actt�al construction duration within the block e) Name of the contractor's foreman and phone number � Name of the City's inspector and phone number g} City's after-k�ours phone number 2} A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each biock of the project to the insp�ctar. 4) Deliver flyer to the City Ynspector for review priar to distribution. b. Na construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. Public Notificatian of Temp�rary Water Service Tnterr�ption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the frnnt door of each affected resident. 46 2. Prepared notice as follows: 4� a. Th�e notiiication or flyer shall be posted 2� haurs priar ta the temporary q.g interruQtion. C1TY OF FQRT Wbl2TH WESTPORT PARKWAY FROIvI KELLER I3ASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTIbN SPECIFICATION DOCUMENTS CITY PROJECT NO. 101019 lZevised pecember 2Q 2012 0135 t3-5 SPECIAL PROJECT PROCEDURES Page 5 of S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 i5 16 17 18 19 2U 21 22 23 24 25 26 27 Z8 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 � c. d. e. f. Prepare flyer on the contractor's letterhead and incl�de the following information: 1) Name of the project 2) City Project Number 3) Date of the in�erruption of ser�ice 4} Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phane number A sample of ihe temporary water service intert�uption notificatian is attached as Exhibit B. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. No interruption of water service can accur �ntil the flyer has been deiivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordinatian with United States Army Corps af Engineers {USACE} 1. At locations in the Project where construction activities occur in areas where USACE permits are requirec�, meet all requirements set forth i�a each designated permit. K. Coordinatio�n within Railroad Pearmit Areas 1 2. 3 At locations in the project where constructi�n activities occur in areas where railroad gertnits are required, meet al� eequirements set forth in each designated railraad permit. This �nclades, but is nat limited to, provisions for: a. Flagmen. b. Inspectors c. Safety training d. Additional insurance e. Tnsurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Ca�npany irom damage arising out of andlor from the construction of the praject. Proper utility clearance gracedures slaall be used in accordance with the permit guidelines. Obtain any supplerr�ental information needed to comply with the railroad's requirements. Railroad Flagmen a. Submit receipts to City for veriFication of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at t�e Site. a. Tf water is used to cants-al dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parlcing 1. Provide parking for employees at lacations approved by the City. C1TY OP FORT WOl2TH WF.STPORT PARKWAX FRd3vf KEGLER T-IASLET ROCD Y PROJECT NO.�10 0� STANDARD CaNSTRUCT[ON SPECIFICATION DOCUMENTS Revised December 2Q 2012 O1 35 i3-6 SPECIAL PROJECT PROCEDZ.JRF.S Page 6 of 8 1 1.� SUBMITTALS [ilTOT USED] 2 L6 ACTION SUBMITTALS/INFORMATI�NAL SUEMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] � 1.8 MAINTEIiiANCE MATERIAL SUS1i�IITTALS [NOT USED] 5 L9 QUALITY ASSURANCE �NOT USED] 6 1.10 DELIVERY, STORAGE, AliTD HANDLI1�iG CNOT USED] 7 1.11 FIELD [SITE] COli1DIT�ONS [NOT USED] 8 1.12 WARRAl�1TY [NOT USED] 9 PART 2 o PRODUCT� [NOT USED] l0 PART 3- EXECUTIOlii [NOT USED] 11 12 13 E1�D OF SECTION Revisian Lag DATE NAME SUMMAAY OF CHANGE 1.4.8 — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Jahnson Safety, Subfitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit C1TY OF FORT WORTH WESTPQRT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTIdN SPECIFICATipN DOCUMENTS CTI'Y PROJECT NO. 101019 Revised December 2p, 2012 013513-7 SPBCiAL PR07ECT PROCEDURES Page 7 of 8 1 2 3 4 5 6 7 s 9 10 �� I2 13 14 15 lb 17 18 19 20 zt 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXH�BIT A (To �e prir�ted on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Cor�struction: � _ — � � i � � , I � I I I I, I, I �� I� , , � iH15 IS TO IP1�aRNY YOU THA� UR���R � CBR�T'FtACT WI'�F� i�l� CI�Y 8� �0�� VL��RiH, OUFt CO�fl�AP,�Y lNI�� WO�FS t�h� U�lLIiY LIN�S �N O� AROUiV� Y�U� ��O��RTY. CONS�'�UCTIC)iV Wi�L ��f�IP� APP�BXIIVfY�e°���Y SEV�N �A1�5 �F�OAI� YH� �AT� O� iblS Fd��l��. I� l��U b►4V� �U�ST[ONS A�OU� A�C�SS, SECURIiY, Sd��iY OR dNY OTIi�R ISSI��, F�L�►�►SI� C�Ll�: �C. cCOMTRACTOR'S SUPERINTENDEMT� �T' cTELEPHOWE HO.� Of� NNI'. cCITY I�ISPEC70R� �T C TELEPHONE Pl0.7 A�TER 4:30 I��NN BF3 �iV lN��K�N�S, �L��,S� CALL (8�7) 39� �306 PLEASE KEEP THIS FLYER HANDY WHEN YQU CALL CITY OF PORT WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA ViSTA ROAD STANDARD COAiSTRUC'iION SPECIFTCATIOPi DOCUMENTS C1TY PAOJECT TTO. 1d1019 Revised December 2D, 2012 Of 35 l3 - 8 SPECIAL PROJECT PRflCEDURES Page 8 of $ 1 7 � EXHIBIT B ����r �o�.T� �� ��. � �� �: ����� o� �°���o��� w��r�� ������ ��������z�� D[7E TO UTII.I'I'Y IIVIPE20VEiViF.N'i'S IN YOUR i�TEIGHBORHOOD, YOUR WA,TEK SERVYCE WiLL BE INTERRUPTED O1�F BETWEElY TSE HOURS OF' AND IF YOU HAVE QUEST�ONS ABDUT THIS 9HifT-OUT, PI.EASE CALL: MR. AT {COIYTRACTOFt5 SUPERIN"F�NDEN'1') (TE�.EpHONE NUMSER) OR 1VIR. AT (CI'I`Y Ii�ISPECTUR) ('i'EI.EPHON� NiiMBER) TPIAS TNCQNVEIVIENC� WILL BE AS S1�OR'I' AS PUSSIBi�E. rx�rrx �a�, CONT�L4C".TAR � __ __ _.. 4 C1TY OF FORT WORTH WESTPORT PARKWAY FRaM KELLER HASLET AOAD TO ALTA VISTA ROAl7 STANDARD CONSTRUCTION SPECIFICATION DOCUME�+1'I'S CiTY PROJLCT NO_ 101019 Revised December 20, 2012 O1 45 23 TEST�VG AND INSPECTION SEIiVIC�5 Page 1 of 2 SECTIO�T 014� �3 TESTING AND IIVSPECTION SERVICES PART 1- GEIiERAL 11 SU1WIl1�YARY A. Sect�on Includes: 1. Testing and inspection services pracedures and coord�ation S. Deviations from this City of Fort Worth Standard Specification l. Nane. C. Related Spec�cation Sectio�ns include, b�t are not necessarily lirnited to_ 1. Division 0— Bidding Require�ents, Contract Forms and Co�ditions of the Contract 2. Division 1— GeneraI Requirernents 1.� PRICE Ai�D PAYli��l�iT PRUCEDU�� A. Measuremen# a�td Payment 1. Work assQciated with this Item is cons.idered subsidiary to the various Items bid. No separate payment will be allowed %r tl�is Itern. a. Contractor is responsible for perfornaing, covrdi�ating, ar�d payment of a�l Q�ality Cantral testing- b. City is responsible for perfarming and payment for first set of Quality Assurance testing. 1) If t�te firs� Quaiity Assurance test �r�ormed by the City fails, the Contractor is responsi%le for pay�nent of suhsequent Quality Assurance testing until a passing test occurs. a) Final aeceptance wi�l not t�e issued by City un�i� all rec�uired paymen�.s for tesiing by Ccsntractor have been paid iu full. i,3 REFEREl�iCES [1�OT USED] 1.4 ADMII�IISTRATIVE REQUIREIViEI�iTS A. Testing 1. Compieie testing in accardance witl� the Contract Doc�ments. 2. Cgordinatian a. When iesting is required to be pe�rfortned by the City, notify City, sufficiently in advance, wh�n tesiing is needed. b. When testing is required to be completed by the Coniractor, notify City, sufficiently in advance, that testing will be perfarmed. 3. Distributian of Testing Reports a. Eiectronie Distribution 1) Confirm developrment of Project directory for electronic submittals to be uplaaded to the City's docurnent management systern, or anoYher exteinal FTP site approved by tt�e City. CTTY OF FOItT WOR'I'H WESTPOIiT PAI2KWAY FROM KELLER HASLET ROAD TO ALTA VISTA RE?AD STANDARD CONSTRUCTiON SPECIFCCATION DOCUMENTS CiTY PROIECT NO. 1O1013 Revised Marcli 9, 202D Ol 45 23 TESTiNG AI�€D INSPECTION SERVICES Page 2 of 2 2} Upload test reparts ta designated project directory and notify appropriate City representatives via etnail of submittal posting. 3} Hard Copies a} 1 copy for ali submittals st�bmitted to the Project Representative b. Hard Copy Distribution (if required in iieu of electronic distribution) i) Tests performed by City a) Distribute 1 hard copy to t�e Cantractor 2) Tests performed by the Contractar a) Distri6ute 3 hard copies ta City's Project Repr�sen;tative 4. Provide City's Project Representative with trip tickets for each delivered ioad of Concrete or Lime material incl�ding the fo�lowing information: a. Name of pit b. Date of delivery c_ Ma�erial delivered B. Iz�spection 1_ Inspection ar lack of inspection daes not relieve the Contractor from vbligation io perform work in accordance with the Cflntract Documetits. 1.5 SUBIY+YITTALS [I�OT US�D] 1.6 ACTIOlii SUBl�iITTALSII�FORI�iATIa1�AL �UB�ITT.�iL� [I�OT USED] I.7 CLOSEOUT SUBMITTALS [1�OT USEI)J 1.8 iVriAIliTTEI�TANCE I�ATERIAL �UB1Y+lI1 I'�S [1iiOT USED] �.9 QUALITY ASSURAIi�CE [i�iOT USEDj 110 DELIVERY, STORAGE, AND HA�D�LIIiTG [I�OT U�ED] 11i FIELD [SITE] COI�I?ITIO�S [I�OT USED] 1.12 WARRA�TTY [�OT USED] PART � - PRODUCTS [1�TOT USED] PAAT 3 - EXECUTIOIiT [1�OT USED] E1�TD OF SECTIO�T Revisian Log DATE I NAME I SUMMARY OF CHANGE 3/9/2420 D. V. Magana Remo�ed reference to Buzzsaw and nnteci that electranic submittais througl� the City s dacument maniagement system. CTI'Y OF FORT WaRTH WESTPORT PARKWAY FROivf KELLER HASLET ROAD T� ALTA V[3TA ROAD STANDAi2D CONSTRiTCTION SPECI�'CCATiON DOCUMENTS CITY PR07ECT NO. IOi019 Revised March 9, 2020 015000-1 TEMPORARY FACII,iTIES AND CON'T1tOL5 Page 1 of 4 SECTION Ol �0 UO TEMPOR.ARY FACILITIES AND CONTAOLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Frovide temporary facilities and controls needed for the Work inciuding, but not necessarily lirn�ited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d_ Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Relateci Specification Scctions include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1-- General Requirements 1,2 PRICE AND PAYMENT PROCEDURES A. Measuremenfi and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separa�e payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMIIV�STRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authoriiies having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, povuer, light, heat and other utility services necessary for execution, completion, testing and initial operation of Wor�. 2. Waier a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equiprnent, devices or other use as required for #he completion of the Worlc. b. Provide and maintain adequate supply of potab�e 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 C1TY OF FQRT WORTf� WESTPORT PARI�WAY FRO� KELLER HASLET ROAD TO ALTA VjSTA ROAII STANDARD COI�ESTEtUCTIOI�i SP�CIFICATIOIV DOCUMENTS CITY PROJECT NO. 101019 12evised 7uly l, 2011 o� s000-a TEMPOR.AItY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payrnent for Constructian Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for eleciric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes terr�porary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone serviice at Site for use by Contractor personnel and others performing worl� or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or compleiion of Work. b. Provide temporary heat and ventilation to assure safe workin.g conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health_ 2. Enforce use of sanitary facilities by construction personnel at job site. a_ Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Coilect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than wee�y intervals and praperly dispose in accordance with applicable regulation. 3. Locate facilities near Work 5ite and keep clean and maintained througho�t Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of naateriais not susceptible to weather damage may be on blocks off ground. 3. Store anaterials in a neat and orderly tnanner. a. Flace m.aterials and equipment to pernnit easy access for identification, inspection and inventory. 4. Equip building with �ockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to pravide storage environments acceptab�e to specified tnanufacturers. 5. Fill and grade site for tern.parary structures to provide drainage away from temporary and exisiing buiIdings. 6. Rerr�ove building from site prior to Final Acceptance. D. Teznporary Fencing 1. Provide and mainta.in for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTfI WESTPORT PARI�WAY FROM KEi.LER HASLET ROAD TO ALTA VISTA ROAD STANDARA CONSTRCTGTION SPECIFICATION DOCLTMENTS CITY PROlECT NO. 141019 Revised JUIy 1, 2011 4i 5000-3 TEMPORARY FACIL1TiE5 AND CONTItOIS Page 3 of 4 1. Contractor is responsib�e for rnaintaining dust control tl�rough the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Tempoxary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.� SUSMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORIVIATIONAL Si1BMITTALS �NOT USED] 1.7 CLOSEOUT SUBMITTALS �NOT USED] 1.� MAINTENANCE MATERIAL SUBMITTALS �liTOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIQNS [NOT USED] 1.12 WARItANTY [1�IOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USEDj 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 IllTSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.� [RE�AIR] / [RESTORATION] 3.6 RE-�INSTALLAT�ON 3.i FYELD [oR] SITE QUALITY CONTROL �NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING �NOT USED] 3.10 CLEAI�TING [NOT USED] 3.I1 CLOSEOUT ACTIVITIES A. Temparary Facilities CITY OF FaRT WORTH WESTPORT FARKWAY FROM iCELI,ER I-IASLET RQAD TO ALTA VISTA ROAD STANAAAD CONSTRUCTION SPECIFICATION DOCIJNIENTS CITY PR07ECT NO. 141019 Revised July 2, 2011 O1 SD00-4 TEMFORARY FACiL1TIES AN17 CONT3tQL5 Page 4 of 4 1. Remave all temporary facilities and restore area afker completion of the Work, to a condition equai to or better than prior to start of Work. 3.1.2 PROTECTION �NOT USED] 313 MAINTENAIoTCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF �ECTION C1TY OF FORT WORTH W�CSTPORT PA.RKWAY FROM KELLER HA5LET [iOAD TO ALTA VISTA ROAD STAND,ARD CONSTItUCTION SP�CIFICATION DOCiJNf�NTS GITY PROJECT NO. 101019 Revised.�uly l, 2Q13 O15526-1 STREET USE PERMiT AND MODIFJCATCONS TQ TRAFFIC CONTROL Page I of 3 SECTION Ol 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1- GENERAI� 11 SUMMARY A. 5ecrion Includes: 1. Administrative procedures for: a. Street Use Permit b. Modificatian of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specificatior� 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Coniract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I_ Work associated with this Item is cornsidered subsidiary to the various Items bid. No separate payment will be allowed for this Itexn. 1.3 REFERENCES A. IZeference Standards 1. Reference standards cited in this speci�cation referr to the current reference standa�d published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices {TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control General a. When traffic control plans are included in the Dravvings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, pzepare traffic control plans in accordance with Section 34 '11 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Controi. B. Street Use Fermit . 1. Prior to installation of Traffic Control, a City Street iFse Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITX OF FORT WOIZTE3 WESTPORT PARI�WAY FROM KELLER HASLET ROAD TO ALTA VI5TA R�AD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 1O1D19 Revised July 1, 2011 Ol 55 26 - 2 STREET LTSE PERMIT AND MODIFICAT[ONS TO TRAFFiC CONTROL Page 2 of 3 l) Allow a minimum of 5 working days for permit review. 2) Contractor's respansibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traff'ic Control 1. Prior �o installation traff'ic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accorc�ance with Sectio� 34 71 13. 2) AlIow rninimum S working days for review oirevised Traffc Contral. 3) I� is the Contractor's re�ponsibility to caordinate review of Traffic Cantrol plans far Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E_ Temporary Signage 1. In the case af regulaYory signs, replace pertnanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traf�ic Control Devic�s {MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Trafiic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBNIITTALS [NOT USED] L6 ACTION SUBMITTALS/INFORMATIONAL SUBNIITTALS [NOT USEDJ l.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLiNG �NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] L1� WAR1iANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTIOI� [N�T USED] END OF SECTION CITY d�' FORT WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFICATJON DOCUMENTS CITY PRb.TECT I�FO. 141019 Revised July 1, 2011 a� ss26-3 STREET USB P�RMIT AND MODIFiCA�'IONS TO TRAFFIC CbNTROL Page 3 of 3 CTFY OF FQRT WORTH WESTPORT PARKWAY FROM KELi,BR HA3LET R�AD TO ALTA VISTA ROAD STANDARD CONSTKLICTIOI�F SPECIFICATIflN BOCUMEN'I'3 CITY PR�JECT NO. 161DI9 Revised July 1, 2D31 015713-1 STOStM WATER POLLUTI03V PREVENTIpN Fage 1 oi 3 SECTION 0157 l3 STORM WATER POLLUTION PREVENTION PARTl- GENERAL Ll SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations frarn this City of Fort Worth Standard Specification 1. None. C. Related Speci£�ication Sections include, but axe not necessarily lirnited to: 1. Division 0— Bidding Requirements, Contract Fornns and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDiJRES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resuiting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acranyms 1. Notice of Intent: NOI 2. Notice of Termination: IVOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Comt�ission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Stanc�ards I. Re%rence standarrds cited in this Specification refer to ti�e current reference standard published at the time af the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated 5tox-�n Management (iSWM) Technical Manual For Construction Controls 1.4 ADMIIl�ISTRATIVE REQUIREIi'IENTS A. General 1. Contractor is responsible for resolution and payment of any iine� issued associated with compliance to Storrnwater Pollution Prevention Plan. CITY OF FORT WORTH WESTPORT FARI�WAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRLTCTION 31'ECIFICATION DOCUMENTS CITX PRO.IECT NO. 101�i9 Revised July 1, 2011 O 1 57 13 - 2 STOAM WATER POLLUTION PREVSi�ITIQN Fage 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elirnination System (TPDES} General Construc�ion Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Reyuired under general permit TXRI 50000 a) Sign and post at job site b) Priar to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (S 1'7) 392- 60$8. 2) Provide erosian and sediment control in accordance with: a) Sectivn 31 25 00 b) The Drawings c) TXR150000 General Pex-mit ci) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOT 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 Put�lic Works, Environtnental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) T�e Drawings c} TXR150000 General Fermit d) SWPPP e) TCEQ requirements �) Once the project has been coznpleted and all the closeout requirements of TCEQ have been met a TCEQ Natice of Termination can be submitted. a) Send copy to City Department of Transporiation and Public Works, Environmental Division, {817) 392-6088. 1.� SUBMiTTALS A. SWPPP 1. Submit in accardance with Sectian O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWFPP io the City as foilows: 1) 1 copy to the Cify Froject Manager a) City Project Manager wi11 forward to the City Department of Transportatian and Pnblic Warks, Environmental Division for review CITY DF Fb1ZT WORTIi WESTPORT PARKWAY PROM KELLEI2 HASLET ROAD TO ALTA VISTA ROAD STANDARD COI�€STRCJCTION SPECIFICATION DOCUMENTS CITY PROJECTj+iO. 1D1019 Revised 7uly 1, 2011 015713-3 STdRM WATER POLLUTIDN PREVENTIRN Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance vvith Section OI 33 00. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUB1i+IITTALS [l�iOT USED] 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERiAL SUBIi�IITTAL5 jNOT USED] L9 QUALITY ASSURANCE �NOT USED] L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS �NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION �NOT USED] END OF SECTION Revision Log DATE � NAME I SUMMARY OF CHANGE G1TY OP FORT WOitTH WESTPORT PARKWAY FRONi KELLER HASLET ROAD TQ ALTA VISTA ROAD STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS CITX PROJECT i+�0. 101019 Revised July 1, 20i 1 015813-i TEMPOR.ARY PROJECT SICsNAGE Page 1 of 3 SECTION Ol �R 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A_ Section Includes: 1. Temporary Pro�ect Signage Requirements B. Deviations from this City of Fort Worth Standard Specificatian 1. None. C. Related SpecificaYion Sections include, but are not necessarily limited to: I. Division 0— Biddit�g Requirements, Cantract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PRC?CEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be alloweci for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] l..a SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNIiTTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING (N�T USED] 111 FIELD [SITE] CONDITI011TS [NOT USED] Ll� WARRAIVTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED �aaj OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUTPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. T'rovide free standing Project Designation Sign in accordance with City's Standard Details %r project signs. C1T'Y OF FORT WORTH WESTPQRT PARKWAX FROM KEI,LEIi HASLE'F ROAD TO ALTA VISTA RQ.Al7 STANDAIZD CONSTRUCTION SPEGIPTCATION DOCUMENTS C1TY PROJECT NO. 101019 Revised July 1, 2D11 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fr plywood, grade A-C (exteriar) or better �.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY COI�TROL [NOT USED] PART 3 - EXECllTION 3.1 INSTALLERS [1�OT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPA�LATION [NOT USED] 3.4 INSTALLATION A. GeneraI 1. Provide vertical installation ai extents of project. 2. Relocate sign as needed, upon request af the City. B. Mounting aptions a. Skids b. Posts c. Barricade 3.5 REPAIR 1 RESTORAT�ON [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.� SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 314 CLEANING [1�OT USED] 311 CLOSEOUT ACTIVITIES [NOT U�ED] 3.1Z PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance wi11 include painting and repairs as needed or directed by the City_ 3.14 ATTACHMENTS [NOT USED] END OF SECTIOI�T CITY OF FOAT WORTH WESTPORT PARKWAY FROM KELLER HASLET 1tOAD TO ALTA VISTA RbAD STANDA.RD CdNSTRUCTION SPECIFICATIOIV BOCi1MENT5 CITY PRO.IECT NO. 161019 Revised 7uiy I, 2011 O1 5& 13 - 3 'I'EIVIPORARY PROJECT SiGNAGE Page 3 of 3 CTI'7C OF FORT WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VTSTA ROAA STANDARA CbNSTRUCTIOIV SFECIFICATION DOCUMENTS CITY PR03ECT NO. 101019 Revised 7uly 1, 20Z 1 O 1 60 00 PRO�UCT REQUIREMENTS Page 1 of 2 SECTION Ul 60 00 PR�DUCT REQUIREMENTS PART1- GENERAL 11 SUMMARY A. Sect�on Includes: 1. References for Product Requirements and City Standard Products List B. Deviations fro�n this City of Fort Worth 5tandard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited io: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— GeneraI Requirements 1.� PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERE1vCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREIVIENTS A. A list of City approved products for use is availabie through the City's website at: ht�ps:/lapps.fvrtworthtexas.gov/ProjectResourcesl and following the directary path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Produc# List in these Contract Documents shall be allowed for use on the Project. i. Any subsequently approved products will only be atlowed for use u�on specific approval by the Czry. C. Any specif c product requiremen#s in the Contract Documents supersede similar products included on the City's Standard Froduci List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not a11 prod�cts from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0� 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.� SUBMITTALS [NOT USED] 1.6 ACTION SUBM�TTALSIiNF�RMATIONAL SUSMITTALS [NOT USED] 1.'� CLOSEOUT SUBMITTALS [NOT USED� 1.8 MAINTENANCE MATERIAL SUBIVIITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] C1TY RF PORT WORTH WESTPORT PARKWAY FROM C{ELLER f3ASLET 120AD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFIGATION DOCUMENTS CITY PROJECT NO. l O 1019 gevised March 9, 2020 Ol 60 4D PRODi�CT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTIDN �NOT USED] END OF SECTION Revision Log DATE I NAME � SUMMA.RY OF CHANGE 1 Q/12/12 D. Johnson Modified Location of City's Standard Prodnct List 31912Q20 D.V. Magana Removed reference to Suzzsaw and aoted that the City approved products list is accessible through the City's website. CITY OF FQKT WOATH WESTPORT PARKWAY PROM KELLER HA3LBT ROAD TO ALTA VISTA ROAD STANDARD CONSTRCiCTION SPECIFICATIOIV DQCLIMENTS CITY PKOIECT NO. 101019 Revised March 9, 2020 016600-1 PRODUCT STORAG� AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 11 SUMMARY A. Section Includes: 1. Scheduling of product delivezy 2. Packaging af products for delivery 3. Protection of products agaisis# damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, l�ut are not necessarily limited to: i. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated wiYh this Ttem is considered subsidiary to the varioas Items bid. No separate pa�nent will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREME�iTS [NOT U�ED] 1.5 SUSMITTALS [NOT USED] 1.6 ACT�ON SUBNIITTALS/INFORMATIONAL SUBMITTALS [N�T USED� 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 1.9 QUALITY ASSURA1�iCE [NOT USED] L10 DELIVERY AND HANDLING A. Delivery lZequirements 1. Schedule delivery of products or equipmeni as required to allow timely installation and to avoid prolonged storage. 2. Pro�ride apprapriate personnel and equipmeni to receive deli�eries. 3. Del�very trucks wiIl not be permitted to wait extended periods of time on the Site for personnel or equipment to receive t�ie delivery. CITY OF FORT WORTH WESTPORT PAKKWAY FROM KELLER HASLET ROA� TQ ALTA V15TA ROAD 5TANDAItD CONSTRUCTIaN SPECIFTCATiON DaCU1VIENTS CITY PRO7�CT NO. 101019 Revised July 1, 2011 016600-2 PRODUCi STORAGE AND HANDLING REQUIREM�NTS Page 2 of 4 4. Deliver pxoducts or equipment in manufacturer's original unbroken cartons or other containers designed and con.structed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation Iocatzon. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requireznents I. Handle products or equipment in accordance with these Contract Docurrzents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accardance with manufacturer's recommendatians and requirements oithese Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place Iaose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to main�ain free access at all times to all parts of Work a�d to utility service company installations in vicinity of Work. 3. Keep materials and equipmen� neatly and compactly stored in locations that will cause minimum inconvenience to other cantractors, pablic travel, adjoining owners, tenants and occupants. a. Arrange storage to pravide easy access for inspectio�. �k. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide af%site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of o�vner or other person in possession or control oipremises. 7. Store in manufact�rers' Unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property ownees and general public and maintain at least 3 feet from fire hycirant. 9. Keep public and priva#e driveways and street crossings open. 10. Repairr or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of Ciry's Project Representative. a. Toial length which maierials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Fro}ect Representative. CITY OF FORT WORTH WESTPOIZT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDAKD CONSTR[JCTION SP�CfFICATI�N DOCUMENTS CITY PROJECT NO. 101019 Revised 7uly 1, 2D1 i 01 66 00 - 3 PRODUCT STORAG� AND HANDLiNG REQiI112EMENTS Page 3 of 4 1,11 FIELD �SITE] CONDITIONS [NOT USEDj L1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 I1�ISTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.� REPAIR I RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject aIl products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.� SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTIOI\ A. Protec� all products or equipment in accordance with mat�ufacturer's written directions. B. Store products or equipment in lacation to avoid physical damage to items while in storage. C. Frotect equipment from exposure to elements and keep tharoughly dry if required by the manuiacturer. 3.13 MAINTENANCE [NOT USEDj 3.14 ATTACHMENTS [NOT USED] END OF SECTIOIlT CITY OF FORT WORTH WESTPORT PARKWAY FROM KELI,ER �IASLET ROAD TO ALTA VISTA ROAD STANAARD CONSi'RUCTION SP�CIFICATION bOCU1VIENTS CITX PR07ECT NO. 1D1019 Revised July 1, 2011 01660D-4 PROI?UCT STORA.GE AND HANDLING R�QUIREMENTS Page 4 of 4 C1TY OF PORT WORTH WESTPQRT PARKWAX FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANAARD COA]STRUCTION SPECIFICATION DOCUMENTS EITY PR07�CT NO. 101619 Revised 7uly 1, 2031 ot�000-i MOBILIZATIOiV AND REMOBILiZATION Page 1 of 5 2 3 4 5 6 7 8 9 ta il 12 13 14 15 16 17 1$ 19 20 21 22 23 z4 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTIOlii Ol i0 00 MOBILIZATI�N AND REMOBILIZATION PART1� GENERAL 1.1 SUMMARY A. Section Includes: 2. 3. 1. Mobilization and Demobilization a. Mobilization 1) Transportation af Contractor's personnel, equipment, and operating supplies to the Site 2} Establishment of necessary general facilities for the Contractor's operat�on at the Site 3) Premiums paid for performance and payment bonds 4) Transportatian of Contractor's personnel, equipment, and operating sup�lies ta another location within the designated Site 5) Relocation of necessary general facilities f�r the Contractor's aperation frorn 1 locatian to another location on the Site. b. Demobilization 1) Transportation af Contractor's personnel, equipment, and operating supplies away from the Site inclucling disassembly 2) Site Clean-up 3) Re�tnoval oF all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobiliza�ion do not include activities for specific items of work that are for which payment is pravided elsewhere in the contract. Remobifizafiion a. Remobilization far Suspension of Work specifically required in the Contract Documents or as required by City includes: 1} DennobilizaCion a) Transportation of Contractor's personnei, equipm�nt, and operating supplies from the Site including disassembly ar temporarily securing equipnnent, snpplies, and ather facilities as designated by the Contract Documents necessary to suspend the Work. b} Site Clean-vp as designated in the Contract Documents 2} Remobilzzation a) Transportation of Contractar's personnel, equipment, and operating supplies to th� Site necessary to resume the Work. b) Establishment of necessary general facilities far the Contractor's operarion at the Site necessary to resume the Work. 3) No Payments will be made far: a) Mobilization and Demobilization frartn one location to anotf�er on the Site in the normal progress of perForming the Work. b) Stand-by ar idle time c) Lost profits Mobilizations and Demobilization far Miscellaneous Projects a. Mobilization and Dernobilization CiTY OF FORT WORTH WESTPORT PARKWAY FROM KELLER HASLET 12OAD TO ALTA ViSTA ROAb STANDARD CONSTRUCTION SPECIFICATIdN DOCLIMENTS C1TY PROJECT NO. 101019 Revised Noveinber 22, 2016 o i �o 00 - a MOBILiZATION AND REMOBILIZATIbM Page 2 of 5 � 1) Mobilization sk�all consist oi the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contracior's personnel, equipment, and �perating q supplies to the Site for the issued Work Order. S b} Establishment of necessary general facilities �or the Contractor's 6 operation at the Site for the issued Work Order � 2) Demobilization shaii consist of the activiries and cost necessary for: g a) Transportation of Contractor's personnel, equipment, and operating g supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Wark Order �2 c) Remaval of all buildings or other facilities assembled at the Site for 13 each Woric Oder 14 l5 16 17 1$ 19 20 21 22 23 24 25 26 27 20 29 30 31 32 33 34 35 36 37 3S 39 4� 41 42 43 44 b. Mobilization and Demabilization do not include activities far specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization foe Misce�laneous Frojects a. A Mabilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of ti�e issuance of the Work Order. B. Deviations from this Ciiy of Fort Worth Standard Specification 1. None. C. RelaCed Specification Sections inc�ude, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AliTD PAYMENT PR�CEDURES A. Measurement and Payment [Consult City DepartnnentlDivision far direcrion on if Mobilization pay item to be inciuded or the item should be subsidiary. Include the appropriate Section l.2 A. 1.] 1 Mobilizati�n and Demobilizakion ��•.��•���ci-� "� �� ��just.ra r-.,,..;-.4:�LrNl�'-""`y, � � Measure 1) This Item will be measured by the lump sum or each as the work progresses. Mobilization is calculated on the base bid only and wiil not be paid for separately on any additive alternate items added to the Con.tract. 2) Demobilization shall be considered subsidiary to the various bid items. Payment 1} For this Itern, the adjusted Cantract amount will he calculated as the total Contract amount less the lunnp sum for mobilization. Mobilization shail be made in partial payments as follows: a} When 1% of the adjusted Contract amount far construction Ite�ns is earned, S�% of the mobilizati�n lump sum bid or 2.5 i of the total Contract amount, whichever is less, wili be paid. b) When 5°l0 of the adjusted Contract amaunt for construction Items is earned, 75% of the mobilization lump sum bid ar�� of the tatal Contract amount, whichever is less, will be paid. Previous payments �nder the Item wiil be deducted from this amaunt. C1TX OF FORT WORTIi WESTPORT PARKWAY F120M KELLER HASLET ROAD TO AL,TA VI3TA RbAD STANDARD CONSTRUCTION SPECIFICATIaN DOCUMENTS C1TY PR07ECT NQ. 101019 12evised November 22, 2016 01 7Q 00 - 3 MOBII..IZATiON AIVi� REMOBILiZATION Page 3 of 5 1 c) When 10°10 of the adjusted Cantract amount for construction Iterns is 2 earned, 100% of the mobiliza�ion lump sum bid or S� � af the total Contract 3 amount, whichever is less, will be paid. Previous payments under the Item 4 wiil be deducted from this az�nount. 5 d} A bid containing a total for "liiiobilization" in excess of 5°'� % of total 6 contract shall be considered unbalanced and a cause for consideration � of rejection. g e) The Lurnp Sum bid for "Mobilization — Pa�ving/Drai�age" shall NOT 9 include any cost or sum for mobilization items associated with 10 water/sewer items. Thase costs shall be included in the various 11 water/sewer bid Items. Otherwise the bid Items shall be considered 12 unba�anced and a cause for cansideration of rejection. � 3 f) The Lump Su�n bid for "Mobilization — Paving" shall NOT include � 4 any cost or sum for mobilization items associated with draina�e items. 15 Those costs shall be included in the "Mobilizatian — Drainage" Lump r 6 Sum bid Item. �therwise the bid Items shall be considered anbalanced 17 and a cause for consideration of rejecfion. ig g) The Lump Sum bid %r "Mobilization — Drainage" shall NOT 19 inclnde any cost or sum for mobilization items assaciated with pavin� 20 items. Those costs shall Ue included in the "Mobilization — Paving" 21 Lump Surn bid Item. �therwise the bid Items shall be considered 22 unbalanced and a cause for consideration of rejection. 23 2} The wark performed and materials furnished for demobilization in 24 accordance with this Item are subsiciiary to the variaUs Items bid and no other 25 compensation will be allowed. 26 27 28 29 30 31 32 33 34 3S 35 37 38 39 40 4l 42 43 44 4S 2. Remobilization for suspension af Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work peirfarmed and materials fumished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit �rice per each "Specified Remobilization" in accordance with Contract DacumenCs. c. The price shall include: 1} Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payrnents will be made for standby, idle time, or lost profits associated this Item. 3. Remabilization for suspension vf Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 14 of Section 00 72 Q0. 2} Na payments will be made for standby, idle t�me, or lost profits assaciated with this Item. 46 4. Mobilizations and Demobilizations foe Miscellaneous Projects 4� a. Measurement 48 1) Meas�rement for this Item shall l�e for each Mobilization and 49 Deznobilization required by the Contract Documents CITY OF FOl2T WORTH WF.STPORT PAKKWAX FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDAl2D CONSTRUCTiQId SPLCIFICA"f'iON DOCLTMLN'I'S C1TY PR07ECT NO. i 01019 Revised November 22, 2016 oi �o oa -4 MOSILIZAT[ON AND REMOSILIZATION Page 4 of 5 1 2 3 4 S 6 7 & 9 10 I1 � c. .:� Payment 1) The Work performed and materiats furnished in accordance with this Item and measured as provided under "Measure�nent" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilizatian shall be considered subsidiary to mobilization and sha�l not be paid for separately. The price shall include: 1) Mobilization. as described in Section 1.1..A.3.a.1) 2} Demobilization as described in Section l.1.A.3.a.2} No payments wail be made for standby, idle titne, or lost profits associated this Item. 12 13 14 15 16 17 1$ 19 za 21 22 23 24 25 26 27 5. Emergency Mabilizations and De�nobilizations for Miscellaneous Projects a. Measvrement 1) Measurement for this Item shail be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) 'The Work perfortned and matexials furnished in accordance with this Item and measured as pro�ided under "Measurement" will be paid far at the unit price per each "Work Order Ernergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiaz'y to mobilization and shall not be paid �or separately. c. The price shall include I) Mobilization as described in Section 1.1.A.4.a} 2) Demobilizatian as described in Section 1.1.A.3.a.2} d. No payments �x+ill be made far standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [I�TOT USED] 28 1.4 ADMIliTISTRATIVE REQiJ'IREMENTS [NOT USED� 29 1.5 SUBMITTALS [NOT USED] . 30 1.6 INFORMATIONAL SUBMITTALS [NOT USED} 31 1.7 CL05EOUT SUBMITTALS [NOT USED] 32 l.$ MAINTEI�TANCE MATERIAL SUBMITTALS [I�TOT USEDj 33 1.9 QUALITY ASSURANCE [NOT USED� 34 1.10 DELIVERY, STORAGE, AND HANDLII�G [NOT USED] 35 l.11 FIELD [5ITE] COIiiDITIONS [liiOT USED] 36 1.12 WARRANTY [NOT USED] C[TY OF FORT WQRTH WESTP012T PAKKWAY FROM KELLER HASLET ItOAD TO ALTA VISTA AOAiI STANDARD CONSTRiiCTION SPECIFICA'I'IQN DOCUMENTS C1TY PROJECT NO. 10I019 12evised November 22, 2016 01700d-5 MOBILIZATIOIV A3VD REMOBIL[ZATiON Page 5 of 5 1 PART 2� PRODUCT� [1�TOT USED] 2 PART 3� EXECUTIOlii [ilT�T USED] 3 END OF SECTIOI�T 4 Revision Log DATE I NAN� I SUMMARY OF CHANGE 11/22/16 Michael Owen 12 Price and Payment Procedures - Revised speci�cation, including blue text, to make specificafion �lexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH WESTPORT PAI2KWAY FROM KEL.LER HASLET ROAD TO ALTA VfSTA ROAD STAMDARD COiVSTRUCTIOM SPECIFCCAT[ON DOCUMENT3 CTTY PRb1ECT NO. 101619 Revised November 22, 2016 017123-1 CONSTRUCTION STAKINCT AND SUAVEY Page 1 of 8 SECTION Ol '�1 �3 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 11 ,SUMMARY A. Section Includes: 1. Requirements for canstruction staking and const�ction survey B. Deviations fram this City of Fart Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions af the Contract 2. Division 1— General Requirernents 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payrtient 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 lutnp sum price bid for "Constniction 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 shal� include, but not be limited to the following: 1) Veriiicatian of cantrol data provided by City. 2) Placement, maintenance and replacement of required stakes as;d 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 Ttems bid. b. Paymeni 1) The work per�ormed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. As-Built Survey a. Measurement 1) Measurement for this Ttem shall be by lutnp sum. b_ Payment 1} The work perfortned and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid �'or "As-Built Survey". CITY OF FORT WORTH WESTPORT PARKWAY FRbM KELLER HASLET ROAD TO ALTA V[STA ROAD 5TANDARD CONSTRUGTION SPEC�FTCATION DOCUMENTS CT'I'Y PROJECT NO. 101019 Revised February 14, 2018 01 71 23 - 2 COMSTRUCTION STAKING ANA SURVEY Page 2 0� & 2) Paymeni for "Construction Stalting" shall be made in partial payments prarated by work completed compared ta total work included in the lump surn item. The price bzd shall include, but not be limited to the following:: 1) Field measureznents and survey shots to identify locat�on of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. De�nitions 1. Construction Surve - The survey measurements znade prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Suzvey —The measurements made after the construction of the improvement features are cnmplete to provide position coorc�inates for the features of a project. 3. Constructian Staldn — The placement of stakes and markin.gs to provide affsets and elevations ta cut and fil� in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. �4. Survey "Field Checks" — Measurements made after construction staking is campleted and before construction work begins to ensure that structures nnar�Ced on the ground are accurateiy located per Project Urawings. B. Technical References 1. City of Fort Worth — Canstructian Staking Standards (available on City's Buzzsaw website} — O1 7I 23.16.01 Attachment A_Surrvey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (�cl} files (available on City's Buzzsaw webszte}. 3. Texas Deparkment of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Prractice for Land Surveying in the State af Texas, Category 5 1.4 ADNIINISTRATIVE REQUIREME�TTS A. The Contrac�or's selection of a surveyor must comply with Texas Government Code 2254 {qualifications based selection} for this project. 1.5 SUBMITTALS A. Submittals, if required, shall he in accordance with Section O1 33 00. B. All submittals shall be received ar�d re�zewed by the City priar to delivery of work. 1.6 ACT�ON SUBMITTALS/INFORli�ATIONAL SUBMITTALS A. Field Quality Controi Submittals CITY OF FORT WORTH WESTPORT PARKWA.Y FRONf KELLER HABLET ROAD TO ALTA VISTA ROAD g'�ANpARp COMSTRUCTION SPECIFICATION DOCUMENTS C1TY FR07ECT NO. 101019 Revised February 14, 2018 017123-3 CONSTRUCTIdN STAKING AND SiiKVEY Page 3 of 8 1. Docu�nentation ve:rifying accuxacy of field engineering work, including coordinate conversions if plans do not indicate grid ar ground coordinates. 2. Submit "Cut-5heets" conforming to the standard template pravided by the City (refer to O1 71 23.16.01— Attachment A— Survey Staking Standards). 1.i CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Subnait As-Built Survey Redl�ne Drawings documenting tI�e locarions/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to O1 71 23.16.01 — Attachment A — Survey Staking Standards) _ 2. Contractor shall submit the prdposed as-built and completed redline d�rawing s�bmittal one (1) week prior to sched�ling the project final inspection for City review and camment. Revisions, if necessary, si�all be made to the as-built redjine drawings and resubmitted to the City prior ta scheduling the construction final inspection. 1.� MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by ihe Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contiractor's responsibility to coordinate staking such that construction acrivities are not delayed or negatively impacted. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take pIace then the Contractor will be reyuired to stake or re-stake the def cient areas. B. Constr�ction Survey 1. Construction Survey will be perfornned by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for canstruction survey is available and in place. 3. General a. Construction survey wi11 he performed in order to construct the work shown on the Construction Drawings and specifie� in the Contract Documents. b. For construction methods other than open cut, the Contractor shall pex-form construcYion survey and verify control data including, but not limited to, the follawi�g: 1) Veriiication that established benchmarks and control are accurate. CIT1' OF FORT WORTH WESTPORT PARKWAY FROM KEI.L�R HASLET ROAD TO ALTA V15TA ROAD STANDARD CONS'i'RUCTION SPECIFICATION DOCUMEN'I'S CI`FY PRO.TEC"j' NO. 101019 Revised February 14,2018 O1 71 23 -4 CONSTRUCTION S'I'AKIlVG AiVD SURVEY Page 4 of 8 2) Use of Benchmarks to fiu�nish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. �4) Submiit to the City capies of field notesused to establish all lines and g�rades, if requested, and allow the City to check g�idance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor �ine and grade continuously during construction. 8) Record deviation with respect to design line and grade ance at each pipe jaint and subznit daily recards to the City. 9) If the instaliation does not meet the specified talerances (as outlined in Sections 33 OS 23 and/or 33 OS 24), irnmediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built SUrvey 1. Required As-Built Survey witl be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirtr� vwhich feat�res require as- built surveying. b. i� is the Contractor's responsibility to coordinate the as-buiIt survey and required measurements for items th,at are to be buried such that construction activities are nat delayed or negatively irnpacted. c. For sewer mains and wa#er mains 12" and under in diameter, it is acceptable to physicaily measure depih and mark the iocation during the progess 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) o�' constructian �eatures 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 2501inear feet, including {2) Horizontal and vertical points of inflection, curvature, etc. (3} Fire lir�e 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 2501inear feet and any buried iittings (2) Horizontal and vertical paints of inflection, curvature, etc. 3) Stortx�water — Nat Applicable CITY OF FORT WORTI� WES'FPORT PARKWAY FROM KELLBR HASLET ROA� TO ALTA VISTA ROAD STANAARI7 CONSTRUCTION SPECIFICATIOIV DOCLIMENTS Ci'TY PROJECT NQ. 101019 Revised February 14, 2018 017123-5 CONSTRUCTION S'i'AI{ING AND SURVEY Page 5 of 8 b. The Contractor sha11 provide as-built survey including the elevati�n and Iocation (and provide writ�en documentatian to the City) of construction features after the construction is completed including the following: 1) Manh�oles a) Rim and flawline elevations and coordinates for each manhole 2} Water Lines a) Cathodic protection test stations b} Sampling stations c) Meter boxes/vaults {All sizes) d} Fire hydrants e} Valves {gate, butterf�y, etc.) fl Air Release valves (Manhole rim and vent pipe) g) Biow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Undergro�and Vaulis (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a} Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction 5tructures (1} Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND IIANDLI�TG [NOT USED] 111 FIELD [SYTE] CONDITIONS [NOT USED) 1.1� WARRANTY PART � - PRODUCTS A. A construction survey will produce, but wi11 not be limited to: 1. Recovery of relevant control points, poinis of curvature and points of intersection. 2. Establish temporary horizontal and vertieal control elevations (bencl�marks} sufficiently permaneant and located in a manner to be used �hroughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final �ine 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 horizantal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for al( construction staking projects. These cut sheets shail be on the standard city template which can be abtained from the Survey Superintendent {817-392-7925}. 5. Digital survey fiIes in the following #'ormats shall be acceptabie: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CIT'Y OF PORT WORTH VVESTPORT PARKWAY �ROM KELLER HASLET ROAD TO ALTA VI3TA ROAD STANDARD CO]VSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 101019 Revised February 14, 2018 01 71 23 - 6 CQNSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file {.csv), formatted with X and Y coordinates in separate calurnns (use �Lat�dard templates, if ava�lable) 6. Survey iiles shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTIQN 31 INSTALLERS A. Talerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree af precision required is dependent on many factors all of which musi rerriain judgxnental. The toleran.ces listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overal� plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizonial aligntnent for earthwork and rough cut should not exceed I.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .O.lft to�erance. c. Paving or concrete for streets, curbs, gutters, parking areas, drive�, alleys and walkways shaIl be located within the confines o�the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than O.OSft. tolerance frona their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and eZectric lines, shall be Iocated hnrizontall�+ within tneir prescribed areas or easemenis. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance frozn a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground unlities require only a minimum cover and a tale:rance of �.1 ft. should be maintained. Underground and overhead utilities on planned prafile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying insti-uments shall be kept in clase adjustnnent according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular rnaintenaz�ce schedule be per�ormed by a certified technicia� every 6 months. 1. Field measurements of angIes and distances shatl be done in such fashion as Yo satisfy the closures and tolerances expressed in Part 3.1.A. 2. Verticallocations shalI be established from a pre-established benchmark and checked by closing ta a different bench mark on the same datum. 3. Construction survey �eid work sha11 correspond to the client's plans. Irregularities or conflicts found shall be reported prarnptly to the Ciry. 4. Revisions, corrections and other pertine�nt data shall be logged for future reference. C1TY OF FORT WORTH WESTPdRT PARKWAY FROM KELL�R HASLET ROAl7 TO ALTA VISTA ROAD STANDARD CONSTRUCT�ON SPECTF'ICATION DOCUMENTS CI'I`Y PR07ECT NO. 101019 Revised February 14, 2018 017123-7 CON57`R[JCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.� REPAIR 1 RESTORATIOlv A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monume�ts shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacem�ents anc�/or restorations. b. The City t�ay reyuire at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyars before further associated work can rnove forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oxj SITE QUALITY COli�TROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This incl�des easernents and right of way, if noted on the p�ans. B. Do not change or relocate stakes ar control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves tlie right ta perform a Survey Check at any �itne deemec� necessary. 2. Checks by City personnet or 3'� party coniracted surveyor are not intended to relieve the contractor of his�er responsibility for accuracy. 3.4 ADJUSTING [NOT USED] 310 CLEA�lTING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTI011T [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECT�ON Revision Lag CI'I'X OP FORT WORTH WESTPORT PARKWAY FROM KELI,ER HASL�T ROAD TO ALTA VISTA ROAD STANDARl7 CONSTRUCTION ,SPECIFIGATIpN DOCUMENTS C1TY PROJECT NO. 101019 Revised February 14, 2018 pI7123-8 CDNSTRUCTION STAKING AND SUKVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/3112fl 17 M. Owen d��nitions and references under 1.3; modified l.b; added 1.7 closeout submittal requirements; modi�ed 1.9 Quality Assurance; ac�ded PART 2— PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; at�d added 3.8 System Starhx�. Removed "blue text"; revised measurement and payment sectians for Gonstruction 5taking and As-Built Survey; added reference to selection compliance with TGC 2114/201$ M Owen 2254; revised action and Closeout submiitaI requirements; added acceptable depth measurement criteria; revised list of items requiring as-buiIt survey "during" and "after" construction; and revised acceptable digital survey file format CiTY OF F'ORT WORTH WESTPORT' PARKWAY FROM KELLEI2 HASLET ROAD TO ALTA VISTA ItOAD S'I'ANbARD CONSTRUCTION SPECIFICATIOP! DOGiTMENTS CITY PROJECT NQ. 101019 Revised February 14, 2018 � � ���ti�� �1 i1 2�oO1- �ttachr�ent �O Sur�ey S�al�in� ��andards February 2017 O:\Specs-Stds Governance Process�Temporary Spec Files�Capital Defi�ery\Cap Delivery Div Q1�0�. 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services assaciated with the City of Fort Worth projects. These are not to be considered all inclusi�e, but only as a general guideline. Forprajecfs on iXAOTright-of-wayo�throergh jointlXDO�pari�icipafion, adherence to the �1�D0►Survey fi/fanual sl�all he followed ancf if a discrepancy arises, the TXDOT manualshall prevail. (hiru:f%�nlinen�anua�5.txciot.Kov/txo�trrEanuais/essl_es5-pdf) If yau ha�e a unique circumstance, please consulf with the project manager, inspector, or sur�ey department at 817-392-7925. ����e B� �O�}t@i9tS I. City of Fort Worth Cantact Information If. Canstruction Calors Ill. Standard Staking Supplies IV. 5�rvey Equipment, Control, and Datum 5tandards V. Water 5taking VI. Sanitary 5ewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey O:�Specs-Stds Governance Process\Temporary Spec Files�Capital Delivery�Cap Delivery Div 01\01 71 23.1fi.01 A#tachment A Sur�ey Staking 5tandards.docx Page 2 of 22 � � �ur��e �e ��rnen� �on��c� I�forrn�tion 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 �OI'l�t�i�G�l�l� ���BfS The following calors shall be used for staking or identifying features in the field. This incfudes flagging, paint of iaths/stakes, pain# af hu�s, and any identification such as pin flags if necessary. U�ili�y PROP�SED EXCAVATION A�L ELECTRIC AND CONDUITS POTABLE WATER GASOROIL TELEPHONE/FIBER OPTfC SURVEY CONTROL POIfVTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING 1NCLUbING CURB, SfDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. St�ndar�d St�ki�g ����lies Colar WHITE , = ;ry, -.� ::� . �:-�� il � �LkJ Y v i?RAJUC,� P I I+l CC Item IVlinimum size Lath/5take 36" tall Woaden Hub (2"x2" min. square preferredj 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard 5takes fVat required PK or Mag naifs 1" iong Iron Rods (1/2" or greater diameter) 18" long Sur�ey Marking Paint Water-based Flagging 1" wide Marking Whiskers (feathers} G" long Tacks �far marking hubsJ 3/4" long �:�Specs-Stds Governance Process�Temporary Spec Files�Capital Delivery\Cap Delivery biv 01�01 71 23.16.01_Attachment A_Survey 5taking Standards.docx Page 3 of 22 IV. ���r��v �qui�r�enf. �onfrol. a�d D�tur� S�a�dards A. City �enchmarks All city benchmarks can be found here: htt : fortworthtexas. ov itsoluuuns GIS Look for `Zoning Maps'. Under `Layers' , expand `Basemap Layers', and check on `Benchmarks'. B. Conerentional ar Robotic iotal S#ation Equipment I. A minimum af a 10 arc-second instrument is required. II. A copy af the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified tethnician at least 1 occurrence every 6 manths. C. iVetwor�t/V.Ft.S. and s#atic GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commen�ing work. A site calibration may be required and shall consist of at least 4 contral points spaced e�enly apart and in varying quadrants. Additional field checks of the horizontal and �ertical accuracies shali be completed and the City rrtay ask for a �opy of the calibration repart a# any time. If. Networic GPS such as the Western Dafia Systems or 5martNet systems may be used #or staking of property/R.O.W, forced-main water lines, and rough-grade only. No GpS stalcin� for concrete, sanitary seti+ver, storm drain, final �rade. or an tv hin� that needs �errtical �radin� wifh a talerance of 01�' ar less is allowed. ..�. D. Control Points Set All controi points set shall be accompanied by a fath with the appropriate Northing, Easting, and Elevation {if applicable} of the point set. Cantrol points can be set rebar, 'X' in cancrete, or any other appropriate item wit� a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked `control point' or similar wording. Datasheets are required �or al! cantraf paints set. Datasheet should include: A. Horizontal anc! Vertical Datum used, Exarrtple: N.A.D.83, EVorth Central Zone 4202, NAVD 88 Ele�ations B. Grid or ground distance. — ff ground, pro�ide scale factor used and base paint coordinate, Example: C.S.F.=0.999125, Base poin#=Narth: 0, East=O C. Geoid model used, Example: GEOIDI2A 0:�5pecs-Stds Governance Process�Temporary Spec Files�Capital Delivery\Cap Deli�ery D9v 01�0171 23.].6.01_Attachment A_Survey Staking 5tandards.clocx Page 4 of 22 E. Preferred Grid �atum Although many pian sets can be in surface coordinates, the City's preferred grid datum is listed below. Carefu! consideration must be taken t� verify what datum each project is in prior to beginning work. It is essential the surveyor he familiar with coordinate transformatians and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: i�Ab_1983_StatePlane_�'exas_IVorth_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Canic False_Easti n g: 1968500.0OOOOqQO False_Northing: 6561666.666fi6667 Central Meridian: -98.50Q00000 Standard Parallel 1: 32.13333333 5tandard Parallel 2: 33.96666667 Latitude_Of Qrigin: 31.66666667 Linear Unit: Foot U5 Geographic Coordinate System: GC5_North_American_1983 Datum: D North American 1983 Prime Meridian: Gre�nwich Angular Unit: Degree Note: Regardless uf what datum each particular project is :n, deliverables to the City rnust be cor�uerted/translated into this preferred grid datum. 3 copy of the deli�erabfe should be in the project daturn (whate�er it may bej and 1 capy should be in the €VAd83, TX Narth Central �2d2 za.ne. See_ �referr�r� File Namrnq Corvention 6elow F. Preferred Deliverable Format .txt .csv .dwg .job G. Preferred Data �ormat P, IV, E,Z, D,A� Point Nurnber, Northing, Easting, Elevation, Description, Nates (if applicablej �i. Preferred �ile i�aming Condention This is t�e preferred format: City Project Number Description_Datum.csrr Exarn le for a ro�ecf that has surface coordinates which must be translated: File 1_ C1234_As-buiit af Water on Main Street_Grid NAD83 TXSP 42q2.csv O:�Specs-Stds Governance Process\Temporary Spec Files�Capital Delirrery\Cap Deli�ery Div 01�01 71 23.16.01_Attachment A Survey Staking 5tandards.docx Page 5 of 22 �ile 2: C1234_As-built of Water on Main 5treet_Project Specific datum.csv �xar�pl� Gontrol St�l��s 0:�5pecs-Stds Go�ernance Process�Temporary Spec Fifes\Capital Delivery\Cap Delivery �iv 01\Ol 71 23.1b.01_Attachment A_5urvey Staking 5tandards.docx Page 6 of 22 � � � � � � � � L� � � w m � � � � � ��1� E � I�' I `' i . I � w m � � � � � O � � � �C � � C � � Q � _ U7 �t � � w � m � � :l � � � � _ t17 � � � W � d] � a 0 � G � � � � � w EL. = 1 DD. aQ' CTs w � � � � � � � r�} GP �1 � N—�JODO.00 E=�JOC}�.003 :a 0 � � � � � � Cj � � C'� � _ � � � � — Z � � � � _ J � L.� ~ W � � � m � �1 � Q � ��---- a --- � � 1�. l�1�$er� �taki�g �ta�d�r�ds O:\Specs-Stds Governance Process\Temporary 5pec Files\CapiYal Delivery�Cap Delivery Div 41\0171 �3.16.01 A#tachment A_Survey Staking 5tandards.docx Page 7 of 22 A. Cen�erline S�al�ing — Sgraigh� Line Tangen�s I. Offset fath/stakes every 200' on even stations II. Painted blue fath/stake anly, na hub is required III. Grade is to top of pipe (T/P) fnr 12" diameter pipes or smal(er IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed tap of curb line far 10" and smaller diameter pipes VI. Grade shouEd be 4.00' beiow the propased top of curb line far 12" and larger diameter pipes VII. Cut Sheets are required on afl staking and a copy can be received from the survey superintendent Optional: Actual stakes shal! consist of a 60D rrail or hub set with a whisker B. Cente�line S�a�ing - Cu�e+es 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 abo�e III. Staking nf radius points of greater than 100' may be omitted C. 1llrater IVieter Boxes I. 7.0' perpendicular offset is preferred to the center of the box fl. Center of the rneter should be 3.0' behind the praposed face of curb III. Meter should be staked a minim�m af 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 uniess shown otherwise on the plans D. �ire Hydran�s L Center of Hydrant should be 3.4' behind proposed face of curb ii. Survey offset stake should be 7.U' fram the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.3D higher than the adjacent top of curb �. l�4rater Valves & Vaults I. Offsets shoufcf be perp�ndicular to the propo5ed water main il. RIM grades shoufcE only be provided if on plans �3��i�7i���` ���E� �t�iC�S O:�Specs-S#ds Governance Process�Temporary Spec Files\Capitaf Delivery\Ca� Delivery Div 0�.�01 71 23.16.01WAttachment A_5urvey Staking Standards.docx Page 8 of 22 �\ � � � � � � � ¢ � � � a � .� �' 0/s � w/� .h � Y r. � O W � 3 � �4 c� t ��W�' � � W J ' �w��� ��FO W � S � Q '�—'� C4 C3 � G-3.62 ,;`�1 � � ��c�, z �' �� �� �� r ifi 5 d�� —� 7�.� r � � � i I � 7� ��� STA=1+72.t31 � C-3_B1 `�'�`" � � � Q � d U"1 � � �r � s5 � � 1917 EL� ltl1 3$' � � � � � �- — � � h� �F Q�� � � � _ � �r L� � w� �� � � � L7 � � {j J {,} m � �O � �I � �� �f � � � . � m �- W O v f- -- � C7 � � � � d � � � � � � �� � � w � d � �� � � a �- o � r ,,, W cs a � z � 'n rn ' � � � i`' W � �� � F �� �W1 � � � �� 'r ly�} C ~ p W � �f t�� � aQ ' D 1� W 3 � 0 � � � 741W l}�OI}.p� �c � �-'1 mLL � � W � a a a �, v � a � m � i l�I. Sa�lta�l� S�r�er S�akln� 0 �a � 1 _ � � J �� n J I3 � � z� �a m� 3 � � ' 1I � � � � � 4 ����� f =o� o��m ��— nj O � .��,{� W y�,3 (� W � ���m � �� � � w� f" � J �.J - =�i O:\Specs-Stds Governance Pracess\Temporary 5pec Files�Capital Delivery\Cap Delivery Di� 01\0171 23.16.01_Attach€nent A_5urvey Staking Standards.docx Pag� 9 of 22 A. Cen�eriine S�aking — 5traigh¢ �.ine Tangen�s I. In�erts shall be field �erified and compared again5t the plans before staking II. Painted green lath/stake WI�'li hub and tack or marker dot, no flagging required III. 1 offset staice between manhofes 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 nated VI. If multiple Eines are at one manhole, each line shalf have a cut/fill and cfirection noted VII. Stakes at every grade break Vllf. Cut sheets are �equired an all staking optronal: Actua! str�kes shall consJst af a 60D nai! or hu6 set with a whisker B. Centeriine Staking — Curdes I. If arc length is greater than 1fl0', 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 �. 2 offset stakes per manhole far the purpose of providing alignment to the contractor il. Flowline grade should be on the lath/stake for each flowline and direction nated III. RIM grade should only be on the stake wt�en provided in the plans O:�Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 Z3.16.01_Attachment A_Survey Staking 5tandards.docx Page 10 of 22 ��a��l� S�nitar� Se►�eer S��kes ��� `� �� ���� ��. ��� �� � � � ��� � � �- � � � � � � � � � � W n v7 � � ��'ry � �� -_F � /�"� � i jj � J � �'y (+{� �1I�11I STh=3+T1�'I1I1 �.u, c-s� � � c-�� � c-vtl0a r /ti-J�/ �' N�� � J,7JL�1f ALL LL� � �' 1 J 1 f _ L` � t[ , � � �• � � � � � y � t� � ��� � �� �.� � � ��rp _ 4 ffi � .*`tif& " . N � . �OC� ��V}Q� � 4�-� 12� 0/5 � SS ��� sra a+rt� �� v, c-.�� � � � c-a� II � � ar� •�� � � $ � � � b, � GW��� � ��� Y � � G � u! ~ �t/ � 4 � W��r� � �t' �� � �. C� � � � � � � � � � W n � � �,� � � m���_ � � ��� � � I 7' ��$ � �S � A=1t85 � G-4� � E•+� E �W �Jyr� �I ' w � V Q Lf� � i � � � � i W � � a a � � �w � w � ti � � a � � � � � � i � � i �� ,.�t � � � � C� �� � � � �� �� �W u� � ��� � t� �� � N z +!} 4- m�- a U} -F So Vi i� � � ��_� ~ � � �� ?� �� �� � ��� �����m� �� r vr rrn o v, a a� c, � Q� ��9E `ac �y �,,�•, o� w �� 7� �/ � 5� z sTn..n+oo�� ���a-s�� vy�c-s�a F+b �t �"� m py� I__I__. � � � � � � � �a�� V] �`�� f' _ � � � f � � f e 44 �a� 12' 0 f� � 55���'�ra�a+n��� ��.z c-s'3 � v, � s� � c-0+� �� r �� � �m � '� � -cc ;+�� ��. , �Y ��o �� ��� {i �4 �� r'Fp �� �F r �.'�. ry � � � 2 �'^ Rl � � 6 Y K SF O:\Specs-5tds Gavernance Process\Temporary Spec Files\Capital Deli�ery�Cap Deli�ery Div O1�Q171 23.16.01_Attachment A_Survey Staicing 5tandards.docx Page 11 of x2 l�II. S�orrn Se�eer � I�le� S$�kEr�g A. Centerline Staking — Straight Line �angenfs I. 1 offset stake every 200' on e�en statians II. Grades are to flowline af pipe unless otherwise shown on plans III. Stakes at every grade 6reak IV. Cut sheets are required on all staking Optional: Actual stakes shall consrst of a SDD nail or hub set with a whisker B. Cenrerline Stal�ing — Cur�+es I. If arc length is greater than 100', POC (Point of Curvature) offset stakes shoufd be set at a 25' interval II. Staking af radius points af great�r than 100' may be omitted C. Storm Drain Inlets I. 5taking distances sf�ould be measured from end of wing II. 5tandard 10' lnlet = 16.00' total length f II. Recessed 10' Inlet = 20.00' total length IV. 5tandard double 10' inlet = 26.67' total fength V. Recessed doubfe 10' inlet = 30.67'total length D. Storm Drain IVianholes I. 2 offset stakes per rrtanhole for the purpase of providing alignment to the cantractor II. Flowline grade shauld be on the lath/stake far each flowline and direction not�d III. RIM grade shauld anly be on the stake when prnvided in the plans O:�Specs-5tds Go�ernance Process\Temporary Spec Files\Capital Delfvery\Gap Delivery Di� 01�0171 23.16.a1_Attachment A_5urvey Staicing Standards.docx Page 12 a# 22 E���n�al� Storr�n Inle� S�akes �r`i�R (�ne Fwd�.: n.aw.y o+YN7 � i( � :� H�e �vanon � 0 � FI��NT {�IDE FAGl�JG �} �I �� � �� � f [7 ` ml 0 � , � � m � � 1 . � � � �� � IDENT'FlES • :r ' � E1JD OF TFI! ni �� BEING �TWCER �y� '� il In�Er Sln--aN �i t ,�F NvTEd �3�� PLAkS] i � �? T��, i I�ENTfFlF.S AR_• ^� T6 TOF ��r ----- � + Q i""�i �°' IpENTIFits •:r-• •: 0 ra �c.�urt� � � � FR C� N T ��IDE FAGIN� �� _ ' ' _'--�-. � - ,-� :11' , �'= _. � fii� .i� �SL1E FA�N6' N-QW_} _ ..E �` � �r�'�I ,��e �x.�wx�naw „ � �. � 0 � ua ��. D�} f�l �i � r � ��, rn�� "lE7JlIFlES WHICN � � ,� N� OF 7'3iE 'Mh16 � BFING ST.':I€EQ � f � Tf� � + 4 �-s-�-�- � c� i � � �[���r�r+':al�u��. HUB �11�1 Tf�CK ���c � �� — -- FI.C//A.INE — — EDGf OF PAVEIA�NT s��� RECE55Eb 14t � 2U' 5TrtN6PR0 64U�tl.E 10' � 86.67' — — — — — — FiE�E55E6 Dbl1E�LE 10� �30�87� — — — — — � -----� � � ( 9kC34 C� iN�7 F,� Ia�•1f::`'y^:.:�.::. �..•'..7 • •.ii�F��+.,: .. I H � I �'. '; � 5 � - k1ANHOLE o� �1 R��, Q� .. A j� � w,��.'T:R�'.t.•, :"t.•' ..14' .,,.. •,y . _� FAC£ OF 3NLET •- -' Fp�E qF.INLET ES]GE C�F PA'vEMETIT P.�41EtAEHT _ a�,c� �� �u�a_ _ _ — — FL.17YeSfh{€ � EU�E CF PP.4EhiEtdT— — O:\Specs-Stds Governance Process�Temporary Spec Files\Capital Delivery�Cap Deli�ery Div 01�0171 23.16.01_Attachrnent A_5ur�ey 5taking Standards.docx Page 13 of 2z !lIIL Cu��i ar�d Gutt�r Si�kir�� A. Centerline Staking — Straighf Line Tangenf� V. 1 offset stake every 50' an even statians VI. Grades are to top of curb unle5s oth�rwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are requirecf on afl staking Optional: Acrual srakes shall consist of a 60D nail or hub set with a whrsker B. Cer�terline 5taking — Curdes III. If arc length is greater than 100', POC (Point of Curvaturej offset stak�s shauld be set at a 25' interval fV. S#aking of radius pofnts of greater than 100' may be omitted O:\5pecs-Stds Governance Process�Temporary 5pec Files\Capital Deli�ery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking 5tandards.docx Page 14 of 22 ��arr��le Curi� � �u$$er� ���l�es FF��NT (SiDE F}1�IIVG �) FF2�NT (s�o� ��ciNc �) U�i.+f� (SiDE FACING R.Q.1+J) gqidT ;�' ��$ _} II �ua ��Eu�na� o Q � �n� �� •i�:, _ xREr is m a����-. ��., ru� Fnc� ai aA � � ,]EMT1fIE5 3ThRT PC, P4N'% � '�URWA7URE � } � r/o FRONT ia�nFlEs v�o (S6E FkCINC �} T�IGFNT FRONT a {SIDE F�iCING �) � f � � � � A � '� o �/u � 0 yp .{ y N � � � � if � g/�,. � � I � r lli I ;� � � I E I t�%� �� ; � _ b �T"' � . ��) NO GRACf ON I � ' � I I t� � } ' AAPIUS POINT5.� � -�-•�. --- � � t � � f��� - - -.� ; � � � 1 ',�- f ti .:,�- � t.___=_—� �l � � __ _ , f 1 � I i 1 `�v'•'��� � � ��� ! � �� �r , —+- /c • f 1 J � � .� — `� 1� ' � �l J � � J / �� ----�- - ��, '�' �� / f � / �� t� /� �� � ; ��'� � �'`� �,� � I � -�—�.� T�tP OF CUR6 \ �-�� rr ri -'�� ; } ��` � s X ''' F�_ �' � I �� ��� s � Y I � �� - �� j �� ���,. ��� {� f��1G� C?F� CllRE� `� � � - ' � M ��_�� Y I �X F � ���� f�r� FA�`E t3F CU F;B I f ' F��[� ��� � ___ �— �c��.� ����..��� EdGE t�F PAVE�,fEI�lT E�arr�pl� Cur��a � Gu�t�r� Stak�s at Ir�t�rse�tivn O:�Specs-Stds Governance Pracess\Temporary Spec �iles\Capital belivery�Cap Delivery Div Ol\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 � ~ � ���` � � � � oo�n[�i I � � � 14' 4/S�mpSTA=3+5o� F F+O� � � � L_l._ � � � e9 t Z F4 /�4 ' N c� � V S� [L �� � o � d d Vl � e _ 4 _._. _.._ Q � i: V~} Q 2 O�lz � U �� 0�5' m z �w L� r ^ r � a p a � o 5 � ~ � � Qp� � aa � n 3 _.�. .._. — _ .a ;P . _. ,t}l `.. W "' I � a ��l C � ti=c ��j .. o d � �3�� ��4JF W � 't3� � o cn .�w b w �W in � �� o� o / Q�� 4 4 o- -- ._�ur � �� � ' CJ� �:�iJY�B[0 'Kfkt ;l�^ I 4 � w O ean� ja �ae Q ^ Y f � � �4` r O �3 �a�a U ZqW� o- — — 4 � �'�,a w ��6� � Z} � _ O � m LL�d� 4 �Q Qidila"� �CY YE.7H9 s � �. 4 `�j � _-��IViaiv --'rl .Cr � C3 � � g1 0� � � � � �.'-- 4i�r d A � �, 2}vl\r' � � ` � �O W V , O � W F � ` � .3 Cs9 L a I � W � ����� � � � � � � ��' Ad �� � ' ,� � � \ Q--- — -� ._. O 4� O V 0 � � a � 4 � S? u � �� �d� �i o � "� 3 T' � cC � � •F O d 40 � i m 61 �F NWF -- -@ Q�d4�i \�� � (3� ,d� �''S��j2 4�� � �� Q�w W O:\Specs-Stds Governance Process\Temporary 5pec Files�Capital Delivery�Cap Delivery Div 0�.\0171 23.16.01_Attachment A_Survey 5taking Standards.docx Page 16 of 22 �x. cut �Fi�e�s A. [3ate of #ield work 6. Staking Method (GPS, total stationj C. Projett Name b. City Project Number (Example: C01234) E. Location (Address, cross streets, GP5 coordinatej F. Survey cnmpany name G. Crew chief narr�e t�. A blank template can be ohtained firom the survey superintendent (see item 1 abave) S��nd�rd Citv Cut Sh�et Date: ❑ TOTAL Staking IWPethad: � GPS STATION LOC� i IOAE: City �roject Number: �roject I�ame: ❑ OTHER C O i� S U�. �'A N�1CO IV � RAC �'O R SUR1/1�Y CRFF�f4� IN' ITI�eLS A�� GRA��S AR� YO F�OFN�IPE� O� YOP O� CU�� [JiVLLSS Oib��IA�IS� NO��D. PT # STATiON OFFSET DESCRf PTION �ROP. STAKED _ CUT + F1LL -LTI+�RT GRADE ELEV. �:\Specs-5tcls Governance Process\Temporary Spec Files�Capital Delivery\Cap Deiivery Div 01\Ol 71 Z3.15.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As—builf Sure��� Q►. Definition and purpose The purpose of an as-buift sur�ey is ta verify the asset was installed in the proper locaiion and grade. Furthermore, the i�farmation gathered wil! be usecE to supplement the City's GIS data and must be in the proper format when submitted. See section 1V. As-built survey shauld incfude the folfowing (additional items may be requested): Manholes Top of prpe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (Al! Fittings) Carhodic protecfion test stations Sampling stpi-ions Met�r boxes/vau�ts (AII sizes) Fire lirres Fire hydrants Gate valves (rrm and top of nutJ Plugs, stub-outs, dead-end Iines Air Release valves (Manhole rim and vent prpe) 81ow off valves (Manhale rim and valve IidJ Pressure plQne vplves Cleaning wyes Clearr outs Casing pipe (each endJ Inverts of pipes Turbo Meters 0:\5pecs-Stds Governance �racess\Temporary Spec Files�Capital Deli�ery�Cap DelRvery Div q1\0�. 71 23.16.01_Attachment A_5urvey Staking Standards.docx Page 18 o� 22 �. Example Deliverabfe A hand written red line by the fiefd surveyor is acceptable in most cases. This should be a copy of the plans with the point number nated by each asset. If the asset is rnissing, then the surveyor should write "NOT FOUNO" to notify the City. O:�Specs-Stds Governance Process\Temporary Spec Files\Capital Deii�ery\Cap Delivery Div Ol\0171 23.15.01_Attachment A_5urvey Staking 5tandards.docx Page 19 of 22 � �� � I � � � � � � �� 3? g � s i�p aB ' a �S� �$ a8 � � �a ���� ��� �� �'�� r =a � � �� �� ig. ���� �'€ g � 6Q � � � �P � �8�����;� �g� �¢ __ S �Eq! ;q I . o' � �; , F- �� i �� �' �i� �� . Fs���?I}y :`} _ i .^.3 � � � t -e V��� '_ � � m��F� �� ����s � � ���. ��I� ��� �T�� �� � �� �.z� �� a e = �� ��� „x � � �� ��li � u+ E p� .:.. �YYI.i,��.��..�,i�-- ---'— - _T R�f - - } -- -� - � �t �_ �� —� _ ,�.� _ ��r-� _ � �--' • -�- :. ��,��' J ::f. j l. -: : "__"�� I �r— �'"_-��n � � ' . I ^I'I . .. . """_. � , . � : - ��_.. . : . . _-�,r�-, i.. _-- :- � � -�:+ . .:::: � _ : _ . . . . ��`_-_ , T� ��j � r � .. :---• -:" ; - ._ ---L� _ . ��,�,. �. - . _ : 1 !� ti r �i 3 � '_' '+i'— j'_ . _ � �'. � �i . w ,� 1 1 ��� :'' x .,�.� ....---- �-- ,,��� � 3 � _._ �.0 � a e � }�!E . -..' . ' . ry� �' � ��� q �t... . . ,. . -""" I S„� F I a . f� �_ I . . __.� � -+�""" �. —�-:—.v A E' L ".. "—" j . -- �' . ' e�� ,. -- - `'�+ ,� k ��� ""� � _ '--- ' -�� - -_ .. - -��,' . ��± : 3����� - ��! � � ---�--- .� . . ..� ���i+ �_-__. �f � : .� � � � � . ._....�.� -:�"_. .' �� � ' � ,_ �riu r::�ra � __��'I � . .'---: : �,1��� -� �i� he��� , . ;��.*.;7 ... � � ��1 ��,-, „ !� � �:---�^ �r :.---�---r - ���'r' �� E'' ��?��a� =;��''�,:t: '1 � r � .^,v�-+l�i:---�-T�-- " �� � � ��g� � ��� j � }`=��:5 �-� �� -��Y .. ._ :--- ' ce8 ���a I. f� �1. .J-:��}rr` �..��:1 ...� �dm���� ' - -� : �� � . .'��Ji . . �.: . .; - :v � -��'' ��� '� � '�— _.. s9�� �;� . a --��r.� "ti. ua,: --- •,-fu�1a���-�._ . . ._ �Ils+•�� �+ - .����' � 4` :::_ . ..:-_ ,--..----.. . �, r��� .� . �g���$s���9P�?y'� �\ ._.. _ ._�—_ � `_-- — - - � -i ti � � �' �' ai f � -- O:\Specs-5tds Governartce Process�Temporary Spec Files�Capitai Delivery�Cap Delivery Div az\0171 23.16.41_Attachment A_Survey Staking Standards.docx Page 20 of 22 �pm - r�wc nu.crar�r �w Q'�.Cb � fE'WL (PIDIP ARI P1�.72'1VAiFJt �tx s '� ,� ���� ��:-�, ,r�, r�.� ::� u. .ox• �aw� AFiT1vE �nsr.—� 12WATEF l�RA���" �� �.,�� � � �� �� � , S7A O�Si-0C+ - IP,'1VL (FW/D ARJ REMWE b SFWAGE EXlST. GAiE VhYE f� AED(1C-Eli AiV,V,ECf TC7 E1'!Sr Sfi'AT'�1� IHSTAUs t/PSO!!D 5[fEyF rr�x a��nue�,� FL�'4N'� VAfYE Ni94fa)569i0 F�.�riisa aa+hrm�ra. . +,!/,��V �%'•� foY weMn 't:� �� ���� ��`��/// sr � � STA 0.5�eb � � 81i�L l�5T.CIL r��x g� re� .� tae:�� v�ua�a'•� hFJRx' NflYrLW7 _ !!!F B�K/A4kYi lF.qIJ rr�s�v� v�tv£ ��� EAa9�m19aaa !OT 1 � AWC70PMAfW.F-�IYm.i YS"�si1 A flw B.YaA 11k,� q$y.2%4 � �m�° � �» \� � � �'k7Mc�ry \ i.'au__.'— �.Pf��_ rB�r �—�e a� skv,� EYfSI.CyPE V.9fYE � �w LOT' A :8�'D ��*aa�>s..�afmrmn N ��u� SI'A POOQ7 - 1P'WL FFI�'b RRl STA �5759 -!�k`! �xsru�, tmsr,�rc= F�'6SdC AAUO SLE£VE t!Y 4rrYFRF: H�feb � 1T R 1�INA1"FR P1Pf ft594lA�55"�Y77 4UiRlECI' TO EXi57:1T NAlER E-2S�63o3zsii N�947N59279 E�35 -.--�,—Y. � � 1'Fis'le�05ED SANCTr;�4)' ; S�'E S�Of� \ - hQ Idi : BFIID O:�Specs-Stds Governance Process\Temporary Spec Files\Capita! Delivery\Cap Defi�ery Div O1\0171 �3.7.6.01_Attachment A_Sur�ey Staking 5tandards.dacx Page 21 of 22 �� � ��° � ��� �"s�� ���� �g� ,�� �� ����� � ��� E� � §.a� �� �� ai ti 4 '�� �� � 4�� €px i� �g�� �ffi � a@ � � ��� �� 2 b � s $ aN: 6 � a �' � �� � E �@�� ���� �� � ��� „ ��� �a g ��� � �f � �� ����� � ����� � �� ��,� �6.�� � ���� �V 3N17 SS 'dDLld OS•0 b'15 .�NR . H�1VY! ._ \� � -- --:.z.; �._. . r � --.—. � �:�..� e T- �.,e , _ °�� 'sa�. i �I ��;�1 F i� ��`:� I1.1� � _� �k� g � r� I ' �: �F3 �Ir I 37 � { ;, �i � �, , `� - —f td � $ _ � �E� . � ��;� ;�������R qkkk� � ��]1 �__•��___ _- F e -' - ��53�����9 � � ti � �� �4'�! �� � � ♦ k3.. i q ; � !� � ��— '\� �s� � ` � � � t_; � � � o� � � � ��' '�i �' . �W , � €a �€ � {' �� �� � �•F� , � h3 --� n+3 — - j �; � � _......_'�� ' 4 q��� � I 1( �.� i -�� � �� ; � &�;� �... �� � ea � ,�.. - - iyS-�-� �r.',t".�db_�l�y_t _ i —_ " � �� �� �e �F �� �� "�`��: �1 ��� � �� � � — ��� ���� I s p ���E� �A � �: � F d d��w��s o � �[ 6 �{I�j�$�-S�� "�� II �& �% tl��., - a+m� o.� � � �c ���a�aa�� ��� $¢ �� � � �� � �:: �3 �����e�<°�� 3�� � ��i '. � ��i�� �b� � � � � ��xa ���i �9 �� _ . �� !F�'4i Y � S .3§f'� �:.r�.� Y! . . .:.. ' . , r M1 �..... .... _�. �—,^, , ,�^.,.... �.� . : .. .......... .... . I ,Z ._ ..... .---`----'- -- ......----' . 1i.5_ �L'� . .' __ � Ta.� . . i . . .� - --: " �r# � ---� ;--�. ::.. _ _ . ... .�._ .. . . , - _l_ .... ;,� ;, :...: :_:�_. _}-� �..'��.::.�Y.. : .: _..—_..�.—�---- -=*._-�. .'�C_ , �:_�: �_;:`..:. � .. ' .' i _ � . ._.._..—' '_' ��in-i � . _ . . .. . � . _. ._.._ . ' ' � . -----.._..----'----- .. .r. . .. . . . . . .. �--- ' ----'-'---'- '- �. . . : .. . �' ..._���1_.._..---�:. . ... � _.... , � . .. . � . . ... -' �- — -- _----- � - . � ��i: �`� r �M1 .- ���'' -- �. , .+ ���'_�.:;. ������ mm f � _;;�""��.��-�s: � ' . . .a:�.. � 'I;—�� :;h :.....:.:.. :. � t . �� . . .. �....� ���' � Yg '---"' . . _ —.� ............. ...... _._._...; ' ��.4 � __._. . . , 1 . ��� � � � ...... ... � " .� .. _ _. . . .. "'� _ . ..Iiy ,.. ,�- . .... �as�. '. : :.. .�_...� } .. .. . ... i � � ---��-� � �' "�ti,. ..._.`. . . ... ._.... ..� d, � __ ...,, ...�—�-'- ---� .. � : �—�� _ • h � � N �-:-���--;� �-� � _a ,r � � � , ..-------.... ' l,F � . ...:.. . ..:........ . .. �� �� � ¢ t . . . . . ,. __ . • ., , . �� 'i . : , . . �; ,� :... r ... R_�� 1n .,1� -.. ... :. : ' ��.v '� ... .. � ��� �' � 'yw ... . .�_i� � y� '_'"'�1�_� vl �� _ I � � �l . .. ... I. � - I'�, _.� ; __, _, � ( i � "� . . . .__._l ; :... ,,,.. . .'r;r f+�' . _ ._ . y�'-' � .. , . �,?.. .......... � _- . , y v� _ .. .. ... .. ���}...._._..�� _�--_ y �F r F i • � .��i .� � �� ��i � �{EF �� a � '�.:• ������ ' ������ � �� � t . � I�_ ���� �� �tt�� i a � �� �` ' ����������i � �._.� . ������� �� d'O 5��� O'�y ' e �I Ss���� � _ . .. . .... ...:3 . ...��. . � ,�1 . ...._.. , _ . � ._. .., ._,. i , . . . ., ��:--;:�"- I.: �::: ; : r�� f{' i � : �. : �� -� x � ---� �� - . �-�-- � �f .. '..---�v�7i: � iz: �� . ' . ...._.. ..� ."'.f1.' I"'""""_�— '� I � '�a'�ah�"� --�'' �i�!'-- -.._ F.a�....;—I � . *rr�i17'1�!@F �. �...' � � . ..------...;._. . _-1_ + : �, ..�, �. �r , . . + . ..-�-�rrr= . . ,� �.. . . . � r i � �� . J . � : � . .. � , . . . � �._..... ' . , � s � i ., . _..I_ . . �, . . :. �� �;. � .::�. _..: -- . � � ��... ��,��� .. � ': ,�� ._ .. �+ — � . I', .""'___"_"__a.F4'" 1.,�k'i�1k ..__.�,--�y1� ... -�..,�4.�Y5+�� : ... j.. . i . ... . , , .. -'------'��� � � . .. �. .. � . . ' . . ._..-'----' _ _i_ .. ' .��'. ._� -�� �' !i—_�. ..�f , i / 23.16.03.MAttachment A 5urvey Staking Standards.docx Page 22 of 22 �al �i Page 23 of 23 23.16.01_Attachment A Survey Staking 5tandards.docx Obvioysly the .csv or .txt file cannot be signed/5ealed by a surveyor ir� the format requested. This is just an example and al! this inforrnation shoufd f�e noted when deli�ered to the City so it is clear to what coordinate systern the data is in. pOIN� Nq, 1 z 3 4 5 6 7 8 9 1� 11 12 i3 7.4 15 16 17 18 19 2� 21 zz 23 24 25 2G 27 28 2� 3D 3i 32 33 34 35 36 37 38 39 90 41 42 43 44 45 A6 iVORTMING 6946257.189 6946260.893 6446307.399 6946220.582 6945195.Z3 6946190.528 694613F.41Z fi9460p2_267 694b903.056 6945984.677 b9A5986.473 6945&95.077 6345896.591 6345934.286 fi945936.727 6945835_67$ 5945817.488 6945754.776 6945768.563 6945743.318 69A5723.2i9 �g4sesa.z� 6945621.902 6445643.4Q7 6945571A59 6945539.498 6945519.834 b9454i7.879 6945456.557 6945387.356 6945370.688 6945383.53 6945321.228 5945314.355 5945242.289 6945233.624 5445206.483 6945142.015 6945113.445 69450a9.02 b445041.024 6945038.878 6945b06.397 fi941944.782 6444443.432 694A8fin.416 EASTING ZZ96079165 22960G2.141 2296038.306 zzssoii.azs 2296015.I1b 2296022.721 2295992.115 2295419.133 2295933.418 2295880.52 22958fi9.892 2295860.962 2295862388 2295841.925 229583D.4A1 2245799.707 2295827.011 �295758.G43 2295778.424 2295788.392 2295754.394 2295744.2i 2295664.A71 2295736.03 2295655_195 2295667.803 2295&i9.49 2295580.27 2295643.145 2295597.101 2295606J93 2Z95610.559 2295551.105 2295539.728 2295570.715 2295549.&26 2295529.305 2295557.665 2295520335 22455Z7345 2295552.675 2295552.147 zz9ssis.zss 2295520.635 2295556_479 229553439i EL€V. DESCRIPTION 726.09 SSM3H RIM 7�5.668 GV RIM 726.85 GV RI3VI 723.358 SSIVIN RfM 722.123 GV RiM 722325 Fii 719.498 WM RIM 713.331 WM RIM 713.652 CO RIM 711.662 SSMH RIM 710.04& WM RIM 707.72 WM RIM 708.205 WM RIM 709.467 WlVI RIM 71�.084 CD RIM 7U7.774 SSMH RIM 708.392 SSMH RIM 711.218 SSMH RIM 7I0.086 GV RIM 710.637 GV Rlivl i12.S49 GV RiM 716.686 WM REM 723.76 WM RIM 714.737 CO RIM 727.514 SSMH RIM 729.I23 WM RiM 732.689 WfV� RIM 740.521 WM R[M 736.4S1 CO R[M 740.756 GV RIM 740.976 GV RIM 7AO.A08 FH 745.34 WkVI RIM 746.777 CO RIM 748.454 WM RIM 749.59 SSMH RIM 751.058 WM RIlvl 75D.853 WM RIM 751.&71 WM RiM 752.257 SSMH RIM 751.79 WM R[Ni 751.88 WM RIM 752.615 WM RIM 752.801 WM RINI 752.756 WM RIM 752.986 55MH R[M . ' � _ r. .� L _ . � ) �I �' ! ' ',. l�;�k aF _ � M'1 5US- _ F O:\Specs-5tds Governance Process\i'em�orary Spec Files\Capital IJelivery�Cap Delivery Div 01�0171 23.16.01 Attachment A_Survey 5taking Standards.docx Page 24 of 24 C. Other preferred a5-buil� deliderable Some �endors have indicated that it is easier to deliver this information in a ciifferent format. Below is an example spreadsheet that is also acceptable and can be abtained by req�est from the survey superintendent. O:�5pecs-Stds Governance Process�Temporary Spec Files\Capital Delivery�Cap Deli�ery Div 01\0171 23.15.01_Attachment A_Sur�ey 5taking 5tandards.docx Page 25 of 25 0:�5pecs-5tds Go�ernance Process�Temporary 5pec Files�Capital Delivery\Cap Deli�ery Div 01�0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 01 74 23 - 1 CLEANING Page 1 of4 SECTION Ol i4 �3 CLEANING PARTi- GENERAL 1.1 SUMMARY A. Section Includes: . 1. Intermediate and �naf cIeaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 5ections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Coniract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulchir�g, Seeding and Sodding i.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this I#em is considered s�bsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted st�rfaces. 2. �chedule final cleaning upon completion of Work and immediately prior to final inspection. 1.� SUBMITTALS [NOT USED] 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2.7 CLOSEOUT SUBMITTALS [NOT USED] 1.� MAINTENANCE MATERIAL SUSMiTTALS [NOT USED] 1.9 QUALITY AS�URANCE [NOT USED] L10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifcally designed for those materials. CIT}T Q� �QRT WQRTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTIO�T SPECIFICATION 170CLTMENTS CITY PROJ�CT Np. 1D1019 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 l.11 FIELD �SITE] CONDITIONS [NOT USED] 1.12 WARRANTY jNOT USED] PART 2 - PRODUCTS �.1 OWNER-FURNISHED [oR] OWNER SUPPLIEDPRODUCTS [1�10T USED] �.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cteaned 2. New and uncantaminated 3. For manufactured surfaces a. Material recomrnended by manufacturer �.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUT�ON 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [N�T USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.� REPAIR / RESTORATION [NOT USED] 3.6 RE-iNSTALLATION [NOT USED] 3.7 FTELD [oR] SITE QUALITY CONTR�L [NOT USED] 3.8 SYSTEM STARTUP [NOT USED� 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as minerat spirits, oil ar paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an appraved solid waste disposaI site. 5. Dispose of nondegradable debris at an approved solid vvasYe disposai site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH WESTPORT PARKWAY FROM KGLL�R I�ASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFICATIOIV AOCLiMENTS CIT'Y AROJECT NO. 10i014 Revised July 1, 2p1 ] 017423-3 CLEAi�IING Page 3 of A 6. Handle materials in a controlled manner with as few handlzngs as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated vvith this project. 8. Remove all signs of temporary construction and activities incid�ntal to construction of required permanent Work. 9_ If proj ect is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the ConYractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of parsonnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically Iocated container(s): a. Cover to prevent blowing; by wind b. Store debris away from construction or operationa.� activities c. Haul from site at a xninimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continne vacuum cleaning on an as-needed basis, until Final Acceptance. S. Prior to storm events, thoroughly clean site of aIl loose or unsecured items, which may become airborne ar transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials fram sight-exposea surfaces. 2. Wipe alI lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrars. 4. Polish glossy surfaces to a clear shine. S. Ventilating systems a. Clean permanent �lters and repIace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without fiIters during construction. 6. Replace all b�rned aut lamps. 7. Broom cIean pracess area floors. $. Mop office and control raom floors. D. Exterior (Site or Right of Way) FinaI Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance witl� Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrate or any other object that may hinder or c�isrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limitea to, vaults, manholes, structures, junction boxes and in�ets. CTI'Y OF FORT WORTH WESTPORT PAItKWAY FROM KELLER HASLET itOAD TO ALTA VISTA ROAD STANDARD CONSTRLTCTION SPECIFICATION bOCUMENTS CITY PROJECT 1V0. 101019 Revised 7uly 1, 2011 017423-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by Ciry, remove erosion cantrol fr�rn sit�. S. CIean signs, tights, signals, etc. 3.11 CLOSEOUT ACTIYITIES [NOT USED� 3.1� PROTECTION [NOT USED] 3.13 MAiNTENANCE [NOT USED] 3.14 ATTACHMENTS �NOT U�ED] END OF SECTI�N Revision Log DA"['E NAME SUMMARY OF CHANGE C1TY OF F012T WORTFI W�STPORT PARKWAY FROM KELLER HASL�T ROAD TO ALTA V�STA RpAD STA3VDARD CONSTRL{CTIbN SPECIFICATIflN DOCUMENTS CI1"Y PRO.I�CT NO. 101019 Revised July 1, 2011 017714-1 CL05EOUT REQUIREl1r�ENTS Page i of 3 SECTION 017719 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUIi�IMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Farms and Conditians of the Cantract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PRQCEDLTRES A. Measurement and Payment 1. Work associated with this Itean is considered subsidiary to the various Items bid. No separate pay�ent wi�l be aIlowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATYVE REQUIREMEIYTS A. Guarantees, Sonds and Affidavits 1. No application for #'inal payment wili be accepted u�til all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are sat�sfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment wili be accepted unt�l satisfaciory evidence of release oi liens has been submitted to the City. 1.� SUSMITTALS A. Submit all required documentation to City's Froject Representative. CITY OF FORT WORTH WESTPORT PARI{WAY FRONi KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CON�TRUCTION SPECIF'ICATION DOCUMENTS CITY FRO.�ECT NO. 101019 Revised 7uly 1, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 l.b INFQRMATIONAL SUBMITTALS jNOT USED] ].7 CLOSEOUT SUBMITTALS �NOT USED� PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTIQN 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: l. Pro�ect Record Documents in accordance with Section O1 78 39 2. Operation and Maintenance Data, if required, in accarda�nce with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. �'inallnspection I. After final cleaning, provide notice to the City Project Representative that tI�e Work is com�leted. a. The City will make an initial Final Inspection wit� the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals thai the Work is defective or incomplete. 2. Upon receiving written notice from the Ciry, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Worl� associated with tIae items listed in the Ciiy's written notice, �nform the City, that the required Work l�as been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will malce a subscquent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operatian. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the iirst lubrication of the equipment c. Iniiial filI up of all ch.emical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of a11 equipment D. Notice of Project Completion CITY OF FORT WQRT�I WESTPORT PARI�WAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDAAD CONSTRUCTION SP�CIFIGATIQN DpCC1IVIEIdTS CITY PROJECT NO. 101019 Revised ]uly 1, 201 f 017719-3 CLQSEOUT R�QUIREMENTS Page 3 of 3 �. Once the City Project Representative finds the Wark subsequent to �inal Inspection to be satisfactory, the City wili issue a Notice af Project Cotxzpletion (Green Sheet). E. Supporting Documentation 1. Coordinate with the Ciry Project Representative to complete the following additional forrns: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required} f. Contractor's EvaIuation of City g. Perforznance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Proj ect Cornpletian and Supporting Documentation, in accordance with General Conditions, City will issue Letter af Final Acceptance and release the Final Payment Request for payment. 3.� REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FYELD [oR] SiTE QUALITY CONTROL [NOT USED] 3.� SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 31i CLOSEOUT ACT�VITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE GITY OF FORT WORTH WESTPORT PARKWAY FROM KELLER HASLET RQAD TO ALTA VISTA ROAD STANDARD CONSTRUC"I'iON SPECIFICATION DOCUMENTS CITY PROdECT ND. 101U19 Revised July 1, 2011 OI7823-i OPERATION AMD MAINTENANCE DATA Page 1 of 5 sECTION ai �s 2� OPERATION AND MAINTENANCE DATA PART1- GENERAL 11 SUMMARY A. Section Includes: 1. Product data and related inforcnation appropriate for City's maintenance and operation of products furnished under Contract 2. S�ch products may include, but are not limited to: a. Tra#fic Cantrollers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City o� Fort Wo�rth Standard Specificaiion 1. None. C. Related Specification Sections include, but are nat necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Rec�uirements 1.3� PRICE AND PAYMENT PROCEDURES A. Measuremeni and Payment 1. Work associated with ihis Item is considered subsidiary to the various Items bid. No separate payment will be al�owed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMI1vISTRATIVE REQUIREIVIENTS A. Schedule 1. Submit manuals in finaI form to the Ci�y within 30 caZendar days of product shipment �o the project site. 1.� SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00 . A11 submittals shall be appraved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructiona� manual for use by City personnel. 2. Format a. Size: 8%Z inches x 11 inches b. Paper 1) 40 pouna m�nimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY DF FORT WORTH W�STPORT PARKWAY FROM KELL�A HASLET ROAD TQ ALTA VISTA ROAA STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS CITY PRO.TEGT NO. 101019 Revised December 20, 2012 017823-2 QPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinForced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipmeni. 2} Provide indexed tabs. f. Cover 1) Identify each volunae with typed or printed title "OPERATING AND MAINTENANCE 1NSTRUCTION5". 2) List: � a) Title of Project b) Identity of separate structure as applicable c) Identity of generai s�bject rnatter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable pIastic covers b. When muItiple binc�ers are used, cozrelate the data inta relaYed consistent graup�ngs. 4. If available, provide an electronic %rm of ihe O&M Man�zal. B. Manual Content Neatly typewritten table of cantents for each volum�e, arranged in syste�natic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the vo�um� c. List, with each product: 1) The name, address and teiephone number of the subconiractor or installer 2) A list of each producf required to be included, indexed to cantent of the volume 3) Identify area of respansibility of each 4) Local source of supply for parts and replacement d. Tdentiiy each product by produci name and other identifying symbois as set forth in Contract Documents. 2. Product Data a. Includ� onZy tl�ose sheets which are pertinent to �he specif c product. b. Annotate each s�eet to: 1) Clearly identify speciiic product or pa.rt installed 2) Clearly identify data applicable io installaiion 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2} Control and flow diagrams b. Coordinaie drawings �vith information in Project Record Documents to assure correct illustration of completed installation. c. Do nat use Project Record Drawings as maintenance drawings. 4. Written text, as requiz-ed to supplement product data for t�e particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of insi�-uctions of each procedure. CITY OF FOItT WOItTH WESTPORT PARKWAY FROM KELLER �IASLET ROAD TO ALTA VISTA ROAD STANDAAD CONSTRITCTION SP�CIFICA"I'ION bOCUMENTS CITY PRO.T�GT NO. 101019 Revised December 20, 2012 O17823-3 OPERATION AiVD MAINTENAi�ICE DATA Page 3 of 5 5. Capy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1} �roper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in fina� form. 2. Conteni, for architectural praducts, applied materials and finishes: a. Manufacturer's data, giving fi�I information on products 1j Catalog n�arnber, size, compositian 2) Colar and texture design�ations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's reco�nendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimentaI to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protect�on and weather exposure products: a. Manufacturer's data, gzving fuIl infor�nation on products 1) Applicable standards 2} Chemical compositaon 3) Details of instailation b. Instructions for inspection, maintenartce and repair D. Manual for Equipmeni and Systems 1. Submiit 5 copies of cotnplete manual in final form. 2. Content, for each unit of equipment and syste�n, as appropriate: a. Description of unit and component parts 1) Function, normaI operatizag characteristics an.d limiiting conditions 2) Ferformance curves, engineering data and tests 3} Cornplete nomenclature and commercial number of reglaceable parts b. Operating procedures 1} Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-dovv�n and emergency insiructions 3) Suminer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) RoUtine operations 2) Guide to "trouble sk�ooting" 3) Disassembly, repair an� reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of Iubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operatian by control manufacturer 1) Predicted life of parts subject to wear 2) Items reconnnaended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contracior's coordination drawings 1) As installed color coded p2ping diagrams C1TY OF FORT WORTH WESTPORT PARKWAY FROM KELLER HASLET 120AD TO ALTA VISTA ROAI3 STANDARD CONSTRUCTION SPECIFICA"I'ION DOCiTMENTS GITX PROJECT NQ. 101019 Revised December 24, 2012 Ol 7& 23 - 4 OPERATION AND MAI[�ITEMANC� DATA Page 4 of 5 i. Charts oFvalve tag numbers, with location and fi�nction of each valve j. List of original manufacturer's spare parts, manufacturer's curz�ent prices, and recornmended quantities to be zmaintained in storage k. Other data as required under pertinent Sections of Specifications Content, for each electric and electronic system, as appropriate: a. Descript�on af syste� and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Cornplete namenclature and commercial number of replaceable parts b. Circuit directories of panelbvards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and norrnal aperating instructions 2) Sequences required 3) Special operating instruciions e. Maintenance procedures 1) Routine opera�ions 2) Guic�e to "trauble shooting" 3} Disassembly, repair and reassembly 4) Adj�astment and checking f. Manufacturez-'s printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additionaI data when the need for such data becomes apparent during instruction of City's personnel. l.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [l�TOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: L Trained and experienced in maintenance and operation of described products 2. Ski�led as �echnical writer to the extent reqeaired to cornmunicate essential data 3. Skilled as dra�sman competent to prepare required drawings C1TY OF PORT WOIZTFi WESTPORT PAR.KWAY �ROM KELLER �IASLET ROAD TO ALTA V15TA ROAD 5TANDARD COTTSTRUCTION SPECIFICATIOI*i DQCUMCNTS CITY PROJECT NO. L01019 Revised December 2D, 2DI2 01 78 23 - 5 OPERATIQtt! AIdD MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART � - PROD[7CT5 [NOT USED� PART 3 - EXECUTION [NOT USED� END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Tohnson 1.S.A.1 -� title of section removed CITY OF FORT WORTH WE3TPORT PAItKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFICATION DOCLIMGNTS CITY PROJECT NO. 101019 Revised Decemher 20, 2012 017839-i PR07ECT R�CORD DOCUMENTS Page 1 of 4 SECTION 017� 39 PROJECT RECORD DOCUMENTS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B_ Deviations from this City of Fort Worth Standard Specificatian l. None. C. Related Specification Sectior�s include, but are nat necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions af the Contract 2. Division i— Genera� Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measur��nent and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Itenn. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Frior to suhmitting a request for Final Inspection, de�iver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMYTTALS/INFORMATIONAL SUBMITTAL� [NOT USED] 1.9 CLOSEOUT SUSMITTALS [NOT USED] L8 MAINTENANCE MATERIAL SUSMiTTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and p:roper entries on each page of Speeifications and each sheet of Drawings and other poce�ments where such entry is required to sh�w ihe change properly. 2. Accuracy of records shaIl be such that future search for items shown in the Contract Docuznents may rely reasonably on information obtained from the approved Project Record Documents. C1TY O�' FORT WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SFECIFICATION DQCUMEN'f'S CITY PROJECT AIO. 101019 Revised luly 1, 2011 017839-2 PROJECT RECORD DOCUM�NTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide iactual information rega�ding all aspects of the Work, both concealed at�d visible, to enable future modificatian �f the Work to proceed without lengthy and expensive site measurement, investigation and exannination. 1.20 STORAGE AND HAI�IDLING A. Storage and Handling Requirements 1. Maintain the job set of Recard Dociunents completely protected fro�n deter.€orration and from loss and damage until completian of the Work and transfer of all recorded data to the finai Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data ta the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.�1 FYELD [SITE] CONDITIONS [NOT USED] 1.1�. WARRANTY [NOT U5ED] PART � - PRODUCTS �.1 OWNER-FURNISHED [ou] OWNER SUPPLIED PRODUCTS [NOT LTSED] 2.� RECORD DOCUMENTS A. Job set I. Prompily following receipt of the Notice to Proceed, secure from the City, at no charge to the Con�ractor, 1 complete set of a11 Documents comprising the Contract. B. Final Record Docutnents 1. At a time nearing the completian of the Work and prior to Final Inspection, provide ihe City 1 complete set of a1I �'inal Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] �.4 50URCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTIOI�T 3.1 INSTALLERS (NOT USED] 3.2 EXAMINATiON [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Jab Set 1. Immediately upon receipt of the job set, identify each af the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTI-I WESTPORT PARICWAY FROM KELLER HASLE'F ROAl7 TO ALTA VISTA RQAD STANDARD CONSTRTICTION SPECIFICATION DOCUMENTS CITY PROIECT NO. 101019 Revised July 1, 2Dl 1 01 7839-3 PR07ECT RECQRD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Con.tract cannpletion tiziae, the probable number of occasions upon which the jab set must be taken out for new entries and for examination, and the condi�ions under which these activities will be performed, devise a suitable method for proteeting the job set. b. Do not use the j ob set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Recard Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section Ol 71 23, clearly mark any deviarions from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink ar indelible pencil), clearly describe the c�ange by graphic line and noEe as require�. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different coIors for the overlapping changes. Conversion of schennatic layouts a. In some cases on the Drawings, anangements of conduits, circuits, piping, ducts, and similar items, are shawn schematically and are not intended to portray precise physical layout. 1) F'inal physical arrangement is deternuned by the Contractar, subject to the City's approval. 2j However, design of future modifications of the facility may require accurate informatian as to the final physical layout of items which are shown only schematically on ihe Drawings. b. Show on the job set of Record Drawings, by dimensian accurate to within 1 inch, ihe centerrIine oi each run of items. 1) Final physicat arrangement is determined by the Contractor, subject to the City`s approval. 2) Show, by symbol or note, the vertical Iocation of the Item ("under slab", "in ceiling plenum", "exposed", and ihe like}. 3) Make all identification suffciently descriptive that it may be related reliably to the Specifications. c. The City may waive ihe requirements for conversion of schematic layouts where, in t�ie City's judgment, conversion serves no useful p�pose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Docuraents 1. Trans�'ez- of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the correspanding final documents, coordinating the claanges as requiz-ed. b. C1early indicate at each affected detail and other Drawing a fuIl description of changes ma.de during canstructian, and the actual location of items. CTTX pF FQRT WORTH WESTP�RT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTTON SPECIFICATION DOCUMETTTS CITY FROJECT NO. IO1019 Revised July 1, 2011 Dl 78 39 - � PROI�CT R�CORD DOCUM�NT3 Page 4 oF4 c. Ca11 attention to each entry by drawing a"cloud" around the area ar areas affected. d. Make changes neatly, cvnsistently and with th� proper media to assure longevity and clear reproductian. 2. Transfer of data to other pocuments a. If the Documents, other ihan Drawings, have been icept clean during progress of the Warr�, and i� entries thereon have been orderly to the appxoval 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 �he City's usual charge for reproduction and haz�dling, and carefully transfer the change da�a to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.G RE-INSTALLATIQN [NOT L7SED] 3.7 FIELD [oR] SITE QUALITY CONTR�L [NOT USED] 3.� SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT U�ED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CIIANGE CITY OF FORT WORTH W�STPORT PARKWAY FAOM KELLER HASL�T ROAD TO ALTA VISTA ROAD STANDARD CdNSTRUCTION SPECIFICATION DOCiJMENTS CITY PROJECT NO. 101019 Revisad July 1, 201 I 02 41 13 - 1 SELECTNE SITE I]EMOLITION Page 1 of 5 SECTIQN 02 41 13 SELECTIVE SITE DEMOLITION PART1- GENERAL 11 SUMMARY A. Section Includes: l. Remaving sidewalks and steps 2. Removing ADA ramps and landings 3. Removing driveways �. Remaving fences S. Removing guardrail 6. Remaving retaining walls {less than 4 feet tall) 7. Removing mailboxes S. Removing rip rap 9. Removing miscellaneous concrete structures incl�ding porches and foundations 1 Q. Disposal of renr�oved materials 11. Remaving gravel paving 12. Removing sheds and other minor covered and walled structures B. Deviations this from City of Fort Worth Standard Specification l. 1.1.A -- Added itezrzs I 1 anc� 12. 2. 12.A.1 — Added items k and 1 3. 1.2.A.2 — Added items k and 1 4. 3.4 — Added items 1 and m C. Related Specification Sectians include, but are not necessarily limited to: 1. Division 0-- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— GeneraI Requirements 3. Section 31 23 23 — Barrow 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove �idewalk: Measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Driveway: rneasUre by the square foot by type. e. Rernove Fence: measure by ihe linear foat. f. Remove Guardrai�: measure by the linear foot along the face of the rail in place incIuding �etal beam guard fence transitions and single guard rail terminal sectians from the center vf end posts. g. Remove Retaining Wall {less than 4 feet tall}: measure by the Iinear foot h. Remove Mailbox: rn�asure by each. i. Remove Rip Rap: measure by ihe square foot. j. Remove Miscellaneous Concrete SiructEire: measure by the lump sum. k. Remove Gravel Paving: measure by the square yard 1. Struct�.2ra1 Demolitian: measure by the square yard of structure footprint 2. Payment CTI'Y OF FORT WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAb STANDARD CO3VSTRUCTIOI�f SPECIFICATION DOCUMENTS CITY PR07ECT NUMBER ] 01014 Revised December 20, 2012 02 41 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 a. Remove Sidewalk: futl compensation for saw cutting, rernoval, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk ac3jacent to or attached to retaining wall (including sidewalk that acts as wall footing) shall be paid as sidewalk rernoval. For unlity prajects, this item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Steps: full.compensatian for saw cutting, removaI, hauling, disposal, tools, equipment, labar and incidentals needed to execute work. For utility projects, this Item shall be cvnsidered subsidiary to the trench and no other cotnpensatian will be allowed. c. Remove ADA Ramp and landing: fiill compensation for saw cutting, removal, hauling, disposal, toals, equipment, la�or and incidentals needed to execute wark. Wark includes ramp Ianding removal. For utility projects, this Item shall be considered suhsidiary to the trench and no other compensation will be allowed. d. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, Iabor and incidentals needed to rernove improved driveway by type. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Fence: full compensation for removal, hau�ing, disposal, ippl3, equipment, tabor and incidenials neaded to rernove fence. For utility projects, this Item shalt be considered subsidiary to the trench and no other compensation will be allowed. f. Remove GuardraiZ: full compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling the postholes; and eq�iprz�ent, labor, taols, and incidentals. For utility projects, this Item shall be consiaered subsidiary to the trench and no ather compensation will be allawed. g. Rernove Retaining Wall (less than 4 feet tall): full compensation for saw cutting, removal, hauling, dispasal, tools, equipment, labor and incidenta�s needed to �xecute wark. Sidewalk adjacent to or attached to retaining wall {including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projecis, this Item shait be considered subsidiary to the trench and no other campensation will be allovcred. h. Remove MaiIbox: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work Far utility projects, this Ttem shall be considered subsidiary to the trench and no other compensation will be aliowed. i. Remove Rip Rap: fixll compensatian for saw cntting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For uti�ity projects, this �tem shall be considered subsicliary to the trench and no other compensation will be allowed. j. Rennove MisceIlaneous Concrete Structure: full cornpensation for saw cutting, remova2, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, tl�iis Item shall be considered subsidiary to the trench and no other compensation will be atlowed. k. Remove Gravel Paving: full compensation for removing, hauling, disposal, tools, equipment, labar and incidentals needed ta execute wark. 1. Str�ctural Demolition: full compensation for removing foundations, walls, roofs, and any other appurtenances associated with tt�e structure, hauling ana disposal of removed material and appurtenances, and all too�s, equipment, labor, and incidentals needed to execute the work. Ci['Y OF FQRT WpRTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTIbN SP�CIFICATION DOCUMENTS CITY PRQJECT NUMBER 101019 Revised Decemher20, 20i2 0241 13-3 SELECTIVE S1TE DEIViOLITION Paga 3 of 5 1.3 REFEREIliCES A. Definitians 1. Improved Driveway: Driv�way constructed of concrete, asphalt paving or brick unit pavers. 1.4 ADMI1vISTRATIVE REQU�REMENTS [N�T USED] 1.� SUBMITTALS [NOT USEDj 1.6 ACTION SUBMITTALS/INFORMATIOIlTAL SUBMITTALS [NOT LTSED] 1.7 CLOSEOUT SUSMITTALS [NOT USED] 1.R MAINTENANCE MATERIAL SUSMITTALS [NOT USED] �.9 QUALITY ASS�IRANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING �NOT USED] L11 FIELD [SITE] CONDITTONS [NOT USED] 1.12 WARRANTY [N�T USED] PART � - PRODUCTS �.] OWNER-FURNISHED PRODUCTS [NOT USED] �.� MATERIALS A. �'ill Material: See Section 31 23 23. 2.3 ACCESS�RIES [NOT USED] �.4 SOURCE QUALITY COl�TTROL [NOT USED] PART 3 - EXECUTIDN 3.1 TNSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USEDj 3.4 REMOVAL A. Remove Sidewalk 1. Remave sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. B. Remove Steps 1. Rernave step to nearest existing dumrny, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. C. Remove ADA Ramp 1. Sawcut existing curb and gutter and pavernent prior to wheel chair ramp removal. See 3.4.K. 2. Remave ramp to nearest existing dummy, expansion or construction joint an existing sidewalk. D. Remove Driveway 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3.4.K. CiTY pF FORT WORTH W�STPORT PARKWAY F'ROM TCET.T.EK HASLET ROAb Td AL'I'A VISTA ROAD S'fANDARD CONSTRUCTION SPECiFICATION DOCLTMENTS CITY PROJECT NUMBER 101019 Aevised December 20, 2012 02 41 13 - 4 SELECTIVE S1TE DEMOLITIOiV Page A of S 2. Remove drive to nearesi existing dummy, expansion or construction joint. 3. �awcut when removing to nearest joint is not practical_ See 3.4.K. 4. Remove adjacent sidewalk to nearest existing dummy, expansion or constructian joint on existing sidewalk. E. Remove Fence 1. Remove all fence components above and below gro�xnd and backfll with acceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials rnay be used ta reconstruct fence as approved by City or as shown on Drawings. 4. Contractar responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while removing fences. F. Rerzaove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the rnetal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely re;nove posts and any concrete surrounding the posts. 5. Furnish backfill material and backf'ill the hole with material equal in composition and density to the s�urounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevatian at least 1- foot below the new subgade elevation and leave in place along with the dead man. G. Remove Retaining Wa11 {less than 4 feet tall) 1. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is nat practical. See 3.4.K. 3. Remaval includes a11 components of the retaining wa1l inclnding foatings. 4. Sidewalk adjacent ta or attached to retaining wa11: See 3.4.A H. Remove Mailbox 1. Salvage existing rnaterials for reuse. Mailbox rnaterials may need to be used for reconsiruction. I. Remove Rap Rap l. Remove rap rap to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. Remove Miscellaneous Concrete Structure 1. Remove portions af miscellaneous concrete structures including foundations and slabs that do not interfere with proposed consk-uction to 2 feet below the finished ground line. 2. Cut reinforcement clase to the portion of the concrete to remain in place. 3. Break or perforate the bottom of siruct�ures to remain to prevent ihe entrapment of water. K. Sawcut l . Sawing Equipment a. Power-driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicuIar to the su�rface completely through� exisring pavexnent. C1TY OF FORT WDRTH WESTPORT PAR�{WAY FROM KELLER EIASLET ROAD TO ALTA VIS'f'A ROAD STANDARD CONSTRUC7'IOI�f SPECIFICATION DOCUMENTS CITY PR03ECT NUMBER 101U l9 Revised December 20, 2012 62 41 13 - 5 SELECTNE SITE DEMOLITION Page 5 of5 L. Remove Grave� Paving 1. Remove gravel paving in its entirety. M. Structural Demolition 1. Remave re�naining loase appurtenances a.nd items fram shed and dispose of appropriately. 2. If necessary protect utility appurtenances from darnage during removai pracess and ca�nnplete utility abandonnaent in accordance with various �id iterns. 3. Rernove roof, waIls, and other above slab struct�-al mem�ers. 4. Remove slab/foundation in it's entirety. 3.� REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.� SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED� 3.10 CLEANING [NOT USED] 3.11 CLQ,SEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [�lTOT USED] 313 MAINTENANCE (NOT USED� 3.1.4 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SL7MMARY QF GHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified Payment - Items will be suhsidiary to trench on utility projects CTI'Y OF FORT WORTH WESTPOIZT PARKWAY FROM KELLER HASLET ROAD TO ALTA V[STA ROAD STANDARD CONSTRUCTION SPECiFICATION DOCUMEI�TS CITY PROJECT NUMSER 101019 Revised December 20, 2012 0241 i4-1 L17'II.TTY REMOVAUABANDONMENT Page 1 of 18 SECTION 0� 4114 UTILITY REMOVAL/ABANDONMENT PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Direction far the removal, abandonment or salvaging of the following utilities: a. Cathadic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Cancrete Water Vaults i. Saniiary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary 5ewer Junction Boxes 1. Storm �ewer Lines m. Storaxi Sewer Manhole Risers n. Stox-rn 5ewer Juncti�n Boxes a. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains s. Septic Tanks t. Water Wells u. Irrigation Systems B. Deviations from this City af Fort Worth Standard Specification 1. Added Items 1.I.A.1.s-u 2. Added Yiezns 1.1.C.10-12 3. Added Iterns 1.2.B.10�11 4. Added Item 1.2.C.4 5. Added Ytem 1.2.C.5 6. Added item 1.4.B C. Related Specification Sectians include, but are not �ecessarily limited to: 1. Division 0— Bidding Requirements, Cox�tract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 34 l 3— Controlled Low Strength Material (CLSM} 4. Section 33 OS 10 — Utility Trench Excavation, Ernbedrnent and Backfill 5. Secrion 33 OS 24 —�nstallation af Carrier Fipe in Casing or T�nnel Liner Plate 6. Section 33 11 I 1— Ductile Iron Fittings CTI'Y OF FORT WORTH WESTPQRT PARKWAY FROM KELLER HASLET ROBDA TO ALTA VISTA RDAD 3TANDARD COAISTRUCTION SPECIFICATIO�T DQCLTMENTS 101019 Revised Dacember Z0, 2012 02 41 14 - 1 UTILITY REMpVAL/ABANDONMENT Page 2 of l8 7. Section 33 11 13 — Concrete Pressure Pipe, Bar-wrapped, 5tee1 Cylinder Type 8. Section 33 11 14 — Buried Stee� Pipe and Fittings 9. Section 33 l 2 25 — Connection to Existing Water Mains 10. Section 33 I 1 12 — Polyvinyl Chloride (PVC} Pressure Pipe 11. Section 33 31 20 — Polyvinyi Chlaride (PVC) Gravity Sanitary Sewer Pipe 12. Section 33 31 50 — Sanitary Sewer Service Cannections and �ervice Line 1.� PRICE AND PAYMENT PROCEDURES A. Uti�ity Lines 1. Abandonment of Utility Line by Grauting a. Measurement 1) M�asurement for this Ytem shall be per cubic yard af existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1} The wark performed and materials furnished in accordan�e with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard af "Line Grouting" foz-: a} Various types af utility line c. The price bid shall incl�de: 1) Low density cellular grout or CLSM 2} Water 3) Pavement removal 4) Excavatian 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compactian of backfill S) Clean-up 2. Utility Line Re�noval, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payrnent 1} The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear faot of "Remave Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Rernoval and disposai of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling S) Disposal of excess materials 6) �'urnishing, placem�nt and compacrion of bacl�ill 7) Clean-up 3. Utility Line Removal, Same Trench a. MeasUrement CTI'Y OF FORT WpRTH WESTPORT PARKWAY FROM KELLER HASLET RODDA TO ALTA VISTA RpAD STANDARD CONSTRiTCTIQN $PECIFICATION DQCUMENTS 101019 Revised December 20, 2012 02 41 14 - 1 UTiLITY REivIOVAUABA�'DONMENT Page 3 of 18 1) Tl�is Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The wark performed and materials furnished in accordaz�ce with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per tinear foot of pipe complete in place, and no other compensation will be a�lowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to he abandoned. b. Payment 1) The work peeformed and materials furnished in accordance with this Item and rnaeasured as provided under "Measurement" shaIl be paid far at the unit price bid per each "Abandon Manhole" for: a) Varivus diameters b} Various types c. The price bid shall include: 1) Rerxaoval and disposal of manhole ca�e 2) Remova�, sa�vage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer Iines 4) Concrete 5) Acceptable material for bacl�illing manhole void 6) Pavement removal 7) Excavation S) Hauling 9} Disposal of excess materials 10) Furnishing, placement and compaction of bacl�ili 11) SurFace restoration 12} Clean-up 5. Cathodic Test Station Abandonment a. Measurement 1} Measurement for this Item wilI be per each cathodic test station to be abandoned. 3�. Payment 1) The wark periarmed and mateeials iurnished in accordance with this Iterr� and measured as pro�vided under "Meas�rement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall inc�ude: lj Abandon cathodic test station 2) CLSM 3) Pavement removat 4) Excavation 5) Hauling 6} Disposal of excess materials 7) Furnishing, placement and compaction of bacl�ill 8) Ciean-up B. Water Lines and Appurtenances 1. TnstalIation of a Water Line Pressure Plug CTPY OF �'dIZT WORTH WESTPORT PARKWAY FROM KELLER HASLET RODDA TO ALTA VISTA ROAd STANDARD CONSTRiJCTION SPECI�ICATC�IV 170CUMENT5 1O1Q19 Revised December 2D, 2012 02 41 14 - 1 UTILITY REMOV.0.LABANDONMEI�'T Fage 4 of 18 a. Measurement 1) Measurement for this Item shall be pee each pressure p�ug to be insfialled. b. Payment 1) The work performed and materials furnished in accordance with this Item ar�d measured as provided under "Measurement" shalI be gaid for at the unit price bid for each "Pressure PIug" installed for: a} Various sizes c. The price bid shall include: f) Furnishing and installing pressure pIug 2) Favement removai 3} Excavation 4} Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts $) Furnishing, placement and compaction of embedment 9) Furnishing, placement and comgaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandannrxent of Water Line by Cut and installation of Abandonzxient Plug a. Measur�ment 1) Measurement for this Item shatl be per eaci� cut and abandonment pIug installed. b. Payment l) The work performed and materials furnished in accordance with tl�is Item and measured as pravided under "Measurernent" shali be paid for at the vnit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall inclvde: 1} Furnishing and insta�ling abandonrnent plug 2) Pavement removal 3) Excavation 4) Hauling S) CLSM 6} DisposaI oi excess material 7) Furnishing, placement and compactian of bacl�ili 8) Clean-up 3. Water Valve Rernaval a. Measurement 1) Measurement for this Itern will be per each water valve to be removed. b. Payment 1} The worlc perforzned and materials farnished in accardance with t�ais Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remave Water Valve" for: a} Various sizes c. The price bid shall include: 1) Removal and dispasal af valve C1TY OF FORT WORTH WE3TPORT PARKWAY FROM KELLER HASLET RODDA TO ALTA V15TA ROAD STANI7AR17 CON3TRUCT[QN SPECIFICATION DOCUMENTS 101019 Revised Decemher 2D, 2012 42 41 14 - 1 UTILITY REMOVAL/ABANDONMENT Page 5 of 1$ 2) CLSM 3) Pavement removaI 4) Excavatzon 5) Hau�ing 6) Disposal of excess materials 7) Furnishing, pIacement and campaction of backfill S} Clean-up 4. Water Valve Retnoval and Salvage a. Measurement 1) Measurernent for this �tem wiZl be per each water valve to be removed and salvaged. b. Payment 1) The wark performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a} Various sizes c. The price bid shall incl�de: 1) Removal and Salvage of valve 2) CLSM 3} Delivery ta City 4) Pavement removal S) Excavation 6) Hauling 7) Disposal oF excess nnaterials $} Furnishing, pIacement and compaction of bacl�ill 9} Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement f�r this Item wiIl be per each water valve to b� abandoned. b. Payment 1) The work performcd and materials furnished in accordance with tius Ttem and cn�easured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shalI include: 1) Abandonment of valve 2) CLSM 3} Pavement removal 4) Excavatian 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of bacl�ill 8) Clean-up 6. Fire Hyctrant Removal and Saivage a. Measurement l) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accorda�ce with tl�is Item CI'FY QF FpRT WpRTH WESTPOR"F PARKWAY FROM KELLER HASLET RDDDA TO ALTA VISTA ROAD STANDARD CONSTRUCTIpN SPECD�ICATION DOCUMENTS 101019 Kevised Decem6er 20, 2012 02 41 14 - 1 U'I'ILTCX REiV[QVAL/ABANDOI�MENT Page 6 of 1$ and measured as provided under "Measurement" shall be paid far at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of �re hydrant 2) Delivery to City 3) Favement removal 4) Excavation S} Hauling 6} Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-ap 7. Water Meter Removal and Salvage a. Measurement 1) Measurement far this Item will be per each water meter to be removed and saIvaged_ b. Payzxzent 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid %r at the unit price bid per each "Satvage Water Meter" for: a) Various sizes 2} If a"Water Meter Service Relacate" is performed in accordance with Section 33 12 10, removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the cast of the "Water Meter Service Relocate", no other compensation will be allowed. c. The price bid shall inclUde: 1) Rernoval and salvage of water meter 2} Deiivery to City 3} Pavement removal 4) Excavation 5) HauIing 6) Disposal af excess materiais 7) Furnishing, placement anci compaction of backfill S) Clean-up 3. Water Sarnpling Statian Remaval and Salvage a. Measurement 1) Measurement for this Item witl be per each water sampling station to be remo�ed. b. Payment 1} The work performed and materials furnished in accordance with th�s Item and measured as provided under "Measurement" shall he paid for at the unit price bid per each "Salvage Water Sampling Station". c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement remaval 4) Excavation 5} Hauling 6) Disposal of excess materials CI'1`Y OF FORT WORTH WESTPORT PARKWAY FROM K�LI.HR HASI.ET RODDA TO AE.TA VISTA ROAD STANDARD CONST#ZUCTION SPECIFICATION DOCUMENTS 101019 Revised December 20, 20i2 nzai �a-i UTILITY REMOVAUABANDONivIENT Page 7 pf 18 7) Furnishing, placement and cornpaciion of bacI�ill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1} Measurement for this Item wilf be per each concrete water vault to be removed. b. Payment 1) The wark performed and materials furnished in accordance with this Iterri and meas�red as provided under "Measurement" shall be paid far aC the unit price bid per each "Remove Concrete Water Vault". c. The price bid shali inclUde: 1) Removaj and disposal of concrete water vault 2} Removal, salvage and delivery of frame and cover to City, if applicable 3} Remaval, salvage and delivery of any valves ta City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable S) Pavement removal 6) Excava�ion 7) Hauling 8) Disposal of excess materials 9) Furnishing, pZacement and compaction of bacl�ill 10) Clean-up 10. Water Well Removal and Capping a. Measurement � �) Measurement for this Itenr� will be per lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' snall be paid for at t�e unit price bid per lump suxn for "Remove and Cap Existing Water Well". c. The price bid shall include: 1) Rernoval and disposal of water well str�cture. 2) Structural removal not covered under bid item III-8 "Structural Demolition" 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Fumishing, placement and c�mpactian of backfill 7) Clean�up S) Connection of services installed under bid items I-22 "l" Wafier Service" and I-23 "1" Private Water Service" to the existing hause service incl�sive of but not limited to any testing, �ttings, material, labor, fees, etc_. to provide complete, functioning, and safe water service to the house at 3455 Keller Hasiet Road, �'ort Worth, Texas 76262. 9) Pernutting, fees, and other coordination to comglete the work in a legal manner in accordance with alI governing rules, regulations, laws, and ordinances. 11. Lost Spurs Park Irrigation Repairs a. Measurement 1) Measurement for this Item wiil be per lump sum. b. �ayment 1} The work per�ot-�ned and materials furnished in accordance with this Item CTTY OF FOR'I' VVORTH WESTPORT PARKWAY FROM KELLER HASf�ET RODDA TO AL'�A VISTA ROAD STAI�I�ARD CONSTRUCTiON SPECIF[CATiOAI DOCiFMEIVT3 101019 Revised Deccmber 2d, 2012 02 41 14 - 1 UTILP['Y REMOVALABANDONMENT Page 8 of 18 and measured as provided under "Measurement" shall be paid for at the unit price bid per lump sum far "Lost Spurs Par�C Imgation Repairs". c. The price bid shall include: 1} Remo�al, hauling, and disposal of all irrigation systems and appurtenances in conflict with the proposed improveme�ts, if any. 2) Provide temporary cap for all terrninated lines and markings for said termination with surface znarkers to locate ends upon campletion af impravements within the park. 3) Excavation 4) Reinstalling affected lines and appurtenances as close to ihe original configUration as possible so as ta provide similar irrigatian coverage to the site as existed prior to construction. S) Furnishing, placement and compaction af backfill 6) Clean-up 7) Testing $) Pernlitting, fees, and any other coardination with City Parks officials necessary to complete the work in accardance with a�l governing rules, regulations, laws, ordinances, and industry standards and provide a fully functioning irrigatian system. C. Sanitary Sewer Lines and Appurtenances 1. Abandanment af Sanitary Sewer Line by Cut and instaIlation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment pIug instalied. b. Payment 1) The work performed and materials furnished in accordance with this �tem and measured as provided under "Measurement" shall be paid for at the unit price bid far eacl� "Sewer Abandonmem Plug" for: a) Various sizes c. The price bid shall include: 1} Furnishing and installing abandonment plug 2) Pavement removal 3j Excavation 4) Hauling 5) CLSM 6) Disposa� of excess material 7) Furnishing, placement and compaction of bac�ill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be re►noved. b. �ayment 1) The work per%rmed and materials furnished in accordance vvith this Item and measured as pravided under "Measurement" shall be paid for at the unit price bid per each "Rema�+e Sewer Manhole" %r: a} Various diameters CT['Y OF FORT WORTH WESTPORT PARKWAY FROM KELLER HA5LET RODDA TO ALTA VISTA ROAD STANDARD COIVSTRUCTION SPECI�'iCATION DOCUMENTS 101019 Revised �ecember 20, 2012 fl2 41 14 - 1 UTiLiTI' REMOVALlABANDONMENT Page 9 of 18 c. The price bid shall include: 1) Removal and disposal of rnanhole 2} Removal, salvage and deliveey of frame and cover ta City, if app�icable 3) Cutting and pIugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Dispasal of excess materials 8) Furnishing, piacernent and compaction of backiill 9) Clean-up Sanitary Sewer Junctian Structare Removal a. Measurement 1} Measurernent for this Itern will be per each sanitary sewer j�nction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and nneasured as provided under "Measurement" shall be paid for a� the lump sum bid per each "Remove Sewer 3unction Box" location. c. The price bid shall include: 1} Removal and disposal of junction box 2} Removal, salvage and delivery �f frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and co;npaction of bacl�ill 8) Clean-Up 4. Septic Tank Leech Field Removal and Capping a. Measurement 1} Measurement for this Itern wiil be per Iump sum for the Septic Tank Leech Field Removal and Capping b. Payrnent 1) The work per%rmed, and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid for "Septic Tank Leecn Field Removal and Capping" if approved by the City ance subsurface investigations have been completed. c. The price bid shall include: 1} Removal and disposal of all items within the right af way and easements related to the leech field inc�uding but not limited to, lines, gravel or other filter material, fittings, filter fabric, and miscellar�eous structures. 2) Capping of ieech field lines at limits of right of way or easements. 3) Permitting, fees, and other coardination to connplete the work in a legai manner in accardance with a11 governing rules, reguIations, laws, and ordinances. 4) Excavation of unsuitable Qr contaminated material within the right af way or easement limits. 5} Hauling 6} Disposal of excess, unsuitable or cantaminated mater�als C1TY OF FORT WORTH WESTPORT PARK4VAY FROM KELLER HASLET RDDDA TO A�TA VISTA R�AD STANDARD CdNSTRUCTION SPECIFICAT[ON DOCUMENTS 101D19 Revised Decem6er 2D, 2012 d2 41 14 - I UTII.TI'Y REMOVALIABANaONMHNT Page 10 af I S 7} Furnishing, placement and compaction of backfiil necessary to construct the project to the lines and grades shown in the plans. Irnported backfill material for the purposes of this items shali be considered incidental. 8} Clean-up 9} Cannectian of services installed under bid item AAI-6 "4" Sewer Service" to the existing house service inclusive of but not limited to any testing, fittings, material, labor, fees, etc.. to provide corr�plete, functioning, and safe sewer service to the house at 34-55 Keller Haslet Road, Fort WorCh, Texas 76262. 5. Septic Tank Leech Field Removal and Restoration. a. Measurement 1) Measurement far this Item will be per lump sum for the Septic Tank Leech Field Removal and Restat'ation b. Payment 1) The work performed, and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid for "Septic Tank Leech Field Removal and Restoration" if approved by tI�e City once subsurface investigations have been campleted. c. The price bid shall include: 1) Removai and disposal af all items within the right of way and easements related to the teech fieid including but not limited to, lines, gravel ar other filter rrtaterial, fittings, filter fabric, and miscellaneous struchares. 2) Reconfiguring/reconnecring of leech field lines at limits af right of way or easements to provide a fully fut�ctioning leech field system. 3) Pertrtitting, fees, and other cooedination to complete the work in a legal manner in accordance vvxth all governing rules, regulations, laws, and ordinances. 4) Excavaiion of unsuitable or contaminated materiaI within the right of way or easement limits. 5) Hauling 6) Disposal of excess, unsuitable or contata�inated materials 7} Furnishing, placement and compaction of bac1�i11 necessary to construct the project ia the lines and grades shown in the plans. Imported backfill material for the puxposes of this items shatl be cansidered incidental. 8) Clean-up 9) Testing to ensure that the services to the house at 3455 Keller Haslet Road, Fort Wortn, Texas 76262 have not been disturbed or disrupted and the worlc canstructed provides a complete, functioning, and safe sewer service. D. Storrri Sewer Lines and Appurtenances 1. Abandonrnent of Storm Sewer Line by Cut and installa�ion af Abandanment Plug a. Measurement i) Measurement for this Item shalI be per each cut and abandonment plug to be instalIed. b. Payment 1} The work performed and materials furnished in accordance with this Item and measured as provided under "Measuz-ement" shall be paid for at the unit price bid for each "Starzn Abandonment Flug" instalied for: a) Various sizes CTi'Y OF FORT WORTH WESTPORT PARKWAY FRDM KELL�R HASE.ET RODDA TO ALTA VISTA ROAD STANDAI2D CONSTRiJCT10N SPECIF[CATION bOCUME3�ITS 10t019 Revised December 20, 2012 02 41 14 - 1 UTILTl'Y REFVIOVATJABA[VDO�IVT Page 11 of 18 c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement renaoval 3} Excavation 4} Hauling S) CLSM 6) Disposal of excess material 7) Furnishing, placennent and compaction of bacl�ill 8) Clean-up 2. 5torm Sewer Manhole Rernoval a. Measurernent 1) Measurement far this Itern will be per each storm sewer manha�e to be remaved. b. Payment 1} The work performed and materials furnished in accardance with Ch�s Item and naeasured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Risee" for: a) Various sizes c. The price hid shall include: 1) Removal and disposal of rrzanhole 2) Removal, salvage and delivery �f frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6} Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8} Clean-up 3. Starm Sewer Junction Box Removal a. Measuremer�t 1) Measurennent for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The wark performed and materials fiirnished in accordance with this Item and measured as provided under "Measurement" shall be paid far at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2} RemovaI, salvage and delivery of frame and cover to Ciry, if applicab�e 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of bacl�iIl 8) Clean-up 4. Storm Sewer Junctibn Structure Removal a. Measurement 1) Measurement %r this Itern will be per each storm sewer junction structure C1TY OF FORT WORTH W�STPORT PARKWAY FROM KELLER HASLET RO�DA TO Ai.TA VISTA ROAD STANbARD CONSTItUCTION SPECIFICATION DOCUMENTS 101019 l2evised December 2D, 2012 02 41 14 - 1 UTII.ITY ItEMOV.0.L/ABANDONMENT Page 12 of I 8 being removed. b. Payment 1) The v�rork performed and materials furnished in accorda�ce with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remave Storm Junction Structure" location. c. The price bid shaIl include: 1) Removal and disgosal of junction structure 2} Removal, salvage and delivery of frame and cover to Ciry, if applicable 3} Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and cornpaction of bacl�ill $) Clean-up 5. Storm Sewer Tnlet Removal a. Measurement 1) MeasUrennent for this Item will be per each storm sewer inlet to be rerrioved. b. Payment 1) The �uvork performed and materials iurnished in accordance with this Item and measured as provided under "MeasuremenY' shali be paia for at the unit price bid per each "Remove Storrrj Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement remaval 3} Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compactxon of bacl�ill 7) Clean-�p b. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1} The work performed and materials furnished in accordance with this Item and tx�.easured as provided under "Measurement" shal� be paid for at the unit price bid per linear foot of "Remove Stortn Junctio� Box" for ai� sizes. c. The price bid shall include: 1) Removal and disposal of Storm �ewer Box 2) Pavement removal 3) Excavation 4} Hauling 5} Disposal of excess materials 6) Furnishing, placement and campactian of bacl�ill 7) Clean-up CTI'Y OF FORT WORTH WESTPORT PARKWAY FROM KELLER HASLET RODDA TO ALTA VISTA ROAD STANDARD CONSTRUCTIOIV SPECIFICATION DOCUMENTS 1d1019 Revised December 20, 2012 o2ai ia- i UTIE.ITY REMQVAUABANDONMENT Page 13 of 18 7. Headwa11/SET Rettzoval a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET) ta be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid %r at the unit price bid per each "Remove HeadwalllSET". c. The price bid shall include: 1} Removai and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal af excess mater�als 6) Furnishing, placement and compac�ion of bacl�iI1 7) Clean-up $. Trench Drain Removal a. Measurement 1) MeasUrement for this Item shall be per linear foot of storm sewer trench drain to be re�noved. b. Payment 1) The work performed and rr�aterials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid %r at the unit price bid per linear foot of "Remove Trench Drain" for: a} Various sizes c. The price bid shall include: 1) Removal and disposaI of stortn se�uver line 2) Pavement rennaval 3} Excavation 4} Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of bacl�ill 7) Clean-up 1.3 REFERENCE� [NOT USED] 1.4 ADMINI�TRATIVE REQUIREMENTS A. Coordination l. Contact Insgector and the Water Department Field Operation Storage Yard for coordination of salvage material return. B. Coordination l. Contact Inspector and the City Parks Department contact far caordination on removal and replacement requirements in the event that irrigation systems axe encountered. 1.� SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] C1TY OF FQRT WOIiTH WESTPORT PARKWAY FROM KELGER HASLET RODDA TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUME3VT5 1Of019 Revised December 2fl, 2012 02 41 l4 - 1 UTILITY REMOVAUABAN�ONME3VT Page 14 of LS 1.i CLOSEOUT SUBNIITTALS [I�TOT USED] 1,� MAINTEli1A1�10E MATERIAL SUBMITTALS [I�iOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HAI�DLING A. Storage and Handling Rey�irements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. 111 FIELD [SITE] CONDITI011iS [NOT USED] 1.1� WARRANTY [N�T U�ED] PART 2 - PRODUCTS �.1 OWNER-FL7RAiISHED [ox] OWNER�SUPPLIED PRODUCTS [lliOT USED] �.� MATERIALS �.3 ACCESSORIES [NOT USED] 2.4 SQURCE QUALITY CONTROL [NOT USED] PART 3 •� EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ASANDONMEliTT A. Ger�eral 1. Manhole Abandonment a. All inanholes that are to be taken out of service are to be rernaved unIess specifically requested and/or appraved by City. b. Excavate and backfill in accordance with Section 33 OS i0. c. Rernove and salvage manhole franne and cover as coordinated with City. d. Deliver salvaged materia� ta the City. e. Cui and plug sewer lines io be abandoned. f. SacZd'ill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances 1. Water Line Pressure Plugs a. DuctiZe �ron Water Lines 1) Excavate, ernbed, and backfill in accordance with Section 33 a5 10. 2) Plug with an M7 Plug r�vith mechanical restraint and blocking in accordance with Section 33 � 1 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. C1TY OF FORT WORTH WESTPORT PARKWAY FROM KELLER HASLET RODDA TO ALTA VISTA ROAD S'T'ANDARD CONS'd'RUCTION SPECIF'ICATION DOCUMENTS 1O1Q19 12evised December 20, 2012 D2 4I 14 - 1 UTILITY [Z�MOVAUABAIVDONMENT Page I S af 18 b. PVC C900 and C905 Water Lines ]) Excavate, embed, and bac�Cfill in accordance with Section 33 OS IQ. 2) Pfug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines i) Excavate, eznbed, and backfili in accordance with Section 33 45 10 2} Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 l 1 13; or b) A blind flange in accordance �uvith Section 33 l] 13 3} Perform Cut and Plug in accogdance wiih Section 33 12 25. d. Buried Steel Water Lines 1} Excavate, embed, and backfill in accordance with Section 33 05 l0. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 l 1 14; or b} A blind flange in accordance vvith Section 33 I 1 l4 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonrnent Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Ahand�nment by Grouting a. Excavate and bac�ill in accardance with Section 33 OS � 0. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cell�ar Grout in accordance with Section 33 QS 24 ar CLSM in accordance with 03 34 13. d. Dispose af any excess material. 4. Water Line Removal a, Excavate and backfill in accordance with Section 33 OS l0. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Aemave existing pipe line and properly dispose as approved by City. 5. Water Val�e Removal a. Excavate and bacl�ill in accardance with Section 33 OS l 0. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body witt� CLSM in accordance with 5ection 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and baci�ill in accordance with Seciion 33 OS 1Q. b. Remove vaive bonnet, wedge and stem. c. Deliver salvaged material to the Water Depaetment Field Operation 5torage Yard. d. Pro�ect salvaged materials from daix�age. e. Fill valve body with CLSM in accardance with Seciion 03 34 13. 7. Water Vatve Abandnnment a. Excavate and bacl�iil in accordance with Section 33 OS 10. b. Remove the top 2 feet of the valve stack and any valve extensions. CTI'Y OF FORT WQRTH WESTPORT PARKWAY FROM KELLER HASLE`F AOC3�A TO ALTA VISTA RQAD STANDARD CQNSTfZUCT1aIV SPECIFICATION DOCUMENI'S 1D1019 Reviscd December 20, 2012 02 41 14 - 1 CJTILITY REMOVALJABANDONMENT Page 16 of 18 c. Fill the r�maining valve stack with CLSM in accordance with Section 03 34 13. $. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead lin�. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materiais from damage. 9. Water Meter Removal and SaIvage a. Remove and salvage water meter. b. Return salvaged meter to Project Repr�sentative. c. City will provide replacennent �neter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remave and dispose of any non-cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operatian Starage Yard. 4) Remove and dispose af ineter box. 10. Water Sample Station Removal and Sa�vage a. Remove and salvage existing water sample station. b. Deliver salvaged material to the Water Departrnent Field Operation Storage Yard. l 1. Concrete Water Vault Rem�val a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and salvage vault lid. c. Remove and saIvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances. g. Demolish and remove en�re concrete vault. h. Dispose of all excess materials. 12. Cathodic Tesi Station Abandonment a. Excavate and bacI�iIl in accordance with Section 33 OS 1a b. Remove the top 2 feef af the cathodic test station stack and contents. c. Fill any remaining voids wzth CLSM in accordance with Section 03 34 13. C. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Pfvg a. Excavate and bacl�ill in accardance with Section 33 05 10. b. Remave and dispase of any sewage. c. PI�g with CLSM in accordance with Section 03 34- 13. 2. Sanitary Sewer Line Abandonment by Cnrouting a. Excavate and bacl�ill in accordance wiih Section 33 OS 1Q. b. Dewater and dispose of any sewage from the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 or CLSM in accordance with 03 34 13. d. Dispose af any excess material. 3. Sanitary Sewer Line Removal CTI'Y OF FORT WORTH WESTPQRT PARKWAY FROM KELLER HA3LET i20DDA TO ALTA VISTA RDAD STANDARD CpNSTRUCTION SPECIFICATION DOCUMENTS 101019 Revised Dece�ber 20, 2012 024114-1 U'T'iLTI'Y REMOVAL/ABANDONMENT Page 17 of 18 a. Excavate and backfill in accordance with Section 33 OS 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manh�les Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfiIl in accordance with Section 33 05 10. c. Reznove and salvage manhole frame and cover. d. Deliver salvaged maierial to the Water Department Fieid Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junctian Structure Rerr�oval a. Excavate and backfill in accordance with Section 33 OS 10. b. Remave and salvage matahole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entiee concrete manhole. e. Cut and plug sewer lines to be abandoned. D_ Storm Sewer Lines and Appurtenances 1. Stortni Sewer Abandonment Plug a. Excaeate and backfi�l in accordance with Section 33 OS 10. b. Dewater line. c. Plug with CLSM in accordance with Section 43 34 13. 2. Storm Sewer Line Abandonment hy Grouting a. Excavate and bacl�ill in accordance with Section 33 OS 10. b. Dewater the existing line io �e grouted. c. Fill line with Low Density CeIlular Grout in accordance with �ect�on 33 OS 24 or CLSM in accordance r�vith 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Re�noval a. Excavate and bacl�ill in accordance vvith Section 33 45 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal a. All storm sewer manhales that are to be taken �ut of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 OS 10. c. Demolish and remove entire concrete manhole. d. Cat and plug storm sewer lines to be abandoned. 5. Storm Sev�+er Junction Box and/or Junction Structure Removal a. Excavate and bacl�ill in. accardance with Section 33 OS l0. b. Demolish and remove entire concrete structure. c. Cut and plug stortn sewer lines to be abandoned. 6. 5torm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. St�rm Sewer Box Removal CITY OF FORT WOAT'H WE3TPORT PA�2K4VAY FROM K�LLER HASLET RODDA Tp ALTA VI5TA ROAD STANbARD COI�F3TRUCTION SPECIFICATION DOCUMENTS 101019 Revised December 20, 2012 D241 1� - 1 UTILITY REMRVAL/ASANDONMENT Page 1 S of 1 S a. Excavate and backfil� in accordance with Section 33 OS 10. b. Cut existing line from tl�e utility system prior to rez�oval. c. Cut any services prior to removal. d. Remove existing pipe line and properiy dispose as approved by City. 8. Headwall/SET Removal a. Exca�ate and backfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer iines to be abandaned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and dispase as approved by City. 3.5 REPAIR / RESTORATI�N [NOT USED] 3.b RE�INSTALLATIOIiT [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL 3.8 SYSTEM STARTUP [NOT USED] 3.9 AD TUSTING [NOT USED] 3.].0 CLEANII�TG [NOT U�ED� 3.1� CLOSEOUT ACTIVITIES [NOT USED] 3.12 PRQTECTION [NOT USED] 3.13 MAINTEIi�AI�TCE [NOT USED] 3.14 ATTACHMENTS [NQT U�ED] END OF SECTIOIii Revision Log DATE NAME SUMMARY OF CHANGE 12.C3.c. — Include Frame anci Cover in Payment description 12/20/12 D. Johnson Throughout — added abandonment of stornz and sewer manhoies when reyuested and/ar approved by City CTFY QF FORT WORT�-i WEST'PORT PARKWAY FROM KELLER HASI.ET ROBDA TO ALTA VISTA ROAD 3TANDARD CONSTRiJCTIpN SPECIFICAT[ON DOC[JMENTS 101019 Revised December 2D, 2012 312316-I UNCLA55IFIED EXGAVAT[ON Page 1 of 5 � 3 PART1- GENERAL 4 L1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 SECTION 312316 UNCLASSIFIED EXCAVATION 1. Excavate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typical sections shown on the Drawings and removal from site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavatian d. Excavation for Structures e. Or any other operation inv�lving the exca�ation of on-site materials S. Deviatians from this City of Fort Worth Standard Specification 1. 1.2.A1.a - Modified the tnieasurement method 16 C. Related 5pecification Sections include, but are not necessarily limited to: 17 l. Division 0— Bidding Requirements, Contz'act Forms and Conditions of the Contract 18 2. Division 1— General Requirernents 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 35 37 38 39 40 41 42 3. Section 31 24 00 — Embankments 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Excavation by Plan Quantity a. Measurement 1} Measurement for Chis Item shall be by fhe cubic yard in its �inal position. Earthwork volumes were calculated using a triangulated irregular network (tin} to tin comparisan between the proposed s�rface grading model prepared for the purposes of this project and survey data obtained frann the site in Novembee 2017 (supplemented in March 2018) with appropriate adjustments for proposed utilities, demolition, hardscape, flex base material, and offsite topsoil requirements. Limits oi measurert�ent are shown on the Drawings as the limits of grading. 2) When measux'ed by the c�tbic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the propasal, unless modified by Article 1 l.04 of the General C�nditions. Additional measurements or calcnlatio�s will be made if adjustments of quantities are reyuired. b. Payment 1) The work performed and materials furnished in acc�rdance with this Item and measured as provided under "Measuretnent" will be paid for at the unit price bid per cubic yard �f "Unciassified Excavation by P�an". No additional compensation wilI be allowed for rock or shrinkage/swell factors, as these are the Contractor's responsibiliry. CTi'Y OF FORT WORTH WESTPORT PARKWAY FRbM KELLER HASLET ROAD Td ALTA VISTA ROAD STAIVDARD CONSTRUCTTON SPBCIFICATION DOCUMENTS 101019 Revised 3anuary 28, 2013 312316-2 UNCLAS5IFI�D EXCAVATIOiV Page 2 of 5 1 2 3 4 5 6 7 8 9 10 c. Ttie price bid shall inc�ude: 1) Excavation 2) Excavation Safety 3) Drying 4) Dust Control S) Reworking or replacing the over excavated material in rock cuts 6) Hauling 7) Disposal of excess material not used elsewhere onsite $) Scari�ication 9) Clean-up 11 1.3 REFERENCES [NOT USED] 12 13 14 15 16 17 A. Definitioz�s �. Unclassified Excavation — Without regard to materials, all excavations shail be considered unclassified and sl�all include all materials excavated. Any reference to Rock or other materials on the Dra�vings or in the specifcations is solely for the City and the Contractor's information and is not to be taken as a classification of th� excavation. 18 1.4 ADMINSTRATIVE REQUIREIinENTS 19 A. The Contractor wi�� provide the City with a Disposai Letter in accordance to Division 20 01. 21 1.� SUBMITTALS [NOT USED] 22 1.6 ACTIUIlT �UBMITTALS/INFORMATIONAL �UBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.$ MAINTENANCE MATERIAL SUSMITTALS �NOT USED] 25 1.9 QUALITY ASSURAIVCE 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 A. Excavation Safety 1. The Contractor shall be solely responsible far making all excavations in a safe manner. 2. All excavation and related sheeting and bracing shall comply with tlze requirements of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 1.10 DELIVERY, STORAGE, AND HANDLIli1G A. Storage 1. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, �asements or temporary construction easements, unless specificaIly disallowed in the Contract Documents. b. Do nat block drainage ways, inlets or driveways. c. Provide erosion control in accordance wit�t Section 31 25 00. d. When ttie Work is performed in active trafFic areas, stare materials only in areas barricaded as provided in the traffic control ptans. e. In non-paved areas, do not st�re material on the root zone of any trees or in landscaped areas. CTTY OF FORT WOR'd'H WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSi'RUCTION SP�CiF'iCAT[ON DOCUMENTS 101019 Revised January 28, 2Q13 312316-3 UNCLASSIFIE� EXCAVAT[ON Page 3 of 5 1 z 3 4 5 6 7 8 9 ia 11 12 13 14 IS 16 2. Designated Storage Areas a. If the Contract Docurnents do not allow the storage of spoils within the ROW, easement ag temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 2S 00. d. Do not block drainage ways. 1.I1 FIELD CONDITIONS A. Existing Conditions 1. Any data which has been ar may be provided on subsurfac� conditions is not intended as a representation oe warranty of accuraey or continuity between soils. It is expressly �nderstood thai neither the City nor the Engineer will be responsible for interpretat�ons or conclusions drawn ther� fram by the Contractor. 2. Data is made availabYe for the convenience of the Contractor. 1.1� WARRANTY [l�OT USED] 17 PART 2- PRODUCTS [NOT USED] 18 �.1 OWNER�FURNISHED [NOT USED] 19 2.2 PRODUCT TYPES AND MATERIALS 20 A. Materials 2t 1. Unacceptable FiII Material 22 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 23 D2487 24 PART 3 - EXECUTION 25 3.1 IIr1STALLERS [NOT USED] 26 3.2 EXAMYNATION [NUT USED] 27 3.3 PREPARATION [NOT USED] 28 29 30 31 32 33 34 35 36 3.4 CONSTRUCTION A. Accept ownership of unsuitable ar excess material and dispose �f material off-site accordance with local, state, and federal regulations at locatxons. . � Excavations shall be performed in the dry, and kept free from water, snow and ice during construction witI� eh exceptivn of water that is appIied for dust contral. Separate Unacceptable Fill Material frona other materials, remove feom the Site and properly dispose according Co disposal plan. Maintain drainage in the excavated area to avoid damage to the roadway sections and proposed or existing structures. C1TY OF FORT WORTI-i WESTPbA"I' PARKWAY FROM KET_.L�R HASLET RbA� Z'O ALTA VISTA ROAD STANDARD CONSTRT3CTIO�i SPECIFICATION DOCUMENTS 1O1D19 Aevised January 28, 2013 312316-4 UR�CLASSIFIED EXCAVATipN Page 4 of 5 1 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 2 City. 3 F. Shape slopes to avoid loosening rnaterial below or outside the proposed grades. 4 Remove and dispose of slides as directed. 5 G. Rock Cuts 6 1. Excavate to finish grades. 7 2. In the event of over excavation due to contractor eri-or below the lines and grades $ estab�ished in the Drawings, use approved embankment material co�npacted in 9 accordance with Section 31 24 00 ta replace the over excavated at no additianal 1� cost to City. 11 H. Earth C�ts 12 1. Excavate ia finish subg;rade 13 2. In tk�e event of over excavation due to contractor error beiow the lines and grades IQ� established in the Drawings, use approved embankment material cornpacted in 15 accordance with Sechon 31 24 00 to replace the over excavated at no additional 16 cost to City. 17 3. Manipulate and compact subgrade in accordance with Section 31 24 00. t 8 3.5 REPAIR [1�OT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Subgrade Tolerances 22 1. Excavate to within 4.I foot in all directions. 23 2. In areas of over excavation, Contractar provides fill material approved by the City 24 at na expense to the City. 2S 3.� �Y�TEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.17. CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION �NOT USED� 30 3.13 MA�NTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED� 32 END OF SECTIOliT Revision Log DATE NAME SUMMARY OF CHANGE ] 2/20/2012 D. .iohnson 1.2 - Measurement and Payment Section rx�odified; Blue Text added for clarification 1/2&/13 D. 7ohnson 1,2 — ModiCied Bid itern names in payment section to differentiate between Payment CITY OF FORT WORTH WESTPORT PARKWAY F120M KELLER HASLE'�' ROAD TO ALTA VISTA 120AD STANDARD CONSTRUCTION SPECIFICATION DbCUMENT3 1010i9 Revised .Tanuary 28, 24I3 312316-5 [JIVCLASSIFIED EXCAVATiON Page 5 of 5 Methods on bid list. CITY OF FOAT WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARa CONSTRUCTCON SPECIFIEATION DOCUMENTS 1O1Q19 Revised January 28, 2013 312400-1 EMBANKM�NTS Page 1 af 9 1 2 3 PART1- GENERAL 4 Ll SUI�IMARY S 6 7 8 9 10 11 12 13 14 A. Section Tnciudes: SECTION 31 �4 00 EMBANKMENTS 1. Transporting and placement of Acceptable Fill Materia� witl�in the boundaries of the Site for consir�ction of: a. Roadways b. Embankments c. Deainage Channels d. Site Grading e. Any other operaiion involving tlte placement of an-site rnaterials B. Deviations from this City of Fort Worth Standard S�eciiication 1. 1.2.A.1.a -�- Modified the method of ineasu�-ment 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1— General Requirements 18 3. Section 31 23 16 — LTnclassified Excavation 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'7 38 39 �.a 41 42 A. Measurement and Paytxzent Embankt�ents by Plan Quantity a. Measvrement 1) Measurement for this Item shall be by the cubic yard in its final position. Earthwork volumes were calculated using a triangulated irregular network (tin} to tin comparison between the proposed surface grading model prepared for the purposes of this project and survey data obtained from the site in November 2017 (supplemented in March 20i 8) with appropriate adjustrnents for proposed utilities, dernoiition, hardscape, flex base rriaterial, and offsite topsoil requirements. Limits of ineasurement are shown on the Drawings as the limits of grading. 2) When measured by the cubic yard in its final position, this is a pians yuantity measurement Item. The yuantity to l�e paid is the quantity shown in the proposal, unless modified by Article 11.p4 of the General Conditions. Additianal measurements or calculatians wili be made if adjustments of quantities are required. b. Payment 1} The work perFarmed and materials furnished in accordance with this Item and measured as provided under "Measurement" wili be paid for at the unit price bid per cubic yard of "Embankment by Plan". No additional compensation will be allowed for rock or shrinkage/swell factors, as these are the Contractor's responsibility. c. The price bid shall include: GITY OF FORT WORTH WESTP012T PARKWAY FROM KELLER I�ASLET ItOAD TO ALTA VISTA RqA� STANDARD CONSTRUCTION SPECIFiCI�TION DOCUMENTS 1D1Q19 Revised 7anuary 28, 2013 312400-2 EMBANKMENTS Page 2 of 9 1 2 3 4 5 6 7 8 1) 2) 3) 4) S) 6) 7) 8) Transporting ar �auiing material Placing, compacting, and finishing Embankment Canstruction Water Dust Control Clean-up Proaf Rolling Dispasal of excess materials Reworking �r replacement of undercut materiai 9 1.3 REFERENCES 10 A. Reference Standards 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1 2. Reference standards cited in this specification refer to the current reference standard published at the time of the Iatest revision date logged at the end of this specificatian, unless a date is specifically cited. ASTM 5tandards a. ASTM D431$-10, Test Pr�cedux'e far Determining Liquid Limit, Plastic Limit, and Plasticity �ndex of Soils b. ASTM D4943-08, Standard Test Meihod for Shrinkage Factors of Soils by the Wax Method c. ASTM D698-07e1, Standard Test Methods for Laboratory Corrrpaction Characteristics of Soil Using Standard Effort d. ASTM D15S7-09, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Madified Effort e. ASTM D73$2-08, Standard Test for Determination of Maxirnum Dry Llnit Weight and Water Content Range far Effective Compaction of Granular Soils Using a Vibrating Harru7ier f. ASTM D1556-07, Standard Test foe Density and Unit Weight of 5oi1 In-Place by the 5and Cone Method 28 1.4 ADMINSTRATIVE REQUIREMENTS 29 A. Sequencing 30 l. Sequence work such ihai calls af proctors are complete in accordance with ASTM 31 D698 pri�r to coznmencement of construciion acrivities. 32 1.a SUSMITTALS 33 A. Submittals shall be in accordance with Section 01 33 04. 34 B. AlI submittals shall be appraved by tI�e City priar ta construction 3S 1.6 ACTION SUBMITTALS/INFORMATIONAL S[TBMITTALS 36 A. �hop Deawings 37 1. Stockpiled material 38 a. Provide a descriptian of the starage of tl�e excavated material only if the 39 Contract Documents do not allaw storage of materials in the right-of-way or the 40 easernent C�'I'Y OF FORT WORTH WESTPORT PARKWAY F1tOM KELLER HASC,ET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFICATION DOCZJivIENTS 101019 Revised January 28, 2013 31240D-3 EMBANKMENTS Page 3 of 9 1.7 CLOSEQUT SUSMITTALS [NOT USED] 2 1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUAL�TY ASSURANCE [NOT USED] 4 1.14 DELIVERY, STORAGE, AND HANDLING 5 6 7 8 9 10 11 12 13 14 1S 16 17 18 19 20 21 22 A. Storage 1. Within Existing Rights-af-Way {ROW} a. Soii may be stared within existing ROW, easements or temporary canstruction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or drivevvays. c. Provide erosion control in accordance with Section 3i 25 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the trafi►c control plans. e. In non-paved areas, da not store material on the raot zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the starage within the ROW, easement ar temporary construction easement, then secure and maintain an adequate storage locatian. b. Provide an affidavit Ehat rights have been secured to store the materials on private property. c. Provide erasian ca�ztrol in accordance with Section 31 2S 00. d. Do not block drainage ways. 23 �.11 FIELD CONDITI�NS 24 25 26 27 28 A. Existing Conditions 1. Any data which has been or may be pravided on subsurface conditions is not intended as a representatian or warranty of accuracy or continuity between soils. It is expressly understood that neither the City r�or the Engineer will he responsib�e for interpretat�ons or conclusions drawn tl�ere from by the Cantractor. 29 2. Data is made available for the convenience af the Cantractor. 30 1.12 WARRANTY [IiTOT USED] 31 PART � 9 PRODUCTS 32 �.1 OWNER�Fi7RNISHED [NOT USED] 33 �.� PRODUCT TYPE� AND MATERIALS 34 35 36 37 38 39 4a A. Materials ] . Acceptable Fill Material a. In-situ or imported soiis classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. M�st have 20 percent passing the number 204 sieve C1TY OF FORT WORTE� WESTPORT PARKWAY FROM KELLER I�ASLET AOAD T� ALTA VISTA RbA�] STANDARD CONSTRUCTTON SPECIFICATION DOCLTMENTS L01419 Revised January 28, 2D13 31 2�E 00 - 4 EMSANKMENT5 Page 4 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 2. Blended Fill Materiat a. In-situ soils classified as GW, GP, GM, SW, SP, �r SM in accordance with ASTM D2�87 b. Blendec� with in-situ ar imported acceptable backfill material to tneet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, bauIders over 6 inches in size and organics d. Must have 2� percent passing khe number 2d0 sieve 3. Unacceptable Fi11 Material a. In-situ soils classified as ML, MH, PT, OL or QH in accordance with ASTM D2487 4. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 3S c. Plasticity index between 8 and 20 15 2.3 ASSEMBLY OR FABRICA�14N TOLERANCES [NOT USED] 16 2.� ACCESSORIES [NOT USED] 17 2.� SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 � EXECUTION i9 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATI�N [NOT USED] 21 3.3 PREPARATIQN 22 A. Protectian of In-Place Canditions 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 1. Pavement a. Conduct activities in such a way that does not damage existing pavernent that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement eemoval at no additional cost 2. Trees a. When operating outside of existing RQW, stake permanent and iemporary construction easements. b. Restrict all construction activities ta the designated easemenfis and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct embankments in a manner such fihat there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by tYie Drawings or as speciiically allowed by the City. 1) Pruning ar trirnming may only be accomplished with equipment specifically designed fnr tree pruning or trimming. 3. Above ground Structures a. Proteet all abave graund structures adjacent to the construction. CTI'Y OF FORT WORTH WESTPORT PARKWAY FROM KELLER HASI.ET ROAD Ta ALTA VISTA ROAD STANDARD CONSTRUCTION 3PECIF[CAT[pN DOCUMENTS 101019 Revised Ianuary 28, 2013 312400-5 EMBANKMENTS Page 5 af 9 I 2 3 4 5 6 7 4. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do nat bIock access to driveways or alleys far extended periods of time unless: 1) A�ternative access has been provided 2) Proper notification has been provided to the property awner or resident 3) It is specifically allowed in the traffic control plan 8 3.4 INSTALLAT�ON 9 A. Embankments General 10 11 12 13 14 15 T5 17 18 19 20 2� 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 4Q 41 42 1. Placing and Compacting Embar�lcment Material a. Perform fill operation in an arderly and systematic manner using equipment in proper sequence to meet the compaction requirements b. Scarify and ioosen the unpaved surface areas, except rock, to a depth of at least 6 inches, unless otherwise shown on the Drawings c. Place fil� on surEaces free frona trees, stumps, roots, vegetation, or ot�er deleterious materials d. Sench slopes before placing material. e. Begin filling in the Iowest sectfon or the toe of the work area f. When fi11 is placed direct�y or upon oIder fill, rernove debris and any loose material and peoof roll existing surface. g. After spreading the loose lifts to the required thickness and adjusting its moisture content as necessary, simultaneausly recompact scarified rriaterial with Ehe placed embankmeni material. h. Roll with sufficient nvmber passes to achieve the minimum required compaction. i. Provide water sprinkled as necessary to achieve required moisture Ievels for specified compaction j. Do not add additional lifts untiI the entire previous lift is properiy compacted. 2. Suriace Water Cantrol a. Grade surface harizontally but provide wifih sufficient longitudinal and transverse slope to alIow for runoff of surface water fronrz every point. 6. Conduct fills so that no obstruction to drainage from any other sectians vf fi11 is createc�. c. Install temporary dewatering sumps in low areas during filling where excess amounts of ranoff collect. d. Compact uniform�y throughaut. Keep suefaces of fill reasanably smooth and free frorr� humps and hollows that would prevent proper uniform compactian. e. Do not place fill during or shortly after rain events which gr�vent proper work placement of C�e material and compaction f. Priar to resuming compaction operations, remove muddy material off the surface to expose firm and compacted mate�ials B. Embankments %r Roads 43 1. Only Acceptable Fill Material will be allowed far roadways 44 2. Embankments far roadbeds shall be constructed in layers approximately parallel to 45 the finished grade of the street 46 3. Construct geneeaIly ta co:nform to the cross section of the subgrade sec�ion as 47 shown in the Drawings. CI'i'Y OF FORT WORTH WESTPORT PARKWAY FROM KELLEl2 HASLET ROAD TO ALTA VISTA RQAD S'I'ANDARD CONSTRUCTIOI� SPECIFICATIOIV IaOCUMENTS 1O1D19 Revised January 28, 2013 312400-6 EMBANKNiENT5 Pagc 6 of 9 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 4. Establish grade and shape to the typical sections shown an the Drawings S. Maintain finished sections nf embanl�nent ta the grade and campaction requirements until the praject is accepted. C. Earth Embankments 17 3. Move the material dumped in piles or windrows by blading or by similar methods 1 S and incorporate it into uniform layers_ 19 4. Featheredge or mix abutting layers of dissimilar materiaI for at least ] 00 feet to 20 ensure there are no abr�pt changes in the material. 21 5. Break down clods or lumps of material and mix embankment until a uniform 22 material is attained. 23 24 25 2G 27 28 29 4. 30 31 32 5. 33 34 6. 35 7. 36 37 S. 38 39 40 41 42 43 44 45 D. Rock Embankments 1. Earth embankment is mainly composed of material other than rock. Cot�struct embankments in successive layers, evenly distributing rnaterials in lengths suited for sprinlclin.g and rolling. 2. Rock or Concrete a. Obtain approvaI from the City priar to incorporating rock and broken concrete produeed by the constr�ction project in the lower layers of the embanktnent. b_ No Rock or Concrete will be pemutted in embank�tents in any locatian where future utilities are anticipated. c. When the size of approved rock or broken concrete exceeds the Iayer th�ckness place the rock and concrete outside the limits af the proposed structure or pavement. Cut and remove all exposed rein%rcing steel from the braken concrete. 1. Rock embankment is mainly composed of rock. 2. Rock Embanlcments for roadways are only allowed when specificaIly designat�d an the Drawings. 3. Construct rock embankments in successive layers for tI�e full width of the roadway cross-section with a depth of 18ancnes or less. The Iayer depth for large rock sizes shall not exceed a depth of 18-inches in az�y case. Fill voids created by the large stone matrix with smaller stones during the placement and filling operations. Ensure the depth of the err�bankment layer is greater than the ma�.imium dimension of any rock. Do not place rock greater than 18-inches in its ma�cimutn dimension. Construct the �nal layer with graded material so that the density and unifornuty is in accordance compaction reyuieements. The uppee or final Iayer of rack embankments shall contain no material largee than 4 inches in their maxitx�urn dimension. E. Density 1. Compact each layer �ntil the maximum dry density as detertnined by ASTM D69$ is achieved. a. Nat Under Roadway ar Structure: 1) areas to be compacted in the ogen, not beneath a�y structure, pavement, flatwork, or is a mininnum af lfoot outside of the edge of any structure, edge af pavement, or back of curb. CITY OP �Ol2T WORTH WESTPOR't PARKWAY FEtOM KELLBR I-IASL�T ROAD TO ALTA VISTA ROAD STANDARD CO3VSTR[iCTION SPECIFICATIOIV DOCUMENTS 1D1079 Revised danuary 28, 2013 3 L 24 00 7 ENiBANKMENTS Page7 of 9 1 2 3 4 5 6 7 8 9 10 il rz 13 14 15 15 a} Compact each layer to a minimum of 90 percent Standard Proctor Density. b. Embankments under future paving: l.) Compact each layer to a minimum of 95 percent standard practar density with a maisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Dra�uvings c. Embankments under struciures: 1} Compacted each layer as indicated an the Drawings F. Maintenance of Moisture and Rewarldng 1. Maintain the density and maisture content ance alI requirements are met. 2. For soils with a PI greater than 15, rnaintain tI�e maisture content no lower than 4 percentage points below optimum. 3. Rework the material to obtain the specified compaction wl�en the material loses the required stability, density, �noisture, or finish. 4. Alter the compaction methods and procedures on subsequenC work ta obtain specified density as directed by the City. 17 3.5 REPAIR [NOT USED] 18 3.6 RE�INSTALLATIQN [NOT USED] 19 3.7 FIELD QUAILITY CONTROL 20 21 22 23 2� 25 26 27 28 29 3fl 3l 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 A. Field Tests and Inspections 1. Proctars a. The City will perfarzn Proctars �n accardance with ASTM D698. b. Test resuIts will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Ynspector 4) Engineer c. Notify the City if the characteristic of tiie soil changes. d. City wiIl perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) Ii notified by the Contractor 3) Ai the convenience of the City e. Embankments where different sail types are present and are blended, the proctors shall be based on the mixture of those soils. 2. Proaf Rolling a. Embankments under Future Pavernent 1) City Project Representative must be on-site during proaf rolling operations. 2) Use equipment that will apply sufficient Ioad to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single-axle water truck with a 150q gallon capaciry. 3} Make at Ieast 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tir� width. S) If an unstable or nan-uniform area is found, correct the area. CITY bF F012T WORTH WESTPORT PARKWAY F'R�M KELLER HASLET ROAD TO A.L.TA VISTA RqAD STANDARD CONSTRUCT[ON SPECIFICATION DOCUME3VTS 101019 Revised 7anuary 28, 2013 312400-8 EMSANKMENTS Page 8 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 LS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 6) Corirect a) Soft sgots that rut or p►��np greater than 3/4 inch. b) Areas that are unstable or non-uniform 7) If a non-uniform area is found then correct the area. b. Embankments Not Under F�ture Paving 1) No Proof Rolling is required. 3. Density Testing of Embanl�ents a. Densiry Test shall be in conforrnance with ASTM D2922. b. Far Ennbankments under future pavement: 1} The City will perform density testing twice per warking day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests, but the number of test shall be appropriate for the area being campacted. 3) Testing shall be representative of the current lift being campacted_ 4) 5pecial atteniion should be p�aced on edge coz�ditians. c. For Embankments not under future paverment or structures: l) The City wili perform density testing once working day when compaction operatians are being conducted. 2) The testing lab shall take a minimum of 3 density tests. 3) Testing shall be representative of the current lift being cornpacted. d. Make the area where the embanlanent is being placed available far testing. e. The City will determine the location of t�e test. f. The City testing lab wil� provide results to Cantractor and the City's Inspector upon c4mpletion of the testing. g. A formal report wzll be posted to the City's Suzzsaw site within 4$ hours. h. Test reports shall inclade: 1) Location oi test by station number 2) Time and date of test 3) Depth of testing 4) Field mbistare 5) Dry density G) Proctor identifier 7) Percent Proctar Density 34 B. Non-Confoxming Work 35 ]. All non-confarming work shajl be rernoved and repiaced. 36 3.8 SY,STEM STARTUP [1�iOT U�ED] 3'1 3.9 ADJUSTIIiTG [NOT USED] 38 3.10 CLEAIlTING [NOT USED] 39 3.11 CLOSEOUT ACTIVITIES [ItTOT USED] 40 41 42 43 3.1� PROTECTIQN [l�TOT U�ED] 3.13 MAINTENAIl10E [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FOR't WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAD Tb ALTA VISTA ROAFa STANDARD CbNSTRUCTION SPEC[FICATION DOCUMEN'i'S 101019 Revised .Tanuary 28, 2013 31?A00-9 EMBANKMENT5 Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added possibie nneasurement and payment procedures and Blue 12/2d/2012 D. Jahnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Jahnson �•2 — Modified Bid Item natnes in payment section ta differentiate between Payment Methads on bid list. C1TY OF FORT WORTH WESTFORT PARKWAY FROM KELLER I-IASLET RpAD TO ALTA VISTA ROAD STANDARD CQNSTRIJCTION SPECIFICATION �OCUMENTS 101019 Aevised January 28, 2013 33 OS 14 - I ADJU5TING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRLTCTURES TO GRADE Page 1 of7 SECTION 33 0� 14 ADJU5TING MANHOLES,INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE PART1- GENERAL 1.] SUMMARY A. Section Includes: l. Vertical adjustments to nnanholes, drop inlets, valve boxes, cathodic protection test siations and o�her miscetlaneous structures to a new grade B. Deviations from this City of Fort Woirth Standard Specification 1. 1.2.A.S.c — Added items 10, 1 l, 12, and 13 to include tl�e replacement of frame and cover, traffic rated top slap, and replacement of existing appurtenances where indicated in the drawings, for existing structures. 2. 12.A.3.c — Added iterr� 1 lta include the replacement of lid. C. Related Specification 5ections include, but are not necessarily limiied to: l. Division 0— Bidding Requirements, Contract Forms, and Condit�ons of tne Contract 2. Division 1— General Requirements 3. Section 32 O1 17 — Permanent Asphalt paving Repair 4. Sectian 32 01 29 — Concrete Paving Repair 5. Section 33 OS 10 — UtiIity Trench Excavation, Embedment and Backfill 6. Section 33 OS l3 — Frame, Cover and Grade Rings 7. Section 33 39 10 — Cast-in-Place Concrete Manholes 8. Section 33 39 20 — Precast Concrete Manholes 9. Section 33 12 20 — Resilient Seated {VVedge) Gate Valve 10. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve l 1. Section 33 04 1 I— Corrosia� Contral Test Station 12. Section 33 04 12 — Magnesium Anode Cathodic Protection Systern 1.2 PRICE AND PAYMENT PR�CEDURES A. Measurement and Payment 1. Manhole — Minor Adjusiment a. Measurement 1) Measurement for this Item shall be per each adjustment using only grade rings or other rninar adjustment devices to raise or lower a manho�e to a grade as specified on the Drawings. b. Payment 1} The work performed and the materials furnished in accardance with this Item wi11 be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shall include: 1 } Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Grade rings or other adjustment device 6) Reuse oi the existing manhole frame and cover 7) Furnishir�g, placir�g and compaction o�' err�bedment and backfill 8) Concrete base material 9) Permanent asphalt patch ar concrete paving repair, as required C1TY OF FORT WORTH WESTPbRT PARKWAY FROM KELLER HASLET TO ALTA VISTA ROAD STANDAR.D CONSTRLFCTION SPECIFiCATipN DOCIIMEI�lTS CITY PRO.fECT NO. 141019 [Zer+ised December 20, 2012 33 05 14 - 2 ADJUSTING MANHOLES, INLETS, VALVE BpX�S, AND OTHER STRLTCTURES TO GRADE Page 2 of 7 10) Clean-up 2. Manhole - Major Adjustrnent a. Measurement 1) Measurement for this Item shall be per each adjustment req�iring structurai moc�ifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and ihe materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Majar" campleted. c. The price bid shail include: 1 } Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Str�ctural modifications, grade rings or ather adjustment device 6) Reuse of the existing manhole frame anci cover 7) Furnishing, placing and compaction of embedxxa�ent and backfill 8) Concrete base material 9) I'ermanent asphalt patch or concrete paving repair, as required 10} Clean-up 3, Manhole - Major Adjusim.ent with Fra�ne and Cover a. Measurement 1) Measurement for this Item shall be per each ad}ustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or siructural modifications for a manhole requiring a new frame and cover, often for changes to cover diarneter. b. Payment 1) The work p�rforrned and the materials furnished in accardance with this Iiern will be paid for at the unit price bid per each "ManhoIe Adjustment, Major w/ Cover" co�xzpleted. c. The price bid shall include: 1 } Pavement removal 2} Excavation 3} Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Frame and cover 7) Furnishing, placing and compaciion of ernbedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10} Clean-up 11 } Manhole Lid 4. Inlet a. Measurernent 1) Measurement for this Item shall be per each adjustrnent requiring structural traodifications to in�et to a grade specified on the Drawings. b. Payment 1) The work perfoz7med and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "inlet Adjustment" completed. C1TY bF �'ORT WORTH WESTPORT PARKWAY �ROM KELLER HASLET TQ ALTA VISTA ROAD S�ANDARD CONSTRiTCT[ON SPECIF�CATIOM DOCUMEI�iTS CITY PRD3ECT NO. 1p1014 Revised Decemher 20, 2012 3305 14-3 ADNSTING MANHOL�S, INLETS, VALVE BOXES, AND OTHER STRUCTURES Tp C`iRADE Page 3 of 7 c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess rnaterial 5) Structural modifications 6) Furnishing, placing and campaction of embedment and backfill 7} Concrete base material, as required 8} Surface restaration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 5. Valve Box a. Measurement 1) Measurement %r this item sha11 be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid #'or at the unit price bid per each "Valve Box Ad�ustmenY' completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess �naterial 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restaratian, permanent asphalt patch or concrete paving repair, as required 9} C1ean-up 6. Cathodic Protection Test Station a. Measaremen� 1) Measurernent for this Item shall be per each adjustment ta a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accardance with �his Item will be paid for at the unit price bid per each "Cathodic Protection Test Statiot� Adjushnent" completed_ c. The price bid shal� include: l } Pavement rernoval 2} Excavation 3) Hauling 4) Disposal of excess rr�aterial 5) Adjustnaent device 6) Furnishing, placi�g and campaction of embedment and backfill 7) Concrete base rnat�rial, as required S) Surface restoration, permanent asplaa�t patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. CITY OF FORT WORT�I WESTPORT PARKWAY FROM KELLER HASLET TD ALTA VISTA ROAD 3TANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT NO. 101019 Revised December 20, 2012 33OS 14-4 ADJUSTING MANHnL�S, INLETS, VALVE BOX�S, AND OTHER STRUCTURES TO GRADE Page 4 af 7 b. Payment 1) The work performed and tha materials fizrnished in accordance with this Item witl be paid for at t�e unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavernent removal 2) Excavation 3) Hauling 4) Disposal of excess material 5} Adjustment ma�erials 6} Furnishing, placing and compaction of embedrnent a�nd backfill 7} Concrete base matezial, as required 8) S�rface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up S. Miscellaneaus S�ructure a. Measurement 1) Measurement far this Item shall be per each adjustrnent requiring structurai modifications to said structure to a grad.e specified on the Drawings. b. Payment 1} The wark performed and the materials fut7aished in accordance with this Item will be pai� for at the unit price bid per each "Miscellaneous Structure Adjustment" cofaapleteci. c. T�e price bid shall include: 1) Pavement renrzovat 2) Excava�ion 3) Hauling 4) DisposaI of excess material 5) Stz�ucturai madifications 6) Furnishing, placing and co�npaction of embedment and backfill 7} Concrete base material 8} Permanent asphalt patch or concrete paving repair, as required 9) Clean-up 10) Replace hinged frarne and cover 11) RepIace traffic rated top slab 12) Replacement of copper risers, nut extensions, and any other appurtenance ar parts necessary as indicated in the drawings I 3) Install and run vent pipe assembly above grade 1.3 REFERENCES A. Definitions 1. Minor Adjustment a. Refers ta a small elevation change performed on an existing manhole where the existing frame and cover are reused. 2. Major Adjustment a. Refers to a signifcant elevatian change perfarmed on an existing manhale which requires structural modification or when a 24-inch ring is changed to a 30-inch ring. B. Referenc� Standards 1. Reference standards cited in this Specification refer to the cuz-rent reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. CTPY aF F'ORT WORTH WESTPORT PARKWAY FROM KELLER HASLET TO ALTA ViSTA ROAD STANDARD CONSTRUCTION SPECIE'ICATION DOCUM�NTS CiTY PROJECT NO. 141019 Revised December 20, 2012 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRAbE Page 5 of 7 a. Refers to a smatl elevation c�iange performed on an exis�ing manhole where the existing frame and cover are reused. 2. Major Adjustment a. Refers to a significant elevation change performed on an existing manhole which requires struchual modification or when a 24-inch ring is changed to a 30-inch ring. B. Reference Standards 1. Refere�ce standards cited in this Specification refer to the current reference standard published at the ti�ne af the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Cammission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, lZule 2Z7.55 —Manholes and Related Siructures. ].4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.� SUSMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL �UBMITTALS [NOT USED] 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.� MAINTENANCE MATERIAL SUSMITTAL� [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] l.l Q DELIVERY, STORAGE, AND HANDLING �NOT LTSED� 1.11 FIELD [S�TE] CONDITIONS jN�T USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cast-in-Place Concrete 1. 5ee Section 03 30 00. B. Madifications to Existing Concrete Structures 1. See Section 03 SO 00. C. Grade Rings 1. See Section 33 OS i3. D_ Frame and Cover 1. See Section 33 OS 13. E. Eackfill material 1. See Section 33 OS 10. F. Water valve box extension 1, See Section 33 12 20. G. Corrosion Protection Test Station l. See Sectian 33 04 I 1. H. Cast-in-Place Concrete Manholes l. See Section 33 39 10. C1TY OF FORT WORTH WESTPORT PARKWAY FROM KELL�I2 HASLET TO ALTA VISTA ROAA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRQ7ECT NO. 101019 Ravised December 20, 2012 330514-6 ABJUSTING MANHOL�S, INLETS, VALVE BdXES, AND OTH�R STRUCTURES Ta GRAI]E Page 5 of 7 I. Precast Concrete Manhoies l. See Sect�on 33 39 20. �.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY C�NTROL [1l14T USED] PART 3 - EXECUTION 3.1 INSTALLERS [N�T USED] 3.� EXAMINATION A. Verification of Conditions 1. Exar�ine existing structure to be adjusted, for damage or defects that may affect �ade adjustment. a. Report issue to City for considcration befare beginning adjustrnent. 3.3 PREPARATION A. Grade Verification 1. On major adjustments coniirm any grade change noted on Drawings is consistent with field measurements. a. If not, coorcfiinate with Ciry to verify final grade before beginning adjustment. 3.4 AD3U�TMENT A. Manholes, Inlets, and Miscellaneous Structures 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole majar adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outIet piping in during adjustments. a. Do not use any more than a 2-piece bottam. 3. Use the least number of grade rings necessary to meet required grade. a. For exarnple, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. b. The maximum height of adj�stmenC shall be no more than 12 inches for any combinatian of grade rings. If l 2 inches is required, use 3— 4 inch rings. B. Valve Bo�es 1. Utilize rypical 3 piece adjustable valve box for adjusting ta final g�ade as shown on the Drawings. C. Backfz�l and Grading 1. Backfill area af excavation surrounding eac� adjustment in accordance to Secrion 33 OS 10. D. Pavement Repair 1. If required pavement repair is to be performed in accordance with Section 32 Q1 17 or Section 32 01 29. 3.� REPAIR / RE�TORATION [NOT USED] 3.6 RE-YNSTALLATION [NOT USED] 3.7 F�ELD [ox] SITE QIIALITY C�NTROL [NOT USED] 3.8 SYSTEM STARTUP [lliOT USEDj CTi'Y OF FORT WORTH WESTC'ORT PARKWAY FROM KELLER HASLET TQ ALTA ViSTA ROAD STANDARD CONSTRLiCTION SPEC►FiCATIOIV DOCUMENTS CITY PROJECT NO. ] 01019 Revised Decemher 20, 2D12 33DS14-7 ADJLT3T�VG MANHOLES, INLETS, VALVE BOXES, AND OTHER STIZUCTURES TO GRADE Page 7 of 7 3.9 ADJUSTING [NOT IISED� 3.l U CLEAlVING [NOT USED] 311 CLOSEOUT ACTIVITIES ENOT USED] 3.12 PROTECTION �NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTIQN Revision Log DATE NAME SUMMARY OF CHANGE 1.2A -- Pay item added for a major manhole adjustmenk which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added 12/2Q/2012 D. Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustrrzents 3.4 — Pave�nent re air re airements were added 9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maxirnum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rin s CTFY OF FORT WORTH WESTP�RT PAitKWAY FROM KELLBR HASLET TD ALTA VISTA ROAD STANDARD CbNSTRUCTION SPECIFICATiON DOCUM�[�ITS CITY PKOJECT NO. 141019 Revised December 20, 20IZ 34 71 13 - 1 TRAPFIC CONTROL Page 1 of 5 � 3 PART1� GENERAL 4 1.1 SUMMARY 5 A. Section Includes: SECTION 34 '71 13 TRA�'FIC CONTROL 6 I. Installation oi Traffic Cot�tx-ol Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fart Worth Standard 5pecification 8 1. Tlte Urice b�d fox this item is amended to read Lu�ttp Sutt�. The contractor is to 9 design, implement and maintain tra�ic control devices for the entire pro.ject 10 and for the duration of the nroiect. All other ap licable provisions oi Spec 11 Item 34 '91 13 shall annl� 12 C. Related Specification Sections inciude, but are not necessarily limited to: 13 1, Division 0— B�dding Reqairernents, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 �.2 PRICE AND PAYMENT PR�CEDURES 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1 2. Installation of Traffic Control Devices a. Measurement 1) Measurernent for Traffic Control Devices shaiI be per znonth for the Project duration. a) A month is de�ned as 3Q calendar days. b. Paynr�ent 1} The work perfo�ned and materials furnished in accordance with this Ite�tn and measured as provided under "Measurement" shall be paid for at the unit price bid for "Traffic Control". c. The price bid shall include: 1) Traffic Control implementation 2) �nstallation 3) Maintenance 4) Adjustments 5) Rep�acements 6) Reznoval 7} Police assistance during peak hours Portable Message Signs a. Measurement 1) Measurement for this Iterrf shalI be per week for the durati�n of use. b. Payment l) The work performed and maierials furnished in accordance to this Ttem and measur�d as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Defivery of Portable Message Sign to Site CiI'Y OF FORT WQRTH WE3TPORT PARKWAY FROM KELLER HASLST ROAD TO ALTA VISTA RQAD STANDARD CbNST12[JCTION SPECIFICATION DOCUMENTS 161019 Revised April 1, 2D15 34 71 13 - 2 TRAF"F[C CONTROL Page 2 of 5 1 2 3 4 5 6 7 8 9 ia 11 12 13 14 I5 16 17 A. Coardination 18 1.3 REFERENCES 19 A. Reference Standards 20 1. 21 22 23 2. 24 3. 25 26 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post-const�vction 3. Preparation of Traffic Control Plan Detaiis a. Measurement 1} Measurement for this Item be per each Traffic Contrai Detail prepared. b. Payme�t 1) The work performed and tnaterials furnished in accordance with this Item shall be paid for at the unit price bid per each "Traffic Control Detail" pr�pared. c. The price bid shall include: 1) Preparing the Tra��c Control Plan Details for closures of 24 hougs or longer 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices {TMUTCD) 3} Obtaining the signature and seal of a licensed Texas Professional Engineer 4) Tnc�rparation of City comments Reference standards cited in this Specification refer to the current reference standard published at the time af the latest revision date lagged at the end of this Specification, unless a date is specifically cited. Texas Manual on Uniforrr� Traffic Controi Devices (TMUTCD). Item 502, Barricades, Signs, a�d Traffic Handling of the Texas Depart�nent of Transportation, Standard Specificafiions for Canstruction and Maintenance of Highways, Streets, and Bridges. 2'1 1.4 ADMINISTRATIVE REQUIREMENTS 28 29 30 3i 32 33 l. Contact Traffic Services Division (817-392-7738) a minirnum of 4$ hours prior to implementing Traffic ControI within S00 feet of a traffic signal. B. Sequencing 1. Any devzations to the Traffic Control Plan inclt�ded in the Drawings must be first approved by the City and design Engineer befare irrfplemen�ation. 34 1.� SUBMITTALS 35 A. Provide the City with a current list nf qualified flaggers before beginning flagging 36 activities. Use only flagget-s on the qualified list. 37 B. Obtain a Str'eet Use Permit from the Street Management Section of the Traffic 3S Engineering Divisian, 3ll W. 10"' Street. The Traffic Control Plan {TCP) far the 39 Project shalI be as detailed an the Traffic Control Plan Detail sheets of the Drawing set. 40 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 4� C. Traffic Control Plans shall be signed and sealed by a�icensed Texas Professional 42 Engineer. C1TY OF F012T WORTH W�STPORT PARKWAY FRbM I�C.LER HASL�T RO/�D TO ALTA VISTA AOAD STA]VDARD CDNSTI2UC'�'ION SPECIFICAT[bN DOCUMENTS 101019 Revised April 1, 2015 34 71 13 - 3 TRAFFIC CONTROL Page 3 of 5 1 2 3 4 5 6 7 8 D. Contractor sha11 prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be respansible for having a�icensed Texas Prafessional Engineer sign and seat the Traffic Control Plan sheets. E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. F. Contractor responsible for having a Iicensed Texas Professional Engineer sign and seal changes to the Traffic Cantrol Plan(s) developed �y the Design Engineer. G. Design Engineee will furnish standard details for Traffic Control. 1.6 ACTIQN SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUSMITTALS [liTOT USED] 10 1.8 MAINTEIiiANCE MATERIAL SUBMITTAL� (I�TOT USED] 11 1.9 QUAL�TY ASSURANCE [NOT USED] i 2 110 DELIVERY, STORAGE, AND HAIiTDLING [NOT USED] 13 1.1� FIELD [SITE] CONDITIONS [NOT U�ED� i4 11� WARRANTY [NOT USED] 15 PART 2 a PRODUCTS �6 �.1 OWNER-FURNISHED (oR] OWNER�SUPPLIED PRODUCTS (NOT USED] 17 2.2 ASSEMBLIES AliTD MATERIALS 1$ 19 24 21 22 23 24 25 26 27 28 29 A_ Description ] . ReguIatary Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Contral Device List (CWZTCDL). 2. Materials a. Traffic Cantral Devices must meet aIl reflectivity requirements incIuded in the TMUTCD and TxDOT Specifications — Itetxa 502 at all times during construction. b. Electranic message boards shall be provided in accardance with the TMUTCD. 2.3 ACCESSORIES [NOT USED] 2.4 SOIIRCE QUALITY CONTROL [N�T USED] 30 PART 3 d EXECUTION 31 3.l EXAMINATION [NOT USED] 32 33 34 3.2 PREPARATION A. Protection of In-Place Conditions 1. Protect existing traffic signal equipment. CI'f'Y OF FORT WOAT�T WESTPORT PARKWAY FRaM KELL�R HASLET ROAD TO ALTA VISTA ROAD STAiV�ARb COIVSTRUCTION SPECIFICATipN DOCUMENTS 101019 Revised April 1, 2015 34 71 13 - 4 TRAFFIC COF�TROL Page 4 oi S 1 3.3 INSTALLATION 2 A. Follow the Traffic Contr�l Plan (TCP) and install Traffic Cor�troI Devices as shown on 3 the Drawings and as directed. 4 B. Install Traffic Control Devices straight and plumb. 5 C. Do not rnake changes to the location of any device or implement any other changes ta 5 the Traffic Control Plan without the appraval of the Engineer. 7 1. Minor adjustments to tneet field constructability and visibility are allowed. 8 D. Maintain Traffic Control Devices by taking corrective actian as soon as possible. 9 1. Corrective action includes but is not limited io cleaning, replacing, straightening, 14 cavering, or removing Devices. 11 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 12 and that retroreflective characteeisrics rrieet requirements during darkness and rain. 13 E. If the Inspectar discovers that the Contractor has failed to comply with applicable federal l4 and state laws (by faiIing to furnish t�e necessary ffagmen, warning de�ices, barricades, I S lights, signs, or ot�aer precautionary measures for the protectian of persons or property), the 16 inspector may order such additional precautionary measures be taken to protect persons 17 and property. 18 F. Subject to the approvaI of the Inspector, portions of this Project, which are not affected by 19 or in conf�ict with the proposed method of handling traffic or utility adjustments, can be 24 constructed during any ghase. 21 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 22 distance af drivers entering the highway from driveways or side s�reets. 23 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 24 be erected and mounted on p�rtable supports. 25 1. The support design is subject to the approval of the Engineer. 26 I. Lane closures shall be in accordance with the approved Traf�'ic Control Plans. 27 J. If at any time the existing traffic signals become inoperable as a result of construction 2$ operations, the Contractor shall pro`+ide portable stop signs with 2 oeange flags, as 29 approved by the Engineer, ta be used for Traffic Control. 30 K. Contractor shall make arrangements for police assistance to direct traffic if traf�ic signal 31 turn-ons, street light pole installation, or other construction will be done during peak traffic 32 times (AM: 7 am — 9 am, PM: 4 pttz - 6 pm}. 33 L. Flaggers 34 1. Provide a Cont�actar representative who has been certiFied as a flagging instructor 3S through caurses offered by the Texas Engineering Extension Service, the Arnerican 36 Traffic Safety Services Associatian, the National Safety Cauncil, or other approved 37 organizations. 3$ a. Provide the certificate indicating cour,se completion when requested. 39 b. This representative is responsible for training and assur�ng that all flaggers are 40 qualified ta perform flagging duties. 41 2. A quali�ed flagger must be independently certified by 1 of the organizations listed 42 above or trained by the Contractor's certified flagging instructor. CITY OF FORT WORTH WESTPORT PARKWAY F'1tOM KELLER HASLET ROAD TO ALTA VISTA RQAD STAIVDARD CONSTRUCTION SPECIFICATION DQC[7NIE3V7'S 101019 Revised April 1, 2015 34�1 i3-5 TRAF'FIC CONTROL Page 5 of 5 I 3. Flaggers must be courteous and able to effectively communicate with the public. 2 4. When directing traffic, flaggers must use standard attire, f7ags, signs, and signals 3 and follow the flagging procedures set forth in the TMUTCD. 4 5. Provide and maintain flaggers at such points and for such periods of titne as may be 5 reqvired t� provide for the safety and convenience of public travel and Contractor's 6 personnel, an� as shown on the Drawings or as directed by the Engineer. 7 a. These flaggers shall be Iocated at each enc� of the lane closure. 8 M. Removal 9 ]. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 10 and other Traffic Control Devices used for work-zone traffic handling in a timely 1 I manner, unless otherwise shown on the Drawings. 12 3.4 REPAIA / RESTORATIOI�; [NOT USED] 13 3.� RE�INSTALLATION [llTOT USED] 14 3.6 FIELD [aR] SITE QUALITY CONTROL [NOT USED] 15 3.7 SYSTEM STARTUP [NOT USED] �6 3.8 ADJUSTING [NOT USED] 17 3.9 CLEAIVING [I�T�T [TSED] 1S 3.10 CLOSEOUT ACTIV�TIES [NOT USED] � 9 3.11 PROTECTION [IiTOT USED] za 3.12 MAINTENANCE [NOT USED] 21 3.13 ATTACHMENTS �NOT USED] ��� 23 EliiD OF SECT�ON Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site speciiic TCP is required 24 CITY OF FORT WORTI-� WESTPORT PARKWAY FROM KELLER HASC.ET ROAD TO ALTA ViSTA ROAD STANDARD CONSTRUCTIbN SPECIFICATION DOCUMENTS 1D1019 Revised April 1, 2fl15 APPEl�IDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities - Pe�tding GR-01 60 00 Product Requirements CI'fY OF FORT W�RTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA RDAO STANDARD CONSTRUCTION SPECIFICATI03V DOCUMENTS CITY PROJ�C`I' NO. 101019 T�evisedJuiy 1, 2D11 G��A��Q�1 ��ai��.lbi����y �� �.���is ��-I�S ]��GE �L�F� �I��'E��IC�l�TA]L]L� �I�AI�i� CITX OF FQRT WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VlSTA ROAD STANDARD CONSTRiJCTiON SPECIFICATION DbCUMENTS CITY PROJEC'C NO. 101019 Revised July 1, 20i 1 PROJ�CT l�TAME: WESTPORT PART�WAY FRO1V� KELL�R HA�LET ROAD TO ALTA VI�T�. ROAD PARCEL No.1 ROW CITY PR.OJECT �io. ].Q10I9 3309 � 34�5 I�LLER I�ASLET ROAD, FORT WORTFI, T�XAS Z, D. DAVIS SURV�Y, A�STRACT l�o. 1�8� 1..:74�_� *_� E _�_�'1� Being a 2.I84 acze t�act of land situated it� the Z, D. Davis Survey, Abstz�ac� Na. � 8$$, City of Fort Worth, Taxxa��t Couniy, Texas, said 2.184 acre tract of land being a partion of a 2.00 tract of land {by deed) deeded to William Blai�e Jameson and Ina Bea Ja�-r�.eson, as Trustees of the William Blake Jamesaa� and Ina Bea Jarnesan Revocable Living T�ust as recozded in Volume 12385, Page I9�5 0� the Deed Records ai Ta�7•ant Cour�ty, Texas, said 2.184 acre i�aet of land being a portinn of th� reinainder of a 10 ac��e tract o:f la:�d (by de�d) �u�'t�er described as Second Traet deeded to W'illiam BIaIce Jameson and Ina Bea Jameson, as irustees of the William Biakc Jameson and Ina Bea 3ameson Revacable Living Tx•«st as recordec� in Valume �.2355, Page 1941 oi said Deed Reca�•ds a� Taixant County, Texas, said 2.184 acre t�•act of land also being a portiail �� the x•err�ainder of a 30 acre faact o1' Iand (by deed} fi�rChe�� described as First Traet c�eeded io Williarn Blake .�ameson and Ina Bea Jamesa��, as T�-ustees of'the William Blake Jameson arzd Ina Bea. Ja�neson. Revocable Living Tx�ust as recorded iri Volume 12385, Page 1941 0� said D�r;d Recazds o� Tai�'aiit Caut;ty, Texas, said 2. i 84 acre t�•act of land bei�g rrioze paY�ticulaxly elescribed by metes and bo�:u�.ds as foilows: �OMiVIEI�;CII�iG at Sl8 incia izo� �•ad with cap stamped "DUNAWAY & A:SSOC." found (Control Monu�nent {CM}) for a�� inte��ior ell coi•ner in the east Iine of said 2.Q� acre t�act of la�ari, said S/8 inch ii�on rod with cap sia�nped "DUNAWAY &�S50C." being an exteYior ell corner in th� west line of a 27.924 acre tract of lanc� (by deed} deeded ta the Catholic Dioeese a� Fart VJorth as reco�ded in Cottnty C�erk's F�le No. D2Q4380251 of said Deed Recox'ds af TaX��ant County, Texas, fro�� which a 1/2 inch iron rod found (CM) faz an exterior ell corner in the easi line of said 2.00 acre t�act of la�d 6eaj.•s South. 89 deg�e�s 50 minutes 14 secortr�s East, a distanee oF 92.85 feet, said 1/2 inch iron zad being an interior elI carner in �ie west line of said 27.924 acre iract o� Iand; T�IENCE North 00 degrees 30 minutes 08 seconds West, with the �ast line of saic� 2.00 ac�e fract of land and wi�h ihe west line of said 27.924 aere traci oi land, a distance of 42.7� %et ta a ROW may.'Icer set for the POYNT OF BEG��1]�tING o�'the harein described 2,184 acr� tract of lanci, said ROW mailee�• being the nxost :nai�therly noY�thwest corner of said 27.924 acre �•act of land, saicl ROW �natkeX• being �he most souCilerly co�ner of Westpox•� Paxlcway (a 110' right-af way) as �ecorded in Cabinet B, �Iide 3502 of the Plat Recards o� Tat�ant Caunty, Texas, said ROV�T r�arlcer aiso being the intersection c�� the propos�d southeasterly right-of-way lin� of said Wesiport Parlcway with the east lin� of said 2.00 acre t�act of land; Exhibit A Page 1 0� 5 TH�I�ICE South 43 deg�•��s 35 minutes 04 secan:ds West, wzth the ��opased southeast��ly rzght- of way line of said Westpa�t Parkway, a distance af 172.06 %efi to a R(3W mark�r set �Fox ��e be�;znni�.g of a nQn tangen� c:urve to the right, having a ra.di.us of 606.84 feet, a c�nt�•aI angle of OQ de�rees 19 seconds 38 minuies and whase cho�d beass So�ath 43 degrees 3 S minutes 22 seeonds West, a dzsfan�e of' 3.47 feet; THENC�; witI� said non�iangent c�uve fo the right a�d with the prc�pased southeasterly ��ighi-af- way li�.e af said VL�estpo��t Parkway, an are length of 3.�-'7 f.eet ta a ROW marl�er sei �'nr coY�ner; TFI�liTCE Sauth 02 c�e�rees �� mi�utes S 1 seconds East, v,�th tlae p�o�osed southeasteily zi�;ht- of w�y lzz�e o:� said Westpo�� Pa��kway, a elistance o�' 34,�-6 £eet to a ROW marker set �oz fihe be�inning a� a non-tat�ge��� curve to the left, �aving a zadius of 334.00 feet, a cen�i•al angle af 38 degr�es 11 �zinutes 1� second� an.d whose chord bea�s South 70 degrees 31 minu�es S3 seconds East, a distance of 21$.51 feet; `�H�NCE v;rith said non�t�ngent ctu�ve io the Ieit a.nd wiih the propased southeastezly ri�ht-of way line of said W�stport Paticway, an a�•e Iength of 222.61 �e�f tq a FZ{7'U� tnaiker se# fOI eai'il�x; THEN�� Noi�th 89 de�rees 29 rni��t�5 S3 seconds �ast, �vith the praposed s�utheaste�•ly z�ghi:- of way �ine of said W��tpo�� Parkway, a disiance of 11.G2 �'eet to a ROW marl�e� set �'ax cornez in the east iine vf said 2.OQ acre tzac# o� Iar�d, said R�VI maticer 6ein� in the west line of said 27'.924 �c�e tract of Iarzd; TH��ICE So�ith 01 degrees 31 minutea 47 s�conds �ast, with the east line a� said 2.40 �cre ttact of land �nd with tl�e west 1in� o� said 27.924 ac�e tzac� p�' Xa�.d, a d'zstance of 6.62 feet to a point fflr the southeast corner of said 2,0� acr� tract of Ia�zd, said po.int being in Keller�Haslel Road (an undedicated ��ight-a� way); THLNCE St�uth $9 �1eg��ees 59 minutes 59 s�conds West, with the south Iine t�f sa%c� 2,00 ae��e fia•act of' lanet and with said I��II�r-Haslet Road, passin:g at a ciistanee o� 2b'7.'76 feei a paint �o� the so�.ithwesi coi�er of sa'td 2.flQ acze t�•act of land, in a1I, a dist�nce of 756.14 �eet to a poi��� for th.e southwest cornex of said 30 acre tract of Iand; 'THEIYCE Na�.�th OQ deg�ees 30 minutes 07 seconc�s W`est, vifiih the west line of said 30 ac�re �act of land, passing at a distanc� of 2.66 feet a point for the sat�th�ast cc�rner of a 35,�31 aa�t� t�act n� land (by d�ec�) deeded to AMCAL Allia�ce, L.Y. as �-ecorded in Cou��ty C1erk's File No. D218283� 1 G o� said J�eed R�eo��ds of Tai•rant Couniy, Te�as, fi•om which � tI2 inch i�on �•od witl� cap stam�ec� "PA�HECO I�OCH'° �ou��d �or r��eYei�ce bears South "73 degz�es O1 minutes 47 seconds West, a distanc� af 0.39 feei, in a11; a distanee of 1 r.52 feet to a stone �t�o�ument founc� (CMj for the intersection af fhe proposed north rig�t-of way line a�sai.d I�e1Xer-I�aslet Road witYz the w�st line o�'said 30 acre ti•act otland and the east line of said 35.331 aczei�act c��lau�; ��1�ibzt A Page 2 of 5 THEI�CE Noi•th S9 degrees 57 �ninu�es D6 seconcls East, wiih tl�e proposed north right-of=way line of s�id I�eller�HasXet Road, � c�ista�ace of 72.62 �Feet ta a I�OW �narker set �or �;h� �ntersectiion of s�id p��oposed ��orth xight-o�=way linc af said Kelle�-�Iaslet Raaci with the pro�ased northvvesterly righY�n� way line oF said Westpoi-� Patkway; TH�T+iC� l��rth 00 c�eg��ees 02 znznutes S4 secands West, with t�e p�opased nax�thwesierl� ri�ht- of way line o� said W�stport I'a�•lcway, a c�istance of �5,6� fe�t to a ROW mai•ker set far coi�er; 'TT3�NC� Nai-�h 56 elegrees 46 minutes 03 seconds V�est, with fhe proposed noz�hwesterly right- of--way line o� saic� Westp��� P�icuray, a d.istance of S.S� �eet to a I�OW maike� set foz t�e begi��nin.g af a non-tangent curve to the lef� having �. �'adius af 124.3C feet, a c�ntx�al at�gl� o�' 20 degrees 09 min.utes �3 s�conds and whose eho�•d bea�s No��th $9 dcgrees 19 minutes f�2 seconds East, a distance of �3.52 feefi; THENC� with said non-tangen� cuzv� ta the Ie� and with the p�opnsed narthwe�terly t•ight-of v�ray Iin� af said Westport Parkv�zay, an arc 1eng,;h of 43.74 fe�t to a RO W` marlcer set �ax� co�'ner; THEI�TCE North '�9 degiees 26 rn[�utes 35 second� East, with the p�-�posed na�-thwcsi�rly �ight- �f u�ay line of sa'tc� Westpa�•! Paxkway, a dis�ance o� 79.6� �eet f'o a ROW ma�Ic�:r sei �or t�:e begznning of a non-#an�ent curve ta the l�f� �avin� �. raelz�ts of 496.84 feet, a centt�l an�l� of 35 clegrees 58 minu�es 42 seconel5 ancl whose chc�rd beats Nnx-th 61 degiees 27 rninutes �3 seconds EaSt, a distance of 306.89 feet; THF;l�iCT t�vith said non-ta�gt;nt eurv� to the left and �vith the pz�posed noi�i��?v�sterly ti�hi-of wa� line of sai� Wesipoi� Fa�•kway, an azc �eng�h a�' 311.99 feet to a Siuvey Na:il with was�e�� starnped "GOR�ZQNDON�1. & AS�OC, FORT `NaRTH" se�� foz cot'nEr; TI3Ei�lC� Nort1143 degrees 3S min�:aies D5 s�cai�cls �;ast, with the �zapased no��rhwest�rly right- o� way lic�e of said Westpart Parkway, a distarzce nf 173.3�. feet to a ROW rnatic�r set �c��• t�e intersectio� of the proposeci na�fihwest�rly right-af-way Iine of said �Nestpa��t Parkway with the �raposed sou�hwest�r�y �•zght-of-way line o� Panderas� Ranch Road; THEI+ICE Nor� O1 degrces 28 mi�utes 32 seeonds West, wifih �he proposed sou�hwesterly ri�ht- a� way line af said Pnnderosa Ranch Road, a disfance of 5S.I3 fee# ta a�t:OW ma��l�:e�� set �or corner; THCI�CE No1�th 46 de�rees 32 mi�utes 09 seconc�s �TV'est, with the p�•o�ased southwesterl� iight- af w�.y line o� sazd Ponde�•osa Rancl� Road, a ciistance of 320.13 feet to a ItOVIT maxk�r �et far tl�te �ast cornez• o� Lot 1, Block 6 of Lost Cre�l� R.ancl� West, an addition to the City of Fa�� Vi�a��l�, Tari•ant County, Texas, as xecord�d �n Cavinet A, Slide b476 of tk�e Plat R�co�•ds of 7'arrant County, Tex�s, said ROVi� marI�er bein� the most southe�Iy cori�ei• of existir�g Pondex•osa Ranch Road (a 50.0' right-of way} as r�corcied in Cabinet A, Slide 6�76 c�� said Piai Reco�•ds of Tai�tan.t �ou�ty, Te��s; Exllibit A Fage 3 of 5 TH�NCL Nortih 43 c�egrees 35 minuies O1 seconds East, vvit� tl�e �xisting southeastezly lir�e o� said Pandexosa Ranch Ro.ad, a dxstar�ce af 50.00 feet to a pain# for the most soutl�eastc�•ly caY�n.er of said Pande�osa Ranch Road, said paint bei�ag the south corner of �ot 18, Blociz 4 of �aid Lost Cxeek Ranc� West, from vvhich a 5/8 inch ito�� xoc� witn cap sta�npec� "DLTNA�AY & AS�OC." found for reference beaz•s Souih 60 degxees 49 mirn.ttes 49 seconds Wcst, a distance of Q.fi3 feet and �'zom wl�ich a 5/8 inch ii�on rod with cap starrm�ed "DUNAWAY & AS�OC," �ound (CM} for tiie east co�•ner of Lot 12, Blocic � oi said Lnst Creek Ranch ��st bears Nart� 43 degrees 3S minutes t�l secands F..asf, a disYat�c� af 394.97 feet, saici 518 inch ix•a�� �nd wit�. cap stamped "DTJNA'�NAY & AS�OC." being in the east line a� s�id �D acr:e t�act of land, saiel 518 inch iran rod wiih aap sfiamped "DUNAWAY & ASSOC." bei��g i�Z ��e vS+est iine af a 9.505 ar,ze �t�ct af land (by �eed} de�dec� to the Ci#y of Fax� �Vox�h as recax•decl zn Vnlume 19�45$, Page 1Q of said Deed Reco�ds of Taxxa�i Coun�Ey, Texas, said 5!8 ineh ��•an �'od wi�h cap stamped DUNAWAY & ASSOC." aIsa being ihe southe�st corne�� of a 0.454 ac:re tt�aet af land (by deeet} deeded to t�e City of Fo��t �lt�o�•th as zeco�•ded in �Talume i4976, Pa�e 1$3 nf �aid Deec� �eco�tds of T�ant Caun#y, Texas; THE�CE �ou�h 46 de�ees 32 mirtutes 09 seconds Eas�, wzt� �l�e pzc�pased northea�terly right- of way Iine of saic� Pontle��osa Ranch Rc�ad, a disfancc of 317.15 feet to a ROW marke�' ser �o� eaxnez; 'I'H�ll10E Nnrth 88 c�eg��ees 30 minutes 31 seconds East, w�fih 1;�e px�opased nQrth�aste�•ly �.�ighi- of way line of saic� i'oneiero�a Ra�c�: Road, a d'zsfianc� nf 46,53 f��t ta a Rn� marlce� set foa• co�ner in the ea�� lins nf said 10 ac�� t�act of land, said RQ�V marke�• b�ing in tI�e west line o�s�id 9.505 ac�e trae# of land; 'THEI�C� Sot�tl� QO deg�•ecs 30 minittes OS sec�nds East, witl� �he east Iine oi said 1� aei°e ti•act of lanei and with the �vest Iine of sazd 9.SQ5 aere tract of Iand, passing at a dista�ce o� 14.1.7 �ee� a ROW znarkex set �ox f%� south co�•nei of said 9.5�5 acz�e 1�aet a�la�d, said ROW �xarker being �he nort�wes� cori�er of saiel e�xsting Vi�esfi�a�•l Parkvvay, passin� at � distan.ce of 25,48 feet a point fo� �he nprtheast corner of said 2.00 acre tzact of 1�nc�, in all, a distance of 1'12.27 feet to the P��NT Q�+ SEGI;NN�NG and containing �S, i S4 squa�c feet or 2, � 8� acres oF �a�.c�, �a1oz�� Q� les�. Exhi�it A Pa�e � o� S No�es: 1} A plat of even st��•vey date accon�paniEs this legal desc3•iption. 2) AlI bearings and. ca��dinates aze �•eferenced to the Texas Caozdinate Sqsfe�n, NAD-83, '1"he Narth Central Zone 4202, Al1 distances And �reas shown are surFace, 3) �,11 ROW Ma�•kex•s aze S/8 inch i�on rod set with cap stamped "GORR4NDON�1 & ASSOC. I'T. WORTH, TX.°' unless npted athe��wise. Date: May 16, 2{�19 .'' ,- _ Cu�tis S�aith Registered Professianal La��d Sut•veya�• No. 5494 Texas Firin No. 10106900 _ ��.-. , ,- � �F T . �P���i 5��� �-�-� � � '�Il' �' ..n +� C:���, � -^��� — �-. � � '�� . � Exhi�it �i Page S of S �A�cx ���vE „A„ �'��I��I T „� 99 -�PROPO5En:�::_{:::: ' �"•::;:=:-:?:•::�:�::•:}i'r:�:•'r:•:::{:.:::• ::. ::;RIGHT-OF-WAY,:.�.�'�� p� � :.-�;;•4�'35'05"E::�'-`�� `� 04'� '` 17�.32 � � �' � �� G� •'�O�O . Q � ,;;��ry: .� `o� - �Q` � :�,. �e° .��� :��o�. .� C''J� ��• ` �.`e'.'3h .•. �. 'V o�r�0 ' :: :-'�^j . Q¢p4 :, �.�j �q � W :�: � � :�_::•. o �: .....: •:: :•: f,hARKER ::•:::•.. � •::-..:��::�:;;•::•}::•:::::�::::::::?:i:::{i::•.. PROPOS�O ACf�IJISI�FION AREA � . wn:::.� :::::::::::::::::::::.r:::.:::::.. R[GHF-OF'-WAY 95,154 St�. F'i'. . Fw-........:•:::.:� ........................ : Q�,•.�::: :• :.:......::::.:::::: :•:::::::::::::.. OR 2.184 ACf��S : � d: �: X�. =:�:�:;::::::i;_c::i; ::::.:.::::::�::�:::�:::::::�::::;:.::::.. Z. D. DAV I S S U RV �Y � o:: =: a ��=� . o. 1888 ;��::. A�STRACT N :.:��• sEr Raw ..2::•:� : :•..:. ;:,:�:=�.,'�`:�:�`:��:'..'•;::;;::::;:;::�:::�::;::�:. `'::.'.:::.::�::::::::::.�::_: :•_.:.. SEf ROW MARKER ER � : 6:. '=&;.: - �' . .... . ................... :2 7.7 ......: ............................. .....................-••-- - ....�. ..............--�-•----�-- . � ��.� .. .. ......__.«.�.. -- . -- -��---......,_ - -........ S ffi9'S9'S9 758.9+�' - KELLER HASLET F�OAD APAROXIMA� LOCATIOid OF SURVEY LENE �_-(€3N�EOCATE� RIGHT QF-WAY) � �-�� � � �`� � �,'.- aoucmrnaeT� i nrAT4nN OF UEEO iJNE 141.488 ACE2ES (8Y OEE�) AIL 1NVESTM�NT, L.P. C.C.F. No. q205Di 8661 D.R.'f.C.T. S 89'5D'14"E 92.85' .L •Vrv• FND 5/B"IR 1M/CAP �UNAWAY&ASSQG" (CDN7ROL MONUMfENT) TH�ODOR� T. WILLfS SURV�Y ABSTRACT No. 1682 50 25 0 50 SCALE IN FEEf' N07E:&: 1, A f.EGAL pEscRiF�taN OF EVEN DA7E AecoMPANIEs 'fHls PLAi. 2. AE.I.. BEARINGS AND COOF2011dAT£S ARE REFERENGED TA TH� TDfAS C40RUiNATE 5YST�M, NA�-83, THE NQRTH CEHifRA� ZON� 4202, AI.L DISTANCE3 ANb AREAS SMpWN ARE Sl1R�'ACE. 3. �4LL ROW i�Ai2KEft5 AR� 5�8` IRON RdD5 fNfTH BLUE CAP STAMPin "GOftftON60NA a� nssoc. �. wo�t7�a, Tx s�r uN�ss No�� n�eftwis�. N�f � _� ��, �_ _ i �_ �'1 ��o �� ��r�� �]i�l� 100fl 7HROCKMORTON STREET • FORT WORTH, T�XA5 78102 RlGHT�--D�'---WAY ACQUISi710N OUT OF A RfMAINDEft OF A 1� ACRE TRACT 0�' I.AND, A 30 ACRE TfiACT OF LAt�D AtJD A 2.00 ACR£ TRAC7 OF LAND St'!'UA7ED IN TkE z. D. DAVlS SURV�', ABSTRACT N0. 1888 CIlY qF F�RT WOR7H, TARRRNT COUNTY, TEKAS AS R�COR�ED IN VOLUME 12385�PAG�_1941_AND..VQLUM£ 12385�,,PAGE 1945 � . 2.Od ACR�S (E3Y D�ED} :::;:;s�'r`'�ow.`:��:�.:':�.;�'�` WELLlAM BI.AEtE JAM�SON AiVD :�:::MARKERi::::;:'" PROFOSED fNA BEA �iAMESON, TRUSTE�S 70 THE •::.:::::::.�: RiGHT-OF--WAY :�:::�:'�str �iiow � WfLI.IAM BLAK� JAMESON AND =•::_::,1�{ARKER;; �� INA BF4 JAM�50iV REVDCABLF LiVING TRUST VOLUME 12385, PAGE 99A�5 S U2'S0'51 "E D.R.T.C.7. .' .n.. --- --- - ��.�6� FND i/2"fR (COiJTROL MONUMENT) 27.924 ACR�S (BY DEED) CATHQ�IC p10CE5E aF Fr. woRni C,C.F. No. D204380251 n.Et.T.C,T, J r� ' `� � . ' � I Fi� -- �,�-''-"�:t� .c ��,� , •� ,i;.��rt ��a, : IS SMITH =RE� PRQFESSiONAL LAN6 SUF . 752k JACK NEWELL 80ULEYARO SOU'fH FORT WOR7H, TX. 76118 • MA �'CH LINE "E " .�'�HI1�3I T ,��8, " RiGNT—OF—WAY ::�:.:::..:::: � f::•: :•: ::•::: ::�:. �-::: :_�: �:::::::::::: A�i�U1Si`flON AR�'J� � :.,.�;..::��::::_;:�::� �:�:::�_�::�::�:: �: 95,15� S�. � I'. �s• �'� ::;�: �:� ::�::=: � �::::::-�: OR 2.184 RCR�S � �,�a:-:::�::•:-�::�:;•::�::;�::; , .._....,•---......, REMAINnER�OF �9�:::::.`•:':':;.� 3� ACRES (BY aEEDj .-:...... F1RST TRAC7 `}?''"'''' WILLIA�i BLAK� JAMESOiV AND ���; II�A BEA JAME50IJ, 71�US7EES TO THE • WEl.l�IAM BLAKE JAM�SON AND 1NA B�A JAMESON REVOCABLE LIVING TRUST VOLIJME 72385, PAG� '�941 �� D.R.T.C.T. , RaM1N�ER OF' 10 A�S {6Y DEID) SEOOi+lD 7W�f YVIWAM BLAE� �J��y AA.4 Il�W B�A �N, 7RUlSfE� 70 Tt-� W[WAH! BIAKE �90N M!D IM BEA ,JAhi�S4N RE.IIOCJ�l..E LMNG TRUlSf �V17i.UNE 123t�, PA� 1941 , a, �n. CI.R.i'.C.Y. _.::.:., fj� s�r Row ................... �s . MARK�f2 � 2,00 ACRES (BY DEED) � �/ WILL�A�! �LAI�E JAME50�1 �� ANQ ENA BEA JAM�SON, �'RUSTEES 70 7HE W1L.LIAM BLAKE JAiNESON AND 1NA BEA JAMESO� �so.o' �ns€ME�rr nNo RE�I�CABLE LIVING TRUS7 �ic� oF-waY VOL.UM� i 2385, PAGE 1845 TEXAS ELECTRIC SERVICE D,R.T.C.T. COFAPAi4lY SET RDW : MHFtICCiC : nnRn«c c. ::.:.:::: ••r.:::.�r:•.�.�_.:_. :::.:_.:.: •-Y::::::•:.�::::.�::. ::::::: :,:':N ..01�'��'32`iN � ::•: :•. ........ ...... ;/::::-:::� �613' :;•`.:;:: :... .�...... � ...............:•:::'. :: •��:.:�:::.:�:::::: �•:.�::: :: h •.' •. r.--'1:::: ::::'::: L :::tt't::. �::.7:. (� _':•r-':r..t:::_.•r�•r ::: .... . :......: L1 •:: • �,a:: :•.:::: Q.:.:.� :';��:.._.'�o���._...\ � l.�:�.....:'h s.5o5 AcREs (�Y nEED) CITY QF FORT WORTH va�u�t� i�a5g, �Ac� tn D.R.7.C,7. J��� �P �J4'��� �oF' ,,�c7�o. ��� �� � � .��`' Q ��P � d� �, P�� ��� �-- SEF ROIN �IARKER ¢ �C� '�11.31' �1�./�Pe�.�o � Fo�.�G�� pF�hary, �Q� � �° `�J �iC'%j � �• � ��� / �� / VOLUME 6985. PAGE 1033 MARKE • c; i--�C�• :..:... .:.::::i::::::::i::': �i:i�}: .= NOW 01YHE0 BY ONCOR •:: •'2-:.�:" � ::: , �' �:: :• QO fLECiRIE �ELlvERY .,_o4,'Dy�.:::, `���1:� :..0 COiAPANY LLC :. �?: �: `��i :.;;;r;}:;;i;}};. AS PER 1hFFI�AVIT OF Nh�IE � .�'�•:: :•:.Q4.':•:''. 'S 0��..�:::•::::•::: �:•::�•:�:�: � CHANGE p i .......... INSTRU�IEI�lT N0. �-- '�ry'-::ti?it:::•'`' � :_:::_i: �::::_�:,�::.:'r:.:::t'r{t:. 0 �209327Bt9 � Z •�~J''_-::'•_ :':' e� �� ' ;• V} b.P:R:T.C.T. � � '�.:::•:::::•c'r'' � ,�. . .::.::::: • �q a 8 . ?�C.:::•::::: i• �� Q` � o ;oh�:::::;�:;:::�_' � e�' . po ^3�::}:::}::;:.. �Q �q-�,::e':::•::::-:}:��'RAPD$��..'..'-�`{�-}":::�:?: a J r;: R�GHT OF WAYi'r}::::':�::;:: •t. . U�'�.,_;:�::::::: �tj �o ::::::::::. . � .... y �::5 4�3'35'05`'1N:'::'::'::':'::�':.' _ :�.�`.-::::�:��::�:;�:��.. a� �oQ° - "172.(76' ............................... iQ ....................................................... -' NQTES: I. A LEGAI. DESCRIPT[ON OF EVEN UATE RCCQMPANtEs THIS PLAT. 2. AEL BEARINGS ANp COORDINA7ES ARE REFERENGE� TO THE TE:X?S EOORDfi�W7E SYSFEM, i+iA�-�83, TNE NORTH CEE�fTRAL ZONE 4202, ALL DI5TANCES RNd AREAS SHp1NN R4i� SURFAGE. 3. ALL RQW MARKERS ARE 5/8" IRON ROnS N1fCH BLU� CAP STAMPED "GORRONDONA dc AS$OC, FT, VYOitTFI. TX" SEI' UNLESS iVOTE� OTHER4VISE. �} ���� `s�r Row� MARKER TCH LI1VE "� " 50 50 25 0 SCA�E IN FEET' �i �� � �' l��r� ii��� �P°��► 1000 THitOCKMORTON STREE!' • FORT WORTH, TEXAS 76102 A RlGH�--O�'--WAY ACQUISITION OUT OF A REMAEiVDER OF A 10 ACRE TRACT OF tANb, A 30 ACRE TRACi' flF I.AND AND A 2.00 ACRE 7RACT OF LAND SlTi1ATE0 IN TNE �. [3. �AVIS SURVEY, ABSTRACT IVO, 1888 cinr o� �a��' wo�T�, TARRA�T couN�rY, Y�xas AS R�COR�EI} EN VOLUME �2385, PAGE_1941 AND VOLU_M�_12385�_PAGE 1945 n JOB A a.]'.� '}�� ����X �I 1 [.1t��'��_Fr��S� . . � = 4` ' � T C.>5' ,.t }�;'1 ��'�� I.i+�,I:I,F�., :; M I I� � I�%r � �,��, �i�1f34.,,..,. ; r� ���� � �� t� � �'��;`��;x f—t� ..E� � � ��''�''�'�'�: . R71s 5MI7H � 1S7ERE0 PRQF�SSIQNA� CAN� SiiR' 27,924 ACRES (BY OEEO) CATHOLIC DIOCESE OF FT. WORTH GC.F. No. Q204380251 O.R.T,C.T. INC. • 7524 JACK NE14Ef.L. BOl3LEVARD SOUTH FORT WORTH. TX. 76138 � 8i7--498-1424 FAX 817-h96-1T68 , NOTES: 1. A L:�GAi. D�SCREATION aF EVEN DRTE ACC6�EPANIES THIS PLAT. 2. ALL HFJIRINGS ANp CQilRpINATES AR� RfFERENCED TO THE TEXAS COORaI1�iATE SYSTEM, I+IAD-83, THE AIQRTH �EIVTRAL ZDNE 4202, Atl. DISTRNCES AND MEAS SHOWN RRE SURFACE. 3. ALL R4W MARKERS ARE 5/8" IRQN RODS VYRH BLUE CAP S'f'AMIPEO "GORft�NqONA ec ASSOC. �T. WORTH, TX" SET L1NLE55 NDTEO OTHERWISE. �� �'V� _ � 50 25 0 50 SCALE I N FEEf �� �� � � �� �� �� ��� 100U 7HRQGKMQRTQN STft�ET • FORT WORTH, FEICAS 76102 121GHT—QF—WAY ACQUISIT1flN QUT QF R REMAiNp�R OF A 10 ACf2E iRACT OF 1.�4ND, A 30 ACRE iRACT OF a.A1�C1 AND A 2.DQ ACRE TRAC7 OF LAND 3fff1ATE� IN iH� Z. D. bAVIS SURVEY, A6S7RACT NO. 18�8 CI7Y OF' �ORT WORTFi, TARRANT CQUNTY, TEXAS AS R�CORDEU IN V���� DEED �R�CORb5 � QF� TARt2AfV � CQUN1Y� T�XAS �� � g45 2019 CA� FILE: PARCELI_ROYI.�WG \ +- . • :�- ', .v C�j r "fkf ",,',' _.�.,� { , i , � ;` ' ''� , .��' . �.t � . -� �, 019 � . � � � =5 CURTIS SMITH � , REGESTEREo FI2bFE5510NAL LIWD SURVE`( 1768 � � � � �'X�I�.�T ��� ,� EX.��BIT ,9..� „ JAMES MATTH�WS SURVEY A�STRACT Na. 3 021 35.331 ACRES (9Y 13�Ep) AI�CAI. ALLiANCE, L.P. C.C.F. Na. p2 7 628341 6 Il.R.7.C.T. � 0 �� a� �� x o� �o a d 4 AREA TO BE — ACQUIRE€? FOR R[6HT-OF--WAY BY SEPARATE INSTRU�AENT Z. D. DAVIS SUftV�Y ABSTRACT No. � 8�8 REMAII�DER OF 3Q ACRES {BY D�ED) FfRST TRACT WILLIAM BLAKE JAMESON AND 1NA BEA JAMESON, TRUSTEES i0 TME WI�,€.1AM BLAKE JAMESDiV AND INA 6EA JANE�SpN REVOCABLE �' LIVING 1"R11ST c VO�.UM� 123�5, PAGE 1941 � � D.R,T.C.T. �r' c�^i � 0 96oA' �ISEMENT AN� RI�HT-OF-WAY -- TEXAS ELECTREC SERVICE COMPANY ��VOLkliv[E 6865, PAGE 7�33 O.R.T.C.T. q NOW 014NE0 BY 6NC0l2 '� ELECTRIC DELIVERY COMPANY LLC � AS PER AFfIDAViT OF NAi�IE CHANGE m I1�STftUMENT N0. D2d9327949 O.P.R.T.C.T. PROP�SED--i .� SET ROSh NARKER s�r Row ,�' �r�� s�oNe Mo�uM�r (CONTROL �lONtiMENi) FND 1/2"IR WfFH CAP STAMPED "PACHECO KOCH" BRS S 73'C31 �47"4Y 4.39' 2.66' APPROXIMATE LOCATION � —�"_r••.-,t�F.-5U__Ri[EY L; INE �--- THEODORE T. WILI.lS 5URV�Y �`���`�a�—wAY ACQUISf710N AREA ABSTRACT No. 1682 95,1�4 SG}. �T. D�i �.9 8� ACRES �or�s: ]. A I.EGAL DESCRIPTION OF EVEN DA7E ACCRMPANIES THIS PLAT. 2. AlL 6EARINGS AND COQRUINATES ARE REF"ERENC�D TO TH£ TEX�S COOR�fi�lATE SYST�M, NAD-83, THE NORTk CEi�fTRAL i0hi� 4242, AIA. f11STANGES AND AREAS SNQWN ARE SURFACE. 3. ALL ROW MARKER5 ARE S/9" fRON RADS WfFH BLfiE CAP STAMPE� "GORRONDONA & ASSOC, FT. Y�OR�H, TX" SEf UNL�5S NpTE(3 OTHERWESE, �� ���� � ''.k' :;•::i•::: �.'^i �'r•LJ ::•:::•:i::::::'-:� ::'.•::•.SEf � RDV�:-.MARKER . � ::ti 'Jr.�.::i!{i.,: �i:c:::.:�:.:.r::!•r:c: r: MARKER•: S �9'�9'S9'VII 7�6.) �' K��L�F��HAS EI.�_RO +�D (UNq�pICA7Ell ftIG1iT--OF-41iA1�) i� 741.4B6 ACRES (BY DEED) / AIL IiJVESTFAENT, L.P. �f C.C.F. t�lo. �2U541 fi681 � / �.R.T.C.T. � 50 25 � 50 � SCA�E IN �'EEf �' �� � / �� �� �� ��� 1000 THROCKMOftTRN S7R�F.T • FOR� WOR7H, TEXAS 76142 EXHIBtT SHDWiNG A RIGMT—bF'—WAY ACQUlSITfON OUl' o� A R�MAlNDER OF A i D ACRE TF2ACT QF LA�lD, A 30 ACRE TRACT OF' LAND AND A 2.00 ACRE TRACT OF LAiVD SfTUATEO 1N TH� z. D. DAVIS SURVEY, ABSTRACT Np, 1 s88 CITY OF FOR'I' WORii�, TARRANT CQUNTY, T�XAS A5 RECORDED IN VOLUM� 12385 PAGE 1941 ANb VOLUM� 12.�85 PAG� 19�F5 �EED R�CORDS QF 7ARftANT COUNTY, T�XAS BY: � 752h JACK NEWE�f_ BDULEVARO ^''•:4L • • � • . �i - f� ��� ,�, - �•,. 01019 r ,�' ; +,, ;RES CURTIS SMITH � � �� REGISfEEiE4 PR4�E55iflNAL UhND SUR' NO. 5494 TE7UIS FIRM No. 1011 71R . 617-496--1424 FAX 617—A9B-176ti � � � � �I � .�'�'�=1I��T „� 9� LOT 12 P� G�,�'��,-��°`�� C� 04 4� Q`Q' s� �,�� o��. o ¢�� ¢.��' ���fi Q �4i A� Q �yC� l.�'YY r\� CITY O� FORi WORTH LUM�C 14976, PAGE 1 ����� '� /� FND 5/8"IR W/CAP .LOST CR�`EI� RANCH iPEST �� 'bUNAWAY & RSSOC" C�IBINET A, SI,ID� 8476 / (CON7ROi M4NUMENT) P.R.T.C.T. �/� 9.505 ACRES (BY OEED} CtT`( Of FORT WOf�TH i� VOLU�kE 14458, PAGE 10 f� �� d.R.T,CT. i �a. � �.�� � � Q ��� � 7 � � ���4 �iy ro rso. �i5� � �.s'trrt�.�n� �nse�ENr �Bi,�, ,p� 'Q 'Q/�+ CABINEf A SE.IdE 6476� A�,y�, '�,� 'yi��o �.�t.�.c.T. � `�'-�,�� ����o� �2C�,S, "`�,�9} `/�� ���c� �,#�s '��9 �� 4 �, LOT 1�°� �r�n s/a"�R wirH cnp BLOCK B��y."ou[�Awr,� sc nssoc" nRs LOS7' CRE1"sK s so�as'as°' w o.s3' .--- Rs4NCH WIs'ST G'�iBINIs'7' A, SLIDE G476 P.R.T.C.T. s�r Mk W����� �� L.QT 2 �oF, � ,�.t �,J �t• �� �J P ��' / '14'��Q4 �� GP ,� � Z. D. DAVIS SURVEY ABSTRAC� l�o. 1888 R�MRiND�I� OF 30 ACRES (BY D�ED} FIRST TRACT WILLIAM BLAKE JAMESOiV RNI� INA BEA JAMESON, TRUST�ES 1'0 THE WILLIAM BIAKE JRME50i� �IND INA BEA JAMESON ftEVOCABtE LIVIIVG TRUST �'y"' 0..:�:�.:::.:;:.:_::-: VO�.UM� 12385, PAGE 1941 O �r,�0';�'��:o��;.: .. �.R.7.C.1'. rA,�o 4�9'� '�s �r�,,� ,_.•,j� �:::::::::�.. �s�, o�, �' •.� ':.�0 ��' �::::•.. o,� -9,p '�:=: :-. �� o• .q ���i9�•�•, •.��ch'����.�. � •�r.� RIGHT—OF--WAI' ��::::.. �'� '��'�r;;�:��,�rs, PROPOSEU �'?':•:i:}..��Y.9� 'qQ.r?.�.r:::�:F::.. ft[GM-OF-WAY �cauisma� ��a o - =:;:::::. � � � . ---... ..................... . � , s5,154 sQ. F7. ' / I o� �.��� AC��S pROPDS�D �---... .:. •::: :•:: ..... • ��: :• G T,OF,WA .....1..!-l.-...-...Y: NOTES: 1. A LEGAL DESCRIP�ION pF EV�N DAT� AGCOMPANfEs THIS PLAT. 2. AtL BEARiNGS AND GOOR�INATES AR� REFERENCED TO THE iEXAS COOR�iNA7E SYSTEM, NAD-83, THE NORTH C�i+lTW1L ZONE 4202, ALL DISTANCES AiV� AREAS SHDWN ARE SllliFACE. 3, Al.i. iZdW MARK�RS ARE 5/e' IRON RODfi WfiH BLUE CAP SiAMPECI "GOftRONqONA & AS50C, FT. WOi�H, TX" 5�7 UNLESS NOTE� OTHERWISE. � � REMAEND�R 0�' 10 ACRES (BY DE�b) S�COND TRACT wi�c.iA� e�E« JAMESON AND INA BEA JAM�50N, TRUSi�ES i0 TME WILLlAM 8lAKE JAME50N AND INA BEA JAM�SaN R�I/OCABLE �IVING TRUST VflLUME i2385 , PAG� � 9q�1 ,� D.R.�'.GT. �� � � i i i� � . ♦ / , \ �, TCH LT1VE "E" 50 2� a _._. 50 � SCALE IN FEEf �, �� � � �� �� �� ��� 1d00 THi2DCK�lOfiTOi� 5TR�Ef • F6RT WORTEi, TEXAS 76102 RfGNT—OF—WAY ACQUfSiTION OUT OF A RE�iAINdER OF R 1D ACR� TRACT OF iAND, A�0 ACR� TRACT OF LANR AfVD A 2.00 ACRE 7iZACT OF' lAND s�run�o in� rw� �. D, DAVIS SURVEY, A�Sit�AG7 N4. 1888 CITIf QF FQRI' WORTH, �'ARRANT Ct3UN�lf, 7EXAS AS RECOR��Q IN VOLUME 12��b, PAG� 1941 AND VOLU�lE 923t35, PAGE 1945 J08 CAD FILE: 'Rs�il �' a . , ,` _,..:.., CU �� i� SfNs,�. -� .�.�� . ». � � 5�'9� ,. � �;'•afi�-C� ,� ' - T` , .. 424 FAX 617-A96-178� ���T� Y� 99� f! .� .� rnn�.c� 1 ROW ' NOTES: ' 1. A L�GAL DESCRIF'710N flF EVEN DATE ACCOMPANIkS THk3 PLAT. 2. ALL BE'ARINGS AND COORbINATES ARE REFERENCEU TO THE TD(AS CDORDINRTE SYSTEM, NAD-�83, THE iVORTH CEEJTRAL ZQN� 4202, ALL DISTANCES AND AREAS SHDWN ARE SURFACE. 3. ALL ROW MAi2KER5 ARE S/8" lftON RO�S Wffii BLt1E GAP S'fAMIPED "GORftONDONA dc ASSOC. FT. WORiH, 7X" SEf UNLESS N�'f�D 0'iHfRWISE. �� ���� S€�BJ�CT TRACTS & ACQU[SITIOiV LOGAT[�N �/ tj� � � �� �-'� � ��f4i 100U 7HftOCKMoRTQN STR�Ef • FORT WORTH, TEXAS 76102 �rc�T—o�'�w�iY AcQuisir�o�r aUT OF R R�MAtNOER oF A 14 ACRE iRACT OF LA�fp, A 30 ACRE TRACT bF lANQ AND A 2.D0 ACR� TRACT OF L4ND 51�UAT�Q IN TFtE Z. D. �AVIS Sf1RVEY, ABSTRACi N0. 1888 CIN OF FORi WORiH, TARRANT COUNTY, TEXAS AS REGORAEp ]N VOLUME' 12385 PAGE 1941 AIVD VOLUM� � 2385 PAGE 19q5 �EED R�CORDS OF� TARRANT CQUNTY, T�XAS • 7524 JACIf NEWELL 80ULEVAftU :�,. G1sT�' ` ;,>� ,�4r ,� 'gr y.�.:.......,�..A..�......., . GU,RTIS 5M ' : N�aw�w.'.r�nrrrwr�� ��� _.. �•, ��. S .. _.� D10i9 , -. '�ES CURTlS St�E7W �� REGISTEREa PROFESSiQNAi. LANP N0. 6494 TEXAS FIRM No. f1R . 817--496-1�24 fAX 817-496- PROJ�CT �tAM�: W�STPORT PARKWAY FROM I�LLER HASL�T RDAD TO ALTA V�STA ROAD PARCEL No. i DE PAR'�' �. CrTY PROJECT �10. 101019 34�� KELLER T-�ASLET ROAD, FORT WURTH, TEXAS Z. D. DAVTS SUR"VEY, ASSTRACT �;o. 1888 EXHIBIT "A" Being a permanent d��ainag� eas�ment sit�iated in the Z, D. Davis Survey, Abshact Na. 1888, Czty af Fax-� �Uorth, Tan�ant County, Texas, said pe1•manent di�ainage easernent being a portion of a 2.00 tract of land {by deed) deeded to 1�Villiarn Blake .Tameson ax�d I�1a Bea Jameson, as Ti�ustees of th� Willia�n Blake Jarneson a�id �a Bea Jamesan Revocab�� Living Ti'USt �S TBCOl�ded in Voh�xne 12385, Pag� 1945 of the Deed Reca�•ds a� Tar�'anf Caunty, Texas, said perm�lent dx•ainage ease�nent being �nore pa��iicL�larly descri�ed by �nstes and bounds as follows: COMIVI��TCIIi�G at 5/8 inch iron rod with cap statnped "DLJNAWAY & A�SOC." (Conirolling Monument {�M)� found for a�1 interioi• ell co���er in the east line of said 2.00 acre i�•act of lan�, said 5/8 inch iron ��od with cap stamped "DLTNAViTAY & ASSOC." being an exte�•iox• etl catner in tl�e west line of a 27.924 acre tract of Iand (by de�d) deedet� to the Ca�holic Dinc�se n� Fort Worth as recorded in County Cle�lc's File No. D2�4380251 o�r said D�ed R�cords of Ta�z•ant Coimty, Texas, fioran. which a 5/8 inch iron roci with cap stamped "DUNAWAY & ASSOC." (CM) found £or thc easi corner of Lo� 12, Block 4 o�Lost Crc�k Ran�h West, �tl �{�C�1fID11 �O �11�; �ity of Foi�t Worth, Ta�rant County, Te�as as recorded in Cabinet A, Slide �476 af sai.d Plat Records of Tarrant Coun.ty, Texas bears North flQ degrees 30 minutes OS seconds West, a distance af 71.8.afi �e��, said Si8 inch i�on �•ad with cap stamped "DUNAWAY & ASSOC." being in the east li��e of a 10 acre t��act o£ land (by deed) being furthea• descz•ibed as Second Tract and being deec�ed to William Blake �ameson and Ina Bea Jameson, Trustees of the Wiilia�n Blake .�ameson and I�a Bea Jarneson Revocable Living T��usf as recorded in Volcune 12385, Page 19�l1, o� saxd Deed Reco�•ds of Tar�•ant County, T�xas, said 5/8 inch i�•o�� rod witlx cap stamped "DUNAWAY &�SSOC." beirlg in. the west line of a 9.505 acre tract nf land (by de�d) deeded to the Ci�iy af Fort Wortl1 as lecql•ded ir� Voh��ne 14458, Page IO afsaid Deed Records of Ta�.•z�nt Coltniy, Texas, said S/8 inch iron rod witl� cap stamped DLTNAW�IIY &�1��OC." also Ueing ihe southeast cor�ie�• of a 0.45� acre t�act o� land {by de�d) deeded to the City of Fo7�t WoX�th as recorded in Volume 14976, P�ge 183 af said Deed Records a�Tar�•ant Caunty, Texas; THENCE South 89 de�rees 50 minufes 1� secands East, with the east line of said 2.00 acre tract of land and �vith the west line of sa'rd 27.924 acre t�•act of land, a distance of 92.85 feet ta a 1/2 inch irc�n �od (CM) found for an exie�ior eII corne� in the east lin� of said 2.00 aere ttac� of lancl, said 1/2 inch iron rod being an interiox ell eorn�r in the west line af said 27.924 acre i�act of land; THENCE Sauth Q1 degrees 31 minutes 47 seconcls East, wii;h the east line af said 2.a� act•e tt'ac# ai land and wii:h tlle west line ai said 27.924 acx•e lract o� laneE, a distance of �72.85 feet to tile FO�1�iT �F BEGINNII�IG of �ze herein desc�•ib�d perrrianent drainage easement; Exhibit A Page 1 oi 2 THENC� South 01 de�rees 3I minutes 47 seconds East, yvith the east line of saici 2.00 acre tract of lanci and witla the w�st line of said 27.924 acre traci of land, a distance o� 18.53 �eet to a ROV� marker set fo�• the intersection of tl�e east Iine o�E said 2.00 acre iraet of lanc� and the west line of said 27.92�4 acxe t�act of Iand with the proposed sol�theasterly right-af-way Iine of Westpari Par�cway; THENCE South $9 de��ees 29 minutes 53 seconc�s West, with the p�•opased sau#1�easterly �•ight- of-way' line of said V�estport P�•kway, a disi�i�ce af I 1.G2 �Feet to a ROW marker set for ihe beginnii�� of a non-ta��gent cu�•ve to the �•ighi: having a radius of 33�.00 feet, a cent�al an�le of 11 degtees 40 minutes 29 s�;conds and whose cha��d bea�•s Noxth $3 de�'ees �47 minutes 16 seconds West, a distance of 67.9�4 Feet THENCE with said non-tangent cu�ve to tl;e �ight and witk� the pxoposed so►.Ytheasierly right-of- way line of saicl Westport Parl�way, an arc length of 68.06 feet to a point foz carner; THENC� Nartll 12 degrees Q2 minutes 59 seconds Easi:, a clistance of 7.00 feet to a point fpx COTXier; THEI�C�: North 90 degrees 00 minutes OD seconds East, a distance a� 46.08 fee� ta a poin# for coiri�i; THENC� Noi�th 00 degzees 30 minutes 07 secoi�ds �Jes#, a dista�tce of 4.15 feet to a point for coxnex; TkiEl�TCE North 89 deg�.�ees 29 minutes 53 seconds East, a distance o� 31.16 feet to the POINT OF SEGIT'�1�11iTG and coi�taining 1,080 squat'e feef p3• �.025 acres of land, more or less. Nofes: 1} A plat of evet� sur��y date accoinpanies this le�al description. 2) All bearit��s and coordinates a�•e re�'erenceci to ih�; Texas Coo�•dinate Syste�n, NAD-83, The Noz•th Cent��al Zone 4202. �11 distances and areas sl�own are su�•face. 3) AI1 ROW Marlters are Sl8 inch ii•on rod set with cap stamped "GORRONDONA & ASSOC. FT. WORTH, TX." unless nated a�herwise. Date: May 16, 2619 �; , Cu�•tis Sn�iCh Registered ProfessianaI Land SL��•veyox Na 5494 Texas Firm No, 101 D6900 Exhibit A Page 2 of 2 MATCH LIlY�' "A„ ��.H�B.�� 99B �9 WL'STPORT PAKJYAY C�Ii�INET B, S.LIDE 3502 P.R.T. C.T. � ��-_- PROPQS�D � RIGHr-OF-WAY� ����ti 4`� �04� �� ¢�,�fi 4�� �,q� ��O ��� (�� ywa � PROPOSEU �Q-p� RIGHT-OF-WA� s�r Row ` kIARKE �� S -��oPos�o PERMANENT DRAlNAGE EASE�uEENT - EXIS7ING R1GH7-QF-WAY N 0�'3U'UB"1Y 718.Q6' 4"E s2,85' P. 0. C. FNq 5/8"Ift W/EAP 'DUNAWAY&A5SOC" (CQNTROL MQNU#�N7) 2,00 ACFtES {BY D�ED) WILLiAM BtA1<E JAMES(iN AND INA BEA JAMESON, TRUSTEES TO TH� WILLIAM BLAKE JAMESON ANR INA BEA JRME50N R�VOCABL� LiVING TRLiST VOLIlME 12385, PAGE 1945 D.R.T.C.?. Z. D. QAVIS SURVEY ABSTRACT No. 18�8 -OF-WAY F'ERMAN�NT ARAfNAGE �S�M�t��" AC{�Ui51T10N A��A � �0�0 SQ. F?. QR D.025 ACRES �� 0 sEr Raw 'MARKER SEf ROW-� KELLEF�-i--H-ASL$�T R4AD APPROXIMA7E LOCATION OF SUitVEY L[NE �KER � (UNDE .➢IGAiEO RIGI-E7-OF"-WAY}� � ����� �__�—� � NOfEs; 1. A LEGAE. dSSCRIPTlON OF EVEN DATf ACCOMPANtEs THIS i'LAT. 2, �1LL BEARINGS AND C04RnINATES AR� ft�FEREFlCEQ TO THE TEXAS C40RpINATE SYSTEM, NAD-83, TH� NORit1 CEI+IFRAL ZONE h202, ALL �ISTANCES ANR ARE'AS SHOWN ARE SURFACE. 3, ALL ROW fy1ARK�RS ARE 5/B" Ift01d RODS 44fiH $LUE CAP STA�IPED "GORRONDONA & ASSOC. Fi. 1NORTH, 7X" SET UNLESS NOTED QTHERWISE. �'JO IJ O �JO SCALE EN F��T ���� �' �l ��/" C� � �� �"� � !�"'��7 /" 100D THROCKMORTQN S7REET • FORT WORTH, T�XAS 76'102 E?(HIBfF A HO1VtNG PERMANENT DRAIiVAGE EAS�NEE�17 aUT oF A 2.00 ACRE TRACT OF LANI] S17UATED IN THE Z. D. DAVIS SURVkY, ABSTRACT N0. 9 888 CITY OF FORT WORTH, TARF2ANT COUN7Y, TEXAS AS RECORpED !N VOLUN{� 12385 PAGE 1945 €3EED RECO��S OF TARF�AN7 COUNTY, TEXAS DE BY: FND 1/2"iR (CONTftOL MflNi1MENT) 27.924 ACRES (BY p�Ep) CATH6LIC OIOC�S� OF F�. WQRTH c.c.F. nro. ozna�sozst O.R.T.C.T. � a w � � m � � m � . ;����� Cy v J'�� r "� »..�, N {"I '� � _. ;. #+' . `� i. .� kfAY 16, 2b19 � DfHIBif B PAGE 1 Ei� 4 I5i:A1.�: 1�=�u" __ INS �RRQNOONA dc ASSpClAi�S, INC. • 7524 JACK NEWELL BL}liLkllRRD Sill}TH FORT W6RTM, TX� 76i 18 • 87 .MATCH LI.NE' ".� " ��I-IIB.I T z � � � � �� . o ' i� R�i�All�l)�R AF � i0 ACRES {8Y bE�p) �/ SECONf15 TRAC7 WfLLIAM BLAKE JAMESON AiJp !NA 8EA JAMESON, TRUSTEES TO TH� WILLIAM 8lAKE JAMESON AND li�A B�A JAMESON REVOCABLE LfVING TRUST V4LUME i2385, PAGE 1941 �.R.T.C.T. r-PROAOSED RIG}�1T-OF-WAY ,pO PROPDSED r'p �i4� Rio�r-oF-wAY "�,o '� QS'F.D �t� Sp, 9�Q 9 �,��r�i�'�' �a� � *�9��'�� , , ��o�os�a ; RIGiiT�-OF-IMAY � 2.QU ACRES (8Y D�E�) .� WII.LiAM BLAKE JAMESQ�E �� AND 1NA BEA JAMESON, ��� � TRUST��S TO TH� . WIL�IAM 81.AKE JAMESOiV / � ,��'�, ANp INA BEA JAMESON ,' �,� ,o`� RE1/OCABLE LIVING TRUSi ' Q• ��,� VOLUME 123Ei5, PAGE 1945 Q `� D.R.T.C.T. �� �o'�� � 0�' ✓���,��' - `�j og�v �� 4QQ � ���� � �� �� �, Q� i�P{4��G. O�'� ��n� oti � �Q�� �� �o �,`? `VG, � �• � ���� ��- , 27.924 ACRES (BY OEE�) CATHOLiC DIOCESE OF FT. WORTH C;C.F. No. E}20438D251 6.R.T.C.i'. in 0 � � � � 0 0 M � 0 z 9!� S! Z D D�1VIS SURVEY ABS7'RACT No. A--��88 9.SQ5 ACR�S (BY OEED) CIIY ❑F FORT WORTH VALUM� 14458, PA6E 1Q [1.R.T.G.T. NOiES: �� 1. A LEGA! D�SCRIPTfO�t OF EVEN DATE ACCOHIPANIES THl5 PiAT. 2. Af.L BEARfNGS AND COOR�INATES ARE REFfRE1VCED TO 7HE TEXAIS C4QRpfi+WTE 5YSTEMI, NAD-83, TH� NORTl�t CENTRAL ZONE 4202, ALL ul5'I'ANC£S AND RREAS SHOWN ARE SURFACE. 3. J1l.l. R6W �ulARKERS RRE 5/8" fKON RODS 5VI7W BI.U� C/1P SFAMPEO "GORRONDONA dc A550C. FT. WOftTH, iX" SEf UNLESS �i01E6 O7HERWISE. i, 'y+ � 1 i_ I !� � MATC�I LI1VL" "A" 5D 2� Q 50 SCALE IN FEET �%� �y � � �� �� �� ��� 10U6 TFf{iOCKMORTON STR��F • FOR7 �NORTFE, T�XAS 7&102 EXHiBff SHOWING A P£RMAN�NT DRAINAGE E45E�AENT OUT 0� A 2.00 ACR� Tl�ACT OF' LAND 51TUATEp iN 7HE �. D. DAVIS SURVEY, ABSTRAC7 N0. 1�88 CITY OF FOR�' WORTH, TARRANT C�UN1Y, TEXAS AS RECOftDEd iN V(1LElME 12385 PAGE 1945 aEED RECORDS OF iARf�Ai�T CQIiNTY, TEXAS JAGK ;e' . � f • � �M . , g , ,, 9 . . , CURTIS SMITH ft�GISTEREO PROFESSIONAL IAND : iVD. 5494 T�XAS FlR�A i�o. 1 • 617-498-1424 FAX 8t7-496-1' \ EX.�II3I �' „� „ 0.454 ACRE5 (BY D��p) C1TY 4F FORT WQRTfi 'OLUME 14976, PAG� 18 � D.R.T.C.T. i�07 12 _ BLfI CK 4 LOST CREh'K RANCH iYEST CABI,N,L'7' A, SLIDE 647G P.R. T. C. T. I FN[l 5/8"IR W/CAP "pUNAWAY & A550C" ;CONTROL MONIlMENT) 9.506 ACRES (BY Q� CIN 6F FORT WORI VOLl1H1E 14�F58, PAGE �.ft.T.C.T. REMAfNDEft QF 30 ACRES (BY pE�D) S�CONbS T#iACT wi��u�� ��,a�� �AM�sa�v ANb 1NA S�A JAML�SON, I TRUSTEES TO TME WILLIAM BLAKE JAMESON I AMO INA 8�4 JAMESON REVOCi18LF. LiVfNG TRUSF VOLU�IE 12365, PAGE 1941 O.R.T.C.T. REIAAIN�ER OF 10 pCRES (6Y DEED) SECONDS iRACT WIL�lAM BLAKE JAMESON AidD !NA B�A JAMESON, TRUSTE�S TO THE 4NI{.LIAM BLAKE JA�A�SbN ANO INq BEA JAMESQN R�VOCAB[.E LIVING TREEST VQI.UME 32385, pAG� 1941 i' {I.R.T.C.T. % z � 0 � w 0 0 m n m 0 0 M "a 0 z �. i3. �AV1S SURV�Y �, ABSTRAGT NO. 1888 �� / i i J � � i i � � i i / P� ��� FQ ���� �G Q.��'�, �� � v�c. P�q�`yQ?�� 0-L Gp�QC,�� ��G ��� G' O -1 ��' �.^ y```��''�6a�`o� j�`4 �d9� sc�' .�S' � F, o O �og �a �`� � �Go ;�`'04`,�.� / '`� w�,G�r����QR oQ' Q�G;4� � O�G�*y � NOT�S: 1. A LEGAi. D�SCRl�ION QF �YEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS ANp CAARpINATES RRE REFERENCED TO THE TIXAS COORDINAT€ SYSTEM, NA[}-83, TH� NQR7H CENTRA� ZONE 4202, ALL DISTAidCES AND Al2EAS SHOWN AR� Sl1RFAGE. 3. ALL ROW MARKERS ARE 5/8'° IRON R04S WITH BLUE CAP STAIAPEf] "GORRANDONA dt ASSOG. FT. 4Y�RTH, 7?(" SET UNLESS NOTEU OTFfERWISE. �� �� � MATCH LIN�' "B" �o �� 0 50 SCALE IN �'EET �� �}i � � �� �� IV 11� � ��� 14Q0 TNROCKMORTON STREEi •�ORT WORTN, TEXAS 76102 DfHIBff A FiOWING PERMA€��NT DRAINAG� �AS�MENT OUT OF A 2.00 ACRE TRACT QF LANQ SITUA7ED IN TH� Z. D. DAVfS SURVElf, ABSTRACT �IQ. 1888 CI7Y OF F�ORi 4VORTH, TARRANT CO�NiY, TEXAS AS R�CpRR£D IN p£�D RECDRDSM OF TARF�ANT�COUNTY, 7EXAS 8Y: JACK NEWEI.f_ �DULEVAR[} SQU'fFi FQftT lJ \ - r ._. � � � �� �c - . - ,e ° f,. • � . , . { -� � i� PROFESSIOIVAL LAi+lb SURVEfQR J��lll�l .L 99� 9! N07ES: 1. A LEGAL DESCRiPT10ht 0� EVEN UATE ACCQMPANIES THiS PLA7. 2. ALL BEARINGS RND COORDINATES ARE REFEi2ENCE0 70 7WE iEXAS C�ORDINATE SYSTEM. N/�D-83, THE NORTEi CENTRAL ZONE 4242, AI.L DI57ANC�S AND AREAS SHOWN ARF SURFACE. 3. Att ROM! IARRKERS ARE 5/8" IRbN ft005 Y�ffCH BLU� CAP STAMPEO "GORRQN�ONA dc AS50C. Ff. WORTH, iX" SEI' UNLESS �VOTED OTfiERWiSE. � �i%�' �� �� �� �� �� ����� 1000 TNROCKMORTON STREEf • FOFiT WORTH, TEXAS 7fi102 E7(HIBiT SHOWING A PERMAN�NT DRAINAGE EASEMEN7 QI1T OF A 2,00 ACRE TRACT OF LANI� SITUATED IN THE Z. p. DAVIS �URV�Y, RBSTRACT �f0. 18�8 CITY OF FORT WORTN, TARRANT C�U�fTY� iEXAS as R�coRaEa IN VOLUME 12385 PAGE 1945 DEED RECOfi�S QF TARhANT COUN7Y, T�XAS DATE: MRY 18, 2019 I Ea GORRONDONA �t A530CIR7E5. INC. • 78118 • 81 � �'.`'`C'�- ,__, .. e.»;� ��, e �.� n, � _ r�.- y �� J 1 �� � � - }. 1 h24 Ff1X 81 rni�i.c�. � �e P,a�� 1 SUBJECT TRACT & ACQUISlTION LOCATION PRO,TECT l�AME: 'W��TPQRT P�iRK'WAY �ROM KELLETt HA�L�T R�AD T4 ALTA. V�STA ItOAD PA�CEL �`STa. ]. D� PART � C�TY PROJ�CT l�a. �010'19 34�� KELL�R HASLET ROAIl, FOR'T WORTH, TEXA� Z. D. AAVT� �URV�Y, AB�TRACT i�a. �.8$� E�IB��' 44Af7 Being a pexmanent drainage easement si�tated in the Z. D. Davis Suzv�y, Abstzact No. 1888, Ciiy o� T'oi�i V�orth, Tarrant Caunty, Texas, said pexmanent d�ainage �as�inent being a portion of a Z.Qa traet o� Iazzd {by deed} c�eeded t� �iliiliam Blalce �ame�on at�d Ina Bea 7az�esan, as T:rustees o� the WiIliam Bl�ke Jarn�son a��.d �na Bea Jarneson Revocable Living T'��ast as recaxr�ed i�a V�lume 123$S, 1'a�e 1945 of �h� Deecl Reec�rds c�� T��=anfi County, Texas, �aid pei�nan�t�t cl�ainage easement being mo�:e pa�-ticularly desexi�ed by �Zaetes and bou�lds as folIows: C+D1VrNiEl�tG1I'�� at SIB inch i�•ox� ��ad wi�h cap siamped "DUNAVi�'AY & AS�4C." (Gont�raIling Monun�en� (CIv�)) �ound for a�� interior ell co��er in the east line c�f said 2,00 acre tract of la��d, said 5/8 inch iron rad with cap st�nped "DUNAWI�Y & ASSOC." being an exterior �Il corncr in the west line of a 27.92� a�re t�act a� lan�. (by deed) d�eded to the Cathalic Diocese of Foi�i Woz�tl� as 1�co:�ded in Coun#y Cl�rlc's Fz1e No. D2Q�38Q251 of said Deed Reca:rds of Taz�a�a.t C�unty, Te�as, f�•orri which a 1l2 ir�ch i�on 1:ad ('CM) found for an ex�e�io�• eli ca�`n.�r in the east line Qf said 2.00 ac�•e tract af la�d bears Sot�th 89 degz:ees 5a rni��.utes Iq� seco�c�s Tast, a di�tance of 92.85 feet, said 1/2 inch u�an z•ad being an ini:erior ell corner in ihe west Iine of sa't�. 27.924 acz•e firact of land; 'T�-IENCE No�'tiI� 00 d�gt��es 30 min�:�tes �8 secands West, with f�e east I�n� of said 2.00 ac��s �i•act oi' Iand and with the wesf line of said 2'7.92� acze t�act af land, a distanee of 42.71 feet to a RO,VV` maxlce� set for �nast nox�e�'l� narthvc+�sf eo��ner af said 27.924 ae�•e it'aet ot' land, said RdW nn:atice�• being �h� mos� sduth�ily co��ner of Wes�pa�•t Pa�•I�way (a 1]. (}' xightpof way) as ��ecord�d in Gabine� B, Slide 3502 of the I'lat Records o� Ta��'ant �aunty, Texas, said ROW rn�lcer also being the interseetion of �he p:topnseci ,southeasterly rig]�t-of-way line of said Westpart Parlcway with the east line of said 2.0� acre t��act vf iand, fiom wlsic� a 5f8 ine.h iron �•o� wzth ca}� stamped "DLTNA�AY & ASSOC." (CM} found for ihe east Coz�e�• o� Lot 12, �Ioek 4 0�' Lost Creelc Ranch 'Vi1�st, an adc�iiion to the �ity €s� Fort �a��h, Tat�:ant �ounty, '�'exa.s as recorded r�� Cabi�iet A, Slide 6�76 o E sazd PIa# Reeo�'ds of Tari��nt Courtiy, Texas tiears No�•tI1 00 c�e�rees 30 minutes 6$ secc��.c�s West, a dis#azlce aT675,35 fe�t, saic� 5/8 inch i�•on raci w�th c�p stamped "DUN.�WAY & AS�OC." being in the easi: line of a 10 acrc tract a� land {by c�eed) being fu��ih�r describ�d as Second Trac� and t�eing c�eec�e� to �V�liam B1�Ic� Jameson and I�na Bea Jarn.e�on, Ti�ustees af ihe til�illiaztx Slalee 3amesor� a��d Ina Bea Jarneson Revocal�le I�iving T'rust as reeo�•ded 'zn Volurne 12385, Page �9A�1, of said Deed Records of T'ai�ant �ounty, Texas, said S!8 ineh iro�1 �od witih cap sta�n�ed "DUNA�AY & ASS(4C." I��ing in the w�si lirae of a 9,505 acre tract of lar�d (by deed) deeded ta the City o£Fort �71�o��th as �•�corded in Vol�.ime �4458, Pa�e 10 of said Deed Recoxcls of Ta��ant County, Texas, sa�ci S/8 inch izan rad with cap stax�ped DUNAWAY &�SSOC." alsp beir�g the soL�theasl: corner ot� a 4.9-54 act°e �ac� a�' la��d {�y d�ad) de�decl ta th� City of Fo�'t 'Worth a� �ccorded in �Tolume 14976, Page i$3 0� sa�d Deed 1Zecot•ds of Tax�ant County, Texas; TH��TCE Sout� 43 t�e�•ees 35 mi�lutes 05 seconds West, wiih the Exhibit A Page l, of 2 proposed so��iheasi ��igllt-of-way line of saicl Westport Parlcway, a ctistance of 27.85 feet to the POTI+IT OF BEGINNII�IG of the hereii� described pa��na��ent drainage �asement; TH�NC� So�ith 4b degrees 32 minutes 09 seconds E�st, a distance o� 15.00 feet to a poir�t �ox• co�ner; THENCE South 43 ciegrees 35 minutes 05 seconds West, a c�istanc� of I5.00 fe�t to a poin# for carner; THENCE Nort�h 4b deg�•ees 32 ininute� 09 seconds West, a disfiance of 15.�0 �eet to a paint for cox�ne�' in �l�e prapased sou�.east righ�-a� way line of saicl �esi}�ort Parlcvt+ay, THEli�CE Noi-�11 43 c�egrees 35 minut�s OS seconds �ast, with the ps•oposed soutlieast �•ight--of way Iine of said Westpart Parlcway, a distance of 15.00 feet to the POII�IT OF SEG�I'�iI'VI�IG and containi�g 225 square feei ox� 0.005 acr�s of Iand, more or less. Tlotss: 1} A plat af even siirvey date accon�pani�s this l�gal description. 2) All bearings and coardir�ates are referenced to the Texas CooXd.inafe Syste�n, NAD-$3, Tl�.e Na��th Centt•al Zane 4202. All distances and areas showi� are surfac�. 3} All ROViI Mail�ers are 5/8 inch uoiZ rod set wiih cap starr�ped "GORR{3NDONA & �SS�C, FT. WORTH, TX." unless noted othezwise, Date: May 16, 2019 ; � ". _. ��' / �. ,F� �F rc� .. � �..�R�� f , . . , , �' o + v,, � - , i �NfI�H G'lil'�1S S`Tri1�11 ,Od �v,?,�. Registerecl Professional Land Surveyor "�; � y��:; .' '�C� No. 5�49�- �- n = Texas Firm Na. 101069Qa Exhibit A Page 2 0� 2 MATCH L.TNE „A„ �''X�IIBI T 99�, » W�'S'7'PORT PAKWAY CABINL`7' B, SI,�DE 3502 P.R. ?'. C. T. � �--- PRO?QS�D � R[GH%OF-WAY�� y�R-� �� 04� QQ` 4'`'�` 0����\o�� ��� ���v � Q�� Pi�OPOSED� �4�� RiGHf-�OF-YIAY PERM�1lVENi' DRAfNA�� EAS�M�NT ACQUISfTfON ARE?+ 225 5Q. �l'. OR 0.005 RCRES 2.00 ACRES (BY DEE�) WILLIAM �LAKE JAM�SON AND INA BEA JA�IESON, TFtU5TEE5 Tfl THE WILI.IAM BLAKE JAM�50N AND INA BEA JAMESaN R�VOCABL� LIVWG 7EtU5T VOLUt�E 12385, PAGE 1945 D.R.7.C.T. Z. D. DAVIS SURVEY ABSTRACT No. 18�8 -o�-w�Y �ND 5/8"IR W/CAP "tiUNAWAY&ASSOC" (CQNTROL �ADNUMENT) PftOPOSED PERhfANENT DRJUNA6E EASEi,hENT FND I/2"1R (CONTROL M�NUMENT) 27.924 ACRE5 (BY [}EED� CATHOLIC DIOC£S� oF �r. wo��ri C.C.F. No. b20438U251 U.R.T.C.i. KELL�Rg�- -HAS--LFT ROAD APPRQXfMATE LQCATfON Of SURVE1f I.INE � (UN�E IEAb TED #t16 -OF-44AY)� � �~.��_�� � �lO7E5: i. A LEGAL DESCRIPT[ON OF' EVEN DA'f� ACCO�EPANIES iHIS PLAT. 2. ALL BEARiNGS A�1D G04RbtNA7E5 ARE REFERENCED 70 7HE TEXAS CaOft�INATE SY57EM, NAD-63, THE tJORTN CENTf2Al. ZONE a202, ALL 6lS7ANCE3 AN� AREAS 5HOWN AR� SURFACE. 3. RL.L ft01N MARKERS ARE 5�9` IRpN ROOS 1H{�Fi SLl1� CAP STAMPEi} "GORRDNUONA ac Assnc. FY, woR7H, rx s�t' uN��ss r�o�o orHe�wis�. �� ���� �0 25 0 5n SCAI.E IN FEEf' � �,�� �! ���� ���� 1U00 TN�tOCKMQ�2ToN STREET • FORT 4YOR7H, TEXAS 76td2 EXHIB�f A HOIYING PERMAN�N7 DRAINAGE EAS�M�NT oUT OF A 2.00 ACRE TRAGT OF LANf] 51TUAlEp HV TFiE �. D. DAVIS SURVEI', AB57FtACT �f0. 1888 CiTY QF �QRT WOR�'N, TARRANT C�UNTY, TEXAS AS RECOR{7EU 1N �EED R�CORDS OF T`ARF�ANT�COUNTY, 7'�XAS JOB No. HALF174S.00 DRAWN BY: JI.O DAT£: �fAY i$. 2019 EXHIBI7 $ PAGE SET ROW MARK�R �' ,� � � V� � �7QSTENG RIGFfT—OF—WAY 00'30`08'1N 675.35` 5 83'50'14"E 32.$S a. � ,;.,I I i i I i' �r� '� ,,, i �r,,y, � c 3 �. �� _ .,�:�. , �,.�, , , }=�',� � . , �o. 101 d 19 # -'-` "-- ` ACRES CURTIS SMITH �� ��—��'p�� R£GISTERED PROFESSiONAL I,AND Sl1F NO. 54'84_ TExAS FIRM No. i01 TX. 76118 • 8i7-496-1424 FA7( 877-496--176E MATCH LI1V.� ".8„ �X�IIB�� i RiGHT—OF—INAY i 2.00 ACRES {HY QEE�) i� WILLIAMI SLAKE JAMESON i/ AND INA B�A JAME50N, � � TREIST�ES TC3 TtiE �� Q' �Z WI�LfAM BLAKE ,lAMESON ,� ��•o��P AN� [NA BEA JAME50N ,� � REVOCABLE LIVING T�UST � �4��,�� VOLUME 12385, PAG� 1945 �Q �, �,F2.T.C.T. Q, �,�o'� � 04 ��Qo �� �� �� Q� ¢O lQ 99� !9 �.. D. DAVIS SURVEY ABSTRACT No. 1888 9.545 ACftES �BY L)EEQ) C3TY OF FORT WORT�-I VOLiJME 1A458, PAGE }0 �.R.T.C.T. M � � � � 4 O b 0 Z NOTES: 1. A i.EGAL DESCRiPiIDN QF E�V�N DATE ACCaFAPA�l1�S THiS PiAT. 2. ALL BF.1IRINGS AND COORD]NATES ARE RE�R�NCED TO THE TE]L45 COOR�INATE SYSfEiu1. �]A9--83. Tl-E� NORTH CENfRAL ZONi 420�. ALL DiSTAidCES AND ARFAS SHOWN ARE SIiRFACE. 3. ALL ROW MARK�RS ARE 5/8" IRON ROnS W(T#�1 BLUE CAP SiAMP�D "GORRO�lDONA a� nssoc. �r. woRrM, r�c' s�r u��ss �o-r�n o�+���w�s�. v�i����r 27.924 ACRES {$Y pEED) CATHOL[C DIOCESE o�- �r. wa�Tr� c.c.�. No. o2an�eazsi tl.R.T.C.T. \ \ MATC�I LINE "A" �'J� 2.`'7 � 5� SCALE IN F�ET �I �� � f �'o rt` � �°�� i000 THROCKMORT4N STREET � F'�RT W6RTH, TE?UIS 76102 EXHIBfC A HQWIidG PERMAI�ENT C7RAINAGE FASEM�iVi OUi OF A z.00 �c�� -r�c�r a� u�r�� SITUA'l�C1 IN 'fHE Z, l]. DRVIS SURVEI', ABSTRACfi N0. 1��� cIN oF' FaRT WoRTH, TARRAN� coUNTY, TEXAs As REca�n�� �� YpLU1viE 12�85 PAGE 1945 DEED RECORDS OF TAi2F�ANT COfJNTY, TEXf15 DAT�: I�AY 1 s, 2019 1 EXHI�ff l3 NaG� 1 ur a i ����.� ��� nnoon►inn�te i, ecanr�e�c. inlr.. . iR�A .IAf:K NFWELL 9011LEVRRI3 SOLIT� �ORT �, �, Z , � , � �� o ' � � REMAINEIER QF � 10 ACRES (BY D��q) f � SECOND iRACT WtLLlAM BLAKE JA#ESdN AND f INA BEA JAMESON, TRl1ST�ES 74 TkiE �/ WiLLI�AM BEJ�KE JAMESON AND 1NA BEA � JAMES4N REV4CABLE LiVIMG TRUST / VDI.UME 12385, PAGE 194t � D.R.'F.C.T. RIGHT—OF—WAY AO p�pp05E� /jib RIGH7�OF—YVAY � A���'`ro �`5�-�I Sp, �� �9 �a�cy C, �� �� OF � .�9J 9O ��P �� � w\ �v~ �1 e�`�P�`e�-�G� ����O�p'hho,y. 0 �� �Si .` ,�o �J �G� � D• � ���� �.�- , 0 . �, __ _ s /' ° Y6ilE i..; t' .�. �. . . - '-' �. - � � � �l�,.b.LdlJl � 99� 99 0.454 ACRES (8Y DEED) cr� o� FaRr wa�rH OLl1ME 14976, PAGE 16 � O.R.T.C,i. LOT 12 � BLDCK 4 iOST C1tEEK R4NCH iYEST CABINET A, SLIDE 6476 P.R.T.C.T. � FN6 5/8"IR W/CAH "OUNAWAY & ASSOC" GQN7kOL MO�EUMEMT) 9,505 ACRES (BY DEEIJ) CITY OF FORT WORTFE VOLUME 14456, PAGE 7Q D.R.T.C.T. REMAINRER OF 30 ACRES (8Y D�Ep) SECOND TRACT WILLIAM BUhKE JAlu1�50N ANQ INA BEA JRF�ESqN, TR135TEES TO THE WlLi.lAiu1 6LAKE JA3�AESON AND iNA 8EA JAMES4N REVOCABLE LiVING TRUS7 VOLUME 12365, PAGE 1341 �.R.T.C.T. . � i ♦ / � i / / /� i / i � � � � w 0 0 M b O Z Z. D, DAVIS SURVEY �, ABSTRACT Na. 1888 � O� OaG� / i i / / i i � i i � i i � i �� � 4� Q � G �0�� �, �Gw �Qp�'� -t qtZQG�,��i Q�y1��O � � p°�ry,��i � a4,`� o� O`�'.�, G' ��o �o•.�, ¢�°P� Q?-. o� _w� o• t�orEs: i. A I�GAL DESCRIPTION DF EVEN DATE ACCOMPANIES THIS PU1T. 2. ALL BEARiN63 AND COOR�fi�WTES ARE RE�ER�NCED 'i0 TH� TEXAS COOF2L71NATE SYS7EM, NAL7-83, TH� NQRTH CENT#tAL TONE 4242, AI.L DISTANCES ANC1 AREAS SH�WiJ AR� SURFAC�. 3. ALI. ROW MARK�RS ARE 5/B" fRON RODS �NITH BLl1E CAP STAMPED "GQftRONDONA & ASSOG, FT. WORTH, TX" SET UNL�SS N4�d OTHERWI5E. � ��� 1E�A?'CH LINE "B" 50 25 0 50 � SCAL� I N F�ET �� �� � � �� �� � ��� 10Q� 7HROCKMORTON STi2EE7 • FORF WORTH, TEXRS 7&i02 EXHI6ff A HOWlNG PERMANENT DRAINAGE EAS�MEI�T OU7 OF R 2.oa ACR� 'FRACT OF LAND SlTUATED 1�) THE Z. D. bAVIS SURVEY, ABSTRAGT N0. 9 888 CIN O�' FORT WORTH, TRRRANT COUNTY, TEXAS ns REco�nE� iN VOLUM� 12�85 PAGE i945 pEED RECOFiE7S Q�' 1"ARf�ANT COU�ITY, TEXAS 1 DI 705.00 REMAINDEit OF 10 ACRES (BY OEED) SECON� TRACT WIL[.IA#� BLAICE JAMESON AND INA BE'A JAMESON, TRUSTEES TO THE 1HEl.UAM 6LAKE JAMIESON ANQ iNA BEA JAM�SpN fiEV4CASlE LIVBJG iRUST VOI.UM� 12385, PAGE 1941 O.R.i.C.T. / i / / / i / / / f JLC � l � �ra�� � _ IS SMIl'H ERED PR(?FESSlONAL UW� 5UF __- k ASSOCIATES, IPlC, • 752h JRGK NEWfLL BOUE.EVARR SdIiTH FORT WORTH, TX. 76198 • 817-496-9424 FN( 8- 96--_ �'X�IBI T "..� " NOTES: �. A LEGAL DESCRiPT10N QF ENEN DATE ACC4MPANIES TMIS i'UIT. 2. AtL BEARINGS RND COORUiNATES ARE R�F'ERENCEO TO TH� TE]fA5 GOOR�INfkTE SYSTEM, NAD-83, 7HE Noft�H cEN7RAL zONE 4202, Al.i. D�sTAt�cEs ANp AREAS SHOWN ARE SURFACE. 3. ALL R01N MARiC�RS ARE 5/8" IRON ROAS W1TH B�.UE CRP STAlAPED "GOftftONUONA de ASfiOC. Ft. WORTH, 77(" SET UNLE55 NOi�U 07HERV,�ISE. �� ���� �� �� � � �� �� �� ��� tOD4 THROCKMORTON STRE�' • F[3RT WqRTH, TEX,qS 7S1Q2 D(HiBff SHOINiNG A PERMANEIJT DRAIt�AG� �A5EMEIVT OUT OF R 2.00 ACRE TfZAC7 OF' LAND 5CNATEO IN 7H� Z. D. DAV[S SiJRVEY, ABSTR,4CT N0, 168� GITY oF FaRT WoRTH, TARRANT c0E1N1Y, TEXAS A5 RECOR�ED iN VOLIiME 123�5 PAGE 1945 D�ED RECORDS OF iA{�f�ANT COUNTY, TEXAS �I7i0 BY: CAD FiLE: 9 � j��, ' CU. RTIS��#,�I�I�I�I 1,� .....r. .,._•549 a _ y�w { r� _ {#� �'�' �^� - ; . ' �y — uR"i'IS sMITH • 752�6 JACK NfYYELL BOULEVARD 50[!TH FORT YlORTH, TX. 78i 18 + rnn�.c� i oE PART 2 SUBJ�CT TRACT & RCQUISIilON LOCA�"IqN PROJ�CT 1�AME: WESTPORT PARI{WAY FROM Ii,�LLER HASLET ROAD TO ALTA VISTA R4AD PARCEL No. 1 TCE PART 1 CITY PROJ�CT Na.10�019 34�5 �ELLER HASLET ROAD, I'ORT WORTH, T�XAS Z. D. DAVIS SURVEY, ABSTRACT 1�Io.1�S8 EXHTBIT "A" Being a temporaiy construction easement situated in the Z. D. D�vis Suxvey, Absf�•aci Na I$88, City of Fort Woxth, Tai�an� Co�nty, 'T'exas; said tempora�y cnnst�uction easement being a portion of a 2,�0 t�•act of Iand (by c�eed) deeded to William Bla�ce ram�son and Ina Bea J�mesoa�, as T�•ustees af the William Bl�re Jamesan a�1d Tna Bea Janleson RevocaY�le Living Txust as recorded in Volume 12385, Page � 945 af the Deed Recards of Tai7ant County', T�xas, said temporary constructian eas�m�nt being more partieula�•ly described by rnetes a�1d bounds as follows: COMIY��NCII�TG at 5/8 inch i��on rod wifih cap st�nped "DUNAWAY & ASSOC." {Controllz�xg Monument (CM)} found for an interior ell co�•ner in the east line of said 2.OQ ac�e iract of Iand, said 5/8 inch iron ro�. with cap stamp�d "DUNAWAY & ASSOC." being ar� �xteriar eIl cot�er in the west lix�e a� a 27.924 acre tract of l�nd (by deed) deedeci to th� Cathoiic Diocese of Fort Wai-th as recorded in County Clerk's File No. D20438025i of said Deed Reco�•ds of Ta��ant County, Texas, fiom which a J./2 inch iron �•od (CM} found far an exte�•io�' ell corner in the east line af said 2.00 ac�•e tract of land bears South 89 degxees SO mit�ute� 14 seeonds East, a distance of 92.85 £eet, said 1/2 inch i�on roel being an interzo� �Il corner in 1:he west �ine of sai.d 27.924 ac�•� fit•ac� of 1and; THENCE North 0� degrees 30 minutes OS seconds V�est, wiih the east line oC said 2.�4 acre tract of la�.d ancl with the west line of said 27.924 acze �tact of lancl, a cfistance of 9.65 feet io the POINT 0�+' BEGIi�iII�iG of the herein descx•ibed femparaiy construction easement; THENCE Sa�th 43 degrees 35 rr�inutes OS seconds West, a distance of 155.72 feet to a point far corner; THENCE South 02 degrees SO �ninutes S 1 seconds East, a dis#ance c�f 16.96 faet to a point for the beginning of a non-tangent c�.�rve to the left having a radius of 327.Q0 feet, a central angle of 24 de�cees 3S �ninutes 07 seconds and whose cho�d bears Sout�a 65 ci�;grces 39 minutes 28 secQnds �ast, a distance of 139.2�L feet; TH�l�TCE witl� said non-tangent curve ta ihe left, an arc Iength of 140.31 feet to a point for the not•ihwest car•iler of a proposed pe��nanent draina�e easem��lt; Lxhibit A Page � of 3 THENC� Soutkx � 2 degzees 02 minutes 59 seconds 'VV'est, witk� the west Iine af said p�nposed p�rn�anent drainage easeme��t, a disiance of '7.Q(l teef to a point foi• corner in the �ra�osed sout�eastei:ly righi�af way line c�� Westport Parlcway, said pnint being the souihwest corner ofsaid p�apased pe�in:ancnt cirainage easement, said paint also being �li� begiuui�ig o�` a non�tangent ctarve to the right havin� a radius of 334.00 feet, a eent�ai a�gle of 26 degrees �0 rr�inutes 45 seconds a:nd w�ose ehord b�ar•s Nai�th 64 degrees 4I �nin�ites 39 seconds V�est, a distance of 153.1 � feet; THE�T�E wit� said non tangent curve to the �•ight and with the p��o�osed southeasfe�Iy f�ight-�f way Iine of said Westpart Parlcway, an a�•c leng�h a� 1 S�.SS �eet t� a ItOVa' mark�r set for eozner; THENCE No�fh 02 de�rees S� nuz�utes SI secands �47est, with the prc�po�ed sou�.heastezly z�ght- r�i'vs��ry lin� o�sa�d VIT�st�o�'i: Pa�lcway, a elistance of 34.46 fee# fio a ROW mark�r se� foz the beginning of a non-tangent eurve to ��e left hav�ng a raciius r�f 606.84 feet, a centi�al angle o�' 40 degxees I9 rrnir�utes 38 seeonds and whnse c�ord bears No��th �3 degt�ees 38 min���es 22 secnnds East, a distance of 3.47 feei; THEl�C� wzth said t�c�n-tang�nt curv� ta ihe Ieft and with the p�aposed southeasterly rigl�i-of way line Qf saiel 'Vt��sipoi-t Pax�lc�vay, an axc Iength o� 3.�'7 �e�t to a RO�V' marker set fox� coi�ner; THE�TCE l�orth 4� degtees 35 minutes Q5 seconds East, wi�h the p�oposed southe�stex•ly ��xght- o� wa�+ line nf said W�stpoi�t Parlcway, a distanee pf 129,2� feet �o a point for tl�:e wesi cQ�ne� oi a proposed pe�7na.nent di�ainage easem�nt; TH�IVC� Sauth �6 degrees 32 minLites 09 secands �as1:, with the �outhwe�t liz�e o� said p�aposed permanent dzainage �asement, a clistanee a�' �S.OD �eet fio a p�int fnr Lhe south cai�ez nf said pi•opo�ed pernlan�nt drainag� easerrient; '�'HENCE North 43 degrees 35 minutes OS seconds Easi, wifih th.e sautheast line of said propQsed �erma�ent drainage easement, a distance of �5,00 ��et to a point fo�• tlae east �orner Q�' said pxapos�d p�r�an���t diainage ease�nent; TA�NCE Nc�rih 46 minutes 32 min��tes 09 seeonds West, wit� ihe no��theast lin� of said p��posed p�rmanent d��ina�e easement, �. dfstance of 15.00 feei: to a point for the riflT�l1 COl�ner oi said pxapos�d permanent c�ainage easement, said poi��t being in tl�e proposed soz��laeasierly x'xglxt-of way line of said '4Vesiport Paz•kway; Exhibit A Page 2 of 3 TIi�NCE Not•t�� 43 deg�•ces 35 ininuies D5 seconds East, with the proposed sautheasterly right- of way lina of said V4�estport �'arlcway, a di�tanee of 2'1.85 feei to a ROW mazIcer set fo�• tbe intersection of the proposed southeasterly zight-of way �ine of said Westport Parlcw�q with the east line of saiel 2.00 ac�e tract qf land, said ROW tnari�er being the nlost noi�the��ly no�•fhwesf cn�n�r of said 27.924 acre tract of Iand, said ROV� ina�lcer bein� the most southeriy cai�er af Westpart Parlcvvay (a 110' i•ight-of-way) as reca�•ded i3i Cabinet B, Slide 3502 of the Plat Reco�•ds of Tazx•ant County, Texas, from which a 5/8 inch iron x•od with cap stamped "DUNAWAY & ASSOC." (CM} foL�nd for the east corner af Lot 12, Block 4 of Lost Creelc Ranch West, an additian ta �he City of Fort Wortl�, Tarrant County, Texas as recaz�ded in Cabinet .F1, Slidc �476 of said Plat Reca�•ds o� Tart•a�tlt Counry, Texas beazs Nox-th 0� degrees 3{} minutes 08 seconds West, a distance of 675.35 fee�, said 5/8 ineh iron �od with cap stamped "DUNI�V�AY & ASSOC." being in the east line of a 10 acre iract of Iand (by deed) being fiirther described as Secoz�d Tzact and being deeded fio �Vi]Iiam Blalce Jameson a�d ���a Bea �arneson, Trustees o£ the Williain Blalce Jamason and Ina Sea Jameson Revaeabl� Living Trust as recorded in Voiume 12385, Page 1941, of said Deed Records of Tar�ant County, Texas, said Sl8 inch iroa� �•od vvitl� cap starnpec� "DLJNA�VAY & A�SOC." being in the west Iine of a 9.5�5 acre tract of land {by deed) deeded ta the Ciiy a#'Fo�t Worth as �•ecorded in Voluine 14458, Page la of said Deed Records of Tai�ant Couniy, Texas, �aid 5/8 inch iron rod with cap stam�eci DUNAi�AY & ASSOC." also being tlie southeast corne�• o�a 0.454 acxe t�acf a�la�d {by deed} deeded to the City of �'ort Woz�h as recorded in Valume 14�76, Page I83 of said Deed Recai•ds af Ta.rrant Co��nty, Texas TH�1�1`C� �oLzth 00 degrees 3Q minutes 4$ seconds F_,ast, with the east Iine of said 2.0� acx•e tract of Iand and with the west li��e of said 27.92� ac�e tract of land, a distance of 33.06 feet to ihe POINT OF BEGIl�1�TIl�G and co�taining 4,951 sqtta�e feet ar 0.114 acres of land, �nore t�z less. l�Totes: �) A plat of even suj•vey daie accotnpanies this legal descriptzon. 2} All beat�ings and caordinates are reFerenced fo thc Texas Caordir�ate System, N�iD-83, Tl�� North Central Zone 4202. �il distances ai�d areas shawn are si.u•face. 3) A11 ROW M�u-lcers az•e S/8 inch ix•o�. xad set with cap starnpecl "GORRONDONA & �SSQC. FT, WORTH, TX." �u�less not�d otherwise. Dafie: May 16, 2Q 19 Cu��tis Smith Registerec� Pro�essional Land Surveyor No. 5494 Texas Fi��rn No. 1�10{900 �� T �. � R ��" . �'-- '`' `'���...`�.. CURTI� SMITH .Y' ���p�5494�P��t2, L �. D . � � -. Exhibit A Fage 3 af 3 MATCH LINE „A" �X.���.II� ��I�'� WIs'S7'PDRT PAKWAY CABINET B, S'LIDE 3502 P.R. T. C. T, � � ?ROPOS£D .� ftIGFET—bF—WAY `��P�� `L h\ `CV 4� fi� �D �` G� Q �,�-` 4� ���� �,� 0 ., �� wOJ�� �,�'��...�:•:: ��oQ° FROPosE� � .:::�::._::_:;.;: �e- RicHr—oF—wnr 5ET ROVI MARKER SEf RON MARKER N 02�5Q�51 "iA►-�, 34.46' �.,-----"''� ............. SfT R01h MARKER PROPOSED PERMANENT f�RAINAGE ERSEM�NT EXISTING RIGHT—OF—WAY 00'30'Q8"W 675.35' t� P. 0. C. FNQ �/�"i� w/cn� 'bL1NAWAY&ASSOC" (CONTftOL MQNi1��t�T) �N� l/2"IR (CONTROL MONUM�NI) � 2.�� ACi��� ��� ����/ 27.924 ACRES ($Y DE�D} WILLIAM BIAK� �1AMESON AND CATHOLIC DI9CESE INA B�A JAINESON, TRUSTE�S TO TH� a� �. woRTta WiLI.lAM BIAK� JAMESQN AND � C F D R.i�C T 360251 INA BEA JAMESOiJ REVOCABL� LIVING TRUST VOLUNiE 123�5, PAG� 19A�5 D.R.T.C.i. S �2'gU'�1 "� 18.96' Z. D. DAVIS SURVEY ABSTRAGT No. 1888 —wnY C SEf ROW �I ..,..; MARKE _ � � ���;• J ��.� J .�� ;y s �MPQRARY CdN�i�UCiION E,4S�M�hiT ACQiJISI710N A�EA 4,951 SQ. FT. OF� 0.114 AC��S PROPOSED P�R�fANENT DRAlNAGE � E'ASEMENT --��� �` K�LLER HASLFT ROAD APPROXIMATE LOCA710N �F SURVEY LINE �---� �-� �--� �-�-�-_.- (UN�E tCATE4 R1G —OF—WAY) ND7�S: t. A L�GAL DESCRIP710N OF EVEN �ATE ACCOMPANIES THIS PUIT. 2. All. BEA3tiNGS ANb COORDI�iATES ARE REFER�NCED T4 THE TEXAS COORQINATE SYS�fEM, NAD--83, TNE NORTH CENiRAL ZQN� 4202, ALE. �fSTANCES ANU AR�AS SHOWN ARE SURFAC�. 3. Ati� ROW MARKERS ARE 5/B' IRON R0�5 WITH BLUE CAP STAi�1P�D �G4RRONOONA & ASSOC, FI'. WORTH, 7X" SfT UNLFSS iVOTED OTH�RWISE. 5D 25 0 50 SCALE IN FEEf O�T ��Ri �� �� � � �� � �� ��� �004 7hIROCKMORTDN STftEEf � FORT WORTH, 7�XAS 761a2 �xriEsrr A�owiNc 7EMPORARY CaN51'RUCTi�N FFlSEMENT aur o� n 2.00 RCRE 7FtACT OF IAND SITUA7E� IN 7H� Z. 0. DAVIS SURV�Y, AB.STRACT NO. 1888 ClTY 0�' FORT VVORTF�, TARRRNT C�UNTY, 7E'XA5 AS RECORI]ED !N VOLUME 123�5 PAGE 19A�5 D��R RECORDS 0�' TARF�ANT CflUN'fY, T�XAS 78, 20i9 I EXHIBff 9 PAG I�ONA de RS54C1A'fES, INC. • i52h JACK FORT �-�r �� 9 � . , Cl1RTIS SMII ' F2EGiST�RED PRi NO, 5494 • 837—h9B--1424 ,. � , , .a.,:.::.`. , , �#�TH �� � ��� � 817—�F98-1788 MATCH LTNE "�`3„ ����.�.�� � � � � � � o � � W ' o � � REMAINp�R OF � i0 AGRES (BY DEEO) � SEEOND TRACT /� tHELLIAM BLAKE JAMESON AN� INA BFA JAMESON, 3'RUSTEES TQ THE i WiLIiAM 9LAKE JA�tE50N AND INA BER � JAMES�N REVOCABLE LiVING TRLfST i� VOLUME 12385, PAGE 1941 , � D.R.T.C.T. � / --PROFOSED RIGHT-OF-NIAY �p Pft4P4SEd ��iO RIGHT-OF--WAY � p�p�s� O�'� � �Py� ��� °ti `o � : O `�9� 9a . �' aRo�as�o ,' R[GHT-OF-WAY / z.oa Ac��s {sY ���o) ,' WlLLIAM BI.AK� JAM�Sbi�1 i AND INA 8FA JAM�SON, �,' .y TRUSTEES i'0 THE � WILLIAM gLAKE JAMESON ,� _L� ,a��'i� ANF? II�fA B�A JAMESON ,� Q.,`C' p`� REVOCABLE LiVING TRilST � �- �`G� VOLUME 12385, PAG� 1945 Q R.R.T.C.T. Q,� �o'��' o ,.� 0 �� ,��' ��j , �O v Q�i 0¢ L� +n i� vi � � ro 0 d r-� 0 0 Z ��� 9s Z. D. DAVIS SLJRVEY ABSTRACT No. 1888 9.505 AGftES (BY bEED} Ci7Y OF FORT 1NORiM VOLUME 14458, PAGE 10 U.R.T.C.T. NQ"FES: 1. A LEGAL DESCRIPTIQN DF �11EN pAT� ACCOMPAiJI�S TMES Pl..AT. 2. Al..[. BEARINGS AND CppRD1NATES ARE R��RENC�D TO TM� 7EXAS COOR�Ii+fqTE SYSf'EM, EJAD-B3, TH£ NQR7FI CENTRAI. ZON� h2U2, ALI. DISTAtdGES ANE3 AREAS 5N4WN ARE SURfACE. 3, AtL R4W MARKERS ARE 5/S"IRON R065 Wf�H BLIJE CAP S'fAMPED "GORROND6NA dc A550C. ET. WOR'iH, TX" SE'i E1NI.ESS N07£D OTHERWfS�. Q� � �' �' o��P � �� � �� 'C��P�Q?- G. q ry,. QO� �G�,S���o �� �a y�o ��j � 0� � ���� LG / 27.924 ACRES (8Y �EED) CATHOIJC �IOCESE OF FT. WORTH C.0.F. ko. 02fl438025i O.R.T.C.T. \ ♦ MATCH LI1VE "A" 50 25 0 50 SCALE (N F��i" �I �� � � �� �� � ��� 1000 THROCK�AORTON STREEf • FORT WORTH, TE%AS 76162 EJfH18IT �5MOWfNG 1"EMPOFtARY CONS7RUCTIaN EA5EMENT aUT OF A 2.Q0 ACf�� iRACT OF iAND SiRiA7ED IN THE Z. D. f3AV15 SURV�1', ABSTRACl" N0. � 888 CI7Y OF F'OFtT WafiTH, iARRANi COUNIY, 7EXAS AS REC4RbED I1V V4LUME 12385 PAGE 1945 D�ED R�CQRDS OF TARf�ANT COEJNTY, TEXAS No. HALF1765.00 DRAWN BY: JLI :: MAY 18, 2D1S IXN]€3�' B PAG GORRONROMA k ASSOCIRTE'S, INC. • 7524 JACK CAD FILE: PARCELi SOUi}! FORT WQRTH. 1X. f �,, �, :��G���l�i�a7'_� � �, �...r...v. wt. ,,' ,�,.,�...SMIT y ��.�.. 4 ',y _ , _ �. ''�� , �� , f , ,. �. PROFESSIONAL LAi+1D 3URV�1fQft B • El�. l.L �JJ � l f 9� 9! 0,4Sq ACRES (BY DE�p) CiTY OF FORT WORTH OLUME i4976, PAG� 18; � D_R.T.C.T. LOi' 9 2 _ BLOCK 4 LOST CRETsH RANCH WE5'T C.�.�BINET A, SLIDE 6476 P.R.T.C.T. ♦ Z. D. DAViS SURV�Y A�STRACT No. 1888 FNn 5�8"IR W/CAP "ouNnwaY & nssoc�� ;CQNTROL k10NUM�NT) 9.505 ACRES (BY REEP) Clil' OF FORT 1M1IQRTH VOLUME i4458, PAG� 10 D.R.7.C.T. REMAINDER OF 3R ACf2�S (SY DEEbj SECON� TftAC7 WILLIAM 6LAKE JA#�S4N ANp INA 6EA JAhA£SON, TRUSTEES TO 7HE WILLIAM BLAK� JA�IES4N ANE3 1hfA BEA JAMESON REVOCAE3l.E ��vr�c 7Rusr vo�u�� tz�ss PAG� i9�F'� D.R.T.C.F. M vi � m 0 � a z / i ! i ! / P� ��� 4Q ���� �� ��,4, '`� � t,k. �4-Q �� Q �� �P��' � ��.L CP� �o,^ G �'tt' �v��,t-' P "J �W'�ro°} � ' 0 ��sti �tr,�'��v � a��` p�C q�3'�. � � O �,. �����.� O`' ���,��op� q�,t �' ���, °' � ��G��a���� � __ MATCl� �INE ��B �, NO7ES: 1. A LEGAL R�SGRiPTl41� OF EVEN �ATE ACCOMPAPlIES THIS PLAT. 2. Ati BEkRINGS ANR C(1QRDINATES AR� RE�RENCEQ TO THE 7EXAS GOORDIi�lA7E �Q `,Z�j a �jQ �WN�AR£pSURFA E� �Q�� CENTRAL ZQNE 42U2, ALL �ESTANCES AND AREAS � 3. Ai.l. i20W MARKER3 ARE 5/B" lRON RODS W�TH BLUE CAP SiRMPED "GORRONDONA . a� nssoc. �r. woR-r�, nc" SEf 11NLES5 NOTED OTHERWiSr. � SCALE IN FEET' �� � ��-i�,� �� �`y � � 1�� �� �o t��t� i000 7HROCKMORT4N SFREET • FORT WORTH, TEXAS 76102 E�(H1BR �SHOY�lING �EMPOEtARY CaNS�'RUCTIOiJ EASEMENT O�if' OF A 2.{IO ACR� �RACT QF I.AND 5lTUATED IN TH� Z. D, 17AV15 S1JRV�`(, ABSTRACT N0, 1888 C17Y 0�' F'ORl" WORTH, TARRAE�T COUN7Y, TEXAS AS R�CORp�� 1N R�Ep R�CORDS� aF TARE�ANTGCOUN7Y, 7EXAS fZyL�'I:SIi REMAIN�ER OF 10 ACRES (@Y DEED} SECONQ TRACT YVILLIAM SLAKE JAMESON AN6 INA BEA JAMESON, TRUSTEES i0 7N� N1ILEIA}A 8lAKE JAMESON ANQ INA BEq JAMESQ�i ftEVOCABLE LIVlNG TRiJST VOLUiuI� 12J85 PAGE 19�Fi i� � D.R.T.C.T. �� Z � � �i o � w � a �/ rcE-r�r� .owc - r � ' S55.+ ' . ' ' ' 4� � i � _ � � .'�, ` PR�FE55[QNAL I,AN6 \ � WORTN, TX. 76118 • 817-496-1424 FAX 8 E��.�13I T "�g ,� NOTES: 1. A LEGAL D�SCRIPTION 4fi kllEN DAT� ACC4�APAN�ES 7HIS PLAT. 2. pLL BEARING5 AN� COQRDINATE3 RR� R�F�R�NC�� 70 7H£ TElU1S C�ORDtNA7� SYSTEM, MAll-83, TH� NDRTFt CEiVT'RAL ZQNE 42�2, ALL �ISTANCE5 AND ARE'AS SMOWiV AR� 3UftFAC�. 3. ALL ROW IuIARKERS ARE 5�8" IRON R0�5 WITN BI.U� CAp STkMP�f1 "GpftROND4NA & ASSOC. FT. WORTH, 7'X SE{' tJNI.ESS IVp7�D QIHERNI4SE. �� ���� �°� ��r � � 1� ��� '�f��°�� 10UD THRDCKIhORTON STREET •�ORT IYORTH, TEXAS 76102 exMis�r A rtnwiNc TENfF'Oi2ARY CONSTRUCiION EASEMENT our o� � 2.00 ACfi� iR4CT 0�' LANb SIiUA7ED fN 7HE Z. D. DAVIS 5iJRVEY, AEiSiRAC7 N0. 1888 CI7Y OF FdR7 WORTN, TAIRRANT GOUNTY, TEXAS A5 RECOF2DE0 I�f VOLUM� 12385 PAG� 9845 �EED RECDRDS OF TAF2F�AN'F CQUNTY, T�XAS JOB No. MALF17A5.00 4 �i .r` a :'��'�� � : .. r �CU(�i� _ .�..�,,w . ,�� "!S SMITH fERE� PROF£SSIONAL EAND SLlR� [�MYL•=1J_�N:��`li'� Fi��:5�1�1 � �r{_l:l �i.l{If�1: ��fl:�s'll �1:�1: ��:�Iif\f:�] TCf vPART 1 SUBJ�CT TRAC7 & ACQUISiTION LOCATlON PIZOJLC'I' I�IAME: V��STP4RT PART�WAY FROi� I�LLER HASL�T ROAD TO ALTA VISTA ROAD PARC�L l�to. 1 TCE PART 2 CITY PROJECT No.1D1019 3349 T�LLER HASI.�T ROAD, FORT WORTH, TEXAS Z. D. DAVI� SURVEY, AB�TRACT Na. 1888 �X��IBTT c�A�� Seing a temporary constz�uctian easem�nt situated in the Z. D. Da�is �Sitt�vey, Abstract No. 188$, City of Foi-� Wo�•t�, Tar�•ant County, Texas, said temporary construction ease�nent being a pa�•tion of a zemai�der df a 10 acre tract of land (by deed) fiu�Gher described as Second T��act deeded to William Sla%e �ameson and Ina Bea Jameson, as Trustees of the Willxam B1ake ��r�.eson and Ina Bea Jamesan Revacab�c Living Trus1: as recortled in Volume 12385, Page 1941 of t��e Deed Reeo�•d� o�Ta��ant Cottnty, Texas, said tempo�alry con:struotion easement also being a portian a�' a re;nainde�' of a 30 acre t��act of land (by deed) fi�i�ther described as First Tracfi deed�d to William B1alce Jameson and Ina Bea Jarneson, as Trustees of tIie William Blalce Jarneson and Ina Bea Jameson Revocable Living Trust as recorded in Vaiume 12385, Page 1941 of said Deed R.ecords of Tarranfi Caunty, Te�as, said tempora�y construction easen�ent being more pat�ticularly described by m�tes and bo�inds as follQws: COl�ill�El�1'�I�iTG at 5/8 ir�eh i��an rod with cap stainped "DUNAWAY & AS�OC." (Controlling Mon�ament {CM)) fourzd fo�' an �xterior ell co��ez• in the west line of a 27.924 acre trac# o� lar�d (by deed) deeded to the Catholic Diocese of Fa:�l W�rth as recorded in County C1e�•k's Fil� No. D2p438025I of said Deed Reco�ds of Taz�•ant Cour�ty, Texas, said 5/8 inch iron rod with cap stampec� "DUN�AWAY & A,SSOC." being an interior ell coz�ex in t��� east line of a 2.00 acre tract of Iand {by dced} d�eded to William Blalce Ja�nesa�i at�d Ina Bea J�tneson, as Trustees of the William Blake �ameson ar�d Ina Bea 3arr�eson Revocable Living Trust as �'ecorded in Volume 12385, Page 1945 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iroi� rod (CM} found for au interiar �li corner in the west Iine of said 27.924 acre tract o:E land bears Svuth 89 deg�ees 50 mirnites 14 seconds East, a distance of 92.85 feet, said 1/2 inch i�on i•od bei�g an �xterior �lI corner in the east lin� of said 2.40 acre t�•ac� af land; THENCE North 00 de�rees 30 n�inutes 08 seconds Wesf, with the west l�ne of said 27.92� acre tract of land and wilh the east line of said 2.00 acr� traei: of land passing at a distance of 42,71 feet, a ROW markei• set for tl�.e mast not�#herly no��ihwesi coi�er of said 2792� acre tract af land, saic� ROW marlcer being the most southerly corner of �Vestpoz�t Parlcway (a 110' ri�ht�af-way} as recorded in Cabinet B, Slide 3502 of �he Plat Reca�ds af Tartant County, Texas, said ROW nlarlte�• also being flle in�ersection af the propased southeasterly right-af way line of said �estport Paxkway wit� i�e east line af said 2.00 acre tract of land, passing at a distance �f 189.50 feet, a poizlt for the northeast corner of said 2.00 ac�e tract of ian.d, said point being i� the existing west right-of way line af said Wesipart Pa�kw�.y, said point also being in tlie east Iine of saic! 10 acre t�•act n� land, passi�.g at a distance of 200.81 feet, � ROW maticer set for the noi�hwest co��ler of said existing Westport Parlcway, said ROVtT niatl�ez being in tlZe east line of said XQ aere tiact of lanci, said ROW marlcer 6eing the so�ith cnrn�r of a 9.505 acre i�•act a� lanel(by eleed) deeciecl to the Cily af Fo�•t Wo��h as �ecot•dec� in Volume 14458, Page 14 of said D�ed Records of Tat�•ant County, Exhibit A�'age 1 of 3 Texas, said ROW inaxkex also being in the pt•opos�d northweste�•ly right-of way line o� said Westpo��t Pa��kway, in alI, a distance o� 21 �.9$ fe�t to a ROW marlcer set for the POII�T UF S�GYNI�YNG of the h.e��ein described tempozaz•y constructian easement, said ROW rna�•lce�• being in the easi line of said 14 acre t�•act of land, said ROW marker being in the vvest line o:f said 9,505 acre hact of land, said ROW marlcer also being the iniersecfiion a� the propnsed iloi�tliwesterly right-o� way Iine af said Westport Parkway witli the p��opased noi�iheast right-of-way ii�ie of Ponderasa Rai�ch Road; THENCE �o�th S$ degrees 30 minutes 3l secands West, with the p�•opased northeast right-of- way line of said Ponderosa Ranch Raad, a distance of A5.53 �eet to a ROW marlcer set far coiner; TI-I�NCE No�th �6 ciegrees 32 min�tes Q} s�eonds West, wi#h the pzoposecl zaortheasfi t•�ght-of way lin� of said 1'onderosa Raneh Road, a distanee of 317.1 S feet to a poi��t For the soufl� coi�ne�� of Lot 1 S, Blocic 4 af Lost Cz•eel� Ranch Wes�, an addition to the City of Toit Wo��h, Tai�ant County, Texas as xecnrde�l in Cabinet �1, �lide b476 of saic� Plat 1Zeco�ds of Ta�rant Ca�t�iy, Texas, said poini �eing an east cornex• of the e�isting :righi-af way line aC sazd Poi�derosa Ranch Road {50' right�of way) as recorde�i in Cabinet �L, Slide 6476 of said Plat Reco�•rls of Tan'ant County, T�xas, fi•om which a 518 inch iron rod vvith cap sta�nped "DUNAWAY & ASSOC." found fo�• �•e�e�•ence beat•s South 6� degr�es 49 miuut�s 49 seconds Wesi, a distance of 0.63 �eet; THEl�CE Noi-th 43 degiees 35 minutes 501 seeonds East, with the southeast Iir�e of said Loi 18, a distance of I5,00 feet to a paint for coz•ner; THEI�TCE Souih 46 c�egrees 32 mir�utes Q9 secflnds East, a c�istanee of 31�.99 feet to a point �o� coi nel; THE�[CE Noi�th 88 ciegr�es 30 �ninutes 31 seeonds East, a distaX�ce af 35.49 f�et to a point for coi:ner in the east line of said 1 Q acxe fa�act o� tand, said point beiug in tl�e vvest Iine of said 9.SOS ac�•e t��act of la�1d, fra�n vvhich a 51$ incl� iron rod witl� cap stamped "DUN�VLT�Y & ASSOC." (CM) found for the east coriicr o�Lot 12, Blnck 4 nf said Lc�st C�•�el� Ranch West bears Nai�h 00 degrees 3Q mir�utcs 08 seconds West, a distance of 493.08 feet, sazc� S/8 i��ch iron rod vvith cap sta�nped "DITNAWAY & ASSOC." bezng zn the east lii�e af said 10 acre tract of land, said 5/8 inch izon �ad wit� cap stamped "DUNAW�IY & ASS�C." 6eing in th�e west line o� said 9.505 acre i�act oi' �anc�, said 5/8 inch iron rocl with cap �lauiped "DL7NA�V�1Y & 1-1SSOC." also bein� the southeast cozne�• o� a �.454 acre tj'act of Iand (by deed) deec�ed ta the Ciiy of Fort Wa�•th as �•eca�•ded in Vnlurne 14976, Page 1$3 of said Deec�. Reco��cis of Tarrant County, Texas; TH�NCL South 00 degrees 30 min�.ites 08 seconds East, with the �ast line of said � 0 acre tract of lai�ct and wrth the west line o� said 9.505 ac��e tract of land, a distance oF 10.00 �ee� ta tlie POIl�iT OT I3EGINNIIvtG and containing 5,17� sc�uare feel o�• Q.I19 ac�es o�' land, mo�•e a� less. Exhibit A Page 2 of 3 Notes: 1) A plat a� e�ren sur�ey daie accoinpaz�ies this legal d�scri��tioi�. 2) At1 bearings and coo�dinaies are referenced to th� Texas Coordinate Systerr�, NAD�83, The No��t1� Centt•aI Zon�; 4202. AIl distances and areas shot�vn a�e sux•face. 3) All R0�7V Markers arc S/8 inch ia•on rad set with cap �tatnped "GORRONDONA & ASS4C. I'T. WORTH, TX." unl�ss noted otl�e�•wise. Date: May 16, 2019 .�f� � _, Cui-�is Smith Registered Professional Land Surveyor No. 5494 Texas Firnr� No. 10106900 - �-. � �� �� � �. �P��Gs ���-�,�;�-�-� � � �� ui Gi�RTi� �MITF� c� C" � � 5�94 �.+a �' .��,�'�,�?�-? ��� �o ��o � � Dr.,i�v E�hibit h1 Page 3 o�f 3 MATCH �I.1V:E "A " -- 160.U' EASE�lEl+if AND - �icHr-o�-wa�r TE7fA5 ELECTRIC SfRVICE CO�1PAi+lY Vp1.U�€E &965, PAGE 1U33 NOW OWNED BY 6NCOR �I.ECTRIC QELIVERY Cp�APANY LLC AS PEfi AFFI[IAViF .�'X.�I.IBI �' ,'.$ 9, � P-1 ��� ti4 i qF �1hME GFlANGE �;� � tNS7RllMEN7 N0. ��~ p2�93279i9 4.P.12:f.C.7. b�' � �P-li QQ`OQ �, ,Qr�i � � ��� e¢ �� �,q� PfiOPOSED— ��Q ���� RIGHT-OF-WAY V , � O�� �e �L¢ m m d� � ro 0 0 M 0 0 z n � Q�� .�� �Q� P �P�`,�"�G � ��o� ory e' �c; �� � `���„�h �\�G Q�- 4 �p �` `� �b' `G��� SEf ROW MARKER 27.924 ACRES (�Y �EED) CATHOLIC UiOGES� OF FF, WORTN G,GF. No. D2QA�6025t D.R.T.C.T. S 89'"a0�14°E 92.85' P. 0. C. �r�n 5/s"IR W/CAP "�lUNA4VAY&ASSOC" 0 �� oZ J� 0 a� �o o�- «p � 2,Q0 ACftES {8Y DEE�) N11L1.IAM Bi.AKE JA�AESON AN� �--PRpFOSED 1NA BEA JAMESQN, TRUSTEES i0 THE RIGHT--OF--i�YAY WILI.IAM BLAKE JA�AESON AN� IMA BEA �3AMESON R�l/OCABLE LiVIMG TRUST VtlLUME i2385, PAGE 1945 0.�.7.c.r. Z. D. DAV1S SURV�Y ABST�:ACT No. � 88� NO7ES: i. A I.EGAL pESCRIPTION 0�' EVEN DAT� RCCOMPANIES Tkt15 PLAT. 2. ALL BEARINGS ANa COORUINATES AR� REF�R�NCED TO THE TEXAS COORpINAT� SYSTfiNl, �iAE}-83, THE NORTW CENTRAL ZONE 4202, ALL DISTAE�iCES AND AREAS ShEOWN AR� 5�3RFACE. 3. ALL R01N MARKERS AiiE 5/8'° tRON itODS W1TH B�UE CAP STAMPER "GORROi��ONA & ASSOC, �f. WORTH, TX" SEi UNI.�SS NOTED OTHERWiSE. �� ���� FND 1/2"!R (CONTROL MQNUM�iJ7) 50 2� o �o „� SCALE IN F£ET � �� �� � � �� �� �� ��� 1000 TNRQCICMORTON STREET • FORT WORTH, TEXRS 76102 EXHIBff A HOWING TENiPOftARY COiVSTRUCTl01� �ASEMENT OUT OF A REMAIN�ER Of' A 1a ACRE TRACT oF LANn AND A�0 ACRE TRACT OF LANI� 5ffUATED IN THE Z. D, �AVIS SURIIEY, ABSiRAC7 N4. 1�88 CITY DF FORT 1NOFi�'H, TARRANT COUN7Y, TEXAS AS RECORiJ�D !N VOLUM� 12385 PAGE 1941 i]EED RECORDS OF TARf�ANT COUiVTY, T�XAS JO8 No, HALF7705d1� I._DRAWN BY: J�.G DATE: MAY 38. 2018 DfWIBIT B PAGE • 7524 JACK NEWELL r _ '� r . �" Q`-�'G ,'�' .4r�N��.�h,.. "" " r` �i � ,l ..; . . . � � � , Na. 10iQ39 � � F 9 RCRES ��{�TIS Si�11TM � TGE-PT2.DWG ft�GIS7EREq PRD�'ESSIONAL LAND SURYEY ____ N0. 549�F TDfAS FiRM__No. 101089 fX. 78119 • Si7-438-142h FAX 817-4SB-i768 .E�"�I�I T "� g, „C„ ��� �� y ,��`� ::�.., -PROPOSEO RlGkff-OF--WAY REMAlNDER OF 3�} ACRES BY q��D} �insr ��cT ,• wi���a�t �u�KE JAME50N RND [NA BE4 JAME50N, TRUST��S TO 7HE wi��i,a� Bu�K� JAME50N AND [NA B JRMESON R�1/OCABi.E LIVING TRUST VOLUME i2385, 1i' PAGE 1.94-7 . D.R.7.C.T. �— ,� +� � � �, z � a � � �i� o � i' R�MNNDER OF � �� 10 A� (gY I�}) �' SEOONQ TR,�f � �' 1MtLWuI BIAI� �1u�Ot�1 ANR o �/� Il�t 8EA �Pd4�90N, TR� T4 'iFIE o � WiWAM BLAK£ a�lu�9(��1 M!D IN�A BEA � /� �� �� {.�i�'i �� Z � V�1t�+E 12385, PA�;E 1 J41 ��. Q.RT.C.T. r.o "'p i` ::;:::'�°� CANSTRUC1"�oN p,o �/ :��:�i::��'? EASEMENfT AREA � os�p d�� ��".. .;::;�::•::::��s�� 5,17�• SQ. k� �/ �,� p� �L��`��;:::::::;::� �, OR 0.119 ACRE: -��o ,9 �'•..,;.:�::::::���;.fy � !F� 9,9 `�'�,"o � .;::::::;:?::'�; ��q . °'3� �'y �� �'�� �:::::;::�� `��cy�,�'�p9 �}����::;::�::::;; � `�LO .�5�: � �� ��oposfo RiGHT-6F—WAY s�r ftov MARKER 2,pq ACR�S (8Y DEED} WIL�IAM BLAfC� JAMESON AND E�iA BEA JIIM�SQN, TRi]ST£ES TO THE WlUJAM BIAKE JAM£SON AN� INA BEA JAMES4N REVOCABI.� �41/iI�G TftUST VQLUME 723Ei5, AAGE 1945 o. �.r.c.r. �Z, D. DAVIS SIiRV�Y AB\ACi No. 9 888 s.sas ACREs (BY DEED} EfTY OF FDRT WORTH VOLUME 14458, pAG� i0 �.A,T.C.T. � y�P� � o@' P•� ��,��Q�h� y� O J �v�v� � C��v ���QP� �{ G�t�eG�� w� �G y�'h• c,• q -l� 'L h�G�i��� � �a�' � t�OA� o C�'� ���v o O�oo qG.�. ^���jo G� aP��,�.�. �,�y RaJ��'OQ . �aGo�Q4g-�a- ��P� �� � � 14.17' 19.31 � / �' � 4 � // M � ,� � oN n Z � TC.H LINE "A" NQT�S: 1. A LEGAL DESCRIPTION OF EVEN €TATE ACC�i�PANIE5 THIS PLAT. 2. Al.l. BEARINGS A�J6 COOftDlNATES ARE R�F'�RENCEO TO FHE T�XAS CQORRI�ATE SYST�M, NA11-83, THE NOftTH CENTI2AL TONE 4202, All DISfANCES ANp AREAS SMAWN ARE SURFACE. 3. ALL ROW iuiARKER5 ARE 5/8" tRON ROUS WITN BLllE CAP STAMPE� "GORRON�ONA 8t ASSOC. FC. WORTH, TX" SET UNLESS NO7EU QTHERWISE. , Q�� ���� 50 2� 0 50 � SCAL� I N FEEf /� � �� P, O.B. � �� SET ROW �Q`,C�P Q�,�G MARKER �� �/ ���Y h ��O �\� D� ,�O y� �� � �� � ��� � � `� ��� �� \ �� �� � � �� f '�' �� /"��`�1 1000 THROCKMORTON STREET • FbRT Wai�'!'H, T�XAS 78102 EXNIBFf SHOWiNG A T�MPORARY CONSTRUCTION EASEM�NT OUT OF A RE1rfAINDER OF A 10 RCRE TRACT 0�' LAND ANE3 A 30 ACftE TRACT �F LAiVD SiNA7ED IN TNE Z. �. DAVIS SURV�,Y, ABSTRACT NO. 18�8 CIIY OF FORT WQRTH, TARRANT COUNTY, i�XA5 A5 RECOREIED 1N VOLUM� 12385, PAGE 194i DEED RECORDS 0� 7ARRANT CQUNTY, TEXAS JLC e CAD NEWELL 90Ul.EVARQ SOUTF] , � .. � � . r: , . • � �. .- � ia n�,r�c� GUF2TIS SMiTH 1_TG�—PT2.DWG ��GISf£ftE� PRDF! � �'��I.�.�T' 9,� „ P� G�¢0���� �'� ��r}�� c 4 �fi � �� • �� ��G P���' `�� O� `�p `�c�, QQ-' `��Q- A �� �� O� O ��,� �s�R�s� ��'s�j�c �L�''Pi�,'y� ,�-9 ,p�c � 9 �°�` �G� ��1 s(o �� /S, ,s��� T ��� �e�� RO a �'��.c.. 's 90 I�QT 1 \ �Locx � LOS7` CREEIC RANCH WEST CABINE 3` A, szmr s�7s ♦ P.R.7'.C.7'.,. �.QT 2 �, ���P. ,�hp��` e c�' LOT 3 � � � /�`/ ,c��',�`° LOT 97 ,'� �, p. DAVIS SURV�Y �` ABSTRACT No. 1888 ��` REMAIND�R O� ,� 30 ACRES (BY 13EED) �«sr �r�,e� WiLLfAM BLAK� JAMESON AN� lidA BEA JAM�SO�V, TRUS7EES iD THE WILL{AM BLAKE JAHI�SON AND INA BEA JAM�501� �t�VOCABLE LiVli�G TRUST VOLUME 12385, f'AGE 'E941 S, D.R.T.C.T. �6. � ��O ::�� �V� R�cH7'-oF--wAY , : ;�, ,o �t+;::;.;: ;:�;� 3r� r.o � g�`�� �:::�► �p,o �Q �:t;... ::��49`�' °s�,o �,p �'O�".''.';:._._•.'.� ��0�,9 � �'';_;:::::::=:`:;': /� a�MAINDEft OF l�fy��/� ���....•y � 30 ACRES {BY DEED) �� �'y • FIRST TRACT �'�� 'P WILLIAM BLAKE JAMfESON AND �'• �-9 INA BEA JAMESON, TRUSTEES TO a:�yd TH� WIL�IAM Bl.AKE JAMESON 91 AND INR BEA JAME50N REVOCABLE LlVING TRUS� pROPDSE VQ�.UME '� 2385� I�AGE 1��� RiGHf OF—WAY D.R,T.C.T. �o�r�s: � 1. A I.�GAI, pESCRIPTION Of' k.1/EN qAT� ACCOMPAIVIES TF[I5 PLA7. 2. ALL BEARINGS AN6 GOOR�INA7ES AR� ft�FER£�fCEU TO THE iF�fAS COORQINAT� SYSTEM, MAD-83, THE NOR'ifi CENTRAI zONE 4202, RLL DISiANCES AND ARE1�.S SHOWN AR� SURFACE. 3, ALL liOW MARKERS AR� 5/$' IRON ROdS WffH BLUE CAP STAlAPED "GORRONDONA ac a,ssoc. Fr. woarH, rx" sEr ur�t.�ss NorE� o7H��wlse. �� ■���� \ B�DCIC 4 �Q.� � � LOST CRIs'Psf� 12ANCH WE CABINL+'T A, SLIDE 6475 �P.R. 7'. C. T. \ / LDT 16 �� I�i�iE:3 �.5�ur�uN �sE,��r�r cns�Ner a stia� s4�s �.a.r.c.T. FNp 5/8"IR N'ITH CAf' •'ouNAwAr ac assoe" s�s \ s so•�s'as" w a.sa; �SEM�NT AREA 5,174 �Q. FT. )R 0.91 � A�R� s�` �'y1�� ��� �� \ / '� �� � 50 25 0 50 SCALFL' IN FEEf �, �� � � �� �� � ��� 14d0 THROCKMORTON STRE�f � FOR7 WQRTH, iEXAS 76102 EXHEBff SHONIf�[G R TEMPORARY CQNSTRi1CTlON EASEM�N�' OUT OF A REF�WNDER OF A 10 ACRE TRACT aF LAND AND A 30 ACRE TRACT OF LAND SITUA7�A IN TME z. p. �AVIS SURVEY, A�STRACT NO. 1888 CITY QF �ORT WORTH, TARRANT COUNN, TE?(AS A5 REC�RpED IN VOLUiNE 12385, FAGE 1949 �EEo RECOR�s oF TARRANT coUNTY, TEXAs ��� , /� .......c,e,.�..a......w...a.e... ,_.. . . C11K�1� SM'I E, . � , . ��� _ -�4 , ''J �- •�f _ . � .. . 7.;4 UATE: MAY BY: JLC JACK REGISiER�D PROFESSIQNAI. LAND 1B • e ���Y� T� ff� 3! 1 1 i.OT 12 � BLOG`K 4 L(1ST CR�L'K RANCH WES7' CABINET A SLI.DE 8476 P.R. T. C. T. LOT 13 R�MAINDER OF to AeREs {BY ���Q} SECQ�[D TRACT WILLfAI� BLAK� JAMESOf� AND 1NA BEA JAMESON, TRUS7EES TO TH� WII.LIAM BLAKE JA�IESON AIVD Ii�A BEA JAMESON REVOGABI.� LIVING TRIiST VOLIlME 12385 PAGE 1941 D.R.T.C.T. 0.454 ACRES (BY DEED) CiiY OF FART 1iYQRTi-i VOLUME 14978, PAG� 1B; - FNfl �/a"��z w/cap "DUi�AWRY & ASSOC" (CONiROL MQNUhiENT) �. D. DAVIS SI�RV�Y ABSTRACT No. i 888 8,505 ACRES (BY DEED) CI1Y OF FORT 'NORTi-I VOLUME 14458, PAGE 10 D.R.T.C.T. / ♦ / / t / ♦� � � . . . i � � � i �� . i � � . � / . � t / . � � � m 0 � � � 0 0 0 z 0 ,�°E o�' C, Oa P�' /� i i i i i� i i ♦ 1 / i i i i � Q�i �� ¢ ¢���o`��,� G ^ � e�°��Q�-�, �� G �°i�'��,a`� �� �'o�o ,.,� � MA7'CH �INE "C„ 50 25 � �C1 � SCALE IN FEEf t�OT@S: 1, A LEGAL bESCRIPTION OF EVEM DATE ACCOMPANI�S THIS PLAi. 2. ALL 6E11RINGS RND GOQRDINATES ARE REFERElVCED TO THE TD(AS CaOR�INA7E SYS'FEM, hlAD-93, THE NORTH CENTRAL ZONE 4202, RLL pESiANCES AND AR�'AS SHOWN AR� SURFACE. 3. ALL ROW MARKERS ARE 5/E3a Ii20N RO[]S W�fH BLUE CAP SFAMPEb "GORRQNDUNA & ASSOC. FT. WORTH, TX" SEf UNi�SS 1VOTED OTFi�RWISE, 0 ���� �� �j� � � �� �'� �r �/ C� 1��� 1� 1000 iHROCKMQRTO[� STREE7 •�ORT 4YORTH, TEXAS 7&iA2 EXHIBIT A HOWING TEMPORARY COiVSTRIfCTEON E4SEMENT Oi1F OF A REMRINRER OF A 10 ACR� TRACT OF kANQ AND A 30 ACRE 1'RACT OF LAND SIiUAiED IN THE Z. D. DAVIS SURVEY, A85TfiACT iVO. 1888 Ci7Y OF FQRT WORTH, 7ARRANT COUi�TY, TEXAS qs REcoRilEn �N VQLUME 12385 PAGE 19�41 DEED RECORDS OF TARf�ANT CQUN7Y, �'EXAS i.00 URAWN BY: JLC GAD 19 EXHtBif E PAGE 4_OF' 5 SCA & AS56C)ATES, iNC. • 7524 JACK NEWELL 64t1LEVkRD SpUTl� TX. 78118 • � t �.E ��_ �:. . - . S SNiITI-I �` ;RE� PRQF�SSIONAL LAND SUR� 94 TE]G4S F1RM No. 1Uii 18--i424 FAX 817-496--1768 �ll �l �.lC r 99� 9! L��iE AB E � L1NE BEARING DlST C� L1 S 88'30'3i W 46,53 i2 N�k3'35 07 E 15.0� L3 N 88'30 39 E 35.49 L4 S 00'�0 08 � 10.40 F T 5U6J�Ci TRACT & ACQlfIS1710N LOCATIQiV NOT TO SCALE NQTES; 1. A LEGAL ��SCRIPTION OF EVEN �ATE ACCOMPANIES 7HIS PLAT. 2. ALE. BEARINGS AND COORt7tNATES AR� R�FfiRENCEa T4 THE TEXAS COORbiNATE SYST�M, PWD--83, THE N4R7W CENTRAL ZON� 42�2, ALL DISTANCES AND ARE'AS SHOWN ARE SURFAC�. 3. Af1 RQW MAl�KERS ACiE 5/B'° tRON RDDS WiTH BtilE CA�' STAMPED "GORRQNDONA & ASSOC. Fi'. WORTH, T3C" SE7 UNLF.SS iVOTEO OTHERWISE. ������ �I�y �� �o�`� ��f� tOQO THR6Ci(MORTON SiREET � FORT 1NQft'fH, T�XAS 75102 E7(HI9tT A HOHIING TEMPORARY CONSTRUCTlQN EASENlENT bUi 0�' R F2�'MAfNDER OF A 1 o AC�� 7'RACT DF LAND AN� A�0 ACRE TF7ACT OF I.AND 517U.A'C'�D IN THE Z, D. DAVIS 511�tV�i', ABSTRA�T N0. � 888 cITY oF FOR1" WOR1��f, TAR�ANT CQUiv1Y, TEXAS A5 RECORpEp IN DEED R�CORDSM OF ARRANTGCOUNTl', TEXAS 2 �7 , r�;. � . ' ' �° �?��� i_ . .,,.,..�, i C�. .i. ��Ir� h . ��� �r� : _ - � . . ��-- ., � .�: -� CLIRTIS SMITH � � REGfS�RED PROFESSfONAL LAND SUR' I EXHlBti B PAGE 5 OF 5 I SCAEE; 1"=SQ' 1ND, 5494 7DU1S F1RM No. li]]C INC. • 7524 JACK NEWELL BDULiVARp SOUTIi FORT WORTH, 7X. 76116 � 81i--498--1424 FA7f 817--496—i7S8 PRO,TECT NAME: W�STPOR� PARKWAY FROIVi KCLLER HASLET ROAD TO ALTA VISTA ROAD PARCEL 1�To. i TCE PART 3 CiTY PROJECT li'o. 1010I9 3309 &� 3�d55 KGL��R HASL�T ROAD, FORT WORTH, TEXAS Z. D. DAVIS SURVEY, ABSTRACT TiTa.1��8 EXHIEIT "A" Being a teinparary construction easement sifivated in the Z. D. Davis Su�•vey, Abst�racC No. 1 t38$, City af Foi�t V�lortli, Tar�•ant County, Texas, sa�d temporaiy constructio�i easement being a portion af a remainde:r af a� 0 acre tract of land {by deed} fi�rthe�• described as Second Ti•act deeded to Willza� B�al�e Jain�son ai�d Ina Bea .Taineson, as TX�ustees of the William Biake Jameson and Ina Bea Jameson Revocable Living Trust as z•ecnx�ded in Volume 12385, Pa�e 1941 of the Decd Records of Tai7ant Coun.ty, Texas, said ternpo�•aiy const��uction easement being a portian of a �e�nainde�• of a 3� ac�•e txact of Iand (by deed) furthe�• desc�bed as Farst Tract deeded to �74�illiam Blat�e Jam�son and Tna B�a .�a�nEson, as Trusi;ees of th� WilIiam B1ake Jameson an.d Ina Bea Jameson Revocable Living Ti�st as reca�ded in Volume 12385, Page 1941 af said Deed Records oi Ta�7•ant Coun�.y, Texas, said iempox•a�y eonstruction easeme�t also being a po��tion of a 2.OD acre t�•act of land {by deed} d�eded to �illiatn B1ake dameson and Ina Bsa �ameson, as Trustees a�' the William Blake Jarneson anci Ina Bea Jameson Revocable Living Trust as :eecarded in Vol�xme 12385, P�ge 1945 0� said DeecE Records of Tarrant County, Texas said ten�.porary constrli�tion easement being more pai�ticularly c�escribed by metes and bounds as foilows: COMMEI�C�NG at stone monutnent found (Controlling Manument (CM)) for the intersectaon of the proposed no��h right-of way line af Kellez �Haslef Road (at� undedicated right-of way) with the west Iine of said 30 acre tract of Iand and the easi line o� a 35.331 acre fract of land (by d�ed) deeded ta AMCAL Allianc�, L.P. as recordeci in County Clezlc's File No. D218283416 of said Deed Recazds af Tai7•ant County, Texas, fiom whicll a point fo�• the southeast corner of said 30 acr� tract of lar�d bears Sai�th 00 degzees 3Q rninutes {i7 seconds F.ast, 1 I.S2 feet, said point being in Keller-Haslet Raad, THENCE Noi�th 89 degr�es 57 min�.ti'es 06 seconds East, with the proposed nox•t� �•ighC-o� way line of said Keiler-�-Iaslet Road, a distanc� of 72,b2 feei to a ROW �x�►at•I�ez set for the int�rsection of the proposed nox�:h righfi-of way line of said Kellex-Haslet Road with the p�oposed northweste�•Iy x•ight-of way li�1c of Westport Pv-kway; THENCE Narf1� 00 degrees 02 minute� 5� secands W�st, with the proposeci n.orthwestezly right-Qf-way line of said Westpoifi Parkway, � distanee of 15.66 feei to a ROW marker set for cor�ler; THENCE Noi�th S6 degtees 46 mii�utes 03 seconds West, wrth the pzoposed northwesterly right-o� way line a� said �Iestport Parkvvay, a disfiance of 5.5� feet �fl a ROW rr�arlce� set for the POINT OF BEG��ING a�th� herein described tem.poza�.y construction easement, saic� ROW marlce� being the intersectiotl of the proposed na�theast��•ly right-of-way line of said Wesfpaz•t Parkway with tl�e fizture easterly zight-af-way line of ]3each �treet; TkIENC� No�•Ch S6 ciegrees 46 tr�inuies Q3 seconds West, with the future easteriy right�of-way line af said Beach Sheet, a distai�.ce o� 44.93 fe�t to a point for cornex•; �xhibit A Page 1 af 4 THE�:C� Nox•th 1 Q degz�ees 29 n�zinutes 25 �econds West, with the future easte�•Iy ri�ht-af way Iine of said �3each SYreet, a distanee of 177,43 �eet to a S/$ i�zch uon zod with cap sta�nped "DUNAWAY &�SSOC." �ound (C� fox• the i�te��section of the futu��e easterly right�of-way line of said Beach St�eefi with the west line of s�id 30 acre tract of land and the east line of said 35.331 a��:e t�•act of land, said S/S inch ix�an rod with cap stamped "DUNAW�.Y & ASS�C." being the soti�th carner af Lat 7, B1acIc 6 0� Losi Cr�ek Ranch West, an additi�n io the Czty of �ox-� Wa:rth, Ta�•rant Cauniy, Texas, as recoi•dad in Gabinet A, �Iide bA�76 a� th� Plat R�cc��d� af'.l"a��ant Cc�unty, Texas; TH�NC� Nart�t A�3 degzees 3� mfnutes 0� seconds East, with the southea�t Iine of said Lot 7, a distanc� of 18.52 feet ta a p�int for corne�; TH�PICE �a�ih 10 degrees 29 minutas 25 s�eonds ��st, a disfiance of 181,89 feet to apoir�t fa7 co�ner; T�NCE Sauth 5b eleg�ees 4b mixxutcs 03 �ec�nds East, a di�tanee of 35.33 feet to �. point fox fhe begi.tit�ing o�` a non-tangont ct�ive to the left, having a raciius of 112.84 �'eet, a c�ntral ar►gle of 1'1 deg�ees S7 mir�uies 4� seconds a�d whase chQzd beat=s N�orth 8'8 degrees 25 zninutes 3� seconds Bast, � distance o�35.23 ��et� THENCE ,wiih sairi nan-�angenfi curve 1:o the left, an arc length of 35,38 feet to a pc�in� f�r ca�x�ex; TI-�E�TC� North '79 de�rees 26 rt�inutes 36 seconds �ast, a distance a� 79.63 �e�� to a pair�l; �'or the begi�ing oi a na��tangent curve to the IefG, hav�ng a radius of 4$1.84 f�et, a c�ntral angle oF 16 degiees 38 min��tes 58 seconds and whose cho��c� bears Nort� 71 degrees 07 minutes 06 seco�ds East, a distance of 139.52 feet; TH�1��� with said nan-�angent curve to the left, �n. a�.�c Iength o� 140.(}2 feet to a point fo� carner; THElV�E SoL�th 27 de�rees 12 m'u��:tfes 23 seconds East, a ciistanee of 5.00 fee� io a point f�r the beginning of a non�tangent cuzve to the left �avin� a�a�i�s of 486.89� �eef, a cent�a� angle o� 19 c�egrees I9 zniriutes 50 seeo�ids ai�d whase chord bears Nvz�h 53 d�g�.�ees 07 tninutes 42 s�co�d� �,ast, a distance c�� 1�3.47 feet; '�`H�IVC� with said non-lange�fi cu�•ve to tl�e l��i, an ate �ength of 164.25 fe�;t �o a poir�t for caxnex; TH�RTCE Nc�rth 43 c�egr�es 35 minutes 05 seconds East, a distance of 1�9.18 fe�t ta a point for eor�.ei; THET�I�CE North O I degrees 28 minutes 3� secands West, a dis�anee of 29.4�7 �feet to a poi�i far corner; Exl�ibit A Page � af 4 THEI�IC� No�-th 46 degrees 32 �ninutes 09 seco�ds W�st, a distance of 329.Q 1 feet to a�oint �or corne� in the �outheast line o� Lot 1 of said Blflck 6; T�NC� No��h 43 deg�ees 35 nainute� 0�, seeonds East, wrt�a ihe so�theast 1in� af said Lof 1, a dista�.ce o� 23.0{� feet to a RQ� rnarl�er se� �ar ik�e �ast co�r�er of saic� Lot 1, ,said RO"W marker bein� the sou�h coz�zae� a�'Po:ndex�osa Ranch Road (a �0.0' r%ght-of-wayj as recorded in Cabinet A, S1ide 64'7� of saic� I'lat Recorc�s o�' Ta�xant Caunty, 7'exas; T�ICIiTCE Sou�h 46 degrees 32 rninutes 09 s�conds East, with the pi•oposed sauthwestezly zight- o� way Iine of said Pon��rosa Ranch �.oad, a distance of 324.I3 fee� to a ROW marlcar set fo� coi�.er; T���C� South Ol de�xees �8 mi�z�ites 32 seconds East, wif;h the p�oposed southwesterly right- o�=way line af sazd Pond�rosa T�,anch Road, a disYance of SG,13 feet to a RQW z�a�•Icer sct fo� ihe intersectian af the p�•opased spuihwest�rly right-of way line d� s�id Poz�derosa Ranch Road wi�h t�e pzopos�d norl;hw�s�erly �igh�-of way Iine of said Westport Parlcwa�; TH�NC:E Sou�h 43 deg�•ees 35 mi.�utes OS seconds West, with fihe p�•oposed northwesterIy �•ight- o:� way l�ne of said VVestpo��t 1'a�lcway, a dis�ance of 173.32 feet to a Sur�ey Nail with wasl�er stamped "GORRONDQNA & AS�OC. FORT WC)RTH" set �ar the beginn,ing of a non�iang��at curve �a the iight, having a rad�us o�496,84 fe�1;, a eentraI an�;le a� 35 degiees 58 rr�inu�es 42 seconds and whose choz�d bears South �l elegzees 2% minutes 13 seconds West, a elista:nce n�306.$9 feet; THENCE r�vi�h said non ta�igent e�.��ve to t$e right and wiih t}ie propased no��hw�sferly right-of way line o� said Westpa�� Pa��Cway, an arc lengtk� a� 311.99 �'eet #o a RO W�na�Ice�` set for cornex•; THLNC� Sc�uth 79 ctegrees 26 minutes 36 seconds West, �vith the pfoposed nortl�westei•ly zi�hf� Q� way line of said Westport �'a�kway, a distance oi' 79.f3 �'eet ta a ROVV marlie�� set fo� ihe be�ix�in.g af a non-tangent e�uve to the right, having a radius a� 1�4.36 feet, a ce�:���al angle o�' 20 d�grees 09 n�inutes 13 seconds and whose chord �aears South 89 degr�c�s 19 �ninutes 02 secar�c�s West, a distai�ce o� 43 .S2 feet; TIiE�iCE with said non-tan�ent eua�ve to fhe right and with th� proposed no�-thwestexly right-of- way line of said `Nestport Paxkway, an arc length af 43.7� feet to fi�.e PQ�NT OF BE��I�INING and containing 18,�-83 sc�uare feet or 0.424 aeres of Ia��d, zn�aze or l�ss. Exhibit A Page 3 a� 4 Notes: 1) El plat of cven suzvey date accompaniEs this legal descrip#ion. 2) AII bea�•ings and coordinat�s are refe�•e�eed to the Texas Coordinate �ystem, NAD-83, The Noi�th Cenh•al Zane �2Q2. AlI disfanees anet ar�as shown a�•e surface. 3) All AOW Mark�rs are 5/8 inch iron rod set witl� eap stamped "G�RRONDONA & ASSOC. F"T'. WORTH, TX." uniess nated otherwise. Date: Map 16, 2019 , � �. , Cu�-tis Smith~ R�gistered Professional Land Surveyor No. 5494 Texas Fir� No. 101069�0 r Exhibit A Page 4 of 4 ��T��� T/�7 79� 7! n I1 r•�o s/a"irz w/cn� � "D[iNA1NAY & AS50C" (CONTROL MQNUMENT) JAMES MATTHEWS SEJRVEY ABSTRACT No. A-102� Z a �' c� z O �� �� x� �,,,. �a � I 35.331 ACRES (6Y QE�p} AMCAL ALLIANC�, L.P. C.C.F. No. D218283�fi6 D:R.T.C.T. fUTURE RIGNT-OF-WAY LfiJE OF BSACH STREEf AREA TO BE — ACQUIRED FAR RIGHT-OF-YIAY 9Y SEPARATE iNSTRUi,�ENT P. D. C. FNf3 STONE MONUMEh7F (ca�rao� Mo�uMENr) FNQ i/2"ICi Wl7Ei CAP � STAHtPE[} "PACHECO KOCH' BRS S 73'41'47"W (1.38' `�.66�- APPRO?fIMATE LOCATION _�� oF� sua���unr� � ::�� c:i:':i�:� � � .���`: �:;:�::� � � =::��::;:,::•�s� o, �;=;:::c;c:. N :::;:;:::;:' � � ::; �:: �:•;� oa t� =:_;';=:::.,. ,� � ��: :::::::� � � .`;� sD �,.. ......�� � .,.1... sEr Row LOT 7 Bzocx s OST CRIs'&.K Re�.N�H �VES2' CABINL'T ti, SLIDL' S47�i REMAfND�R OF Z. D. �AVIS SURVEY 3o ACREs (aY D��o) A��TRAC'f No. 7 888 F'IRST TRACT WILLlAM BLAK� JAMESON AND INA BEA JAM�SON, TRUSTEES 70 TME , WILLIAM BI.AKE JAM�SON ANE3 ,� INA BEA JAM�SQN REVOCABL� ,� LlVI�IG 1'RUST ,' VQL.UM� i 2385, PAGE 1941 ,� D.R.T.C.T. .� 16U.d' EASEMENT AiVQ RlGHT-OF'-WAY � TEXAS ELECTRIC SERVICE COMpAidY VOLUME 69.65, PAGE 1033 b,R.T.C.T. NOW OWNE4 8Y ONCOR ELECTRIC DELI4IERY COMPAiJY ��C AS pEft AFFlUAVIT OF NAME EiiANG� �/ INSTRUMENT NQ. D7..09327519 � D.P.R,T.C.T. `/ � i / /� � / / 1 H 1 � � 36 �;;�, �� � �g ?.6� ,� ,.. :. ....... . ........ :�:. G !.�P�t;�,; :��:: �?fJ.r;sii::i:i::.r:i ::ia:� .; `�}?:{:;2'r;?;� :: :::�c�:iic:i:iii:::?;::•: -... � 2� •p� :� ;:=f C5 •5 � �-'� � � 5Ef ROW 5� RQ� fv€ARKER SEi ROW if HiARKER �ARKER _I�LLEF�� E� T F�QA�D � (AN UNDED�CATED RIGH�-OF-WAY) OF NOTES: 1. A LEGAL UESCRIATIQN OF kllEN RATE ACCOMPANIES THIS PLR7 2. ALL B�RRINGS AiVp CDQRDiNATES ARE RFFERENCE[3 TO THE 7EXA5 CODRl11NAT� SYSTEM, NAQ-93, THE NQi2iH G�t�f{tAL ZONE 4202, ALL DISiANCES AND AREAS SHOWN ARE SURF'ACE. 3. Al.i. ROIM MARK�RS AR� 5/9'° lRON ROdS 4'4�{fH BLUE CAP 51'AMP�D "GORRON�OMA & ASSOC. F7. WORiH, TX" SEf UNLES5 N07ED OTHERWISE. �� �� � �o � o �o SCALE lN F��T �� �� � � �� �� �� �� i004 THRDCKMORTON STREE7 + FART WQRTH, TEXAS 78142 TEMPORRRY CONSTI.tJCTION EASEMENT OUT OF A R�iulAlNdER OF A 10 ACR� TRACi OF LAND, A 30 ACRE TRACT QF LAND AND A 2AD ACR� 7RRCT OF LAI�D s��ruA�o i�r ry� Z. D. DAVES SURV�', A�STRAC7 N0. 1&BS CiTY OF �'ORi' WORTH, TiARF�ANT COUNN, TEXAS RS RECORbED IN VflLUME 9 2385, F'AGE 1941 _ A�[D. VOLl1ME_ . i 23�5� . PAGE 1945 • 7524 JACK NEWEI.I.. ; . : � .: :� � •"e- . _� ; ,, . ,. ..... CdJFiliS �.,»> �� l,��.. .��.,,.5k84�., .: �; �5 . - .. � � � �l � � � � �URTIS SMITH ' REGlSTERED PROFESSIONAE. LANb SURVEY N0. 5494 TE%AS F1RAi Na. 107�G9 + &17-496--1424 FAX 917-•496--1768 cot�s��uc�aN ����� �� � $��i� �u' �. �. )R 0.424 AGft�: � Ci�,.• �g 63 �:;:�::•..`•::;::::::' -� ::--.... s�r �aw ..79.6� MARK�R ���I��� �9B 19 MA�'CH LINE "B" / REMAINDER OF ,� 30 RCRES (RY bEED) ��� �IRST TRACT , WILLIAM BLAKE JAME50N ANb f INA BEA JAMESQiV, TRUST�ES �0 ,' WiLLIA� BL.AKE JA�IESOAE AND ,� INA BFA JAM�SON RFVOCABLE LIVING , VbLi1ME i 2385, PAG� 1941 �� D.R.T.C.T. . � � / 160,0' �ASEMEN7 ANO RIGNT—DF—WAY� iEXAS �LEC1"ftIC SERYiCE COMPANY VOLUhi� SJ65, PAGE tOJ3 a.�.j.c,r. NOW DWhfED BY TNE 7RU51" qNGOR �[�CTRiC pEE.NERY COMPANY LLC GAj RS A£R AFF1[1AVlT pF NAM� CHANGE INSTRUMENT Nfl. p2U93�7919 � r�-uon�eqv v.P.R.T.c.7. ,.•f'`':;;�:�:; � � � � � '� � CONSTRUC�'i0N � S 27'1 �ASEM�Ni AR� 5.f 18,�83 Sf�. �T'. G� RIGF{f—OF—WAY � . i . � � � � � . . . d�/ �Oy .'hh ►,� �� r�°� .� � '`.!r; ���: SURVEY NAiL � WITH 1NASFIER STAMPEd "GOf2RONDONA & ASSOC. FORT woRrr�" s�r / ��� �,' �P�P-e� / [��� �pF y � �er. e` R Qo �,��� �i�� a y�R��V� � OQO`�(c. �QR �. D. DAVIS SLJRVEY ABSTRACT No. 9888 �� �ti � ^,y. � �, Z w 0 w 0 — PROPasEn RIGHT OF--VPAY PROPOSED RfGHT—OF WRY ser Raw MRRKEFt SEf ROW MqRKER ser �nw M�RK�R LINE K�LLER HASLET R4 �g� — �'_""'-- $. � � ___' "" �� �"".""""'— ����--- � ....--__-�'— — (AS 11NU ICAEb TEO RIG�T OF-�WAY) NOFE5: �. A[.�GAL DESCRIPTIAt+! OF EVEN 4ATE ACC4MPANIES TF{IS PLAT. 2. ALL B�ARINGS AND CRDRpINATES ARE REFEl2ENCED TO THE iExAS COORDINATE SYSTEM, NAq-83, TFEE NARTN CENTRAI. ZONE 4202, All DiS7ANCES AND AREAS SHOWN ARE SIJRFACE. 3. ALI. RAW MRRKERS ARE 5�8" IRON R06S WlfH B�f1E CAP STAIAPE� "GORROiJ00NR & AS50C. F1'. N10ft�fH, 7X SET UNLESS NQTED OTHERWISE. 50 25 0 50 SCALE; IN FEEf � ���� �/ �� � � �� �� � ��� tOQO THROCKM4R76N STREEf • FORT W4RTH, T�7fAS 76102 �(WIBfC SHOYVING _ _— A � TEMPOR,�IRY CQNSiRUCTfON EASEM�N�' OUT QF R REMAI�iDER OF A ` 14 ACR� TRACT OF IANd, A 30 ACRE TRAGT QF �,. IAND AND A 2.OU ACRE TRACi OF LAND � � � SINATED IN 7HE Z, D. DAVIS SURVEY, ABS7f.AC7 N0. � 888 GITY OF FQRT WOR�H, TA�RAN�' CdUNTY, TEXAS AS RECDRDEQ IN AE 12�85, PAGE 1941 AND VOLUME 1_2385J_PAGE 1945 2013 _�p IA de h550ClATES, INC. • , � . _; . . r . 1019 � � " ES CE1R71S SMITH � pWG R�GISTER£P PROFESSiQNAL LANE? SU�iVEYOR N4. 549d TDlA.S FIRM No. 10108900 8 • 817-496-1A24 FAX 817-496-1768 E�.�.I.�I �' „B ,9 ��� �� Y ���•tir:'.. . ....... .A � i / a�n�A�r�n�R oF 30 ACRES (8Y ��ED FfRST T�tA T Wll.l.iAM BLAKE JAM�SON AND i�lA E3EA JAMESON, Tf�USTEES TO TFiE WILLIAM BLAK� JAME50N ANQ INA BF�, JAMESQN REVOCABLE l.IViNG TRUST VOLUME 123$5 C'AGE 1941 �7. R.T.C.T. —160.D' EASEMiENF AND —� RIGMi—QF-4YAY TEXAS El.�CTftiC SERVICE COMPANY YOLlJ�[E 6955, PAG� 1033 Now a��r�d qr ahco►t ELECTREC [JEL{Y�RY COMPAiJY LI.0 AS PER AF�fUAYfE (7F NAME CHANGE INSTRUMENT Nq. 02093279t9 O.P.R.�.C.T. ,+ ,, � H i0 i \ O ' �� ti fa�d ��'� e / ps�° 4�'9 �� sp, , �a��`�;�::::;;:� �`?,�.... O�� ,� �u� aF ,' �o �s (�r �) J S�OQiVD TRI�I' VVfWAM BLI�(E �IAh;S�SOfd AND IN�4 BEA aW�tJ, �RUSffEFSS TO TFiE 1MWAh! BI.AK� JAk�ON AN[7 INA B�A �1�Of� f�ll�(.'�-� ��i �11� 4YlLUME 12385, P/� 1941 �:R.T.C,T. I �. D. E}AVIS SURVEY ABSTRACT No. 1888 9.505 ACRES (BY DEED) CffY af FORT WORTH V4L.UM� 1h458, PAGE 96 o.k.T.c.T. . CQNSTRUCTION �.SEMENT AREA 18,483 56?. FT. ;� O�t {?.4�4 ACR�: �-y� s�r Row-� MARKER PI20POS�U SEl" ROW RIGWT—OF—WAY uxnvco �,oa ACREs (BY ���n) � WILLIAM B1AKE JAM�SON AND INA 8EA JAi�ESON, TR�IST�ES T(7 THE WILLIAi� BLAK� JAMES0�1 A�1U II�A 6�A JAHiESON REVOCABL� LlVII�G TRUST VOLU�I� 12385, PAGE 9 945 D.R.T.C.T. �.; w ... � �1S/ /.-� �?::r ,p� f:::::�w� , h � � nj� '���:_.:::�=.".3j�'3 v � ����::"'' p�'�3 �1 � . .%....... � � �PROP�3ED SET ROW RIGFff—DF—WAY ��.,.„ „�,�. �� �ARKER � R�ti '�' ;; s�r R�w � ;=. MARK�R �i� S 0]'2�'32`�E �56.13` -' y i P � � � � _: , � �::` SET R4W �� �3��.-4 Mr1RK�R !�� 04 �,� �i 0� ' �`� h� � �,4 � ��'� oQaS � �� n�o�r�s: � 1. A LEGAL �ESCRIPTIQN OF EVEN �A7E ACCOMPANfES TH15 PLAT. 2. ALL BEAR�NGS AI+1D COOR�INA7ES ARE REFERENC£� TO THE TEXAS CDORDINATE SYSTEM, NAD-83, TNE NORTIi CEFlTRAL i4NE 4202, Al.L UISTMfCES AND AREAS SHOWN ARE 5UftFAC�. 3. ALL RQW MARKERS ARE 5/8" IRaN f20QS �fi�ffH BLUE CAP SfAMIPE6 "V'ORRDIdpONA & A550C. FT. WDRTH, TX" SEf UNLE55 Nq'FED DTH�ftW15�. ��r �o�� �� �1 �Q ��,� Q� � � ��� ct�p,hOr�p h �G� 4�cr Q ,,ci �� �� e• �,�� � L \ ,, � � � � � 1�fATCH LllirE "B" 5D 25 C} 50 SCALE !N F£�i' �`% �°� � 1� 1�� �'� �� ��f�► iQOQ 7HROC3(�IORTON STi2EEf • F4RT WORTti, TEXAS 7fi702 TEMPORAF2Y CONSTRUC'fiON �SEMENT Olff OF A REMEIIN�ER OF A 14 ACRE TRACi' dF LAI��, A 30 ACRE 7RACT 0�" LAND ANb A 2.00 ACRE TRACT OF IAND SI7'UA'tED !N TH� Z, D. D,AVIS Si1RV�1', ABSTRRCT NO. 1888 CIiY OF FORT WOE�iH, iAR�iANT COUNTY, TEXRS A5 RECORi7ED iN VOLUME 12385. PAGE 19A�'[ AND VOLUM� 12385, . PAGE 1945 .� `' . . .� . , . . � ` -�� . �-� -- RTIS SMITH IS?EREb PftOFESSIQNAI. IAND SURVEI' DAi�: IAAY f 6, z019 E p(E{1BET B PAGE 3 aF 5_ I svnte: i=�u GORRtlNI]ONA de ASSOCUITES. INC. • 752�F JAGK NEWEIL BOULEVAR� SQliTH FORT �YORTH, �'X.HI.�I T �'I3 " P� � ip�,� �O� �G� G� �P-�,�� ���,`' � o�' �� �}'� !%� G,�� y�� 1 `, �� 2� P� �v. < o � �. Ov� `�0� Q' FNI � � .b o"� � �or + i i i .� / � � 7.5'UTILITY �AS�M�N7 ,S� EABINEf A SLIDE 8478 Z� P.R,T.C.'f. A� '�i�y LO�F 18 �'A.9 �fi �`� BLOCK 4 �Na s/s"iR wirr� cA� -"E3UNAWAY & ASSQG�� BRS 5 8D'�F9'49" 1H 0.63� ��MAINf3ER OF 30 ACF2E5 (HY �EE17} FIRST 7RACT WILLIAM BLAKE JAMESON AND INA BEA JAM�SON, TRUS'�ES TQ � V ��� r��'�� y��� �F yr �sh.�'% h',Q�p LOT 1 �°�` �, � �� ,� S' s u"i� BL(1CIiC S,�q�- TqT%�,`O94 � LOS7' CRFs'LK J �`� J RANGlf iVEST s �C�4BINET �l, . ... SLIDE 6476 P.R.T.C.T.,. � s� � �'�'�",�� LDT 2 �0�,6 � � G�. 1 0'�� Q�� � Ci'r �j . . � � p� THE WI�L.IAM BIAK� JAMESON AND �(i IiVA BEA JRMESON R�1/OCABL.� KER r'°�o ��,4 LW1NG TRUST os p� VOLUM� 12385, PAGE 1947 Eb y b.R.T.C.T. .' so, �Q,4� ♦� ,.��;:::��' ::;:::;::;:.`;:k:;�.;s � .p�c PROPOSED � �::�::.;::::�:;:::� :�:;::.5�? '�r�o�� RIGHT-oF-WAY ::::::::::::::::::�::.. �i9a F`ly�0 '�:::::::;:�::::::;.::':;::�:;.., F qJ 90 r::��:�:�::::;:::::�:��:�::�.. � '1.'4:��:;�:;;;�:;�;�: =��;�;:�:;:.__ �'n .' lEMPORARY � CDN 1�`RUG�'i0N �. F�4SE�E�VT' ,4R� � i 8,4�3 SQ. FT. ��' 0� 0.424 ACR�S , REMAlNDER OF �,� 30 ACRES (BY DEED) , FiRST TRACT ,� 1NILLIAM BEAK� JAMESON AN� � WA BEA JAMESDN, TRUSTEES TO THE WIL�.IAiN �BLAtCE JAMESC}N ANU INA B�A JAMl�SpN REVOCABLE LNENG iRUS� VQI.UME 12385, PAGE 19A�1 D.R.T.C.T. Z. D. DAViS SURV�Y ABSTRACi No. 1888 ��:::::: ?�O ' 1 ��� �y ��G � � 5Q 25 0 � 50 -_ SCALE IN FEET NOT�S: 1. A L�GAL bESCRIPifON OF �N DAT� ACGPMPANIES THIS PIAT. 2. ALL BEARINGS ANU CObRU1NATES AR� R�F�RENCEO TQ THE TEXAS COORDfNATE SYSTEiuE, FlAD-83, THE NOfthi CENI'RAL ZAN� a202, ALL DESTANCES AND AR�AS SHOWN ,4i2E SURFACE. 3. RLI.. ROW lvIARK�RS AR� 5/e" IRON RODS WITH BLUE CAP S'I'A}APEb "GARRONDONA dc ASSOG. Ft� WQftTH, "!)(' S�I' UNI ESS NO�D OTFEERN115�. �� ��� DATE: �% �'� � � �� �� �iC3 �l `"°��1 i000 THRQCKMORipN STREfT • FORT WORTH, TEXAS 78102 A TEMPORARY CdNSTRUCTION EAS�NfENT pUT OF A RE6IAINDER OF A 1 fl ACRE TRACT (?F LAi��, A 30 ACR� TRACT QF LAND At�� A 2.{�0 ACRE TRACT 0�' LAND SITUATED IN THE Z. D. �AVfS SURVEY, ABSTRACT NO. 9 88S CiN OF FORT' WORTH, TARRRNT COUNTY, TEXAS RS REC6RUE0 IN VOLUtuiE 123B5, PAGE 9941 ANp VOLUME_'l2385� _ PAGE 9945 cao A ;� � ,,.;, � . ..:.........:::� � s' ; ;4 549+� ,` ..��_S� SMIiH � ) PftOFE35�QNAi. I.ANEI SURVEYOR SqUTH FQftT ��.[..l. l �l � 9!� 9S NQT�S; 'E. A[.�GAI. ��SCR�PTION OF kVEN DATE ACCOMPAhEIES 7M15 PLAT. 2. AI.L NEARINGS ANp COflRDfi+lAT�S ARE REFERENC�D TO THE TEXAS COORnIMA7E SYSTEM, NAD--83, TH� NORTH CENiRAL ZONE 4202, ALL �153'ANCES AND AREAS SHAWN RRE SURFAG�'. 3. Ai.� ROW MARKERS ARE 5/8" IRON RODS WffH SLUE CA!' S7AMPEb "GaRRAN�ONA dc ASSOC. F1'. WORTH, TX" SET UNLESS NOTED OTHERWiSE. � ��� 50 25 0 50 SCALE I N �'EET �� �'}/ � � �� 1�`� � �"�`�l 1QQp 'fHftOCKMORTON STR�E� • FORT WORiH, TEXAS 76142 A T�MPORARY CONSTRUCTION �AS�MENi 0[!T OF A REiuWNDER flF A 1(} ACR� TRACT OF LAND, A 30 ACR� 7RACT OF l..AND AND A 2.Q0 AGRf TRAC7 OF' E�4NQ SITUATED IN THE Z. D. DAVIS SEIRVEY, ABSiR,qCT NO. 1888 CITY QF �QR�' WORT�i, TARRANT COUNiY, 7�XR5 qs ��caROEQ w VOLUM� 12385, PAGE 1941 AN[3 VOLU_M_� 12385,_PAGE i945 n�rnwN �r: \ f:.` t �.,,...:::� �,� � � ; ..'�F�'r�� �` i y . � � � � �- . '� � fIS SMITH ¢ fERED YROFESSIONAL LAND BUftV�'!OR • 7524 JACK iVEWELL eoULEVARD SOu7H FaFYf wOR'fFi, 'IX, 78i 18 • � n�wi� 7CE PART 3 Sf1BJECT TRACT & ACQUISITION LdCATION NOT 70 SCAL� PROJECT NAM�: V�ESTPU�T PARI�WAY F170M[ KELLER HA�LET ROAD TO ALTA 'VrSTA RCiAD .PAR.CEL Na. � T�� C�TY PROJEC�' I�Io. 141019 3��� r�LLER HA�LET ROAD, FORT` WORTH, TEXAS Z. D, DAVIS �UIiVT�Y, .ABSTRACT I�Io. 1��8 �XH�B�T' ��A�� Being a ternporaty constzuction easemen� situatec� in the Z. Ll. Aavis �uz•vey, �bstract No. 1$88, City a� Fo�•t Worih, Tarr�nt Couniy, 'T�xas, said tempora�y conshuction e�sement being po�`�ia� o� a re�nai��cier of� a 2,7.924 i�'act a�' land (6y �eed) deeded ta th� �a�k�oXic Diocese a� Ft. Warth as rectizdec� ir� Caunty C1exk's File No. D20�3$0��� oi'th� Deed R.eco�•ds of Taz•��an� County, Texas, said tempnra�y conshuction easement being mor� particularly descrzbed bp metes and bounds as folIows: CUIV�[EI�ICIN� a� Sf8 inc� iron rod with cap stamped "DUNlLWA� &��SOC." found (Cantzol Monument (CM)) fo� an exterior e�I corne�' in the west Iine o�'said 27.52� �e�e tzact of 1and, said 5l8 inch iron rod with cap stamped "DUN�WAY 8e ASS�C." b�ing a�� interior e11 corne� in the east Iine c�f � 2.OQ acxe tract of Iand {by deed) deeded to Vilillxa�n BlaIce ]ameson and ina L'ea 7amesan, as Tzusiees o� tl�e �Villiam Bialcc Jam�son and Ina B�a Jameso� Re�vo€a�1� Living '�'r�st as �ecarded i�� Vol�me 123 �S, Page � 945 of saici Deed Recards of Tarrant Ga.unty, Te�as, fi•om whieh a 1/2 inch z��on rod �vuild {C1VI} for an intexzo�• ell corz�e�' in the west Iine o� said 2'7.�24 ac�e tract n� Iaud b�aa'� Souih 89 degrees SO minutes 14 seeond� East, a dista�;ce a�' 9�.85 feet, sai.d �/2 inch izan �rod f�eing an exiez'ioz ell cornez in the east line of sa.zc� 2.�0 ac�:e ixac� af land; �"H�NCE Nai`th 00 degrees 30 mint�tes 08 seconc�s West, wi�:1� ��� v�est line of said 27.924 acr� ira�t of land and wi�h tl�e east line of said 2.[i0 acre iracf o� land, a disiance �f 9.65 feet �o the POINT t)F �3Ef; I�NING o��lic herein descril�ed temparaiy co��structian easem�nt; E��ibit A I'a�e .l of 3 THEI�C� No�t� OD degrees 30 mzx�utes 08 seconds West, with �he w�s�: lin� of said 2'1.924 ac�•e i�'act of Iand and witla tk�� east lir�e af said 2,OQ ac�'e ��act of Iatid, a distance of 33.06 feet to a ROW mailcer set for �rtost no��therly noi�hwesi carz�e� of said 27.92� acxe tract af land, saici ROW marker bein.g the mast sauthexly cor�e�� of �est�ort Pa��kway (a variaE�Ie v�dth right�n�=way) as �eca�•deci in. �abinet B, S�ide 35a2 of the Plat Records o� Ta�.•rant County, Texas, said RO'4V' marlce�� also being the interscefiinn a� the p��oposeci southeasterly right-of-way line of said Wesipoi� P�kway with the east line af sazd 2.0� ac�•e tract af� Ia�nd, fiom which � S/$ inch i�on rod with cap stampcd "DUNAWAY � ASS4C." �ound {�M) for the east cornef oF Lot 12, Black 4 of �ost Creek Ranch West, an ade�tion to the City o#' Fo7•t �7Vorth, Ta��an� Coi�niy, Texas as recorded in Cabinet A, Slide 69�76 af said I'1at Recards af Tatx•ant Cou�ty, Texas be�t•s North QO degrees 30 mi�utes OS seeands West, � dista�ce; of 675.35 feet, said 518 inch i��on x°od with cap stamped "DUNAWAY & t1SSOC." bein� in tl�e east line of a 10 acre tract of land (by deed} being fu�-th�r desc�•ibec� as Second T�act and being deeded to Williarz� Blake Jarneson and �na Bea 3am�son, Tirustees of t�e Virillia�n B1ake J�nr�.eso� az�d In�. Bea 3ameson �evocable Livin,� T'��ust as recoided in V�Iurne 12385, Page 1941, of 5aid De�d Recvrds of Ta��rax�t County, `I'exas, said �!8 inc� iron rad wiih cap stamped ``DUNAWAY & ASSOC." being in �k�e west line o� a 9.5D5 acxe ttact of land (by deed) deeded to the City o�Fort Worl�i as recorded in Volume 14458, Page � D c�f said Deed Recoz•els o�'I'azx•ant County, Texas, said 5/8 inch iron rod with cap stamp�d DUNAWAY � ASS�C." alsa being the southeast corner o� a 0.454 acie t�act of land (by d�ed} deede�. to the City of �`a��t Worth as �eco��ded in Valurne �q-9'16, �'age 1$3 of said Deed Records af Tai�ant Caunty, Texas; '�`HENC� Naztla 43 d�grc��s 35 rn�nutes QS s�cands East, wi�h the nai�%west li�e of said 2'1,92� aere traet of land and with the e�sting southeasi right-�f wa� lxn.� of saici Westpart Park�vay, a distance of 741.1.4 �eet to a point faz �he wesi coxnez afLaf 1, Block 1 0� Qu�� Lady af Grace Additian, an addifion ta i1a.e C�-Gy o� Fort Worth, T`ai7ant County, 'T'exas, as zacorded in Cabin�t A, Slic�e 11819 oi'said I'lat Records oiTarrant Cour�ty, Texas; Tk�EI'd"C� Soutl� 46 �egrees 2� min�tes SS seconds �ast, wifh the sautl-�west Xine of said Lo� 1, a d'astance of 7.OQ feet to �. point �'or carn�r; TH�I�ICE Sou�h 43 deg�ees 35 minutes 05 seconds West, a dista�rttee of 38�,06 feet to a point for eoi�ner; 'THENC�: South 46 de�ees 24 rr�inutes 55 seconds �ast, a clistance o� B.Q� �eet ta a paint Foz corner; THE1vC� Sauth 43 d�gree� 35 minutes 05 seconds West, a r�istanae of 335.12 feei io a point for corn�r; T�I�T'+TCE South 46 deg�'ees 24 minutes 55 seco;�ds East, a t�istance o�' $.Of� fe�t to a point for cc�x�er; E�hibit A Pag� 2 of 3 THENGE South 43 degrees 35 minutes 05 seconds West, a distance of 46.'10 feet to the POINT OF BEGINNING and confaining $,509 squa�•e �'eet or 0.1R5 acres of larad, more o�• less, Nn�es: 1) A pIat of e�en sl�r.vey date accoinpanies this legai deseription. 2) All bea�ings anc� coordinates a�e z•eferel�eed to the Texas Coordinat� Syst�m, NAD-83, The Noi�h Central Zone 4202, A11 distances and areas shown are surface. 3) All RO� Marke�•s aze 5/8 inch i�on rod set with cap stamped "GORRONDONA & ASSOC, FT. W�RTH, TX." unless not�d othervvise. Date: May 16, 2019 yr � •�f __ . . . C = ' i .r,�Y _ Curtis S�nith Registered Px•ofessianal Land S�uveyor No. 5494 Texas Firm No. 10106900 � a���%�� r � .........,. �,. ����'G�����a`�� __ .E _ � �Ef�i7?I5 SMi7H ;1 ' � �ts4 �,: .,����.��;ss � ..�-t< . _ 5��� Exhibit A Page 3 of 3 .MA�'CH LxN.� "A„ EX��BI Z' »� 9� LINE 2.00 ACRES (BY DEED) t� WlLLIAM BLftiKE �� JAhAESON AN� INA BEA JAME50N, �/� TRUSTEES 'FQ THE WILLfAM Bi.AKE �/� .fAkIF,SON AND iNA BEA JAMESON �/f REVOCABLE LIVING TRUST �/� VOLllME 12385, PAGE 1945 -L O.R.T.C.T. k��� �O ��� �� �OQO�� �O�,�P�Y� 2 `� � QQ� ¢*c� �� y�*��� '�Q ��-s� �tC/�og4+� RfGHT� bF WAY ¢d� L , M n � � 0 � a 0 z �� �� ��. �Q� Q. �,�,�1 �'��' ,1b��. � � i Q' �/ �o���'Y` h`(+ • �` '� ,O ;:;� QQ'� 4 ��" ,��`'. :�:�� `��, pc ::: �:�p�j V� A`a �' . iii+% ��� �er - � �-�-�-�•---.,''� �7 � '.�...��, S 46'24'S5�'E '"�'.,� �.no' :;�'r ,._.,...... ........... .........., � � .......... .......,. ........ ........ ...... :�:' P.O.B. J S 89'50'ik�"E 92.85' -�M�a�za�Y CCINSTRUCTION �4SEM�NT AR�A 8��09 S�. FT. O� 0.195 ACRES REMAI�i��R OF 27,924 ACRES (BY DEED� THE CATHOLIC C}IOCES� C3F Fi. WORTH C,C.F. Nn. D20436�251 Q.R.�'.C,T. 6 fND 1/2"Ift (CoNTRoL MaNUMENT) P. 0. C. F�Np 5/8"IR W/CAP "€3UNAWAY&A5sOC" "PROPOSE[} 2.00 ACRES (BY DEEO) RIGHT—OF 1YAY WILLfRM BW(E JAMESON AND INA SEA JAMESDN, TRUSTEES TO THE WILLIAM BUtKE JA�AESON AN❑ INA 8EA JAMESON REl10CA8LE LNfNG TRUST VOLUME 12305, PAGE 1845 b,R.7.C.T. NOT�S: 1. A LEGAL �ESCRIP'TEON OF EVEN �NTE ACCOMPAi�iIES TMiS PLAT. 2. ALL 8E/4RINGS AND COOR6ENATES ARE REF'�RENCED TO TME TEIU1.5 COaRpEi�IATE SYSTEM, NAfl-83, THE NORTFi CENTRAL ZONE �#242, AlL DISTANCES ANI] AREAS SH01NN ARE SURFACE. 3. All R04N WA�tKERs AR� 5�$" 1RON RODS WIi"H BkUE CRP STAMPE6 "GORRON�ONA de RSSOC. Ff. 1NORTI-f, TX SEi UNLE55 NOTED 47MERWIS£. �� !'1���T Z. D. DAViS SURVEY ABSTRACT No. � 888 �0 25 0 �o SCAL� IN FEET �� �� � � �� �`� � l�f'l 1pDa THROCKMORTON STREEf •�onr woar�, T�XRS 76102 �acHiarr sHowin�c A TEMPOR,AF2Y GONSTRUCTI4N EAS�M�NT OUT OF A R�MAIN�£R QF 27.924 ACRE TRACT OF EAND (gY DEEQj S1TilATED IN THE Z. D. DAVIS SURV�Y, ABSTRACT NO, 9888 CI7Y OF FORT WORTN, TARRAI�T COEJNTY, TEXAS AS R�CDRDEo IN C.GF. No. D20�}380251 DEED RECQRDS OF' iARRANT COUNIY, TEXAS 2 TC E _ ' � 0 � . . . �. I r - '* .'_ ZTIS SMITH ,� STEREU PRQFfS516NAL LA�3D SURV�,YOR DATE: MAY 16, 2Dt9 EXHIBIT B PRGE 1 OF B LSCAIE: 1"aSU' NO, 5494 TE)cAs GOi2RONODNA de ,�SSOCIATE3. INC. � 752�4 JACK N€1NEl1 B01JE.EVAR� SOUTH FORT WORTH. iX. 78i1$ � 817-49$�142h FAX 8 . � . � . . . �'�.�.�.�I7, 99� g� MATCH LINE »C„ Z, D. DAV�S SURV�Y ABSTRAGT No. � 888 9.805 ACR�S (BY dEED} CITY 4F FQRT WORTH VOLUME 14�458, PAGE 10 Il.fi.T.C.T. i i i i i i i i i i i / 1 / /� RENWldOEli OF �i� �0 �i� ) �; w�uxu et� a+u,�sa�,u� �� � aW'1�i � �a �� ��-��}1� �� � � fW1 l3FA JPJ�IESOid RE4nCJ+B�E LlbiiJG 7RU5F +�{ ill,dE 72385, PA1GE 1941 D.RT.C.T. ��crrr—o� wnY A O �Qy2����0 ��`a sFa �O `�-9 `� so-�d in � r � p 0 M O O z 0 ���� �� Q�GQ,� �� �� 1� Q����Q�,�G O �,+ !i. ��i ��o �Q°�- � ��°� ` � L �' ��/ �� �VP REMAINDER OF 27.924 ACR�S (BY t]��D) THE CATM�k.IC DlQG�SE OF h`f'. WORTH C.G.F. No. D204380251 �.�2.T.C.T. T�MPQi;ARY CONSTRl1CilON �AS�MENT AR�A �,5()J SQ. F�i'. OR 0.18� ACF�ES .. ��;:�y.. . � +� �,���� TCH LINE "A " NQTES; 1. A LEGAL �ESCREF'TEON �F �V�N 6ATE ACCOMf'AIVIES iH15 PLAT. 2. ALL BEARfNGS AND C04RDINATES ARE REFER�t�CED TQ THE TDGA5 COORdENA7E SYSFEM, NAD�-83, 7WE �IORTH CENfRAL ZONE 4202, At,l. pISTAi�ICES AND AR�AS SHOWN ARE SURFAC�. 3. ALL RaW MARKERS ARE 5/8" IRON RODS WRH 6LUE CAP StAAiPED "GDRRONPONA ec assoc. �r. wo�Trt, rx� s�r �n��ss �n�n ort���w�sE. ��r���� 50 25 0 5(? � _ SCALE IN FEET � � � W � Eio � � �% �� � � ��1�'� ��°�� 100A THROCKMORTON STREE!' + FaRT WDRTH, iEXAS 761D2 EXHIBIT A HpWI�IG TEMPORARY CONSTRUCTION EAS�MENT Ol1T OF' A REMiRINUER 0�' 2�.924 RCRE TRACT OF' tAND (BY D�Ed) 51NATED IN TWE Z. D. DAVIS SURV�Y, ABSThAc'T Na 18�8 ClTY OF �OFt7 WORTH, TAR�iANT COUNTY, T�XAS AS R�COROE6 IN r,.�.'.�. i�0. Q2����Q2,�3� �EED RECQRRS OF TAR�2ANT CAUNIY, �'�XAS ,� � , � �/ A� . '� ��' k•• l 3 . �i O'f A !.. �. . :� �:�;.-� ' CURTIS SMiTM REGIS7ERE0 PROFE5510NAL LAND f 0 2D19 E%HIBff B PAGE 2 OF & SCALt; 3""=bU"__ f34t1. o�rrr�r icuu !A 8t ASSOCIATES, �NG. • 752k JACK NEWEIL 90Ul.EVARO SQUiH FORT WORTFI, '1)(. 76118 •�17--49fi-1h2a FAX e .�'XHIBI T D.484 ACRES (BY DEED) c� o� �o�r wn�ry VOLUME 9 �}976, PAG� 183 D,R.7.C.7. LOT 12 BLRCK 4 LOST CREL'K h'�1NCH Nfs'ST cABrNEr a� SLIDE 6476 P.R. T. C. T. LE}T 13 REMAINDER 0� 10 ACRES (BY DEED) SEGDND TRACT Wf1.I.lAM BLAKE JA�IESQN ANO INA BEA JAMESON, TRUST�ES T� TH� WII.LiAM BLAKE JAMESON AN❑ I�lA BEA JAM�SON RkVOGA6LE LIVII�G TRU37 VQLUM� i23&5 AA6� i941 D.R.T.C.T. �- FN� 5/8"IR W/CAP "�UNAWAY & ASSOC" (CC3i+C1�120L MQNUM�NT) ss� 9� Z. p. DAV15 SURV�Y ABSTRACT No. 1888 � i . . i i � � 9.545 ACR�S (BY pEEDj �� C17Y OF FORT WORTH � � VbLiJM� 1�}458, PAGE 3Q � M � � D.R.�.C.T. � n � cr, �! i � � � � n / o � � � o � [7 � '� '/ P � �� � �' �� QP� /�// �'`�GUVGo�� �a� C�� ,/� �ytv�Qp�a' � p�eG�oi /� �,��C'a�`�� c�Q4���`�'^� r�� �'���'G�4'60�D��� o O`�'�- ��'' �O� � 4 �o� �DP���~C,. / '` '�" ��t,�i�J��OQ �� pQ" Q�`'�� �i paGQ�j �� NOTES: 7, A LEGAL �ESCRIPiiON OF EYEN DATE ACCOMPANIES THi5 F�LAT. 2. ALL BEARlNGS ANIi CQOR�INA7ES ARE REFERENCED TO THE TEXAS C04R�INA7E SYSTfM, NAD-�83, 7'NE NORTFi CENTRAL ZONE 4202, ALL QISTANC�'S AND AREAS SHD4VN ARE SURFACE. 3. ALL ii6W �fRRKERS ARE 5/8" ERON R�4S hHf(H BLUE CRP SiAhAPED "GDRftONI]ONA de ASSOC. FT. WORTH, '�C" S�' UNL�SS �E47E€3 OTMERWISE, MATGH LINE "C" 5D 25 � 50 sca�� iN ��Er ��T�i��° �/ �`)/ C� 1� F�� %"��' �� 1��'��' i0U0 7Hf{OCICMOR�OiV S7REET � FORT WORTii, TEXAS 76i02 EXHIBI� 5MOWING � q � . TEMPORA�2Y CONSTRIJCii4N EASEMENT � oUT OF A R�idAiNDER 4F - � 27.924 ACRE TRAGT OF' LA�VD (BY D�ED) . - '.:' . SITt3ATED [N THE .. z, D, flA1lIS SURVEY, ABSTt2ACT N0. 18�� ,., '' Ci7Y bF' FORT WORTM 1'ARRAN7 COUN7Y, �'EXAS AS R�COFtbE� IN � C.C.�'. No. p2Q4��G251 . DEED RECORpS 0� TARRANT C�7UN7Y, TEXAS '� .��-' ,, CURTIS SNIlTH \ � �1l� ���.t[ JC ' 9 � ! f � � � � � � �--EXISTING �`� iilGHi—OF—WAY �� 41 Q��P�Q�,�G ��� �, ��ry. � ���' p�v .`Q 1,�d �J �� �� ���� .�::: � `��.� �:��� ,:;:. ��� � ..:_:_�' o� ,'� ::�:::� 5 � S 46'24'S5`�E s.oa' 5 4�'��i'05`°W 33a<t2' ����:,:;:�:� � i�lu4PORA�Y �.::::�:� CONSTRUCTION �:�'O�o L�A���I�NT ARER � �j• �,509 5Q. F?. ''��' OR 0. i 95 RCR�S MATCH LINE "D " REMAINDER dF 27.924 ACRES (BY DEED) THE CATNOLIC DfOCESE OF FT. WORTH C.C.F. No. t3204380251 D.R.T.C.T. Z. D. DAViS SURVEY ABSTRACT No. 1888 5� ., .� 2a 0 50 � SCAL� IN FEET �or�s: 1. A LEGAL DESCRIf'T14N OF EVfN �ATE ACCOkfPANlES THIS PLAi. 2. ALL BEARINGS ANd COOEtDINATF4 ARE ft�FER6NCED TO TFtE 7E%AS COOROINATE SYS7ElMi, NAU-83, THE NOR'f�i C�l+iTitAl. z4N� 4202, ALL DISTANCES ANd AREAS SHOWN ARE SURFACE, 3. ALL R�W MARK�RS AR£ S/8' IRON RODS WffH BiUE CAP STAI�PEb "GORitONDONA & A550C. FT. WqR71-f, TX" SEi' UNIESS NOTED OTHERIE.'lSE. � ���� �I ��' � � �� �� ��►!��`l 1040 THROCKA30RTpN STftEEf • FORT 1VORTH, TEXAS 7fi1tl2 E%HIBif SHOWlNG A TEMPQRARY CONSTRUCTION �ASEMENT dU"f OF A R�AlAINb�R OF 27.924 ACR� TRACT OF LRND (BY Q��R) SITUA7ED IN 7ME Z. �. [3AVIS SUFtVEY, A�STRAC7 N0, 18�� CIIY OF F'ORT WOR7hl, TARRANT CdUN7Y, TEXAS as �EcoROEo iN C.C.F. No. D24343S�25i DEED RECORbS p�' TARRANT COLiNTY, TEXAS Jo8 No, HALF1705A DATE: MAY i 8, 2E}19 G4�RqNp4NA de 0 95 � ' . M1 �,. _. � � � ..�K.� • . . . "'.._' -- . �5 � r_ - �� �� � � � �-< �si���. � PROFESS�ONAL I.AND SURVEI'QR 18 • 817-498-1424 FNi 8 Ex�r��r� "B " , , , . P� 04 ��� a``'�'o�e G,�O� _ Q ��o� o¢ o�G� Z. D. DAViS SURV�Y ABSTRACT No. 1888 9.5�5 ACRES (BY DEED) Cfil' OF FORT 1N�RTH VO�U�IE 14458, PAGE 10 Q.R.T.C.T. / �� �� �, 'CP�P Qa`��. 4" \ �� ��Ory, '�QO�.*� a�, 1° `'`> �c' ��, .� � , �G O 7�MPORARY CflI�SFRUCTION F�9SEM�NT AR�'A �,509 SQ. Ft'. QR 0.195 ACftES �� 48'24•'SS�E i.fl0' �OT i BLOCK f tJUR L.4DY OI' GR�CIs' ADDITION C�4BINET A, SLIDE 11819 . P,R. T. C. T. RENfAIND�R OF 27.92�4 ACRES (�Y D�ED) TH� CAiHRL.IC DIOC�SE OF Ff. WOR7H C.G,F. No. b204380251 R.R.T.C.T. �vo7�s: 1, A I:EGAL DESCRIPTIQN QF EV�N DAT£ ACCOMPANIES THIS FLAT. 2. ALL BEARINGS ANp C�QRDINATES 1hRE REFERENCED TO THE TExAS COOftI11NATE SYSi'�M, NAD-83, TH� NORTH CE�tt'RAL ZONE h2o2, ALL AISTANC�S ANU AREAS SHOWN ARE SURFAC£. 3. ALL. ROW MARK�RS Ai2E 5/8" IR4N R06S WffH SLUE CAP SfAl�PED "GORRON�ONA & ASSDC. F'1'. 4YORTli, 'fX" SE.i' UiJI.ESS NOTED OTHERWlSE. ��� � 1�iATGH LI1V'L+" "�'J " 50 2 D 50 SCALE IN F�ET �I �� � f �� r°� � r'�1 � 1000 THROCKMOR76N STREEf • FpRT WQRTH, T�7fA5 78102 E�fHIBff' A HOWIldG TEMPORRRY CQNSTRUCTION EASEME�T QUT OF A REMAENDER OF 2�.s2a� �c�� 7��c� a�' �,�vo {�Y ���t�) SITUATE4 IN TNE Z, �, DAVIS SURVEY, AB�iRACT N0. 18�� CITY OF FORT WORiH, TA�l�ANT COtJN1Y, TEXAS AS R�CORDED IN C.G.F. No. D20A-380251 ��ED RECORaS OF TARRANi COUNTY, T�XAS 2 DRT�': MAY 1 B, 2019 1 EXHkHf� B GRftiiaNRdNA dc A556CtRTES, INC. � 7524 . ry � •� �•:, � � . � �, , 9 , . . CUR71S SMITH 4 R�GIST�R�U PROF�SSiONAL LAMD SURYEYOR �t4. 5494 TDlAS FlRM No. iQ108900 � �17-4A8-142k FAX 897--�}86-1768 �'X�IIBI�T 9,.8 �' PAftCEL 2 TCE NOi�S: 1. A I_EGAL E3ESCR1PTIoiV OF EVEN PATE ACCOMP�4Pl1E5 THfS PLAT. Z. ALL 9FARINGS ANA CapRDINATE3 AR� REfERENCEO TQ THE TEX1�5 COOR�IhL4TE 3YS7EM, NAp-83, TH� NDRTM CENfRAL ZONE 4262, ALL E}ISTANCES AN� AR€AS SHOWiV ARE SUR�AC�. 3. ALL ROW MARKERS ARE 5/e" IROt� RODS ti;IffH BLi1E CAP S1'AIAPEb "G4IiRONdONA & A550�. FT. WORTH, i7(" SET UNLESS NOTE6 OiHERWISE, o �i% � p(HIBIT �SW01Y1NG TEMPdRARY CONSTRiJCTI�N EASEMEIVT ou� a� a aE��+r�oE� a� 27.924 ACRE 7RAC7 0�' LANQ {BY DE�D) SITUATEt7 IN 7HE z. f7. DAVIS SU�V�Y, A85iF2AC7 N0. 188� C111' OF FORT WORTH, TAFtRANi COUNTY, 7�XA5 AS RECOR0�0 !N C.C.F. No. D2443�0251 DEED RECORDS OF' TARRANT C(3UNTY, T�XAS f}ATE: MAY 1 i�E TABLE L NE BEA#21 G DISTANCE L1 N 00'30 OB W 9.65' L2 N Q�'30 QS W 33,06 L3 5 �-3'35 05 W 46.70 \ �i ��r �� ���� i�'�r�l� i00U THRQGKMQftTON STREET � FORT WORTH, TEXAS 7Bi02 2 & �� � � __� I E1 ��m� ' I ',of�°•; °,�,....5%4-��..,��.�1 : W�,a.yf '� < _ . ,�,� �:�:z�T����r�Pr:��■w•v� 18 • 817�-498-1424 FAX 8�7-496--9768 SUBJECT TRACT 8c RCQUfSITfON LOCATiON iVOT TO SCA�E PR�.TECT I'�iAME: WI;STPQRT PARI�WAY rR�M ��LL�R �iA�L�T ROAD TO ALTA VI�TA it4AD PARCT�.1�To. 3 TCE CITY PIt.4.TECT No. I01019 13�17 ALTA'VISTA TZ4AD, F4RT W4RTH, TE�AS L�T 1, SL4CI� 1, 4UR LADY OF GRACE ADD�TION ��H�I3�T �`A" Being a te�npo�•at•y co�i�ti�ction easement si�:uated in. fik�e Z. D. Davis Survey, Al��tract Np. 1$88, City p�Fc>rt Woi�tk�, Tai�ant County, "�`exas and b�ing out of Lot 1, Blo�lc 1 of �ur Lad� of Gi•ace Addition, a� addition ta fikze Ci�y a�Fo�t Waz�ih, Tarrant County, T�xas, as xecalded in Ca6inet A, Slide 11819 of t�e Plat Records c�f Ta��ant County, Texas, said Lat � being pox�tion of a 27.924 ac��e tt�act a� �and (by deed} deeded to the Cathalzc Dzocese of Fo�•t Worth as re.corded i� Couniy Clez�c's File No. D2Q438025t o� the Deed Recprcls of Tarrant Gounty, T�xas, sai.d temp�xary ca�struct�on eas�menC i�ei�.� more parficularly descr�b�d by metes and bounds as follows: COM�El�TCING at SJ8 inch i�on rvd with cap stariiped "DLTNAWAX & ASSOC." four�d {coniralli�tg xnanurnen� (CM)) for an exterior �11 co��ne� in fhe w�st Iine of said 27.92� acre tzact o� Iand, said 518 inch iron i•ad vsrith ca� stamped "DUNAWAY & AS�OC." �ei�g an u�terior e11 corner in the �ast Iine �i a 2.0� acz�e tract ofland {by ci�ed) deeded to William Blalce Jamesan and �r.a Bea Jamesan, as TrL�stees o#' ihe Wiiliarn Blake J�rneson and Ina Bea �ameson Revocable I�iving `I'���st as recoi•ded i�� VoluYne 12385, Page 1945 of �aid Deed Records of Tanrant Gounfy, Texas, fiom whiel� a 1!2 inch itot� rod �ound (CN�} for an interio� e11 corr�e� in the w�st line o� s�.id 27.924 ac��e traet a�F land beats �ou� 89 degrees 5a nain�.�.te� 14 secpnds �ast, a distance of 92,85 feet, s�ic� 112 inch iran rod being an exi:erior e11 cornez• �n the east �ine of saitI 2<00 aeze tract of lat�d; TI�ENCE North 40 de�•ees 30 mir�utes fl8 seconds 'i�irest, wi��i -�he west Iin� of said 2'7.924 ac�•e t��act of land anc�. vvith the east line r�f said 2.00 acre tt�ct a�Iand, a distar�ce of 42.71 ta a RO'�W marke� sei �o�• most norYh�rly nox-�hwest corner of sazd 27.9�4 acre traci of land, saiel ROi1V �marker being tk�e most sautlierly cai�e�• a� Wesl,po��t P�lcway (a variable widi;h �•ight��� way) a� recorded �n Cabinet B, Slide 3502 of the Plat Recox'ds af Ta�r�•ant County, Texas, said RO W marke�• also being tl�e inters�ction o� 1:h� p�•oposet� southeasterly right-of wa� linE of said �rVestpot•t Farkw�.� �i�h t�e east line �f said 2.00 ac��e txact pf land, fioin wl�ieh � 5/$ inch iron rvd witli ea}� stamped "DUNlLi��lY & ASSaC." �'oun�1 (C1VI) for th.� east corner o�' Lot 12, Block 4 af Losl: �Y•eek Ranch West, an �dditx�n to the City Q� Fa��i VVorth, T�r�ant County, T�xas as recordad in Cal�inet A, �litie 647G of said Plat Reeords o�Tarra�t County, `I'�x�s, beai•s North �}0 deg�ees 30 minutes 08 seconds West, a distanee of b7S.35 �e�t, said 5!8 inch i�o�i �od with cap stampeci "DUNAWAY & A�SOC." bei�.g zn �he east line of a 10 acre tract o� ta�d (by deect) bein� fiu�he� descri�ec� as Second Traci and being deeded �o '�TTi�liarn BlaXce Jameson ar�d Ina Bea Tam�san, Trustees o� the William I3�a1ce Jameson ai�d Ina �3ea Jameson Revoc;a�l� Livi�g Ttusi as recn�d:ed i�: Volume 12385, Pa�e 1941, o� sa:id Deed Recoz•ds of Ta�rani County, Te�as, said 5f8 ineh �ron roc� wiih eap stamped "DUNAWAY & A�SO�." �eing in the west �iz�e af a 9.5OS acre t�act of �and (l�y deed} deedeet to the City of Fort Worth as rec��•d�d in Volu�ne 14�58, Page 10 of said Deed Reco�tds o� Ta��'ant Co�,�niy, Texas, �aici S/S inch i�•on rad with cap stannped DUNAWAY &�SSOC." also being t�e southedst corn�� of a 0.454 �c�`e t�aci tif Iaz�d (by �eed) ��hibit A Pagc� 1 oi' 3 deeded ta the City of Fa�-� Wor�h as recarded in Valun�e 149'76, Page 183 a�` sai�1 Deed Recoi•ds of Tarrant County, Texas; TH�N�F Nox�h �3 degrees 3'S �niz��tes OS secont�s E�st, wi�1a the noi�hwest line of saici �7.924 acre tract o�` land and with �he existing southeasfi right-of way line of said �e��port Parlcway, a distance of 741.14 feet to thc PQ��TT 4T+` S�GINN�Z�TG of tl�e hexein describ�d temporaty canst�i�c�zan ea5�ment, said �oint being ihe west carner of said Lot 1; T�-��llTCE Noi•th 43 deg�ees 35 rnit�utes C15 secoz�.ds East, w�th the np�thw�st line of said Lot 1 a��c� wzth th� exist�ng s�uiheast rig�t�of way line of sazc� Wes�pox�t Parkway, a di:stat�ce o� 397.96 feet io a paini; �oz the be�inning of a cuz-ve to il�e rig�t having a��adius of 945.00 feei, a central angle of 05 degrees 1'i minutes 1 I secands and �hos� c�.ord bears Notfil� �46 deg�•e�s 13 rninutes 41 s�concls Easi, a clisiance of 87.I6 feet, :f�om W�lch a 5/8 inch irQn roc� foUild �a�' zef�i•ence bears Naz�Ch 45 deg��ees 31 minutes 1'1 s�eot�ds East, a disiance af d.22 feet; THENCE with said curve to the a�ight, with ihe noF�hwest line of said Lot 1 a:nd with the �xisting southeast �•ight�of-way 1'rne of �aid WPsipoz•� Pa�kway, an aze length of 87.19 feefi to a paint fQr coixle�•, fi•or� whic� a 5!S i�c� iron �•od with cap sCamped "Duuaway & Assoc" %und (�T1�} �Fox a eo�ne�� in the no�-thwest�rl�r line a�' said L�t 1 bears a ehorcl l�earing of No:rth �9 degrees OS �ni�utes 38 seconds East, a cl�.ard c�ist�nee of 7.35 feefi, said �l8 inah i�on i•od wiih cap sfamp�d "Dunaway & Assoc" l�eing a cozne� in the exi�tin.g southeasierly ��ig�t-of way line of said Westpori F'arkway, T�iRiC� South 41 deg��ees 07 mi�utes 44 seconds Easfi, a elisiance of 7.�� �`eet to a point for the begi�ning p� �. nan-tangent curve io the left havir��; a��adius of 938<00 feet, a ce�:tra1 angle o�' (�5 degrees 17 minuies 1 l seeonds and whose chnrd bea�•s �outk� 46 ci�g�ees 13 minut�s 41 secoi�ds �est, a distance of 8b.52 feet; 'TH�NC� wzih said non�iangent ct;uve to tlae Ieft, an azc I�r��th of 86.55 �eet �o a poini �'ox co�ner; T�IENCE South 43 degre�s 35 minutes OS secands Wesi, a ciistance of 397.96 feet to a poin.t �ox carne� in the sou�hwest li�e df'said Lot 1; TH�NCE Narth 4b de�ee� 2�- ���.inuf�s S5 seconds West, with the so�ithwest l.ine of said Lot l, a c��s�a��c� af 7.00 feet ta the POIN'I` Oi+� I3LG�I�TI�t�NG anc� containing 3,394 square f��t ot 0.07$ ac�•es o� land, znore or less. Exhibit .A �'age 2 of 3 Notes: 1) A plat of even sttrvey date accampanies this legal description. 2) All bearings and aoordinates are re�e�e��c�d to the Texas Caordinate Syste�n, NAD-83, Tl�e Na��h Central Zone 4202. All distances and areas sl�own are surface. 3} �11I ROW Maricers are 5/8 inch i�•on rad set witl� ca� stamped "GORROND�NA & ASS�G FT. WOKTH, TX." L�nless zaot�d othertivise. Date: May I6, 2019 , �� �� � Curtis Smith � _ Registe�•ed Professional �sand Surveyor Na 5494 Texas F�.� No. 1 Q I06900 Exhibit A Page 3 a� 3 MATCH LINE "A" 2,OD ACRES (BY DE�D) WlLLiAM BLAKE JRMESON ANU iNA 6EA JAp�E50N, 7RUSTEES TO THE WiLLIRM BLAfCE JA}A�SON AND tNA BEA JAMESQN REVQ�ABLE LNING TRUST V6LUM� 12385, pEED LIN� i / / f / / / / � r i i� I'RGE 1945 -1 p.R.T.C.T. ��y�� /� ��� � . �`� P-�l �oQoh� ��V'o4�� 4 �Q- �,�fi � ��� Q����o� � J� �\�(/��g`U� RIGH QPOF 4YAY `�D �Q �¢ Re�nA�No�� o� 27.824 ACRES (�3Y DEED) TME CRTHOLIC DiOCESE OF Ff. WORTH C.C.F. No. D2�4380251 D.R.T.C.T. "DiJNAWAY&ASSOC" Z, D, DAVIS SURVEY ;ONTROL MONUM�Ni) q B S T RA CT N o. 1 S 8� E��I.�.�T� „$ �, iri e7 n w � 0 �a b C7 Z � a� O I� � N O � O Z � .-�w--�- FNb 3�2"IR S 69'5Q'14"E 92.85� (CON7ROL MONUM�N7} P,O.C. FND 5/8°Ift W/CAP �— PROP65Eb 2•00 RCRES {BY ���0) RIGNT—OF—WRY w���EAM BLAKE JAMESQN ANiI INA BFA JAMESaN, TRUST�ES TO THE WILLlAM BLAKE JAMESOlV AND INA BEA JA#AESON REV4CABLE I.IVING TRlJST VOLEiME 12385, PAGE 1445 €}.R.T.C.T. MOiES: 1. A l.£GAL �ESCRIf�'FION QF EVEN DATE ACCOMPANIES TFtlS PLAT. 2. ALI.. BF1tiRIPEG5 ANC3 COOROI1+lATES ARE REF�ft�NCED TA THE TEXRS COQRpINATE SYST�Hi, NAfl-83, 7HE NQRTH CEMRAL ZONE 4202, AtL DiSTAt�ECES ANf} Al2EAS SHQWN ARE SIJRFACE. 3, ALL ROtiH �1AF2KERS ARE 5/B" [RON R�nS W!'fM BI.UE CAP STAMPED "GOftRQNAONA dt ASSOC. Ff. WORTH, TX" SEf UNLESS NQTEl3 07i-iERW15£. �RT ���� HAi.F/745.0 Y 16, 2b18 alloo�vA dc 50 25 0 50 SCALE I N FEEf \ �% �� � � �� �'"� C� �"�'�'i 10�0 THROCKMORTON Sl'R�L�l' • FORT WORTM, TEXAS 75142 IXHIBff SHOWIHG A T�MPORARY COI�STRUCTIOi� �ASEM�NT auT aF L07 1, BLOCK 1 n�' OUR LADY OF GRACE A�DITI01� SINATEU IN TH� C1N OF �'ORT WORTH, TAR�2ANT C�UI�TY, i�XAS AS R�CORDED IN CAaINET A, SLIDE � 1819 PLAT RECORi]S OF TARRANT COUNTY, TEXAS 6Y: JLC � 7'S2k dAGK NEWECL �� O ��`� r�� ��• �P, Q�'`' ,�4�A�� ✓ � �0 �Qrl'� c�c. ���� ���� ��� y ��0, b � �,� L� . _ k � 4, .--. . �� .t'lr ..r� Q1019 �' . ; � • �� f,� _� Z�S � � CURTIS SMITH a�cEsrE�ea p�oFEssia�a� Ent�n su� � 917—A98-1�424 .�''��IIB��' „B „ ,� �� � � � � � � / ,Q�, � / i� y' / � � � / � � � , i i / i i�WIIV�ER OF ��� 10 fiGRES (Bf flEID) s�ax�o m�cr �,' w�u�wf eu,� � w� IAIA BEA �WA60Nl, 1RlAS7F�S 7D Ri� 141ilflVh Bl.h1� �fPFiF�f Ik�A i�n aen � �.� utinNc -mu�r WLIk�IE 125ffi� PA{;E 194i RR.T.GT. RicNr—o�—w�v AO ��CRQ� tiO��� . ti,.�oas�p�,o s� ��9}O 9O J r'n-i r � ro 0 0 M 0 0 z � , . ,�'� z. D. DAVf5 SURVEY ABSTRACT' No. 1888 �O ��� O�` o�`'e� � ���� o� qQ- ¢G�G0�0 aQ�P��� P� e�. �c; ��°e¢;,a�'��, ��"�a� ,O��tiJpk� � �O `�' p��0',�, MATCH LINE "C" 9.805 AGRES (BY �EE�) CI'IY QF FORT WORTH VOLUME 1hh58, PAGE 10 D.R.T.C.T. ! ��� !�� �1 Q�`4�P�Q�,�c, O�'� ��o�o�. � �Q�� �� ,�d �� �� L �� v� ��� ��P � P REhAAiNRER OF �'� �� 27.924 ACRES (8`( DEEO) �'fi' O� TNE CATHqLIC �4� OIOCESE QF FT. NIQRTH �G� C,C.F. lVo. q2Q�43iS025i f3.R.T.C.7. TCH LINE "A" NOTES: t. A i.EGA! QESCRIPT[DN OF E.V�PI DATE ACC6MPANl�S THIS PLAT. 2. A4.L BEARINGS ANb COQRDINATES ARE R�FERENCED i0 i'HE T�XAS COORDINA7E SYSTEM, i�AD-83, 7HE NQR'fi-1 CE�ITRAL ZONE 42Q2, ALL DISTANCE3 A�1� ARE/IS SH4WN ARE 3UR�AC�, 3. AlL RDVf MRRK�RS AiZE 5/8" lRON ROaS WI7H BLU� CRP STA�APED "GORRONbONA de ASSOC. FT. wn��rr�, TX" SET U�iLESS NOTE� O7FIERN115E. ��T�i�R� 50 25 0 50 SCAL.E IN FEET � � � � � �° � �i �'� � � �� i`��' � �"��7 1d00 TMROCKMtlRTbN 3TREEf • FORT WOR7H, TEXAS 76102 E7{Hlsff SNOWlNG A TEMPORARY CONSTRUCTlON EASEMENT our a� LO7 1, BLOCK 1�� OUR LAbY AF GRACE ADDI710N SINATED IN THE CITf O� F'(3RT WORTH, TiARRANT C013NiY, TEXAS �s fteeoRo�o iff CA8lNEi A, SLIDE 11 S49 P1AT RECORDS OF TARRANT COUNIY, TEXAS 2619 I EXMIBET B PAGE 2 6F B I SCA�E: 1��=00� �ry IA dc ASSOCIATES, 1NC. � 7524 JACK lV�YNELL BDULfUARU SOUTN FVR'i' WORTIi. TX. 78118 • 8 � r . , i� ., Y� .�rc �� � 4p�` '�*7'�""` s, �, ��r , . - _r;w . 'IS SMITH � ERED PROFES51flNAL LAN� SURVEY €94 TDU�S FlRM No. 101�Ba 96-1424 FAX 617--49B-176B !�i ���.0 l 1 9 s� � 9 0.454 ACltES (6Y UEE�) CITY OF FOF2T N10RTH VOL4JM� 14976, AAGE 1 B3 D.R.7.C.T. LaT 12 ' B�DCK 4 �cos� eR��x RANCH FYIs'ST CABINTsT A SLIDIs` 6476 P.R. �: C. �'. L�T 13 REMRINDER OF 10 ACRES (8Y QEED} S�CaNb TRACT WILLlAM BLAKE JA�AE50N AND INA BFA JAHI�SON, TRU5TEE5 TO THE WILtlAM BIAK� .iAMESON AN� INA 8EA JAMESON REVOCA�LE LIVING TRUS� VDLUM� 92385 PAG� 1941 R.R.T.C.T. NDTES: 1. A LEGAI DESCRIPTIQN OF EVEN DR7E ACCCTf�PANlES THIS PLAT. 2. ALL BFAitiNGS AND COOR�lNATE3 AR� ftEFERENCED TO THE TEXA.S E04RDINAT� SYS7EM, NAD-83, THE NOft'fH CEN7RAL ZAiJE h202, ALL 61STANCES ANi3 AREAS SHOWN AFiE SUftFACE, 3. ALL RQW MARKERS AR� 5/8n IRO�i ROpS WiTN BLE1E CAP Si'AMPED "GORROlVDOiVA & ASSOC. Ff. WORTH, �C" 5E7 UNLESS NQT�D 4THERWISE. ������ Z. D. DAVI5 SIJRV�Y ABS1'RACT No. 1888 w ��o �/s"�R w/cnp '•pUlJA4VAY & R550C" � (CONTROL MO�iUMENT} �/ i i i � � 9.5d5 ACft�S (BY UEED) � � CRY OF FORT WORTH � VOLU�AE 14458, PIIG� 1D � D.R.T.C.T. fI / � i � i i � r i i i�'/ �P F� � pQ j G� ��� � �U / � .�� 4, !/ �t,�� Q�,��p�G �/ '� �5w¢4 4 �� Ga� G`S",��i /� 4.�'��' 0�'S' G O-4_�Ak''i.1 // ����r�G,'�Q`r4�i � ���� N"O�� / �4Y �`F' � O tt;• p� O`y,�, '� fo��y o�� �� p�'�.`�¢�G. `i �, ,� �� ��n� Q , � ��q,��, O i o4- QF'�qV� !� O�GP�' � in � n cO � � 0 0 M 0 0 z 1�IATCH �I1YE s�Ci �� \ , 50 25 0 5Q SCAL� IN F�ET �� � � � � �� 6 � �� l �� 1D00 THROCKMORTON S1ft�ET • FORT WORTH, TEXAS 7&i42 IXHIBFi SHOWlNG A 1'EMPORARY CONSTRUC710N EAS�iN�NT our o� LOT 1, BLOCK 1 OF OUR LAOY 0� GF�ACE AQDITfO�J SITUAiEQ iN THE CiTY OF FORT WORTH, TAF2RANT COI�NTY, TEXAS AS RECOR��d IN EA6INET A, SLiD� 11879 PLAT R�CORDS OF TARRANT CQfJN7Y, i'EXAS FILE; PARC�l.3_ E� � '� � � . ' . �� a':��}�. . ,�A1T � ',,'}r ��4.- - -_' � -`-. � c�r� '� r - - IUr''r ,r�. ��•+' • PRQF�SSI4NAL LAiJD iNC. � 7524 dACK NEWELL BOULEVAR(� SOUTH FORT � � � � � �aCi � � N4TES: 1. A LEGAL D�SCRlf'TEON OF EVEiJ DATE FiCCOMPANIES TiIIS PIAT. 2. All �EARINGS Ai�iD COORPINATES ARE REFERENCED TO 'iH� TEX11S COOft�INA7E SYSTE�f, iVAD-�83, THE NpRTH CE�if#2AL ZONE 4202, ALI. DISTANCES AN� ARFAS SH4N1N ARE SURFACE. 3. ALL ft�W MARKERS ARE 5/8` IRON ROD5 WITM 91.U� CAP STAMPED "GORRON�ONA de ASSflC. �f. WtlRTH, TX" SET UlVLE55 t�OTEE} OTMERNlISE, �� ���� 50 25 0 50 SCAL� I N FEET �I ��i � � �� �� If� 1/ � ��i � 1040 TFEROCKMdRTQN STREET • FORT N1012TH, TEXAS 76102 EXHI6fF SH6WMG A T�MPORARY CONSTRUCTION �AS�MENT our oF LOT 1, BI�OCK 1 OF OUR LADY OF GRACE ADdITION 51'fUATED IN THE c��r oF �o�r woRTH, TARRANT COUlV�Y, r�xa,s AS RECflROEU IN CABINEi A, SLiC3E 11899 PLAT RECORD5 OF TARRANT COU�i7Y, 1'EXAS ��RT PARKWAY AN� B�ACH ST. IMPROVENfENTS CI7Y F JQ8 Na. HRl.F1705.00 DWi1NN BY: JLC DATE: MAY 18, 2i3i9 E7lHIBIT B PA(3E GORROlJO�NA de A550CIAT£S, ING. � 7524 JACK BOULEVARD : �� � �� � �a��-��" ��,� ., •f�-- CURTIS SNifTH �� REGIST�RE4 PROFESSIONAI iAND SURVEY 0 768 E���I�IT �9B �s MATClf LI�E "D" .,�.�HIBI �' 4,.� �' , , , . � '��`` aF Q �G�Go�� , �° �`�w rQP P�� ,�. 0-��'p�r P��.�G�\G������������ i. �.�t. �,�O�O t. c.4 c�N� �� � � ��� �- O�GF,y Z. D. DAViS SURVEY ABST�AC1' No. 1888 � ��w 9.505 ACRES (8Y DEE6) CffY OF FORT 4NORTH VOLUME 14458, PAGE 10 6.R.T,C.T. �P� i� �� 4G �.��� �-� �� �� ���P�Q� V. 0�� '�'o��o�, Q �� n�, � ^Q y� � L �' �� `���� 4fi'24'S5'°W 7A0' ��1 �S�Q.::i:� � �4� � � . ::::;:.. >:::.:.� Bzocx � ;''� 17UR .LelIDY OI' GRA�'�' ADDIT.FUN C13HIN.i3'�' A, s.�rn� � �ei� P.R.7:C.T. REMAfNDER OF 2i.924 ACR�S (BY nEEb) THE CATHOl.EC r�ioc�s� o� �r'. wo�z-r� C.C.F. No. D204380251 �3.F�.7.C.T, REMAtNOER OF 27.324 ACRES (BY �EED) TH£ cA7Houc bIDCES� OF Ff. WORTH C.C.F. No. D204380251 D.R�T.C.T, NOTEs: 1. A LEGRE. t7ESCRIPTION OF EVEN �AT� ACCOMPANiES THIS PLA7. 2. ALL BEARIMGS AND C60RnINATES Al2� R�fERENCEO TO THE TEXAS C�ORRINATE SYSTEM, NRD-83, THE NOR7F{ CENTRAI. zOhIE 4202, ACL DISTANCES A�ip AREAS SHPWN ARF SURFACE. 3. ALL R6W iiWRKERs AR� 5/8" IRON itO�S WffH BLUE CAP STAMPED "GflRRONddNA dc ASSOC. Ff. WORTH, TX" SET UNL£SS iJOTEQ DTHERWESE. ��T`��R�'� .It�ATCH L�NE "D" �JO `L �J 0 �J O SCALE IN FEET �I �� � � i�� ►`�'�' '�� �"�`� 1000 THROCKMORTON STR�ET • FORT WORTH, iEXAS 7fi1U2 oc��srr s�owir�c A T£MPORARY CONS�RUCTlON �AS�MENT our oF LO7 1, BLOCK t 0� OUR LADY OF' GRACE ADDITION 51TUA'f�cD IN TNE CITY OF FORT WORTH, TARRANT COUN�Y, �EXAS AS RECOROEO IN CABINEi A, SLID� 11 �'f 9 PI.AT RECOR�S OF' 7ARRA�IT COUNII', TEXAS DRAWN [NC. • 7524 T�MPORARY CONSi�2UCTi0N �ASEM�NT AREA �,394� SQ. FT'. bf� 0.07� ACRES 0 i r ���' ' . , No. 101019 � �. _ � 4"'� r= �ra nc��s ��RTIS SNiIT�f� _TCE.DWG REGISTEREO AROFESSIONAL LAND : NO. 5494 TDU�S FlRM No. '. , "fX. 76118 • 817�-496—i424 FA?f 87T--436--f � � � � � � � L�'..�.�II�3I T 99B „ 9.505 ACftES (BY pE�D} CIiY OF FOR7 WOftTH VOLIJME i4458, PAGE 10 �.R.i.C.T. i P� /y�� 1���` �� P�, �,`G ,� ,� ,� ,� FN� 5/B"IR WClM CAP � � "11uNqwAX �c assac" � � (CQN7ftpL MQNUMENT) /� /� c2 5 �1'D7'44'�E���� ��,� %.��f`'/� ''/� ::s ,. / / .;:�� �i fi G�,,,��'r �,.i ��' ..•.',��G� // ', ,�' ,�� ::::.�,� �/� ��� 75' ELECTRiC EASE�AENT .,...� GA61NkC A, SLI�E 11819 �i� �i� f'.R.T.C.T. � ��, ��. .'� .'� ,� ,� �ar � �' % BLocx i ,•' ,�' orrR r.�vr o�� cz�e� �r�r��raN � i C,ABINIs'T A, SLID.n3 1 f� f 9 i� �� RR.�'.C.i; i� r� �. `�� �E��ir���R a� � ` 27.924 ACRES (BY [?EED) . � � ` JOS�PH P. DELANEY, � � *� �� R�cNnn n� TN� fi.aTNni ir. / Q' ��GQq�p�`�on,. Q� <<. � � ,�o � �GJ L 0• ���� `�,P �'Np 5/8"IR BRS -- iJ h5'33' 1 i"� 0.22' Z. D. DAVIS SURVEY ABSTRACT No. 1888 � � � � E� � �ONSTRI�C710i� ``��,�� DIOCESE OF" Ff. WORTH EASEMEt+IT AR�A C.C.F. Na. �204380251 3,394 SQ. �1. D,Ft.T.C.�'. UR 0.(178 ACR�S 'ARCEL ., , .. SUBJ�C7 TRACT 8c AGQUISITtON LOCATION NOT TO SCAL� ___ _ _ NOT@S: 1. A I�GAL 6ESCRIPTfoN O� EVEN DA7E ACCO�EPANIES THIS ALAT. 2. ALL BEARINGS AND CaaRDINATES ARE RE�RENCEI3 T4 THE TEXPS COOftDINA7E SYSTEM, IVAn-83, THE NORTH CENTitRL ZtlNE 4202, ALL DISTANCES AND Al2FJI5 SHOIYiJ RRE SURFAC�. 3. ALL RDW MARKERS ARE 5/8" iRON RQnS 4kffH BLUE CAP STA#AP�D "G.pRftqNDONA & ASSOC. Fr. wa�, TH" SEi UNt_ESS NO7ED OTH�RiYISf. ���a � 50 25 0 50 SCALE IN FEET �`I �� � .� �� �� �� �'�� i0Q6 THftOCKMORTON STREET • FQRT WQRTH, TExAS 76102 IXHIBtf SHOWING A T�NiPORARY CQNSTRUCTlON �ASEMENT OUT OF LOT 1, B�OCK 1 OF OUR LA�Y OF GRAC� AD�ITiON SITUA'iED iN THE C1TY bF FORT WOF2TH, TARRANT C4UNTY, TEXAS AS R�COR�ED IN CABINET A, SLIDE 11819 PLAT R�COf�qS QF TARRANT CQUNTf, TEXAS /,� .y , , � . � • ia ', .� . . � a........� ..._- - -- �-�-� ------- � ���Y�. , ' •'� � . . �� � K "� .` '� � �. IS SMIT�f ERE� PROFESSIONAI. LAND SURVEIE OF $ 1 5CALE: 1 "� : 'ELL BOUI.E.VARb SOUTH FORT �C�4.�� S��su��ace a�¢i P�i�sIlc�� Con������s �H�S ]PAGE �]EF7� �1�T��1����TA��L� �IC.AI�C� C1TY OF FORT WORTH WESTPORT PARKWAY FROM KEILER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIFICATIQN DpCUMENTS CTFY FR07ECT NO. 101019 Aevised 7uly 1, 2011 C��OT��HNiCA� �iVCIiV��R�N� S7'UdY VyESiPORT ��RKl+VAY Af�� N. ��ACH STR�E�' �X��NSlOh�S t/1CINiTY 0� Sb 'i�'0 FQF�T WORiH, T'EXAS Presented To: Fialff Associates, fnc. No�emb�r 2017 PRaJ�C�' N0. 117917�a�4 ��. ���` "' �T �7 g�y� }� 763G Pe6ble D��ive :� . F �1� ��1'� ��A� 1L��' 11��. Fo�•t Worth, Texas iG118 «+�vsv.c�njengr.com November 22, 2017 Report No. 117-17-224 Half� Associates, Inc. 4000 Fossi) Creek BouEevard Fort Worth, Texas 76137-2720 Atfn: Mr. Ben L. McGahey, P.E. G�OT'�CbNiCAL ENGIf�EERIPlG S�U�Y I�i1�S���R� �ARK�IAY AP3� Pl. ��ACH ST�EEi EXT�t�SI�f�S VICl�di�'Y OF' Sb 170 I�ORi iaV��iH, T�XAS Dear Mr. McGahey: Submitted here are the results of a geatechnical engineering study for the referertced project. This study was performed in generaf accordar�ce uvith CMJ Proposal 1i-6486 dated May 96, 2017. �ngineering anafyses ar�d recamm�ndations are coniained in the text section af the report. Results of our field ar�d laboratory services are included in the app�ndix of ihe re�ort. We wouid app�eciate #he oppor�unify to be considered for pro�iding the materials engineering anc� geoiechnicai observation services during the canstruction phase of this praject. We appreciate the op�or�unity to be of service ta Halff Assaciates, fnc. Please contact us if you have a�y �uestions or if we may be of fur�her service at this time. Respectfully submitted, C1V�� ENGINEERiNG, �NC. T`Exns Fi�M Rsc�sT�zn�rio�l Na. �'-9177 i ���� �' { ti � Jam s P. Sappington IV, P.E. Seni r Engineer Texas No. 97402 ���P.�� OF�j'���5 ! a ,• . �� � � . p'�� . � � � +i '� c ............'.*'. s JAMES P. SAPPINGTON, !V � • �6������10l��a���� •s,. �• I �' . 9740� ��C,�a . � '��'��rs ���NSE� ��� �� 4140'� �q�.�N>>.v�' copies submitted: (2) Mr, B�n L. McGahey, P.�.; Ha(ff Associates, Inc. (email & mail} Plzo��e (817) 284-9400 Faac {817) 589-9993 Metro (8I7) 589-9992 i�►��� �� CONTEI�TS 1.0 2.0 3.€3 4.0 5,d 6.0 7A 8.Q - Pa s INTRODUC`f�ION-----------------------------.._.._..__..__...._____..----____----------________..__...______________------------1 F1�LD EXPLdRATION AND E.ABORAT�RY TESTING-----------------------------------------------------..2 Sl3BSURFACE CONDITfONS---------------------------------------------------------------------------------------4 PAVEMENTDESIGN--------------------------.._........__........_......__-___---------------------�__........_.._........___-_----------5 TRAF�IC S�GNAL FOUNDATIONS_....__..-------------------------------..___.._____.._______--------------_____....__ 12 EARTHWORK----------......----------------------------....__........_....__.._..__------------------_.._..--------__...._....__------- 15 C�NSTRI�CTfON OBS�RVATIONS ---------------------------------------------------------------------------- 19 REPORTCL�SURE------------------------------------------------------------------------------------------------- 19 A�P�fV!?IX A P(ate Planof Borings ---------------------------.._.._..___.._____---------------------------____...._.._...._-____�----�______----------__.._A.1 Unifi�d Soil Classificatfan System ---------------------.._------------------------_-------------__..--------------------......A.2 Key to Classification and Symbols----------------------------------.._...._.._........_----_---------------------__..____........_---A.3 L.ogs of Borings----------------�-------------------------------------___--------------------------------------_-_--- A.4 — A.9 9 FreeSwell Test R�sufts -------------------------------------,..._..____...._______------------------__........____............____..__---A.20 �.ime Series Test Results ---------------------------------------------------------------------------------------A.2� — A.22 SolubleSulfate Test Ftesulfs-----------------..___.._____________---------------------_..___...._....__.._____.._________.._------A.23 APP�iVpIX � I'avement Thfckness Design �P��N�rx c Plate B.1 -- B.3 pi��� Traffic Analysis and Truck Percentage Estimates (Lee Engine�ring)-----------------------------------C.1 �- C.J �,a ��u��o�u�T�o�v 1.1 �enera! The project, as curre�tly planned, consists of extending Westport Parkway from Alta Vista Road southwestwarc� to co�nect with Kefler-Haslefi Roacl. Th� existing intersection at A[ta Vista Rvad will be con�erted to � roundaboui and the proposed i�tersection with Keller-Haslet Road and Pond�rosa Ranch Road will also b� a roundabout. In addition, N. Beach Street vuill be exfended narth from its preseni c�ead end to intersectian SH 9 70 then nor�hward �o intersect Keller-Haslet Road and fhe extended Westport Parkway also as a rour�dabout. In addition, a new s�arm drain lines and passibis water and sewer impravements are afso planned. This investigation meets the requirements af the City of For� Wor�h Pavement Design Manual, dated January 2015. P�ate A.'f, Plan of Borings, clepicts the projeet vicinity and approximate locatians of fhe ex�loraiion borings. CMJ previa�sly prepared Report �G�2-16-05 dated January 26, 201i far the Wesfport Parkway Extension portion of the project described abave. With permission frorn the cfient associated wiih that report and the City of Fart Worth, data from t�e previous repo�t is incorporated into ti�is repor� as prepared uncEer this contract in order to combine the data ar�d recom�nendafions into a single project document, 1.2 Pur�ose and Scape Tt�e purpose of this geotechnical engineering study has been to defermine ff�e general subsurface condi�ions, evaluate th� engineering characteristics of the subsurFace materials encountered, develo� recommendafions for the iype or types of pavement subgrade preparaf�on and modification, provide paverrtent and traffic signal foundation design guidelines, and provid� earthwork recommsndations. Ta accomplish ifs intended �ur�oses, the study has been conduc#ed in the fa(lawing �hases: (1} drilling sampfe borings #o determine the general subsu�fiace conditions and to obfain samples for testing; �2) performing labarafory iests o� appropriate samples to determine perfinent engineering properties of fhe subsurface maferials; and �3} perforrning engineering analyses, using i�e field and iabaratory dafa to cle�elop geotechnical recommendations far the pra�osed consfruction. The design is current(y in progress and the locations and/or elevations of th�: struetures co�fd change. Once t�e final design is near compietion (80�percent to 90-percent stage), it is Report �Io. 1'i7-17-224 CMf ENGINEERiNG,INC. 1 reeommended that CMJ Engineering, Inc. be retained to review those portions of fihe constructian doeur�ents pertaining to the geatechnical recammendations, as a means to determirte that our recomm�ndations ha�e been interpreted as i�tended. 1.3 Repor� Forma� The text of the report is cantained in Sections 'f through 8. A!I plates and large tables are contained 'm Appendix A. The alpi�a-numeric plate and tab(e numbers id�ntify the appendix in which thay appear. Sma[I tabfes of iess than pne page in length may appear in #he bady of the text and are numbered aceording �o the section in which th�y occur. Units used in th� report are f�ased on the English system and may ir�ciude tons per sq�are foat (tsf), k[ps (� kip = 1,OOQ paunds}, kips �er sguare faot (ksf), paunds per square foot (psf), pourtds per cubi� foot {pcf}, anc� pounds per square inch (psi). 2A F I�L� �XPLORr4Ti0iV AND Le4�O1�Ai�f�Y T�STINC� 2.1 �ield �xpinration S�bsurface materials at the project site were expiored by sixfeen (96) vertical soii borings. Borings B-1 ar�d B-2 were cEril�ed fa a depth of 15 feet and Borings B-3 fhrough 8-10 and B-13 through B-16 were dri{led to a depth of �0 feet below existing grades ir� association with ths proposed raadways. Barings 8-11 and 8-12 were drilled fo a depth of 25 feet ir� tihe area of proposed traffic sigrtals. The barings vvere drilled with truck rr�ounted driEling equipment t�sing continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1. The borin� logs are inci�ded o� Plates A.4 through A.19 and fceys fo classifications and symbols used ar� fhe logs are providecf on Plat�s A.2 and A.3. Undis#urbed sampfes of cohesi�e soils were obtained with nominaf 3-inch diameier thin-walled (Shelby) fube samplers a� the locatians showr� on the logs of barings, The Shelby tub� sampEer consists o# a thin-walfed st�el tube with a s�arp cutting edge connected to a head equipped wifh a bali val�e threaded for rod connection. The tube is pushec� into the soil by the hydrauEic pufldown a� the clrilling rig. T�e soil specimens wer� exfruded fram the tube in the �ield, fagged, tested far consisfiency with a hand penetrometer, sealed, artd packaged to limit loss of moisture. Repari No. 197-17-224 CMJ EtvG�[��gttlNG, rNc. 2 The consistency af cohesive soil samples was evaluated in the feld using a calibrated hand penetrometer, ln this test a 0.25-inch diarr�eter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 ir�ch. The results of these tests, [n �sf, are tabulated at respective sarnple dep�hs on the logs. When fhe capaci�y of the penetrometer is exceeded, the vaiue is tahulated as �4.5+�. To evaivate the relative density and consisteney of the harder forn-ratians, a modified version af the Texas Cone Penetratiar� test was perFarmed at selec#ed [aaatians. Texas Department Qf Transportation (TxDOTj Test Method Tex-132-E speaifies dri�ing a 3-ir�ch diameter cone with a 970-pound hammer freely falling 24 ir�ches. This resuits in 340 foot-pounds ofi energy for each blow. This m�thod was modified by utilizing a 140-pound hammer freely falling 30 �nches. This res�lts in 350 �oot-pounds of ener�y for �ach hammer blow. !n relatively soft rr�a#erials, fihe penetrameter co�e is dri�en T foot and the numb�r of blows required for each 6-inch pene#ration is tabulated at respective test depths, as biows per 6 inches on the log. 3� hard materials (rock or roek-like}, the p�netrometer cone is driven with the resulting penetra�ions, in inches, recarded for fhe first and second 50 blows, a tatal afi 100 blows. The penetration for the tatal 100 bfows is recorded at fhe respective testing depths on the baring logs. Ground water observations during and after completion of the borings are shown an the upper right of the �oring logs. Upon eomp6etion af the borings, the bore holes were backfiiled with hydrated bentanite chips and plugged at the surFace by hand tamping. 2.2 L.aborafory iesting Laboratory soil tests were performed on selected repr�senfative samptes reco�ered from the barings. In addition to tihe cfassification t�sts (liquid limits and plastic limits}, m�istur� content, unit weight tes#s and unconfinec! compression tests w�re performed. Results of the laboratory classification tests, moisture conten� and unit weight tests conducted for this project are incEuded on the baring logs. Svuell tests were perFormed on specimens fr�m selected samples of the clays. These tests w�re performed to help in evaluating the swell potenfial af soils in the area of the praposed �avement. The results of th� swel[ tests are presenfed on Piate A.20. Report No. 1'i7-77-22� CMj S�iGINlEtiii[HG,INC. 3 �ades and Grim Lime Series #ests were per#ormec� or� selected samples to identify tF�e appropriat� concentration af lime to add to soils far modification �urposes. The results of the lirr�e series tesis are presented on Plates A.21 and A.22, Soluble sulfate tests were conducted on sel�cted soil sampfes recovered from the borings. The sulfate testing was conducfad fio help identify suEfate�induced heaving potentia! of the soils. Sulfate-induced i�ea�ing can cause detrimental volumetric ehang�s to a lime modified su[agrade. The resufi af the sulfate tests are presented on Plate A.23. The above laboratory tests were performed in general accordance with applieabfe ASTM procedures, ar gen�rally accepted practice. 3,0 SUBSUR�'AC� C�fVD[iIOiVS 3.'1 Soit Conditions Specific ty�es and depths of subsurFace strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface strati�rapi�y encounfered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surFace presenf at the tim� of the investigatian, and the boundaries betweert fhe variaus soil types are approximate. Asphalt paving is preser�t at the surface in Borings B-1 fihrough B-3 with thicknesses ranging fram 1 ta 3'/2 inches. Gravel base is present beneath the asphalt only in Borings B-1 and B-2 with thicknesses af ��0 6 inches. Possi�Ie fills are noted at th� surFace and extends tQ depths of 'f ta 2 fee# in Borings B-10 and B-16 consisting of brown and fight �rown ciays contait�ing calcareous nod�les. L.arg� lirnestone fragments are present within th� possible fiil in Boring B-10. Natural soiis encountered consist af dark brown, brown, light brown, tan, reddish brown, and dark gray sifty clays, shaly clays, and clays. I�im�stone fragments and fractured iimestane seams were freq�ently encounterec! in the various surficial cfays. Lirnestone iayers with thicknesses of %z to 4 feet are noted in Borings B-2, B-4, ar�d B-7 a# deptl�s of 2 to 6 feef and at the surface in Borir�g B-'f2, often occurring fractured to higY►!y fractured. Tan limestone is present b�low depths of � to S feet in Bor3r�gs B-6, B-7, and B-'[2. The tan limestone continues through boring fermination at 10 feet irt Borings B-6 artd B-7. The various limestone Reporf No. 117-17-�24 CM� ENGINBFiRING, TNC. 4 strata fypically contain clay seams or lay�rs, occurs fractured in reaches, and varies from mod�rately hard ta hard (rvck basis), with Texas Cone Penetrometer (THD) test values of % to 53/ inches of penetration for 'f 00 hammer blows. Gray shale is nexf present in Boring �3-12 belaw a depth of 'I5 feet. The gray shale is moderately hard (rock basis), with THD values of 23/ to 2'/z inches of penetration for 100 hammer blows. All remainin� borings ►rv�re termEnated within the various clays at depths vf 10 ta 25 feet. The �arious clays had tested Liquid Limits (LL} of 26 to 83 with Plasticity Indices (PI) of 11 io 59 and are ciassified as CL and CH by the USCS. The various clays wer� g�nerally stiff to hard {soil basis} in consistency, wifh pocket penetramefer readings af i.5 to greater �han �-.5 tsf. The clay soils had iestec� dry unit weight values of 90 to 122 pcf and tested unconf3ned compressi�e strengths af 3,860 ta 28,38D psf. 3.2 �round Wa�er Observafions Th� borings were drilled using continuous flight augers in order t� observe ground water seepage during drilling. Ground water seepage was not encountered during drilling and ali borings were dry at eampletion of drilling operatians. Fluctuations of the ground water level can accur due to seasonal variations in the amoun# of rainfall; site topography and runoff; hydrau{ic conducfivity O� SDiI strata; and other factors not e�ident at the time the borings v�ere performed. During wet periods Qf the year, seepage can accur in joints i� the clays and atop or within the tan limestone strata. The passibility o# ground water level fl�ctuations should be considered when developing the design and construction plans tor �he project. �,4 �AV�i�1�NT' p�SIGh! 4.1 Pavemen� Subgrade Considera�ions 4.'f .1 Genera! The perFormance of the pavement for this praj�ci depends upon several factors i�cluding: the charact�ristics of khe suppartir�g sail; the magnitude and firequer�cy a� w�eel load appiications; the c�uality of canstruction maierials; the contractor's �lacement and workmanship abi[ities; and the desired period of design �ife. The success of the pa�ement subgrade is subgrade soif strength and Report No. 1'1�-17-224 CMJ ENGINHERING,INC. � control of water. Adequate subgrade perFormance can be achieved by modifying or sfabilizing the exist[ng soils used to construct the pavement subgracle. 4. � .2 Sub.qYade Preparation Anticipated subgrade materials ger�erally consis# of clays of high pfasticity. T�e higher plasticity clays are subject to foss in support value with the moisfure increases which occur beneafh pavemertt sectians. They react with hyc�rated lime, which serves ta improve and maintain �heir support value. Treatment of these soiEs with hydrateci lime will impro�e their subgrade characteristies to suppo�t area paving. In ii�u of a lime stabilized subgrade, a flexible base meeting TxD�T Item 247, Type A, Grades 1 or 2 may be ufiEized on an equal basis. The opfion of using a fl�xible base in iieu of lime sfabi[izing the subgrade presents a reiatively quick, straight forward solufian to preparing the materia(s prior to pa�eme�t �lacement. 4.� Potentia[ Vertical ilAovemenfs Estimafes of expansi�e moverrtent potential have been estimated using TxDOT Test Method Tex 'E24-E. Potential vertieal movements ranging fram 1'/2 to 6% inches are es#itr�ated. Movements in BXCESS of the estimated value can occur if poar drainage, excessive water colfection, leaki�g pipelines, etc. occur. Any such excessive water conditions should be r�ctified as soo� as possible. ln arder ta minimize rainvuater infiltration through the pavemen� surface, and th�r�by rr�inimizing future upward mo�ement af the pavement slabs, all cracks and joir�ts in ihe pa�ement shou[d be sealed on a rautina basis afker construction, 4.3 Sulfaie-Induced Heaving Snlubl� sulfafe testing was conducted ta check for sulfa�e-induce�d heaving potet�tia[. SuEfate- inducecE heaving is caused whe� hydrated lime is added to a sail with high sulfate concentrafion. The I[me reacts wifh the sulfates to cause �aotentiafly iarge volurnetric changes in the soii. Solubis suifate levels in soiis on the order of 2,000 parts-per-milGon (ppm) ar fess are usuaify of !ow eoncern and warrant anly observafion of the subgrade during the stal�iiization process. Solubfe sulfate levels an the order of 2,000 to 6,OOa ppm usually warrant a double [im� proeess, vvith the �irst treatment of lime consisting of'/2 the recomm�nded concentration and a second lime treatment Report No. 717-9?-224 CMJ R[VGINS&ItI1vG,INC, 6 consisfing of the full recommended eoncentration. Suffate fevels on ti�e order of 6,000+ pprn may require a doubf�-lime process, with the two full eoncentration Gme freatmenis. Solubfe s�lfates were c�eiected at this siie, with a tested �alue of 1,700 ppm in Boring B-11. In areas where the samples tested are beiow 2,OOQ ppm, a sir�gle-lime pracess may be tentatively selected. The singie-lime treatment is described in Section 4.3. Once the subgrade is estabiished, �h� actual subgrade sl�ould be retesfed fo verify sulfate conce�tration and any speciai measures identified on a case-by-case basis. Addition soluble sulfate testing on 240-foot intervals following rough gracEing is recomr�ended, Ir� addiiion, it is recommended that during the curing period af the lime treafinent, the sub�rade be supplied with ampie moist�re and it should be checked for any vo)umetric changes ff�at may indicate a lim�-induced �eaving condition. If detec�ed during constructian, any areas of high sniuble sulfate concentration s�ould utilize a double lime process or flexible base substitution as pre�iousfy discussed. 4.4 �avemenfc Subgrade F'repara#ion �4,�.1 Lime Stabifizatror� Lime stabi[ization is recammended for all su�grade areas with plastic cfays. According to the City of Fort Worth Pavement Design Manual, Jan�aary 201 �, Appendix A, Section 5.2, lime treatment should b� used for soifs wifh PI's in excess of 11, Prior to lirne additior�, tY�e subgrade should be proofroNed with h�avy pneumatic �quEpmenf weighing ap�roximately 25 tons. Any soft or p�amp�ng areas shoulc� be ut�cfercut to a firm subgrad� and properfy back#i[led as described Sect�an 6.0. The stabilized pavement subgrade shou[d be scarified to a minimum depth af 8 inches ar�c[ uniformly compacted to a minimum of 95 percent Qf Standar'd Proctor density {ASTM D 698), between 0 to plus 4 percentage points af the opfimum moisture content determ�necf by �hat test, in accordance with the City af Fort Wor�h Pav�ment Design Manual, January 2Q15. it should t��n be pratected and maintained in a maist condition until the pavement is placecl. The resence of limestana fraqmentslqrav�l and cafcareous nodules in the surFiciaf soils can. _ siqnificantly_ com licate the mixin of the soil and lirrte. If is recommendecE a rr�inimum of 8 percent hydrated lime be used to stabilize #he ciay subgrade soils. The �stirr�ated amount of hydrated iime required ta stabilize the subgrade shat�ld be on the ord�r of 48 pounds per square yard based on a soii dry unit weight of 100 pcf for an 8-r`nch de th. The hydra�ed lime should be thorough�y mixed and blended with the upper 8 inches af the clay Raporf �10. 117-47-224 CMj ENGIN6EitiNG, II+iC. 7 s�abgradr� {TxDOT I#em 260). The hydrated lime should meet t�e requirements of ltem 260 (Typ� A} in the Texas D�partment of Transportation (TxDOT) Standard Sp�cifications far Construction of Highways, Streets and Br�dges, 2014 Edition. 4.4.2 Sui� rade Pre aration Cansideratrons lt is recommended fhat subgrade stabilization extend io at leasf one fQot beyond pavement edges to aid in reducing pavement mo�ements and cracking alang the curb line due to seasor�a( moisture variatior�s after construcfian. Each construction area should be shaped to allow drainage of surface vuater during earthwark nperations, and surFace water should be �umped immcdiately from each construction area after �ach rain artd a#irm subgrade condition maintained. Vllater should not be allowed to pond in order to prevent percolation and subgrade softening, and subgrade treatments should be acided tQ the subgracfe a�ter re�novai of all surface v�getafion and debris. 5and shou[d be specifically pro#�ifaited beneath pavement areas, since fhese mare partius soils car� a[low water inflow, resulfiing in heave and str�ngth foss of subgrade soiis (lime stabilized soil will be allowed for fine grading). After fine grading each area in preparatian for paving, the subgrade surFace should iae li��tly maistened, as needed, and recompacted �o obtain a tight non-yielding subgrade. Surface drainag� is crEtical to the p�r�orrr�ance of this pa�ement. Water shoufd b� alfovsred to exit the pavement st�rFace guiciciy. Afl pavement cons#ruction shoulc! be per�ormec� in accordance with th� prQcedures provided in Section 4.6. 4.� €'avemeni Sec�ions Pa��mer�t anafyses were performed using me�hods autlined in the AASHTO Guide for Desiqn of Pa�ement S#rt�ctures, 1993 Edition, �ublished by fhe American Associatinn of State Highway ancE Transportafion Officials. The design equations wer� sofved �sing AASHTO Pavement Anafysis Software. In the AASHT� rri�thod, traffic foads are expressed in Eq�ti�alent 18-kip Single Axle Loads (ESAL) over #h� design iife of the pavement structure. Based on �he results of the field and laboraiory investigation, soi[ �las#icity properties, and rec�uiremen#s of fhe draft document City of For� Worth Pavement Design Manuaf, dated January 2015, the following design paramefers were used in our thickness design calc�[lations for the proposed roadways. Repart No. 717-17-224 CMJ EIVGIPI�SRING, INC. : SubgradeSoils ................................................................. Clay �esign Life ........................................................................ 30 years Initia[ Serviceability ........................................................... 4.5 {rigid) 7erminal Serviceability ..................................................... 2.5 (arterial} Reliability.......................................................................... 90% Overall De�iation (rigid) .................................................... 0.39 Load Transfer CoefFicient ................................................. 3.0 Drainage Coefficient ........................................................ 1.0 Design CBR {raw subgrade} ............................................. 3 Adjusked Design CBR (lime sfabilized, lang-term) ..,......., 20 Lossof Support ................................................................. 0 Concrete Mod�fus of Elasticity ......................................... 4,000,000 psi Concrete Modulus of Rupture ........................................... 620 �si The fo[lowing rigid pa�ement section is pra�ided for an Ar�erial cEassification per Table 3.� of the refierencec! City of Fort Worth design manual. Detailed pavement design calculations and assumptions are presented on Plate 8.1. The ffll[owing pa�ement section is suitable for fhe previously mentiarted assu►�t�ptiarts. Any deviatio� fro�n these assumpt�ons should be brought to our a�tention immediately in order to assess their impact on our recommendations. Table 4.��9 ��avement �hickness � City Standard Seetion (per manual) Pavemen� Sectior� Street Growfh Design Fhickness �a��rial Cfassification Factor �SA►� (in. , �0/ �C A�'terial Z.5% 13,�70,000 8 Lime Stabilized Su�grade CMJ Engineering was provided with May 10, 2017 and July 6, 2p17 letters composed by Lee Engin�erRng, LLC ac�dressing traffic analyses and estimated daily traffic and truck percentages. These letters are provided for reference in Appendix G and were utilized as fa�lows in order to calcufate the alternative pavement thickness desi�ns v�rsus the standard section as derived from the referenc�d city design manual above. ltems providec{ in Jufy 6 letter: 1. Projected 2023 daify volume of 11,A�00 vehicles per day a. Letter from Lee Engineering dated May �0, 20'f7 reported 24-hour volume on the order of 11,80Q vehicles per day approaching fhe Alta VistaNVestport roundabout in 2�17. Report No. 1�7-17-224 CMj En�ca►v�BRrr�c, r�vc, �] 2. Prajected 2042 daily volume of 1�,000 vehicles per day with 2.5% trucks for Vllest�orf Parkway. 3. Projected 2a42 daily volume of 26,600 vehicEes per day with 3.5% trucks for N. Beach Street betwean Westpart Parkway and SH 17�, Em�(oying the aho�e values, a growth rate of approximately �.8% annually is calculated for Westpor� Parkway and v% annually is calculated for N. Beach Streei. The fa[lowing parameters were utilized 'm the design �SAL calculations: � lnif�af 11,800 �ehicles per day (higher of the two vol�mes in item 1 above) o Growth rates of 0.8% and 5% percen# annua(ly, as appropriate • 30—year design life (per city pavement desigr� manual requirements) � 2.5°/a and 3.5% truck percenta�es, for Westpor# Parkway and N. Beach Street, respecti�ely � Truck factor ofi 2.39 These va(ues result in estimates of approximafely 7,789,700 ESAL's for Westpot� Parkr�ray and 11,356,6a0 ESAL's for N. Beach Street appfied over a 30-year design life. The folfovving pavement sec#ions are ca(ct�lated based on #I�e abo�e paramet�rs deriWed from the refer�nc�d �ee Engir�eering l�tters provided. Detailed pa�ement design calculat�ons and assumptions are presented on Plates B.2 and B.3. Tabie 4.5�2 ��avement 7hickness —�raffic Sfudy Section — Westporf �arkwav �avement Section Streef Growth �esign I hicKn�ss ���e�,�a� Classification Factar �S�.L {in. 10 PCC Arteriai Q.8% 7,789,700 8 Lime Stabilizad Subgrade Tabfe 4.5�3 � Pavemenf �'hickness -� Traffic �tudy Section — N. �each Sfireef Pavement Section Stree� Grow�Eh Design Thickness Materia! Classification Factor ES/�L in. , 10 2 Arterial 5% 'I'1,356,600 8 �.ime Stabiiized Subgrade Report No. 717-1'i-224 CM� ENGINEHRING, I]VG 10 4.6 Pavemen�r lViaterial RequirerrEents Material and proeess specifications developed by the Texas Deparfinent of Transportation (TxDOT} have bee� utilized. These specificafiions are aut�ined in the TxDOT Sta�dard Specificatians for Cartstruction of Hic�hways, Streefs and Bridges, 2014 Edition. Specific constructior� recommendations #or pavements are given belaw. Reinforced Portland Cement Cancrete: R�infore�d Partland cement concrete pa�ement should consist of Par�land cement cor�creie having a 28-day compressive strengfih of at least 3,C00 psi. The mix shouid be designed in accordance with #he AC! Code 318 using 3 to 6 percenf air entrainmen�. The paverr�ent should be adequately reinforcec[ wifih temp�rature steel and all construction joints or expansionicontraction join#s shou�d be pro�idecf with load trans�er dow�ls. The spacing of the joints wil! depend primarily on the type af steef used and also thickness of the pavement. No. 4 steel rebar spaced at 1S inches on center in both the longitudir�al and transverse directian is r�quirecf for 10 to 10,v-inch thick pavemat�ts, in accordance with the City of Fort Worth Pavement Design Man�al. Lime Stabilized Subgrade: L'[me treatment for base course (road mix) - I#ern 260, Texas Depariment of Transportation Standard Specifications for Cor�sfruction anc� Maintenance of Hfghways, 5treets, and Bridges, 2014 Edition. Flexi�le Base: Crushed Stone Flexibis Base — item 247, Type A, Grades 1 or 2, Texas Department of Trensporta�ion Standard Specifications for Construction of Maintenance of Highways, S�reets, and Bridges, 2014 Editian. 4.7 General Pavemen� �esign Considerations The design of the pavernent drainage artd grading sYtauld consider the potential for differenfial ground movement due to future soif swelEing ofi 1'/ to ��/ inc�es. In order ta minimize rainwater infiltration through the pavemenf surface, and fhereby minimizing fu#ure upward rr�avement of the pavement sfabs, a(I cracks and join#s in th� pavement should be sealed on a routine basis after construction. Pavement secfior�s are susceptibfe to edge distress as edge suppo�t deteriorates o�er time. Therefore, eare must be taken to prvvide and ma�ntain proper edge support. In conjunctian with a sfabilized subgrade ur�clerfying the pavemenf, it is recommended that the stabilized subgracfe extend a Report Na "[ �17-�f 7-224 CMJ ENG1�+iERRiNG, INC. 19 minimum of 12 inches beyor�d the riding surFace on each side of the proposed pavement. Mair�tenance shoufd be pravided when edge support deteriorates. Proper su�Face drainage irt the shaulders is also critical to [ong term perfarmar�ce of the pavement. Water alfawed to pond adjacent to the pavement ►rvilf result in loss of edge and subgrade support and an increase in post cor�struction heave of the pavement. �.a ���a��ic s���a� �o���A��a�s �.'I General Foundatian Considera�ions Twa independent design criieria must be satisfied in the selection af the type of foundati4n to support fhe proposed signal structures. First, the ultimate bearing capacity, reciuced Eay a sufficient factor of safety, musf r�of be �xceeded by fhe bearing pressure transferred to the faundation soiis. Second, c�ue to consolidation or expansion of the underiying soils durirtg the operat[r�g life af the structure, fotal and diffarential vertiaal moverr�ents must be within koferabfe iimits. The foundations for the propased signal strucfures are discussed beiow. T�e maisture induc�d volume changes assaciated with the highly ac#ive ciays present at this site indicaie tha# sFtallow or near surface footings cou[d �e subject to diff�r�nfi�l movements of a potentially deirimental rnagr�itude. The most positive foundation system far fhe proposed traffic signals would �e situafied below the zone of most significant seasvnaf moisture variations. A deep foundation system transferring calumn loads �o a s�itable bearing stratum is consic�ered the most positive foundafion system. Dril�ed and underreamed reinforced cancrete shafts situated at a 20- foot d�pth offer a positive foundation system in th� area of Boring B-11, whife st�aight drilled shafts penetrating the gray s�ale is appropriate in the area o�' Boring B-9 2 and are recornmended. �.2 Drilied and Underreamed Shaft Design Pararrtefiers — Boring B�7'i Recommendatians anc� parameters for design of the piers are outlined below, while specific recommendations for the construction and installation of the piers are included in �he following secfion. Bearing Stratum Hard light browr� SHALY CLAY Requir�d Depth: 20 feet b�low finished grade Allowa�le End B�aring Capacity: 6,0�� psf Repart No. 117-17-224 CMJ ENGINHERING, ITTC. 12 Allowabfe BeIlfDiameter Ratio: Minimum basE to si�aft d�ameter ratia of 2 to 'f to resist uplifts foads described befow. in �dCEl�i4Cl, the �eli � diameter shoufd be a minimum of 30 inches larger than the shaft. For latera[ shaff resistance, an ailowabfe passi�e resistance of �00 psf may be considered i� the ovcriying clays E�elow a depth of 10 faet. Excavations for the underreamed shafts shauld b� maintained in the �ry. During consfruction one af the mor� imporiant respansibilifies of the pier excavafion contractor and the construetion materials inspection laboratory will be to �erify the presence of the bearing materiafs encountered during construction, and that the,,,pier,exCavation has not caved prio� to concrete placernent. Setfifement of properly cons#ructed s�afts should be primarily elastic and are estimated to �e less than 1.0 inch. �.3 Straighfi Dril[ed Shaft �esign Paramef�rs � �oring �01� Recommendakions and parameters for the design of cast-irr-place straight-shaft drilied piers are outlined below. Specific recommendations far th� construcfion and installation of the drilled piers are included it� the follawing seetion, ar�d shall be folfowed during construct�on. Bearing Strat�m De�th of Bearing Stratum: Reqt�ired PenetrationlDepth: Moderately hard gray SHALE Approximateiy 15 feet below exisfiin grades All piers shoufd penetrate infio tf�e bearing stratum a minimum of 2 feet. Allov,rable Enc# Bearing Capacity: 18,000 psf Allowabie Skin Fr�ctian: Appficable in gray shafe and below any temparary casing; 2,800 psf far compressive laads and 1,80D psf fnr fensile foads. The above values contain a safety fiactor of three (3}. A minim�am pier diam�ter of 18 inches is recommer�ded. Penetrations greater than the minim€�m penetration may be required fo develop adclitional skin friction andlor uplift resis�ance. �or lateral shaft resistance, an aflQwable passive resistance of 2,OQ0 psf may be considered in the gray shale and overlying tan Iimestor�e. Report No. 147-97-224 CMJ BIVGIIVEBRII�iG, INC. �3 In order to develop ful[ load carrying capacity in skin friction, adjacent shafts shnuld have a minimurn center-to-center spacir�g of 3 times the diameter of the larg�r shaft, Closer spaoing may require some recEuations in skirt friction andlor changes in installation sequences. Cfosely spaced shafts should be examined on a case-by�case basis. As a genera� guide, the cfesign skin friction wilf vary finearly from the fuil value at a spacing of 3 diameters to 50 percent of the design value at '� diameter. Settlements for properly instafled and constructed straighf shafts in the gray shale will be primarily �lastic and are estimated to be 1�nch or less. 5.4 Soil Induced Uplift Loads The driifed s�afits could Ex��rience tensils loads as a resulf of post construcfion heave in t�e site soils. The magnitude of these loads varies with the sYtaft diarrieter, sail parameters, and par�icuEarly the in-sifiu mois#ure ieWels at the time of consfruction. In order to aid in the structural cfesign of the reinforcement, the reinforcement quanfity should be adequafe to r�sist tensile forces based an soil adhesion eqtaal to 'f ,800 psf acfing over the upper 10 feef of the pier shaft. This load musf be resisted by the dead laad on the shaft, continuous vertica! reinforeing steel in the shaft, and a shaft adhesion (flr �elfed portion of an underream, as applicabfe) develaped within the bearing strata as previously discussed. 5.5 �rilied Shaft Consxructian Considerations Drilled pier construction should be monitored by a representative of the geatechnical engineer to abserve, among ather things, the folfawing iter�s: • Identification o� bear�ng material o Adequate penetration of the shaft excavation into the bearing layer � T�e base and sides of the s�aft excavation are clean of ioose cuttings o If seepage is encountered, whet�er it is of sufficient amount to require the �se of temporary steef casing. ff casing is needed it is important that the fi�ld representafive observe that a high head af p(astic concrete is maintained within the casing a� aif times during their extraction to preven# the inflow af water Precautions should �e taken during the placement af reinfiarcing steel and concrete to pr�vent ioose, excavated soif from fialling into the excavation. Concrete should �e piaced as soon as pracfical after completion of the drilling, cleaning, and observatian. Excavation for a drilled pier Report �io. 197-77-22�5 CMJ LNG[NBEitING, INC. 1 �F should be filled with conerete before the end of the workday, or soor�er if required to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearir�g surface with water will re�u[t in ehanges in strer�gfh ar�d campressibility characteristics. If defays occur, the dril9ed pier excavation should be deepened as necessary and cfeaned, in order to pravide a fresh bearing surFace. The concrete should ha�e a slump ofi 6 inches �lus or rnin�s 1 inch. The concrete shouid be placed in a manner to pre�ent the concrete from striking the reinforcing cage or fhe sides of the excavatiort. Concrete should be tremied ta the boitom of #he excavation to con#rol fhe maximurn free falf of the plastic concrete to less than 10 feet, or focused in fihe rnic�dle of the reinforcing cage to p�'event segregation. In addition to tFte above guideiines, fhe specifications from the Association of DriiEed Shaf� Contractars �nc. "Standards and Specifieations for the Foundation �rilling Industry" as R�vised 'f 999 or other r�cognized specifications for proper insfallafion of driliec� shaft foundation systems should be fiollowed. 6.0 ��4,RT'H{tIIORK 6.'[ Site �repara#ion The subgrade should be firm and able to supporf fhe constr€�ction equipment without displacement. Soff or yie(ding subgrade shou(d be corrected and made stab[e before construction praceeds. The subgrade should be praof rolled to detect sofk spots, WhiC�l I� EXfSf, should be reworked to provide a firm and otherwis� suitable subgrade. Proof rolling should f�e performed using a heavy pneumafic tired roller, loaded dump trt�ck, or similar piece of ��uipment. The proof rolling operafions should be observed 6y t�e project geotec�nical engineer or his/her representafive. Priar io fill pfacement, fhe subgrade should �e scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted fo fhe moRsture and density recommen�ed far fill. 6.2 Placemenfi and Compaction, General Fill Fill material should be placed in loose l�fts not exceeding 8 inches in uncompacted thic�tness. The uncompacted lift thickness shaulcE be reduced ta 4 inch�:s for structure backfiEl zanes requiring hand-operatec! power compactars or small self-propelfed compactors. The fifl material should be �nifarr� with respect fa material type anrJ moisture content. Clods and chunks of materiaf should Repart Na, 1'i7-47-22a CMJ ENGtNHETtING,INC. 15 be braken down and the fil[ rnaterial mixed by diskirtg, blading, or plowing, as necessary, so that a material of uniform moisture and densify is obtained for each lift. Water req�ired far sprinkling to bring the filf rnateriaf to the proper moisture content should b� applied evenly thraugi� each layer. The on-site soifs are suitable far use in genera! site grading. Ir�ported fill material should be clean sai[ with a Liquid Limit I�ss than 60 and no rock �reater than 4 inches in maximurn dimension. Th� fill materials sf�o�rEd be free af vegefation and debris. The fiif material should be compacted to a minimum of 95 percent of the maximum dry density det�rmir��d by the 5tandard Proctor test, ASTM � 698. In conjunction with the compacting operation, the fill material should be brought to t�e proper moisture content. The moisture content for general earth fi11 should range from 2 percentage points below optimum to 5 percenfage points abave aptimum (-2 to +5). These ranges of moisture contents are given as maxim�m recommended ranges. Far some soils and und�r som� conditians, tf�e contractor may ha�e to maintain a more narraw range of moisture content �within ��e recommended range) in vrd�r to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacfed area is recammended. For smali areas or critical areas tt�e frequency af t�sffng rnay need to be increased to one tes� per 2,500 square f�e#. A rr�inimum of 2 tests per lift should be required. The earthwork ap�rations shot�ld be observed and testecE on a continuing basis f�y an experienced geotechnician worki�g in conjunction with th� projecf geotechnical engineer, Each Eift shou(d be compacted, tested, and appro�ed before another fift is added. The purpose of fhe field density tests is to provid� sorr�e indication that uniform ar�d adequa�e compaction is being obtained. The actual quality of �he fill, as compacted, shQuld be the res�onsibility of t�e contrac�or and satisfactory results from ti�e #ests shouid not be considered as a guarantee of #he q�ality of the contractor's filling operatians. Permanenf slopes at the site shou(d be as fia# as practical ta reduee creep and occurrence of shal�ow slides. The foilowing siope angles are recommended as maximums. The presented angfes refer to the totai height of a slope. Site improverr�ent should be maintained away from the top of the sEope to reduee the possii�ility o# damage due ta creep ar shallaw sli�es. Report No. 117-77-22�4 CM] LNGIN��[t�NG,It�ic. 16 iA��.� G.2-'1 � R��OMM�ND�D ��.�PE ANCL�S Height (ft.) Horizontai to Ver�ica! 0-3 1:9 3--6 2:7 6-9 3:1 > 9 4:1 6.3 ir�nch Backfill Trench backfifl for pipelines or other utiii#ies should be properly piaced and compacfed. Overly dense or dry backfili can swell and creafe a mo�nd alang the cnmpleted treneh line. �.00sa or wet bacicfill can s�ttle and form a depression along the completed trench line. Distress to over�ying structures, pavements, efc. is fikefy if heaving or settlement occurs. Ort-site soil �ill material is r�cammended for trench backfiEl. Care should be taken not to use free draining granular material, ta prevent the backfilled trench fram becaming a freneh drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher cfass bedding material is required for the pipelines, a lean cnncrete beclding wi!! limit water intrusion into ihe trench and wfl! r�at require compaation affer pfacement. The soil backfill should be piaced ir� appraximately 4- to 6- inch loose lifts. The density and moist�re content shouid �e as recommended for fiill per the Gity of Fart Worih Standard Specifications. A minimum of one field density test should be taken }�er lift for each 150 linear feet of trench, wifih a minimum af 2 tests per lift. 6,4 Utility Excavaiior�s Based on ihe exploration borings, major excavations may encounter ir�fact limestone units. These limestones are generally moderately hard to hard and will requir� heavy duty specia[ized equi�men# for excav�tion. In adciition, overexeavation should be anticipated within the lirnestor�as, Over�:xcavation may resuit fram large blocks or chunks breaking along weathered seams or jointed seams beyond fhe planned excavation. The side siopes af excavations through the overburd�n soils should be made in s�ch a rnanner to provide for their sta�iiity cfuring construction. Existing structures, pipelines or other facilit�es, which are construeted priar to or during the currently �roposed eonstruction and which require excavation, sho��d be prot�cted from foss of end bearing or lateral suppor#. Report Nu. 917-17-224 CMJ Hi�IGI[VHERING, INC. 17 Seasor�al water seeps car� occur where the tan fimestones are approached ar exposed [�y cuts, Subsoil drains may be required ir� some areas fo intercept this seepage_ This can be evaluated after grading has been perFormed. Temporary construction slopes andlvr permanent embankment sfapes shauld be protected from su�`face runoff water. Site grading should �e designed to ailow drainage at p�anned areas wh�re erosion proteciion is provided, instead of a[lowing surFace water to flow down unprotected slopes. Trench safety recommencla#ions are beyond the scope af this report. The cantractor must comply with alI applicable safety regulations conc�rning trench saf�ty ar�d excavations including, but not iimited to, OSHA regulatiorts. 6.� �4cCepfiance of lmparied V�ill Any soil imported frorr� off-site saurces should be iesfed for compiiar�ce w[tF� the recammendations for the particuiar applicatior� and appro�ed by the praject geatechnical engineer prior fa the ma�erials bei�� used. The owner s�ould also require the contractor to obtain a written, notarized certif€cation fram the landowner af eaeh proposed aff site soii borrow source statir�g that to the best of the landowner's knowiedge and belief #here has never beer� confamination of the borrow souree site wifh hazardous or toxic rnaterials. The certificatian should be fiurnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavafion af underground petroleum storage tanks should not be used as fill an fhis praject. 6.fi Soil Gorrosion Potential Specific testing for soif corrosion potentiaf was not ineluded in the scope of this study. Howe�er, based upan past experience on other prajecfs in the �icinity, the soifs at fhis site may be corrosive. Standard co�s�ruction �ractices for protecting metal pip� and similar facilities in contacf with these soils sho�ld be used. 6.i Erosion and �ecfirnenf Control A!I disturbed areas should be proiectecf from erosion and sedimenfation during construction, and all permanent slopes and other areas subject to erosion or sedimer�tafion should be provided with permanent erosion and sedimer►i controf facilities. All appiicable ordinances anc! codes regarding erasian ancE sedimer�t control should be fo!(Qwed. Repari No. 177-TT-224 C11�J �t�cx���Ri�vc, Wc. 'i $ 7.a �d���R�c��ot� o�s��v��io�s In any geotechnical investigati�n, the design recammendafions are based on a Eirr�ited amount of information abo�t the subsurface conditions. In the anafysis, the geotechn�cai engineer must assume the subsurface conditians are simifar to the conditions encounkerecl in #he borings. However, qui�e often during constr�action anoma(ies in �he subsurface condifians are re�ealed. Therefore, it is recommended that CMJ Engineerin�, [ne, be retained ta observe earthwork and paverrtent instalEation and perform materials evaluation during the constructian phase of the project. This enables t�ie ge�technical engin�er to stay abreast of the projec� and to be readify availabie tfl evaluate u�anticipated conditior�s, to cQnduct additional fests if requiret� and, when necessary, to recommencE alternati�e solutions to unanticipated conditions. Untif . these construction phase services are pe�'ormed �y the project geatechnical engineer, the recammendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and otl�er such subsurface reiated recammendatians should be cansicEered as pre�iminary. it is proposed that construction phase observation ar�d maferials testing cammence by the praject geotechnical engineer at the outset of the praject. Experience has shown thaf t�e most suitable methocf for procuring th�se s�rvices is far the owner or the owner's design enginears to contract direcily with fhe projec# geotechr�ical engineer, This resuits in a clear, direct line af cammunicatior� betw��n tl�e owner and the owner's design engineers and the geofechnical engineer. �.0 R�PO�i ���St1R� The borings for this study were selected by CMJ Engineering, Inc, The focations and efe�ations of #he borings sho€ald be considered acc�rate only to the de�ree implied �y fhe methods used in their determinatian. The boring logs shown in this report contain inforrr�ation relafed to the types of soil encourtter�d at specitic ioeations and fimes and show lines defineating the interface between these materiaEs. The logs also coniain our fieid representative's interprefafion of condifior�s tha# are beli�v�d to exist in those dep�h inter�afs between fhe acfual sam�les taicen. Tf�erefore, these boring logs contain both factual ar�d interpreti�e infarmation. Laboratary soil classifiication tests uvere a(sa perFormed on samp(es from selected dep#hs in the borings, The resuEts of these tests, along wi�h visual-manual procedures were used to generaliy classify each stratum. Therefore, it should be understaod that the classifica#ian data on tf�e fogs of borir�gs represent �isual esfimates ofi classifications for those por#ions of each stratum on which fhe full range of laboratary soil Repa�t No. 117-37-22a CMJ FSNGINEIIRING,INc. f[�': classification tesfs r,vere not perFormed. it is not impfied thaf these logs are representative of subsurface conditions at other locations and times. With regard to ground uvater canditions, fhis report presents data on ground water levels as they . were obser�ed during the caurse of the fiefd work. fn particular, water fevei readings have been made in the borings afi fhe t[mes and under conditions stated in the text of the repo� and on th� boring fogs. ft should be noted thaf fil�ctuations in the level of ti�e ground-wa#er fable can accur with passage af time due to variations in rainfaif, temperature and othe� factors, Also, fhis report does not include quantitative information on rates of flow of ground wat�r inta excavatians, an pumping capaciti�s necessary fo dewater the excavations, or on methods of dewatering excavations. Unantici�ated soil conditions at a construction site are comrnonly encountered and cannot be fiully predicted by mere soil samples, test borings ar test pi�s. Such unexpected conditions frequer�fly require that additionai expenditures be made by the owner to attair� a properly designed and construct�d project. Tnerefar�, provision far some confingency fund is recommended to accammodate sueh potentiai exira cost. The analyses, conclusions and recommendatiorts contained irt this report are based or� site candifiQns as they existed at th� time of our field investiga#ion and further an the assumption fhat the exploratory borings are representative ofi the subsurface conditions throughout th� si�e; fihat is, the subsurFace conditions evetywhere are not sigr�ifican�fy different from those discfosed by the barings a� the time they were campfeted. If, during construction, different subsurface conditior�s from those encountered in aur borings are observed, or appear to be present in excavations, we m�rsi be advised p�-omptly so that we can review these co�di�ions and reeonsider our recornmendations where necessary. If there is a substantial lapse of time between submission of this report and the start af the wark at the sife, if conditio�s have changed due either to natural causes or to construcfian operations at or adjacent ta th� site, or if s#rucfure locafions, structural foads or finish grades are changecE, we urge tha# we be promptfy infiormed and re�ained to review our report to determine the appEicability of the conclusiar�s and recorr�m�ndatians, considering the changed conditions and/or time lapse�. Furth�r, it is urged that CMJ Engineering, Inc, be refained to review those por�ions of ihe plans and specifications for fhis particular project that pertain fo earthwork and foundations as a means to det�rmine whether the plans and spec�fications are consisteni with the recommendations contained in fhis report. In addition, we are available ta observe constrUc�ion, part�cuiarly the Eteport No. 117-17-224 CM] �NGINfiECiING, INC. � compaction of structural fill, or backfill and ff�e cor�struction of foundations as recommend�d in t�e report, and such other f[eld observations as might be necessary. The seope oF 4ur services did not include any en�ironr��ntal assessment or irtvestigation for the presence or absence of wetiands or hazardo�s or foxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has be�n prepared far use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc, shauld not be faken out of context, nor utilized wifhout a knowledge and awareness of their intent within the overall concept of this report. The reprad�ctian o# fhis report, or any part thereof, suppliscE to persons other than the owner, should indicate that this study was made for d�sign purposes oniy and that �erification of t�� subsu�fac� canditions for purposes of determining difficulty of �xcavatian, trafficabiliiy, etc. are responsibilities of the co�tractor. This report has been prepared for the exclusive use of Halff Associates, fnc. �or s�a�cific applicafio� to design of �his projact. The only warranty made by us in conn�ciian with the services provided is fhaf we have �sed fhat degree o# care and skill ordinarify exercised under sir�ilar cond�#ions by reputabie members of our profession practicir�g in the same or similar locality. No a#her warranty, expressed Qr �mpliec�, is made or int�nded, *�** Report i�a.117-97-224 CMJ ENGINEBRING, INC. 21 a � � � ��. " ' �� �}+ i il' . ..1 .�i � ,�1 �i � ��y �3f. , �,.� I' "�, -� � �y�r �F� ' '4 � 5'��7 I . �� I:r. "if ~. —�� �� � r' . �� �`� +; f4r r7 # � . _' �'+� � ����'wY-� ,.t: � '��+i ' ; ��:' � .f�' Ih�i �,. �� {''�'�rt ;��' ; 'I�.���� ".,I~.��'�� ��� ''`f�l�.'' � `�I o ;� ,' �� f ; �.,��,r �� � '�� �f J I �� � � x '� � �+�.'f' , .i ' �:} F F ��' r ; ,�I I' �,, { � �` � � �� � . • . . , � �, .` � ' 1 ��, � 4 - . � `�.� - ` ' � i . r ' . . . � � F � r �e J ti ' y�' � w. � � � � + � . - � � ' _ � � y` � � ��4' �� 't il ���� � ' ,ti , �# � . . �� �`. �, �f �"� � y � +* �' . � , � � � � { � `- , { ' � � �� � � �` I � �' • ; �+''��� '�. . + � . i �. ., . y�l[ �� „ • ..�. � �- � _ �r_ . '�. ry;,�;.���_, '�,",$•r' f':.�,;.,. �� , - - � .,, • -� �..�,�, �i.; I,r� �: .. �4a; ���' xta r. # �* - � • . � , � �#��+ +� �'.�' • { � � , * •� � * � � # 4 � . � � � �. � w # � � � a - � ',. �� �' "+ #� _ _ - + �"� �� � 'ti . t i ' � �J ���� '� ,ti :k��r;l �`��+ �r + .� _ _ r� * � , ti�, , ` - '' . ti r ' - # � r i , k �i . � _� # � � 4 tr . `�I I i ' - ��� f�� # �� ��.���y`� ���`�':I'��, - - - , ' x ' - , - �� � ���Jt . � .1� �4�,,� , �� . �� 5}.. . ' ,, � „ - I � � aJt ' ��r �� I • - J # ` . -��# � # � �2�� � �• i , ' 1 ' x . . � � � � � F1 , _ I ry � � _ k • 1 } � I �. ' i � �� a � ' � . � � � y � r '� � 1 I � i � � _ ��' ��# � . ` �'� F y T# e r i*�� {��' ' ����P� � i f # ' '� � M �� � _ -, � ��� E �� . �LL I . +� , `� 'y�} �'� F ' '� 1� .. ���* F + � * ��F r'�#' � f' . F �.rf,'1:�, ' � , � . � � �i xa� �'�' 1 f �' �� �'��� � � � +r . � � � , � . , • � ' ' � �I .� . *� � �� �^i I �I�F �-'- - . � i � "' 'r �+�. {�r �. i " � � ' i 3 � � .f� I ` � �F . J ��i ' ' �`4 � M�,��� ' ��= ;le�',,��r�.7�ni 4i�,��;�;, �, �f� # { � � �� �a� -} , . � � '�;,� � '� '�� ,�-�� `�' '� � �. '' 'T c ,;� . �; � ,M.-I, _ - ^ 4 • f � ; �il � `I � � � � , ' � — �, ' �r _ �.�' ,'; � � � , '' ��y i� ; , , ' �a��{,;aiuy� �� ' 4 :t � �� r . � , T �r � ��+ � . . � t �. �}*i ' � }3 � x .�. �y, '��: '�.Fk�" �, . 'I.+ , M. ._, � 5, �� ' �* if� � � , . t � ��. `�'�i� • , .-`r'f� + ry;"'} �j ` • , � , y �+ -- �{� t,r. f� �; I �. � $E�!!€2CE: G•�'�+IMAG kY �AlE ri�:+7204'i , �� �' ' f � ''i i �� ���� �� ����f V�� �. �� �lV.�- J�rr�zrnaaz�.nv�_z�rc. W�SiPORT PKWY AND N. ��ACH PL-A �,�' , __ —� ST. �X�'FNSIONS -� VlCiN7Y 0� SFl I%0 Q. � CMJ ARo.��cT No. I17-17-2P4 FORT WORTN, 7EXAS Major Divisions SY�: Typicaf Names Laboratory Classificaiion Criferia � �, Wel!-graded gravels, gravel- � x L �n a� �o �so (�ao) ct� ;� G�ll� sand mixtures, fiftle or no m Cu ----- greater ihan 4: CC= ----•--------- }��twean 1 and 3 .N � o fl11BS �,��, ��o pio X �so � � � � a U �' � � .N � � Poorly graded gravels, gravei • o � � � � N �� U� GP sand mixtures, littfa or r�o �' c�ra � N fVot meetir�g all gradation requiremenis for GW '� v_,m� �, m � � � .� fines � � °� � � �h ..� � � � ro N�"- a`� � ��� Li uid and Plasfic limits c�•� ��,� � GM Silfy gravels, gravef-sand-silf .� [7 �? �� p „„. Liquid and plastic limifs � c �; ;� befow A f�ne or P.f. o L�� cu ; mixtures �� ,�, platting in hatehed zane z c�"°1 � ��, great�r khan 4 c� �.a C c, ��, � N between 4 and 7 are � � � �� � � •�' ,��., i y o�i � N� '°�i uid a�d Plas#ic fimits borderline cases o� o �� Clayey gravels, gravef-sand- ��+ �' �" � requiring t�se of dual �. � G� � o ; a� above "A" �ine with P.l. Y -o a, � � Q. clay mixfures �� Q 6, � :'� greater fhan 7 s mbols �.� o� ; a � �`� ro �, � Well-graded sar�ds, gra�ellY "= � � : � Qsa �o=�}z � a� -n � SW . � E : i: C„= ----- greater than 6: C�= -------------- between 1 and 3 o ro � �+r sands, f�ttle or no fines ��, o,o n x a U� �n ai c �� to co � g i � � � � � ° N c� u� Poorfy graded sands; �� �` o ." •�' � � SP ravell sands, littfe or no � +n � � � � ��, � 9 Y v �, �; N o t t n e e t i n g a l l g r a d a t i o n r e q u i r e m e n t s f o r S W s u, as � fines °,� � Q. �: tC4 C t�-�6 y y-. O O �" (V � � �N p d' O Vi Ul 4fi '�"' U n, " o �, � rn� �� a� Liquid and Plastic limiis � ���� SM 5ilty sands, sand-sRii mixfures ��� N�� below "A° fine or P.I. less �iquid and plastic limifs ,� w��n � L� o� o o t han � F plvfting between 4 and 7 C � tl� N O _( � � N�,� Q- o; `�' are borderline cases w c n .� �' -o Liquid and Plastio lir�tiks requiring use of dual � m Cla ye y sands, sand-cia y �� n, o � Q S C �� a bo�e " A" line wi t h P. I. s y m b o l s � a mix#ures � � '� v a i�� greater than 7 Q Q U Inorganic silts and very fine o ML $ands, rack flour, sifty or ua clayey fin� sands, or cfayey �, � sifts with slight plasticiiy �� � U� lnorganic clays of low to �p ��, � � C� medium pfasticity, graveliy � N� alays, sandy ciays, silty cEays, N �.., _, 5Q and fean clays ° � � cr� z � Organic si!#s and organic silfy 40 � � �� clays of low pfasticify x � L � � a � � � � y o lnorganic silts, micaceous or ��� ��� C MH diatomaceaus fir�e sandy ar � ot� a d �nM �� �� silty soils, elas#ic silts o� � � � L za a� ,� � � c� o ��► lnorganic clays of high m � a' �� plasficity, faf clsys � .L. y '� � cn � a nii� e[� o� � a� Organic cfays of inedium fo 0 � � �� high piastici#y, organic sllts � 10 20 30 a0 50 60 7o SO 90 900 � Liquid L.imit � ro.�' Peaf and other highly organic Pfasticity Chart � � N P� sails UI�I�'I�D SOIL CE.A�SlFiCA�fOR� SYSYEIVI i��Ai� A.2 SSlL OR RO�K TYI��S �� � � GRAVEL LEAN CL,qY LIMEBTONE � � � � �� SANp � � o SANDY � SHALE � � �� � SILT SIL.TY � ' . SANbSTONE GLAYEY HIGHLY :�+�� GONGLOMERAiE 5���bY q�g�r SP��� Rock Cone �to PLASTIC CtAY �� =-; Tube S�oon Core Pen Recovery r=� i�RIV�� ��SCRIBIN� C�N�IST���Y, �OiVDIilO�l, A�I� �TRUG�UR� 9F SOIL Flll� GI"all1eE� 501�5 (Mare than 50% Passing Na. 200 Sleve) Descriptive Ifem Penetrometer Reading, (tsfl �o� 0. 0 to 9. D Firm 1.0 to 1.5 S#E� � .5 to 3.0 Very Stif# 3.Q #0 4.5 Nard �,�� Coarse Grained Sails �Mo�e �na� �o% Retained on Na. 200 5ie�e) Penetration Ftesistiance Descriptive ltem Refative Density (blowslfao#) Q f� 4 Very E,00se Q ta 20% 4 io 10 Loose 20 fo 4D% 10 to 30 Mediurn Elense 40 #0 70% 3D ta 50 Detlse 70 ko 9p°!o Over 5� Very Dense 90 to 7{la°fo Soi! S�ruc#ure Calcareous Contains appreciable deposits of ealcium carbonafe; generally nodufar Slic�Censided Having inclined pianas of weakness that are slick and glossy in appearance Laminated Composed af khin fayers of varying color or texture Fissured Contain[ng cracEcs, som�times filled with frne sand or silf Interbedded Composed of alternat� layers af differen# soil types, usually in approximatefy equaf proportions `C�RM� D�S�R��l�VG PF�YSfCAL �ROPERTf�S OF ROCK Hardr�ess and De�ree of Cementation Very Soff or Plastic Can be remolded in hand; corresponds in cansistency up to very stiff in soifs Soft Can be scratched with fingernafl Moderatefy Hard Can be scratched easily with knife; cannot be scratc�ed wifh fingernail Hard �iffrcul# fo scrafch with knife Very Flard Cannot be scratchad with knife Paorly Cemented or Friable Easily crumbled Cem�nted Bound togefher by cher�Rcally precipi#aied r�aterial; Quar'#z, calcite, dalomite, siderite, and iron axide are commot� cemer�ting materiafs. and iron axide are common cementing matariafs. Degree of Weafhering Unweathered Rock in its natural sfate befare heing exposed to atmospheric agents Slightly Weathered fVoted predominantly by co�or change with no disintegrated zanes Weathered Complete ca)or change vrith zones of slightly decamposed rock �xtremely Wea#hered Camplete color change with consisfency, t�xiure, and gen�ral appearance approaching soil K�Y TO �I�ASSI�'IC�TI��! �,NC} �YMBOLS P�Ai� r4.3 ._�r CMJ �HGINHERING INC, Project No. Boring No, Project �►�$�port and N. �each Street �xtensions q��_��_�24 ��� Vicinity of SH 170 - Fort Worth, Texas _ � E.ocatlon Wafer Obsenrafions See Plate A.9 9ry during driNing; dry at camplet�on Completion Complefion Dapth 10.a' Rate 1-1 fl-17 SurFace Elevation Type B-53, wl CFA �: N o tL �� � o � � � �LL � �� � �} z o �� ll" Qy � O` �. o�� Str�tum pes�riptian o a�� m� q � a.� ;� z� � �� (.� 0 �i � V' N 7 a� N= 1!l N!� G �{1q' U� 7 w Ei o�� �o.� o-� ro� �a o o �,Q c o Q c� r� aaaM acn �� a� a ��c� �� �c.�n. CLAY, dark brown, w/ calcareous nodulas, stiff to 3.0 64 24 40 2�4 99 very sfiff 4.5 25 CLAY, light brown, wl calcareous nodufes and 4.5 � 57 23 34 7�� tractured limestone seams, very sEiff to Mard 4.5+ � 12 SiLTY CLAY, tan, w! calcareaus n8dules and 4.5+ i6 � ironsfone nodules, hard 4.5+ 21 SHALY CLAY, reddish brown, harc! 4-5+ 19 4.5+ 80 23 37 19 1'E 0 -w/ gCay Below 8' 4.5+ V 21 4.5+ 21 � ----------------------- n � �- � -; � 'a [7 i'o ro v fi ti � � z � 0 m - LL �"" o [.OG OF BORING NO. ��� __ _ �__ ���T� �•�� "' CMj ENCWE6Rl[1G INC. Aroject Na. Baring No. Project W�stport I�art�way and N. �each Street �xtens€ons �t1�'-47-Z24 ��� Vicinify nf SFi 170 -�ort Worth, �'exas Locatlon � Water ObseNations WW �_ � 5ee �lat� A.1 Dry during drifling; dry at compfetion Compietion Gampletion pepth 10.0• �ate 17-7-17 Surtace Elevafian Type B-�3, w/ CFA � o . � � � � � � �� i�. � F �P¢ {� p�wpw { � � � o � �i � � o' Q � � L71���4�� �6r7V1 ��l��0� a LL � mc 9 � �' �s'' �•� l� � e�{I a � ^^ C U� U 3 c � �p Ci ❑ }a � LL � } 3 'C N :� N W .N C � � n � ul c1 o m� m.� s� � E ro�a o o c,n � o 0 � OG CL3 0. F�- R. N�-1 (L :J il �� U � J � U d �� CLAY, dark brown, w/ calcareous nodules, stiff to 3.25 71 26 45 32 9Q �ery stiff 2.Z5 27 w! ironsfone nodules above 2' 1.5 28 � 'E,75 30 1.75 25 - � CLAY, lighf �rown and brown, wl calcareous nodules, s#iff 2.75 72 24 48 27 SIL'I'Y CLRY, tan, w/ calcareous nodufes and 4.25 1.3 '�4 deposits, very sElff i r � � � � c� a c� v � r ti c7 z a 0 m u4 o L.OG OF BORING NO. �y� �L��� �•�� J l�71 dT ...�.-...,�...�."'.. "'�. CM &�G�N&6RIEVG iNC. �roject No. � Boring No. Project Westpo�t Par{�way ar�d N. �each Str��t �xEensions 'f1i-17-224 �-'�'� Vicinify af Sb 170 - F�ort UVorth, Texas Location Wa#er Observations V� � See Plate A.�1 Dry during drilling; dry at completion CampEetian Completion depth a5.0� aate 14 -7'-1 i Surtace E]evation Type � B-�3, url CFA � � g � . � Q. p} N C LL. Q � � �•C Q a� �-' 'a Q o ' � Sfr�a�runt Descripti�n • � Z• � " � � � � � �� �fl �p �� .� � a� o� _ �� t) ❑ 3�" uNr� '_�' in� �'inxi .�+c �� t�E� W C� � N� (6 � 6� iV E t6 � Q D C� C O p LY LC CO 0. f— a Ui -1 -7 4. ;-1 R� G� C3 7 J � U O.. Cl.AY, dark brown, wl calcareous nodules, very stiff 3.5 76 25 51 23 100 to hard 3.25 17 -w/ frac#ured Eimesf�ne seams and ironsfone - nodulas, 1' to 2' 3•& 22 a.5+ 23 CLAY, iight brourn and brown, w/ caleareous 3.0 29 � nodules, stiff fa very stiff 2.75 $3 24 59 25 97 -wl gray below 8' 10 z•�� 23 103 4730 SWALV CLAY, light brown, stiff 2.5 77 22 55 26 15 -hard below 19` 4.5+ 21 10$ 11430 20 25.._. _ __ ._. __ __ ... ._ _�_ .._ __ _- _ — -- -- -- --. _.. .-- --- ._. .__ _ _- -- - 4.5+ 1 S h � �-" i� � U Q G v � ti M1 i] z a 0 m u4 0 o LOG UF BORING NO. �-'I'� ��A�� �►.'�� J� . __. ___... CM �NGItV8HR1[YG 1�+iC. Project t�o. Boring iVo. Project Wes#port Parkway and N. �each �treet �xtensians 'l17-17-224 �-'� � l/icinify of SH 170 -�or� Workh, '��xas Locafion Water Observalions See �la#e A.1 �ry during dr�iiling; dry at com�letion Compfetian Completior� I]epth 25.0, �ate � �_�..1 i Surface Ele�ation Type B-53, wt CFA � —o u�r � o � ,c 'n Q pj N G i[. � O Q � � C � � � � �tratum Descrip�i�n a a � � �,o o � � v � �; � �� � C U U 9 � �j tVtl � � a�i� m,� v�� � E m'o 0 0 �,� c a o cti cr anci.� arn JJ a� c�5 �c� �..� at�a L.TMESTONE, #an, fractured, +nrl ctay searr►s 4.�+ �g CI.AY, dark brown, w/ calcareous nodules, �ery sti€f q,5+ 71 23 48 17 105 fo hard a.5+ � 2a g.5 -- - 23 5 -grades brown, w/ fractured limastone seams 6elow 3.5 ��� 77 4' LIlNESTONE, tan, fractured, wl ciay seams and �-� --- layers, moderately hard fa hard ---�-- — �� 00/1.12 ' 00/3.75' - ��� �-- SHALE, gray, rnoderately hard _ �avi2.s�� -._. 2Q — — OQl2.37 ' 25 — ----- ------- � � � 0 c7 -; � U a U v � r n' L7 Z 0: O m u_ O o LOG OF BORII�lG NO. �-'� 2 PL�//�TE 14,� � � l�11 eCT .,�....,,.,�r,,....-. ,...—. Project No. Boring No. 19 �-1 Y-�24 �-'� � Location See �fafie �4.'! Completian Completion bepth ��.�� oate � 1-7-17 Surface Elevation � � O L 'O N �' A � C 61+ICIAIEERiNG II�fC. Pro��et Vilestpart Par�way and N. �each Street Extensions Vicinity of 5�1 9�0 -�art Worth, Texas _- _._ Water Observa#ions �ry during drifling; dry at completion Type �-53, w/ C�A Stira#um �e�crip�ion cLAv, prown, w/ caicareous nocluEes, stitt to very skiff -w! fractured limestone seams and gra�el, hard above 1' � N F— O (.7 � U 0 5 �OG OF BORING N4. �-'�4 very O � fV ' G �L. s. � . o� z q o�� C� a d � �a �� v� �' � � aCi oU � s�.'� U CS $ c� rn j'� = in"= 'i''ii a� � c �� c�i E a w C1 o mv? �u.� �E m� mv o o c� c o 0 [� � al c►. I— tL u? ::� � 0. :.� a. 5� U �.� � U[� 4.0 PL�i� A.'�l r�.� i . . , ��t�� �'4�.���L T��i RE�Ut��'S Project: Wes�port Parkway and N. Beach Street Extensio�s Vicinity of SH 170 - Fori Wor�h, Texas Projecf No.: 'i '� 7-17-224 L}� �tli . . —..�-t�14a1d � �Iastic �I�sti.ci#y , Moistu�'� Percent�,� �.C�oti�rc� � - �a�n�ale . L,irn�i � = �irn�#� � 1r�dex � �o�t��t°.lo� ���nr�11 C� .��r�turv��# ;. No. €7�s�cr:�tio� I� -- ---� F . _ � � . .. . . (f�:} ' i L� A� � F'I � IniXi�f I �inal .��.I�j -; .°� B-5 5— 6 Clay 58 18 4Q 19.i 22.1 3.4 B-8 7— 8 Shaly Clay 6� 23 37 19.0 25.4 6.6 B-91 7�- 8 Clay 83 24 59 25.�4 27.7 �,6 8-12 1-2 Clay 71 23 48 'i6.5 30.7 4.5 �'ree swel� tests performed at approx�mate overburden pressure CM� ENGINEERING, INC. ����� �•�Q L��� ��F�I�� T°��i RE��IL�S Project: Westpar# Parkway and N. Beach Street Extensions Vicinity of SH 170 - Fort Worth, Texas Project No.: 117-'17-224 Boring Na.: B�6 Depth: 0' to 1` MateriaE: Glay Percent Lime pH - 0 9.73 2 11.58 4 12.22 6 1 �.39 8 'E 2.45 10 12.45 Boring No.: B-8 Depth: 0` to 1` Material: Clay Percen� Lime pH p 9.87 2 11.71 4 12.16 6 12.33 S ') 2.45 10 12.4v CMJ ENGINEERING, INC. ����� �•�'� LI�� S�RI�� i���' ���U�TS (con�inu�d) Projeci: Vllestparf Parkway and N. Beach Street Extensions Vicinity of SH 170 - Fort Worih, Texas Project No.: 1'�7-1i-224 Boring No.: B-9 Depth: 0' ta 1' Material: Clay Percent Lime pH Q 7.93 2 12.'Ia 4 12.39 6 'i2.4�4 $ 12.46 10 12.47 Boring No.: B-15 De�th: 0' to 1' Material: Clay Percent Lime pH 0 7.95 2 12.09 4 12.3$ 6 12,44 8 12.47 10 12.48 C.1V.IJ ENGINEER.ING, INC. PL�eY� /�.22 ������� SULF'Ae�'� iESi �����i� Project: Vl�es#pvrt Parkway and N. Beach Streef Exfensions Vicinity of 5H 170 - Fort Worth, Texas f�roject No.: 1 '� 7-17�224 �OPIC1� Depfh ���e�,i�� �oluble No. (f�.) �ulfates {ppm) B-3 1 - � Clay <100 B-4 1 - 2 Clay �100 B�5 d- 1 Clay �'i 00 B-6 'I - 2 Clay �100 B-7 0 - 9 Clay <100 B-8 1 - 2 Clay �100 B-9 '� - 2 Clay <10Q B-1 Q � - 2 Clay <10Q B-1'I 1- 2 Clay 1,70Q B-12 6" - 1 C�ay �100 B�13 1 - 2 Clay �100 B-'I4 0 - 1 Clay �100 8��� o- � c�ay <�ao B-16 1- 2 Clay �1 QD Nate: Tesf Methocf TxDOT Tex 145-�. CI�r ENGINEERINGr �NC. PLATE A.�3 II�i � �A� PavemenY Thickness Design Accarding to 1993 �A�b7'� {3uide for �esign oi Pavemen�s S�ruc�ures American Cancrete PavementAssaciafion Rigid Pavemen� Design Agancy: CEty of Fort Worfh Cornpany: NalffAssociates, inc, Contractor: CMJ Engineering Project Descriptlon: Westport Pkwy and N. Beach l.oeation: Fari Warth, Texas (DesEgn Manuaf Sectionj Rigld Pavemant [3esignl�valuat#an PCC Thickness �esign �SALs Rel9abilify Overal! DevEatlon Modulus of Ruptura I�lodulus of �lastfcity 10.36 inches 13,17a,QD0.00 90.00 percent 0.39 620 psi 4,a00,000 psE Loacf Transfer, J Niocl. Subgrade Reacfion, k Drainage Coefficient, Cd lnEtial 5erviceabitity Tertninal Servlceablfity 3.OD 230 psfiin 1.00 4.50 2,50 Moduius of 5ub rade Rsaction k-value Determination i2esiiiant Modulus of the Subgrade 4,118 psi Resilient Moci�lus of the Subbase 15,089 psE Subbase'fhlck�ess 8.Q0 inches �epth to ftigid Faundation feet Loss af Support Vafue {0,1,2,3} Modulus of Subgrade Reaction 230.2� psilin 1'f12212017't9:25:44AfUl �n���,��r: �Ps --- -- ,-,---- -------�--I�iE �.1 �� ���� Pavement ihickness Uesign According to 1993 AASHT'O Cuide for D�sign of �avemenfis S�ructures American Concrete Pavement Association Rigid �avemen� Design Agency: City o� Fort Worth Company: Ffattf Associates, lnc. Contrac#or: CMJ Engineering Project Description: Westpor# Pkwy - Estimated Trafffc L.ocafion: Forf Worth, Texas (ESAL's based on Lee Engr Leiter 716117) Rigid Pavement Designi�valuation 3.OD 230 psilin 1.Q4 4.50 2.50 PCC Thickness �esign �SALs Refiability Overall De�iation Madulus of Rupturs Modulus af Elasticfty 9.52 inehes 7,789,708.00 9p.00 percent 0.39 620 psi a,000,oao �s� Load Transfer, J Mod. 5ubgrade Reaction, k Rrainage Coafficfent, Cd Initaal Serviceabiffty Terrninal Serviceability Modulus of Subqrade Reactio� (k-value! �etermination Resifient MaduEus af the 5ubgrade �4,118 ps[ Resilient Modu��s of the Subbase 15,089 ps# S�rbbase Thickness 8.d0 inches Uepih fo Rigict Foundatlon fest Loss nf Support Value (0,1,2,3) Ntodulus of Subgrade Reacflon �— --. z��•2p psilin � 9'i/2212017 'E9:28:34 AM �ngineer; JPS Y_. ---�-- . _� f-���-�� �.2 �� � ��� Pavement Thickness Design According to �993 AASHi� �uide �or L�e�ign o� Pa�eme�fs S�ruc�ur�s Arrsertcan Cvncrafe Pave�ent Associatlon Rigid Pavem�n� �e�igr� /�qency: Cily of Forf Wort� Company: Halff Rssociates, Inc. Cantraetor. CMJ Engineering Project Description: N. Beach Street - Estimated Traf#ic Location: Forf Worth, Texas (�SAL's based on Le� Engr Letter 716117) Rigid Pavement DesignlE�aluatfan PCC 7hickness Deslgn ESAI.s Reltability Overal! Deviation I�adulus of Rapture Modufus of Elasticfiy 10.11 inahes i 9 ,356,611.00 90.00 percent 0.39 620 psi 4,0€30,000 psi Load Transfer, J Moc#. Subgrade Reaction, k DraEnage Coefficient, Cd Initial ServiceabiNty �erminal Serviceability Modulus af Subqrade Reaction Ek-vaf�ael Determination Resilient Modulus of the Subgrade Resilient Modu[us of the Sabbase SubBase TRtfckness pepth to Rigid Foundatfon Loss af Suppor# Va1ua (D,1,2,3) Modulus of Subgrade Reaction 4,918 psf 15,Q89 psi 8.0� inches fset 230.20 psilin 3.OU 230 psilin 1.00 4.50 2.50 71l22f201711:40:24 AM Engineer� JPS T --Y ---� --- - - f. ,�_����� �Y� - ---- - �i � � �i ; L��� ��i�r������� May 10, 201i Wiiliar� D. Wendland, P.E. Burgess & Nipfe, Inc, 395t3 �ossil Creel< Blvd., Ste #210 Fort Worth, TX 76137 Re: Revrsed Trpffic Analysis of the Proposed Westport Parkway Roundabouts. Dear Mr. Wendlar�d: ARiZONA T�XRS NEW M�XlCO OKLAHQMA Vlle ha�e compfeted a traffic analysis of three proposed intersections along the Westport Parlcway extension. This letter repori replace5 t�te pre�ious study dafied March 13, 2017, in its entirety. The study ineluded Westport Parkway at Alta Vista Raad, Westport Paricway at Ponderosa Ranch Road, and Westport Parlcway at tl�e future Beach 5treet extensior�. The intersections were e�aluaied to determine the predicted fevels of service and de[ays under roundabaut operation in the year 2023. This letier documents our analysis and offers the fallowing findings and recort�r�endations: 1) The intersection of Westport Parkway and Alta Vista Road shoulc! operate aceepfiabfy under the proposed multifane roundabout cantrol f�ased an the anafysis and projected traFfic �olumes contained in this study. The proposed lane configuration is shown in �igure 7 on Page 6. 2) The intersection of Westport Parlcway and Ponderosa Ranch Road shauld operate acceptably uncfer the proposed tnultilane roundabout cantrol based on the analysis and projected traffic �olumes con�air�ed in this study. The proposed lane configuration is shown in Figure 7 on Page 6. 3) The intersection of Westpvrt Parl<way and Beach 5treet should operate acceptably u�der muEtiiane roundabout control based on the anaiysis anc! projected traffic volumes contained itt this study. The recommended lane config�ration is shown in Figure 7 on Page b. lntroducrion: The two intersections at Alta Vista Road and at Ponderosa Ranch Road analyzed in this traffic study are part af the Westporfi Parkway extensior� project currently being designec[ 6y Burgess & Niple. Each intersection is praposed to be constructed as a modern roundabout in the near future. In addition, the intersection of the Westport Par�away extension and the future Beach 5treet extension was ana(yzed. For the purposes of this study, it was assumed that the Beach 5treet extension would be constructed with the Westport Par!<way extension and Beach Street would stil( terminate at Westport Parf<way in 2023. The purpose of this traffic study was to develop projected turning mo�ement �aEum�s for the three study intersectians anct to 3030 LBJ Freeway, 5uite 1660, Dallas, TX 75234 (972j 248-3006 office (972j Zq8-3855 fax � www.leeengineering.com Page 1 of 7 ����� �.'� determine lane configuratians for ti�e roundabout intersections that would accorr�modate the projected vofum�s. 7he siudy area is depicted in Figure 1. Based on discussions with the City of Fort Warth, no future year analysis �olurr�es were available for the three study intersections. Additianaily, no development related iraffic impact analyses were a�aiiable for use in the development of iraffic �olum�s ai the study intersections. L�e E�gineering collectec[ �4-hour turning mavement valumes at four nearby intersections to assist in the de�elopmen� of analysis traffic volumes at the study intersections. Traffic counts were col(ectecf on Thursday, January 5, 2017. Local schoois incluc�ing Fart Wnrth and Norehwest ISD v+rere in session an the day af the traffic �olume collection. The collected traffic volurnes are shown in in Figure 2 and Figure 3. �� ���������� Page 2 of 7 ��A�� �.� ��� �������:���� Page .� of 7 ���l�� �.� Projected Volumes: During the scoping phase of this study, the year 2023 was selected for the future analysis year. En order �o predict trafFic operations at the raundabou� inEers�ctions in the year 2023 it was ne�cessary to first develop p�'oje�ted traffic volumes for the study year. The existing year 2017 traffie volumes were redistributed assurning Westport F�arE<way was in place as a continuaus route betwesn Parl< Vista Boulevard and Pon�#erosa Ranch Roatl. ft should be noted that with the construction of the Westport Parlcway extension and the new raundabouts, the northbound and eastbound left fiurns atthe intersection of Alta Vista Drive and I<eller Hasfet Road will be prahibited through the canstructiQn of a median. Additionaily, Beach Street is planned for expansion from its terminus south of SN 170 northvuard through the diamond interchange to the Westport Par!<way/I<eller Haslet Road intersection. Afier the existing volumes were reassigned to the roadway n�twork, it was necessary to add traffic volurn�s attributabie to future development in the vicinity. �fhe first step in estimating future volurnes was to re�iew existing deveiopment patterns and intensities in t�e area, and estimate the amaunt of undeveloped land in the vicinity of the praject area. The City of Fort Warth Future Land Use and Zoning Maps were utilized ta estimate the land use of empty parceEs as well as ihe future intensi�y of the uses. The primary Iantl uses were residential, warehouse, light industriai and office. Trip generation was then performed for the empty land and the trips assigned to the roadway network during both the AM and PM peal< hours. The areas of future develapment reviewed are depicted in Figure 4. Tl�e directionaf distribution used to assign new trips from the various deveiopments in the area is shown in �igure 5. The existing vvlume reassignment assuming the co�-npleted West�ort Parkway is in place was then added to the r�ew development trip generaiion and bacfcground grawth in the area to obtain t�e year 2DZ3 vo[ume projections pictured in Figure G. ��'� r����C�""'��� �o Page a of 7 ��AiE C.4� Figure 4: Areas of Future DeveEopment ��� ��������� Page 5 of 7 ��.��� �:.� Traffic Analysis: ihe rnundabaut lane configuration that was analyzec! at the intersections af Wsstport Parl<way at Ponderosa Ranch Road and Alta Vista Road consisted of tuvo lanes east/west afortg Westport Parl<way t�rough the roundabaut and sEngle lar�es north/south along Ponderosa Ranch Road and Alta Vista Road. Because of the lil<elihood of future expansion pf Beach Street to the north, the roundabout lane configuraiion analyzed at the intersection oF Westport Parlcway and Beach Street consisted of two lanes east/west aiong Westport Parf<way and two lanes nortl�/south along Beach Street. The �ane confiigurations studied in this ar�alysis are shown in Figure 7. Capacity analysis was performed using SIDRA Interse�tion 7.0 in FiCM 6 rnode. The capacity results for the Aita Vista ftoad ir�tersectior� are pre$ented in Tahl� 1. As shown, the proposed lane configuration is predicted to operate acceptably under th� projected 2Q23 traffie �oiumes at the inters�ction of Westport Parl<way and Aita Vista Road. Table �: Rqundabaut Capacity Analysis - Westport Parkway at Alta Vista Road Scenario Intersection �orthbound Westbound Southbound Eastbvund Alta Vista Westport Alta Vista Westport AM 2023 5.2 (Aj 6.1 �Aj 4.7 (A) 6.1(Aj 4.9 (Aj � PM 2�23 7.3 (A) 1p.0 (8J 7.5 �Aj 83 (Aj 5.9 (A) i'he capacity results for the Ponderosa Ranch Road intersection are �resented in Table Z. As shown, rt�e proposed lan� configuration is predieted to operate acceptab(y under the projected 2c323 �raffic volumes at the intersectian of West�ort Parl<way and Panderosa Ranch Road. ��d, �'il 1���IU e�'P"�D� Page 6 of 7 PL�►i� C.fi Table Z: Roundabout Capacity Analysis - Westport Parkway at Pvnderosa Ranch Road 5eenario Intersectinn ��rthbound West6ot�nd Southbound Eastbound Ponderosa Itanch Westport Panderosa Ranch Westport AM 2D23 5.0 (A) 4.9 (A) 5.1 {Aj 6A (Aj 4.7 (A) PM 2023 6.6 {Aj 6.9 (A} 7,0 (A) 7.7 tA� 6.0 (A} The capacity results Forthe Beach Street intersection are presented in Table 3. While Beach Sireet is intended to extend past Westpart Parkway to the north at some poin# in the future, for the purposes of this analysis Beach Street was assurned to terminate at Westport Par]<way, resulting in a three-leg ro�ndabout for 2023 traffic conditions. As shown, the proposed lane configuration is predicted to operate acceptably under ihe projected Z023 traffic volumes at the intersection of Westport Parlcway and Beach Street. Tabfe 3: Roundabout Capacity Analysis - Westport Parlcway at Beach 5tree# 5cenario Intersection �orthbound Westbound Southbound Eastbound Beach Street Westport Beach 5treet Westport AM 2023 6.1(A} fi.2 (R) 6.0 (A) --- 6.1 (A} PM 2023 1D.5 (B) 13.5 (B) 11,9 {B) --- 6.5 {A) Addrtfanal Consiclerations: For the study inierseetions, if constructed with multiple lanes in the east/west directions, there appears to be significant available capacity given the projected 2023 traffic volurnes. Long range traffic voiumes may grow faster than prec�icted in rapid growth areas lil<e Fc►rt Worth. The a�aiiabie additionai capacity wiil help protect against unexpectec[ly rapid �ofume growth and will allow the intersections to F�nction acceptably weli past the 202� study year. Concluslon; As mentioned in the apening of this latter, this analysis leads us to the following conclusions: �.� Two-lane roundabout controi appears to provide adequate capacity ta handle the projected 2D23 �olumes atthe study intersections. This multilane operation should be tonsidered in arderto pro�ide better flexibility and more capacity to hefp protect agains� uncertainties in a rapidly grawing area af Fart Worth. 2} The recammended roundabout configurations were shown in Figure 7. !f you have additional questions about this analysis, p�ease contact me at 972.Zq8.30Q6. SincereEy, Digitally sig�ed by � Jahr� Denholm IIl . . Date: 20] 7.05.10 13:59:25 -05'DO' John Denholm lII, P.E., PT�� Project Manager l.ee Engineering, TBPE F-450 �.��' I;�i���C�'���� Page 7 of 7 ����� �.� i ___ '_.."�� � � ���; �����'e��ti61� July 6, 2017 William D. Wendland, P.�. 8urgess & Niple, Inc. 3950 Fossil Greek Blvd., 5te #Z7.4 Fart Worth, iX 76137 Re: Westport Parkway Daily Traffic and 1"ruck Percentage Estimates Dear Mr. Wendlantl: ARIZONA TEXAS NEW M�XlCO OKLAHOMA Lee �ngineering has completed our projeetion of daily traffic �olumes at the intersectio�s a[ong the future extensEon of Westport Parfcway in Fort Worth, Texas. This letter serves to document the work performed as part ofi this study. The proposed Westport Parkway extension is currently being designed by Burgess & Nipie. Three majar interseetions are propased to be constructed as modern raundabouts in the near future. With this extension, Westport Parkway will run from its current terminus east of SH 170 and continue across SH 170 unti[ it intersects with the existing alignment of Keller Haslet Raad northwest ofi SN 170. Far the purposes of this initial projectEon, it was assumed that the Beacf� 5treet exiension wouid be constructsd with the Westport Paricway extensian ar�d It was assumed that Beach Street wauld terminate at West�ort Parkway. Lee En�ineering collected 24-hourturning mo�ement �olumes at �he following intersections on 7hursday,lanuary S, 2017: 1. Keiler Haslet Road and Ponderosa Ranch Road; 2. Alta Vista Road and Westpart Parkway; 3. Naslet-Roanoke Roac! and High Mesa Raad; and 4. Westport Parkway and Park Vista Boulevard. Projected future �olumes for 2023 were pr�viously estimated by Lee �ngineering as part of the roundabout analysis on the Westport Parkway corridor. 2D23 daily approach �olumes were estimated at the siuciy intersections based on a comparison of existi�g peak hour approach volume to existing daily appraach �olumes. Daiiy traffic vaiumes of approximately �.1,�0� V��IECI�S were predicted along Westpart Parlcway east of Keller Maslet Road. Approximate(y 14,200 average daily vehicles are predicted along WestporC Parkway west of KeEler Haslet Raad. Volume J�rojections were also obtained from the City of Fort Worth MasterThoroughfare Plan model, as shown in Figure �.. These future traffic projections were developed utilizing the 2035 travel-demand forecasting model developed by the North Central Texas Council af Go�ernments {NCTCOGJ. It shouid be noted that this madef assumed B�ach Street continuing to the north past Westport Parkway. In addition, the facus of the City was on arteria! �olurnes, so projections on minor streets may not 6e accurate. 3030 LBJ Freeway, 5uite 1.660, Qallas, TX 75234 (972) 248-3006 office {972) 248-38SS #ax � www.leeengineering.com Page 1 of 2 ���+�� �.� Westpart Parkway AD'f Projection, Fort Worth, Texas Jufy 2017 As shown, the 2�35 City of Fort Worth MTP model projects an ADT of approximately 11,600 vehicles alvng West�ort Parkway beiween SH 170 anc! Beach Street, which is simiEarto the volume projections shown in Eigure 1. The MTP model also projects uolumes ranging from 29,219 to 17,319 afong Beach 5treet. The existing traffic count data included three �ehicle catagories — Light, Mediurra, and Articulated Truck. 8ased on the existing data, the average tr�ck percentage at the four study intersections was approximately 2.3 percent. In addition, the future trucic percentages projected by TxD�T and shown in their 5tatewide Planning Map were reviewed. In the vicinity of the study area, TxDOi projected a truck percentage of 1.4 percent on 5N 170, 1.7 percent on U5 377, and 12 percent on IFi-35W. Finafly, additiana! annuai growth was applied to the projected volumes to develop 2042 design year volume estirnates for use in pavement design. The recommended daily volume and truck Percentage projections are shown in Table �. iable 1: 2042'Craffic Volume ProJectio�s Rnadway Projectec� Daily Volume Projected Tructc Percentage Westport Parkway 14,OQ0 vPd 2.5% Beach 5treet (Between Westport and 5H 17Qj 26,6Q0 vpd 3.5% ff you have any questions regarding this study, pfease contact me at (972} 248-3005. We appreeiate the opportunity tn provide these serviees. Sincerely, � , �3�itally signed by lohn oenholm lEl. P.�. �� daie:2017.07.OG i3A4�42-OSOU' lohn �enhoEm, P.E., PTOE Project Manager Lee �ngineering, LLC TBPE Firm F-450 �C� c�t�i�l���lil� Page 2 of 2 �'LATE C.9 Figure 1: City of Fort Worth Master Thoroughfare Plan (MTP} Maclel ihe Rios Group 7400 Sand St. `T`�� �' F r �° � Fort Worth, TX 76118 � w ��,� u."F{�'�J TH� C�2�u�' (g17J345-7500 � � Project Name: 101019 Beach St and Westpart Pkwy ��eld Wlanager• 1.T. fechnicians: J.P. Ciient Name: HalffAssociates, fnc. Vacuum �xcavation Truc�x/Trailer: TRG Proj. Number: HALF1705.00 �esignating Truck: Test3iale1lk�tili�y5i3e.U#ifity kJ#lEi�y ��ptl�toPui tes#i�oleS�p[ilicf�nlesJLoe�H��sf�tc Q.D. h+��t�*��I TYP� af UN�I#y (�nc�res} ���hrfir to fR�#er �o �Feet� i.�genrlj �eg��rlj 1 30* RCCP* W UNK -��t concrete @ depth af 5.52' 2 16 D! W 7.53 2A lb DI W 7•42 =ound @ end of pipe/concrete cap 3 16 DI W 4.25 4 16 DI W 4.56 5 16 DE W 934 Rlotes: *Per records flRaterials: sr� - Steel �� P�c - Polyvinyl Chlaride P� - Polye#hylene �Bc - Direct Buried Cable AC - Transite Rcp - Reinforced Concrete c� - Cast Iron vc - Vitrified Clay DE - Ductile Iran FG - Fiber�lass Prepared By: T. Habenicht Sheet: 1 of 1 GC����6�D li�[nm����t� �nd� VV��en ���e�I ��s��ess ��t�r�r��e ��r��a���.r��e ']['Hl[S �PA��E �L�E�T INTIE�T��l�AL�� �3]]C1Al�TT� C1TY O� FOl2T WORTH WESTPORT PARKWAY FROM KELLER HASLET ROAD TO ALTA VISTA ROAD STANDARD CONSTRUCTION SPECIF�CATION DOCUMENT3 C1TY PROJEC`1' NO. 101fl19 Aevised 7uly 1, 2011 ����~ ����-��. 1 �������Q� � ���,� rg���� �i�i,o��o �c:���ri��l �} �- _- � - � cifiy of �ort �lo�n �inor�ity �usir���� �n�erpr�i�� Sp��ifi�ations S��Cl�el� I�S��UC�IOR.�S FOR OFF�FZ�R� AI�P�ICATfOR� �F POLICY i#the total dollar� value of the cantr�act is $50,OU0.01 or� more, then a I�i�� subcontracting oai is applicable. I�O�ICY ST'AT�NYI�Wi It is the policy of the City of Fort Worth to ensure the full ancE equitabie participation by Minoriiy Business Enterprises (MBE) in the pracurement ofi all goocls and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance a�plies to this bid. i��� PROJ�CT GOA�S The C'itys MBE goal on th�s pr��ec,-� � % of the base bid �alue of the contract. Note: If both NiBE and SBE subcontracting goals aee established for this project, then an OfFeeor must su'�,mit both a HIIBE Utilization Form and a SBE tltiGzatian Farm to be deemed responsive. COIV��LIi4iVC� �'O �I� ���CI�I�ATIOP�S 4n City contracts $50,000.01 or more where a MBE subcontracting goal is applEed, 4fferors are required to comply with the intent of the City's Business Diversity EnteTprise Ordinance by one of #he following: 9, f�leet or� exceed the above stated �fiB� goal through fi��� subcontracting participation, or a. �llee# or exceed the above stat�d f�1�E goa[ through ii��E Joint Venture pa�ticipation, oe; 3. Good �aith �fFort documentation, or; A. Prime 1l�laiver documentation, SU�fld11TT�►� OI�_ R�QUIRED DOCU19dI�N�'A�ION. The applicable documents must be recei�ed by th� by fha assigned City of Fork Worth Proiect Manager or Department Desic�nee, within the fallowing times al�ocated, in order #�t tE�� �nt�t� b�tl to be co�sitfp��d f��pons��ee Ic� ih� sp�CiGCati�ns. Tire C�fi{:ror sh�ll ��47AIL th� ���3� r.1o4�iiT1r�1t�:����� �t +I�r.: ,����{���,-.1 s=.ily ui 1=a�al V�l��ikl� ;.�r ,i��:t, -.. ���:�r,,;�, ��r �rt:�ra,��r��,t��,i I'1:,�;��a,��or+� A� f,�xed �:o#sy w�ll not he act�}s[�rJ. 1. S�bcontractoY Utilization Form, if goal is recei�ed no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusi�e of the bid opening da#e. 2. Good �aith Effo�t and 5ubcontpactor� received no later than 2:00 p.m., on #he second City bus�ness day Utiliaation �orm, if participa#ian is less than afEer the bid opening date, exclusi�e of the bid opening date. sfated goal: 3. Good Faith �Cffo�t and Subconfr�actorr received no later than 2:00 p.m., on the second City business day Utilizat�on �opm, if no MBE pariicipation: after the bid opening date, exclusive of the bid opening date. �4. �rime Contractor� lEYaiver Form, Ef you will received no fater than 2:OD p.m., on the second City busiRess day perform ali subcontractinglsupplier work: after the bid apening date, exclusive of the bid opening da#e. .�i. Joini Venture Form, if goal is met or recei�ed no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid openin date. ����� ira.� Tn r�n��� v{�q,�i�a Y�� �[ rv�c s� �ci��S� r�[v�CaR1T"Y �FdT�RPRfSF nRnlaAhlC1�, V�dll.I� �I��lJl.7' IN iHE �!�J ��!hl� �.�}MSID�R�D hOt�-f����'���ltifE �O ��rCIFkCA��G�M�S. i�AI�U�� �O SU�14A1� �F�� R�QUIRED f�ll�� DOCUIU➢�PlTATIOPi V9lI�� R�SU�� I{V �Fi� �I�i ��IR�G COWSIpEREQ R�Oi�-R�SPOPISIVE. n��C�Q#V^ F��� � ie�� ��� ����iv�� � ir� ��� ������� �gi�r �i�r�i:i�i i�i�� �n�a q F'�RIO� OF ON� Y€AR. T�1��� FA�LU�tLS Ihl ,4 I�lYE Y�AR P'ER#OD Y�II�L RESU L.7 FN �tl I�I�QUAl.1�1��4TFORt P�RIOD �I� T'bR�� Y�AF2S. Any questions, please contact the Office of �usiness Di�ersity at (81�') 392-26I4. Office of Business Qiversity �mail: mwbeoffice@fortworthtexas.gov Temporarily Revised April 6, 2020 due to GOVIDI9 Emergency Phone: {817} 392-2674 ATTACFlMENT 1A Page 1 of 4 FORT �ORTH �i�y o� For� IIVor�h O��i�� o� ���irne�� [;iv�r��it� i�Y�� Subcon�r����r�ISu�plier� �Itili�ati�n Forrr� OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification PROJECT NAME: MNVI�BE NON-MANIDBE B1D DATE City's MBE Project Goal: Offeror's MB� Project Commitment: PROJECT NUMBER °�a % Id�n�ify �II �ub�ontractor�Isu�plie�s �o� e�+ill �se orn fhis proj�e� Failure to comp�ete this farm, i►� its e��ir�ty tiu�ith reques#��f d�c�rn���a�#i�ri, and rec�ived by !ha P�,r��a�i�g Division no later that� 2:00 p.m. on t�w s�c�r�d �f4� b�sin��s d�} ��t�r bid �p#!�1ng, �xcJ�siv� o# bid o��*���g date, will result in th� bid bei�g consid�red na�-:-fes��nsiv� to bid ��act�ica�i�ns. The �r�ti�r�Vi��wd �if�rYr �;gr��s #� �nter i;-��o � forr��E a�reem�r?t vvi#h tE�� h�IB� firr�z(s) iist�d irr E#�€� �tilr�a+:��t schec�ule, �on�iti�ne� up�n executio� oF � con#ra�t w��h �h� ��#�r o� �ork 1North �h� i^ten�i��al ar�dlpr �Cr�ow�rg misrepreser�tati�rt of ���ts is graunt�s for car�sMderati�� of di��u���f�catr�,� �r��i ����il re�u!t in t�� bid b�e�ng consider�� r�o�-r���on�ive �� bid sp�c+fcaii�ns. N�➢��s listed toward meeting the project goal must be located in the six (6) county ma�ketplace at the time of bid ar the business has a Significanf �usiness �eesence in the �a�F�etplace. Marketplace is the geographic area of Tarran�, Dallas, �en#on. Johnson, �ari�er. and F�ise countiies. Pr���� eontracio�s mus# i�en�i�y }�y f��r i�v�C o� �fl s�E�c�ntr�ctorslsu�pfiers. Ti4r m�an� t�e Gev�f of sitbcor��ractir�g h�lo�nr t�� pr;rne cor�tractV�l�o��:��!i��i i,e, ��tirect �ayr�►ent fr�rn �he p��ne �ont�2�#�r #a � sub:.antra�for i� ca�V;r��r$C� ��� �i�`'�� ���yrne�t b� � s��~��r�#rac#or t� it� sup�lFe±- �s c�o�^�i�ereci �'� tr�T_ Tkt� prim� cor��r��to�` is re�p�r�siM�# to �i:��f��? pro��f �f p�}+m�n� of ��� tiefe�# s��V::±racto�s ic���g:f�ed �� � i��� ��d C011fltlfl� tiIQSE C�C:1�3-S tOW$��s �eetir.� #h� �an�ract cofnmFtted goaL A�� I�Y��s II�UST �E GE�TI�IED �E�'OR� CQNiR�1C� AFfV�e��. Cee�ification means those firms, located within the Marketp�ace, #hat have been determined to be a bonafide minority business enterprise by the North Central Texas Regional Certifiication Agency (IVCTRCA) and the Dallasl�ort Worth Minarity Suppfier Development Council (DIFW MSDC). Ig hauling servic�s ar�e u�ili�ed, the Offeror wilf be gi�en credit as long �s the N'i�c iiste� operates at least one full� IiGensed and op�raiiona[ tr! ��� ±� t,a i icarl nn thp �������_ r�� �g� trucks from another MBE fErrn, i�rcJudin� NJ�� o+�vr��r-��er�ke�i, �r�t� re�eCv� fuq N4B� cr�di�, The lease trucks from non-Arli���, inclu�i�g �;n,t;;e�Y���r�t�d, but ti.�:l� o�+�� receive ce�rlit f�fi tt�� commissians earr�ed by #�a i�B� as o�#air��d ie� th� I��w� �c�r�errte�nt V;;rnc �nr,rl rrE�y I�ase I�G� may fe�s �n� Rev. 2I'f 3119 FORT WOR7'H ATTACHMENT '[A "'a„�,a'` " Page 2 of 4 �[( Offerors are required to identify A!L subcontractorslsuppliers, regardless of status; i.e., 3tiAinor,ty ancf r�an-�r16��o. MBE frrms are to be listed firsf, use additional sheets if necessary. Please noie thaf only certified MBEs will be counted to meet an MSE goal. N SU�COIdTRACTORISUPPLIER ° Company Name � M y� " Detai! Qetaif Address i g B Subcontracting Supplies TelephonelFax e � E M IAlork Purchased Dallap Amount �mail � � Contact Person E � � � � � � � � � � � � Rev. 5195119 FOR� ATTACHMENT 1A Page 3 of 4 Offerors are required io identify ALL subcontracfors/suppl�ers, regardless of status; i.e., iU7Er,nril�+ and nan-A+f�Ets. MBE firms are to be listed first, use additional shee#s if necessary. Please note that only certified MBEs wili be counted to meet an MBE goal. N SUBCONTRAC70RISUPPLIER ° Company Name T � yy " Detail Detail Address i g B SubconEsacting Supplies Dollar Amount TefephonelFax e � E M 1filork Purc�ased Email � B Contact Person E � � � � � � � � � � � � f2ev. 5/15/19 Fo��� ATTACHMENTIA Page 4 of 4 Total Dallar Amaunt of li��� Subcontractors/Suppliers � Total Dollar Amount of l�on���� SubcontractorslSuppliers � TOT�L DOLL�R �14dI0UP�T' OF' ALL SU�COiViR�1C�'ORSISU���.I�R� � 7�g nffprnr tnrill !10� t77�kw �rir,;,iitin�g, ����fir,�rks, o� su�b�±itl�#1o11s to thls CFrt:fed IE�t +rt+lt�out ti�7� p�l�� 21pp�'oV�l o� �I�e Offce �f Busi�ess i}iv�rsit}� tE�ro��t� t��e s�b►Y;�±tal a� a�i'eY:r��f €�r �V�rw�v�� p� ���ng��i4ddrtio�� �t�rm. Arty ur�lu��f�i�d cl��ng� �� tlel�ti�r� s�t�IJ i� � ma#eria� b�+����r �f �o€�tra�t arrd m��r r�sult i� CtG�]�rrncn� ��l accrrd wikh #I�� �r�o�c�d�r�� �u�8ine�E in #�� ordir�Wnc�. Th� Df�er��* �F��!1 �uE�� ��f a dsfaafe� ex�E�r��#i�r� �� ha+rr ##�� re��esked ci�an�ela*��:#ion or d�lstivn �xil� �#1`e�# tkte ��mmitt�d M�E go��, If th� c��S�RI �x�l�natr�n is nnt submi#t�cJ, it wi�f �f�ect the fkn�G ��rn{�li�nc� c#�fefmii��tion. By affixing a signature to this form, the OfFerar fur�her agrees to pro�ide, directly to the City u�on request, camplete and accurate inforrnation regarding actual work perFormed by a�l subcontractors, including MBE(s) and any special arrangements with MB�s. The OfFeror also agrees ta allow an audit andlor examination of any boo�s, recards and files he�d by th�ir cornpany. The Offeror agrees fo alfow the transmission af interviews with owners, principals, officers, empfoyees and applicable subcontractorslsuppliers participating on the contract that will substantiate the actual wor� perforrrted by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentior►af andlor knowing misrepresentation af facts wiil be grounds for #erminating the contract or debarment from City work for a period of not less than three (3} years and for initiating action under F�d�ral, State ar Local laws concerning false s#atements. Any failure to comply with this ordinance creates a material breach of fhe contract and enay result in a determination of an irresponsible OfFeror and debarment fram pariicipating in City work for a period of time not fess than or�e (1) year. Authorized Signature Tifle Company Name ress CitylStatelZi p Qffice of Business Diversity �mail: mwheoffice@fortworthtexas.gov Phone: (897) 392-2674 Printed 5ignature Contact NamelTitle (if different} Telephone andlor Fax E-mail Address Date Rev. 5I15119 �F� �'Y' W� 1�T lH Csl'�]I O� �Oi''t �' O��l Ivlinori�� �usin��� �n�erpris� �p��i#i��tien� �rirr�e Corntractor� �ai�ef �orm ATTACHMENT 1 B Page 1 of 1 dFFEROR COMPANY NAME: Check applicable hox Eo describe Offero�'s Certification PROJECT NAME: MIWIDBE NON-MM/IdBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PFtOJECT NUMBER ��4 ��O If both answers to this form are Y�S, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on tl�is form must be completed and a detailed explanation pro�ided, ifi applicable. If the answer to either question is lVO, then you must complete ATTACHMENT 1 C. This form is only applicable if �h answers are yes. �allure to comp�ete th�s fornn irt kts er�tir�ty an� b� recaived by �lie P�r�eha�inq �ivision no later than 2:00 .�, on tl�e ssco��d �it bus����ss �� aft�f ��d � e�in , exclu�iv� �f �he bid a�ening �at�, w��l result in� tl�e blc� be�r�� cons�d�r�� non-res�onsiv� #o b�d s�ocffic�#ions. 1�lill you perfiorm �his enfire con�rac4 v�i4houg subcongracfoes? Y�S If yes, please provide a defailed explanation that proves based an the size and scope of this �� project, this is your normal business practice and provide an operational profile of your business. �iil you per�or�m fhis engir�e con�r�ci w+ifihoufi supplier�s? Y�� If yes, please provide a detailed expFanation that pro�es based on the size and sco�e of this project, this is your narmal business practice and provide an inventory profile of your business. fV0 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) an this cantract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The OfFeror afsa agrees to ailow an audit and/or examination of any books, records and files held by their company that wilf substantiate the actual woric pertormed by the MBEs on this contract, by an authorized ofFicer or employee of the City. Any intentionai andlor knowing misrepresentation of facts wifl be grounds for terminating the contract or debarment frorn City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false stafements. Any failure to comp�y with this ordinance creates a material breach ofi contract and may result in a determination of an irresponsi�le Offeror and barred from participating in City wark for a period of time not iess than one {1) year. Authorized Signakure Title Company Name Address City/StatelZip Office of Business Diversity Email: mwbeoffice@fortwort�texas.gav Phane: (897) 392-2674 Printed Signature Contact Name (if different) Phone Number Fax Number �mail Address Date Rev. 5115119 �eTT/ACHhfl�WY 1C F'age 1 of 4 �' 4� � T �� �'I" �ii �i�y ofi �arr� I�ier�#F� �inority �usines� Ern�r�rpris� IV��� Good �aith �fforrt �or�rn OFFEROR COMPANY NAME: ChecEt applicable bax to describe OfFeror's Certification PROJ�C'C NAME: I�lW/�BE Np�-nnnraDa�: BID DATE City's MBE Project Goal: Dfferor's MBE Project Commitment: PRQJECT NUMBEIt % % If the Offeror did not meet or exceed Ehe RABE subconEractina goal fQr Ehis nroject, the Offeror �u�t c�~:�!et9 tr�k� form. if the OfFe�o�'s me�hod of compliance v►+ifh �he fV��� goat is based upon demons�r�a4ion o�' a "good gai4h e�r'or�", fhe Offe�or� will have fihe burden of correc�ly and accur�afiely p�ep�ring and submif�ing �he documenfiafiion required by �he Ci�y. Gompliance wiih each ifiem, 1 thru �9 belo�, shall safiisiy �he Good �aifh ��or�k r�equi�emenfi absent proof of fraud, infenfional andlor� �nowing misrepresen�afioR of the facis ar infienfiional discrimina�ion by fhe 8�ier�o�. Failu�e to complete this form, s�: �� �;:*�!'p}; arit!: ����po�tind documentation; and r,�Genre�d by the Purchasing aivisian no later #han �:�� �.m. cn fhe �a�or�d City busi��e�s daJr �fter bid openi�g, e�xcl�s�ve of bid op�ni�:� dat�, ►:■ill result �:n t!:� h�� Fx�±^� �!:n�6�aPpd n�n-r�sp�w:ts��,�� to bid s�V;:�f��dt#O�^S. 1.} Please I�st eacf� and every subcontracting andlor supplier� oppo�Eunity fo� the completion of this project, r�egardless of whet�er it is to be provided by a fp!lY�� or� non-fi�➢��. f�0 I�O� LIS� FV,�RII�S O� FI, RAI�S1 On all projects, the Offeror must list each subcontPacting and or supplier opportunity regaPdless of tiep, (Use additiona! sheets, if necessary) List of Subcontracting Oppo�tunities List of Supplier Opportunities Rev. 5115199 Ai�ACbM���9C �age 2 of � 2.j Obtain a cuePent {not mo�e than two (aj months old from the bid open datej list of 14A�� subcontrac#ors andlor suppliews from the City's Office of �usiness �iversity. ❑ Yes Date of Listing ❑ R�a 3.) Did you solicit bids fr�om F��� firms, within the subcontracting andlor supplier areas previously listed, at �east ten calendar days prior fa bid opening by mail, exclusive of �he day the bids are opened? ❑ YBS (If yes, aftach AABE rnail Eisting to include name of firm and adclress and a dated copy of letter mailed.} ❑ Fd0 �.j �id you solicit hids feom F�I��E fiPrns, within the subcor�tpacting andlor supplier areas previously lisfied, at least ten calendar days prior to bid opening by f�iephone, exclusive of the day the bids arre opened? � Yes (If yes, attach list to include name of MBE firm, er�on contacied, phone number and daie and time of contact.) ❑ R!o �.) pid you so�icit bids from �410�� firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile {fax), exclusive of ihe day the bids are opened? ❑ Yes ❑ R!O (If yes, attach list to include name of MBE firm, fax number and date and time of contact. fn addition, Ef the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation andlor "undeliverable confirmation" docume�tation may render the GFE non-responsi�e.) 6.) Did you solicit bids from N➢�� firms, within the subcontracting andlor supplier areas pr�eviausty listed, at least ten calendar days pr�iop to bicf apening by email, exclusive of #he day the bids are opened? ❑ Yes ❑ fV0 (If yes, attach email confirmation to include name ot MBE firm, date and time. In additian, if an email is returned as undeliverable, #hen that "undeliverable message" recei� must he printed directly from the email system for proper dacumentation. Failure to submit confirmation andlor "undeliverable message" dacumeRtation rnay render the GFE non-responsive.) i�0��: �he four me#hods identified abo�e are aw�pptaple fc�r ������rEng bF�s, a�:d ��ch �!��t��l m�±h^�+ ! musf be applied to the applicable con�eact. Yhe �fferar rn�st d�cu�msnt thA4 ��±!�er a# least twr� at�er.��*$ wepe made using two of ihe four mefihods or that af least �ne su��e�sfu[ �ontaGt w�s mad� usir�g �ne vf #he four methods in order� Qo deemed responsive �o the Good �aith �f#a� i re�ulrement. PIOi�: ihe Offerorr must contact the entire iVl�� !9s# specific to each subcantraciing and sunnlie_ oppo�tunity to be in com�aliance with uesfiions 3 thru B. 7.) Did you ppovide plans and specifications to poteniial �i��s? ❑ Yes ❑ Wo �.] Ditt you provide the information regaeding the locat�on of plans and specifications in oPdew fo assisf the ���s? � Yes ❑ Wo Rev. 5N5119 ���ACbl4l��Wi 1C �age 3 of � �.) Did yau p�epare a quotation for the fill��s to bid on goodslse�ices specific to their skil� set? (If yes, attach all copies of quotations.} ❑ Yes ❑ P«O q0.} I�as the contact information on any of the listings not �alid? (If yes, attach the information that was not valid in order for the Office of Business Diversity to address ❑ YBS the correctians needed.j � PEO 11.)Submit documentation if f��E quotes were rejected. The documentation submitfied should be in the forrrRs of an affidavit, include a detailed explanation of why the IVI�� was rejec�ed and any supporiing docurrtentation the Dfferor wishes fo be considered by the City. In the event of a bona fide dispute concer�ning quotes, the Offeror� wifl provide for confidential 1n-camera access ta sn inspectfon of any relevant dacumenta#ion by City pepsonnel. Please use additional sheets, if necessa , and a#ach. Com an Wame �elephone Contact �erson Sco e of V4lorF� Reason for Re'ecfion _ ��DITIOP�A� IP�FO�ZMAYION: Please provicfe additional information you feel will further explain your good and har�est effo�s to ohtain f1��� pa�ticipation on this project. ihe Offeror �rur��er agr�ees fio provide, dipecfily to fihe Ci�y upon req���f, comple�e and accu�aie informaiion r�eg�rding actual v�or� performed on �hi� contr�act, �rhe paymen� fher�ofi and an� p�oposed ch�nges fio fihe erigin�l �rr�angemenf� submiited �►ifih �hi� bid. �he Ofrt'�ror� �I�o �g�ees �o allorpv �n audifi andlor examin�fiion of any boaks, records and fEles held by �heir� eompany fha� will substaniiafe �he ��tual �+ork perr�ormed on this confr�a�t, by an au�hor�ized o�ficer or employee af fihe Ci�y. Any in�entional andlor kno�ing misr�pr���enf�4ion of frac� vvill be ground� �or fierminafing the cor�fir�c� or deb�r�ment from Ci�y v�eark for a period o� no� le�s than fihree {3) years and fior initi�fiing a�f;ion under I�ederal, a�a�� or Lo��l lae+�� concer�ning false s�a�ements. An� �ailure �o compl� r�rifh �his or�dinanee �hail creafie � maferial bre��h of con�rae� and may re�ul� in � det+�rminafion o'� �n irrespon�iF�le �fferor and deb�r�menf from p�rr�ficip�iing in Ci�y r�Ar�k fo� a period o�' �ime not less fihan one (1} year. Rev. 5115119 ��iACH�ENTIC Page � of 4 '�he und�rsigned �erriifies fihaf �ihe in�o�m�tion �rovided �nd th� R���{�) li��ed �+tie�sles�ere contacfied in gaod ��i�h. Ifi is unders�ood �h�i �ny �fl��(�} li��ed in �otfiachmen� `�C wril! be con#ac#ed and the r�ea�ons fo� no�r using �hem will be veri�ied by the Ci�cy'� O�ice o� �usine�s Dive�sifi�. �uthorized Signature �itle �einted Signature Contact Rlarne and Titl� (if differentj Company P�ame Phane Number �ax Plumber Address CifylStatel�ip Office of Business D�versity Email: mwbeoffice@fortwar�htexas.gov Phone: (817) 392-2674 �mail Addr�ess Date Rev. 5I15119 Joint Venture Page 1 of 3 F'�FtT Woi�'�r`l[� ---��� -- Name of City project: 7 _Tnint vnn*nre infnrmatinn� CITY OF FORT WORTH 1�BE Joint Venture Eligibility Form Ald questions must be answered; use "N/A" if not arpplica6le. A jpint venture form rnust be completed on each project RFP/Bid/ProjectNumber: _ Joint Venture Natne: Joint Venture Address: (If applica6le) Telephone: Facsimile: �mail Cellular: Tdentify th�e �rms that comprise t�-ie joint venhire: Please attach e�xfra sheets if additiana! space rs required to provide detailed explanafrons of work to be performed by each firm comprrsing the jaint veniure MBE firm Non-MBE firm name: name• I3usiness Address: Business Address: City, State, Zip: City, State, Zip: Telephone E-mail Telephone E-mail Cellular Facsimile Cellular Facsimile Certification St�tus: [�Tame of Certifying Agency: �. Sco e oFworl� erformed b the Joint Venture: Describe the sco e of work of the MBE: Describe the sco e of woriz of the non-MBE: Rev. 5115119 Join# Venfure page 2 of 3 3. What is the percentage of 1VIBE participation on this joint venture thst you wish to be counted toward meetin� the project goal? �. Attach a copy of the joint venture a�reement. �9. List components of ownership of joint vent�re: (Da nat camp(ete af ihis infarmatian fs descri8ed in joint venture agreement) Profit and loss sharing: Gapital contributions, including equiprnent: Other applicable ownership interests: 6. Identify by name, race, sex and f rm those individuals (with titles) who are responsible for the day-�o-day management and decision making of the joint venture: Financial decisions (ta include Account Payahle and Receivable): Management decisions: a. Estimating --------------------------------_------------- b. Marketing and Sales -----------_---- -------------------------- c. Hiring and Firing of management personnel -------------------------------------------_--------------- d. Purchasing of major equipment and/oc supplies Supervision of �ieid operations The City's OfFice of B�siness Diversity will review your joint venture submission and wili have #inal appro�al of the MBE percentage applied toward the goal for the �roject listed on this form. 1�OTE: From and after the date af proj�ct award, tf ar�y of the participants, the indi�fdually defined scopes of work or th� dollar amountslpercentages change from tF�e originally approved information, then the participants must inform the City`s Office of Business Diversity immediately for appro�al. Any unjustified change or deletion shalf be a material breach of cantract and may result in deba�ment in accord with ihe procedures outlined in the City's BDE Ordinance. Rev. 5115119 Joint Venture Pa e3Qf3 AFFIDAVIT The undersigned affirms that th� foregoing statements are true and coree>ct and include all ma#erial inforrnation necessary to identify and explain tl�e terms and operation of the joint venture. Furthermore, the undersigned shall agree ta provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein_ The City aiso reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of t1�e eligibility process. The undersigned agree to permit audits, interviews with ownees and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Pailure to comply with this provision sha�l result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State andlor Local laws/ordinances concerning false __statements or willful rnisrepresentation of facts ______ _ ---------------------------------------------------------------------------------� Name of MI3E firm Name of non-M6F �rm Printed Name of pwner Printed Name of Owner Signature of Owner Signature of pwner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of On this County of day of , 20 , before me appeared and to me persona(Iy known and who, �eing duly sworn, did execute the foregoing affidavit and did sta�e that they were properly authorized to execute t�is affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phoz�e: ($17} 392-2674 (seul) Re�. 5115/19 G���o�7 �a�� R�.�es �HIS ]��G-E ]�EF� g�T7�lE1��ION�i�.LLY ��Al�� CITY OF FORT WORTH WESTPORT PARKWAY FROM KELLER MASLET ROAD TO ALTA VISTA ROA� STANDAItD CONSTRUCTION SPECI�'ICATiON DbCUMENTS CITY PR07ECT NO_ 1D1019 Revised Ju[y 1, 241i 2013 PR�VAILING !li�Q1G� RA��S {Commercial Construction Prajects] CLAS51fICi4710�' D�SCRIPiION AC Mechanic AC Mechanic Helper Acoustical Ceiling Installer Acoustical Ceiling Installer Helper Brickfayer/Stone Mason Bricklayer/Stane Mason Trainee Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Cutter/Sawer Concrete Cutter/Sawer Helper Cancrete Finisher Concrete Finisher Helper Concrete Farm Builder Concrete Form Builder Helper Drywall Mechanic Drywall Helper Drywall Taper brywall Taper Helper Electrician (Journeyrnan) Electrician Apprentice (Helperj Electronic Technician Floor Layer �foor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Metal Building Assembler Metal Building Assembler Helper Metai Installer (Misceilaneous) Metal Installer Helper (Miscellaneous) Metal 5tud Framer Metal Stud Framer Fielper Painter Painter FEelper Pipefitter Pipefitter Helper Plasterer Plasterer Helper Plumber Plumber Helper Reinforcing Steel 5etter Wlage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 25.�4 13,67 16.53 12.70 19.45 13.31 10.91 17.75 14,32 17.Q0 11.00 15.77 ii.oa 15.27 1�..Op 15.36 12.54 15.00 11.50 19.63 15.64 20.00 1$.00 10.00 21.a3 12.81 16.59 11.21 10.89 14.15 12.99 16.00 12.00 13.00 11.�0 16.1 Z 1Z.54 16.44 9.98 21.22 15.39 16.17 12.85 21.98 �.5.85 12.87 Page 1 of 2 Reinforcing Steel Setter Hefper Roofer Roafer Helper Sheet Metal Worker 5heet Metal Worker Helper Sprinkler System Installer Sprinkler System Installer Helper Steel Worker Structural Steel Worker 5tructural Helper Waterproofer Equiprnent Operators Cancrete Pump Crane, Clamsheef, Backhoe, Derrick, D'Line 5ho�e1 Forklift Foundation Drill Operator Front End Loader Truc�c Driver Welder Welder Helper $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 11.08 16.90 11.15 16.35 13.11 19.17 14.15 3.7.OQ 13.74 15.00 18.50 19.31 16.45 Z2.S0 16.37 16.77 19.9� 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and �ublished by the iVorth Texas Construction Industry (Fall 2012j Independently compiied by the Lane Gorman Trubitt, PLLC Construttion Group. The descriptians for the classifications listed are pravided on the TEXQ's (The Construction Associationj website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 G��6o09 �er�its ��d. IJ�i���nes T�I�S ]PAG� I,]EF� �l�T�IEl�T���I�ALIIY .I��LA�TI� CTCY OF FORT WQRTH WESTPQR'1' PARKWAY FftOM KELLER HASLET ROA� TO ALTA VISTA ROAD STANbARD CO3VSTRUCTIOI�T SPEC�ICA'I`ION DOCUMENTS CITY PROJECT NO. 101029 Revised.Tuly 1, 2D11 5 i . 4 , Eagie Mt. - Roanoke 345 KV L.ine �-51148, E-51149 20'{ 9-0630CW �iVCt�DACHRdI�R�T ON �AS�lgfl�AlT Westpart Parkway (Kelfer Haslet Rd. to Alta Vista Rd.) City Projecf Na. 101019 WHEREAS, Oncor Electric Deli�ery Company �,LC {"Oncor"), is tt�e owner of two easements in Tarrant County, Texas, which are recorded �nder voiume 6943, pag� 1858 and �af�me 6985, page 1033, of the Deed Records of Tarrant County, Texas ("�asement"); and WHEREAS, City o� �ort IAlo�ih, ("User"), desires permission to construct, opera#e and maintain two pa�ecE street crossings, grading, � a' wide sidewa[ks, four (�4) storm drains pipes, two (2) waterAr�es and underground elecfricai conduit for lighting (°�ncroaching �'acility"} within the area or boundaries of th� Easement ("l�asement Area"j. NOW, TH �REFORE, in consideration of th� mutuaf co�enants contained herein and other good and valuable consideration, the r�ceipt and sufficiency af which is hereby acknowledged, Oncor and User do her�by a�r�� as foilows: 1. �oeation o# �ncroachinq �acilitv. EJser may Iocafe the Encroaching Facility in the Easement Area, but only as described and shown a� attached drawings marked �xhibit "A", incarporated herein. User may not relocate the Encroaching �acility wi#hin the Easemer�t Area without the cansent and appraval of Oncor, wf�ich consent and approval shall be at Oncor's soie discretion. User ac�Cnowledges and agrees thaf Oncor holds easement rig�ts on the Easement Area; therefore, User shall obtain what��er rights and p�rmission, ather than �ncor's, that are necessary. 2. Resfrrictians on Use of �asement t3►r•ea. User shalf use only sa much of the Easement Area as may be necessary to construct, maintain, opera#e and repair the Encroaching Facilify. User shall, at its own cost and exp�nse, comply with alf applicable laws, incEuding but not 6imited to existing zoning ordinances, go�ernmental rules and reguEations enact�d or promulgated by any go�ernmental authori#y and shalE pramptly execute and fulfill all orders and requirernents im�osed by s�ach go�emrr�enta! authorities for the correction, pre�ention and abatement of nuisances in or upon or connected with said Encroachir�g FaciEity. At the conclusion of any cartstruction, Use� shall remo�e all debris and other materials frorr� the �asement Area anc! res#ore the Easement Area to th� same conditio� it was in prior ta #he cammencement of User's construction thereort or in proximity th�r�to. L3ser s�ali not place #rash dumpsters, toxic substances orflammabfe mat�rial in the Easement Area. Further, if the Easement Area has transmission or distribution facilities io�ated ther�on, User shall nat p�ace upon the Easement Area any impro�ements, ir�cluding but not limited to, buildings, light standards, f�nces {excluding barriers insiafled araund transm�ssion towers), shrubs, trees or signs unless apprv�ed in ad�ance in writing by Oncor. Additional genera! canstruction Gmifations an encroachments ar� d�scribed and list�d in �xhibit "�"', atfached hereto and by refe�ence made a part hereof. 3. I�aint�nar�ce of Encroachinq FacilitW. User, at User's sole expense, shail maintain and Encroachmen# on Easement Page 1 of 27 operate the Encroaching Facflity. Oncor will �tot be responsible for any costs of cons#ruction, reconstruction, operation, mainf�:nance or remo�al of User's �ncroaching Facility, 4. Risk and l�iability. User assumes all risks and liability resuiting or arising from or reiating ta User's use, the ex[sting candifion or focation, or existing state af maintenanc�, repair or op�;ration of ti�e Easement Area. It is further agreed that Oncnr shall not be IiabEe for any darnage to the Encroaching Facility as a r�sult of Oncor's use or �njoyment of iis Easement. Any Oncor property damaged or �estroy�d by fJser ar its agents, empfoyees, invitees, contractors ar subcon#ractors s�all be repaired or replaced by Oncor a# lJser's expense artd payment is due upon Us�r`s r�c�ipfi of an in�oice from Oncor. 5. tndemnification. User, tv the ex#ent allowable by law, agrees to defiend, ind�rr�nify and hold harmless Oncor, its officers, agents and employees, from and against any and ail claims, demands, causes of acfion, loss, damage, liabiiities, costs and expenses (including attorney's fees and court costs) of any and e�ery kind or character, known or unknow�, fxed ar contingent, for �ersonal injury (including death}, properfy damage or other harm for which recovery of damages is saugf�t or suffered by any persor� or persons that may arise out of, or be occasioned by, �he negligence, misconduct or omission of User, its afficers, agent�, assaciates, employees, cantractors, subcontractors, subconsultants, or ar�y other person entering onto t�e Easement Area or may arise out af or be occasioned �y fhe use of the Encroaching Facility, except #hat the indemnity pro�ided for in t�is paragraph shall not apply to any (iability resulting from the sole �egligence of Oncor, its officers, ag�nts, or ernpfoyees ar separate contractors, and in #he er�ent vf jaint and cancurrent neglig�nce of both Oncor and User, responsibifity anc� indemnity, if any, shall be apportioned comparati�ely. Nothing contained herein shall ever be construed so as to require User ta assess, 1e�y and collect any tax to fund its obligations under this paragraph. Article XI Section 5 af the Texas Constitution pro►rides that a city is prohibited from crea#ing a debt unless the city le�ies and collects a sufficient tax ta pay the interest on ihe deb# and pro�ides a sinking fund. The City af �ort Worth has not and will not create a sinking fund or collect any tax fo pay any abfigatian created under t�is section. 6. �1iah Voltaqe Restrictions. tJse of dragiines or other boom-type equipment in connection wiih any work to be �erformed an tt�e Ease�-r�en# Area by User, its empioyees, agents, in�itees, eontractors ar subcontractors mus# comply with Chapter 752, Texas Health a�d Safety Code, t�e National Electric Saf�ty Cade and ar�y other a�aplicable safety or ciearance requirements. Notwithstartding anything to the confrary herein, in no e�ent shall any equipment be within fi�teen (15} feet of the Oncor 138,000 valt or less power lines or within #wenty (20) feet of the Oncor 345,040 �olt power fin�s situated on the aforesaid property. User m�st obtain Oncor's appro�al and notify the Region �ransmission Department at 8�f7-496d2746, 48 hours prior to the use of any boom-type equipment on th� Easement Area. 7. f�elocation of �aciiities. lJser shall not place its facility within 25 feet of any pole or tower (eg. User agrees that in the event that Oncor determines #hat User's Facility interFeres with 4ncor's facilities, User uvill relocate User's Facility af User's expense. User will be entitled to reloeate User`s Facifity on the encroachment area granted h�r�und�:r ifi reasonably possible withou# further interFerence wi#h Oncor's facilities. If User`s Facifity cannot be relocated an the encroachment area, then, if reasonabfy possible, Oncor agrees ta grant User an encroachment near the encroachment grant�d hereunder so that User's facilify can cont[nue to aperate as ariginaliy intend�d. 8. Default and T'ermination. It is understood and agreed that, in case of default by User or its agents in any of the terms and condi#ions herein stated ancl such default continues for a period of thirty {30) days after Oncor no#ifies Us�r of such default in writing, Oncor may at its election farthwith Ertcroachment on Easement Page 2 of 27 terminate this agreement and upon such termination alf of User's rights hereunder shail cease ar�d come to an end. This agreement shail alsa terminate upon the abandonment of the Encroaching Facility. This agreement shafl extend to and be binding upon User and its successors and assigns, and is not to be interpreted as a wai�er of any rights heid by �ncar under its �asement. Execufed this � day of ����: � , 2019. APPROVAL; Oncor E[ ric neli�Com�any LLC B : i �'� Y _ Dennis �.. Pattan, Attorney-ln-Fac# ACC��iAf�C�: Ciiy of �ori Worth 7 � � By: �- Narr�e: ft EVi.✓ L.ivN�/ Title: r � � � A���ov�� a� r��o�M ��� ��c���YYo - � , ' � -��' : - ,CI�'Y RYY�� Y - 1 J��r.� ��r�gsvang, �sis�nt C� ���ey EncraachmenE on Easement Page 3 of 27 Si'A7E O� `��EXAS § § COUNTY O� TARRANT § BEFO�� M�, the undersi�ned autf�ority, an this day persor�ally appeared Dennis L. Pai�on, as Attwr�ey-in-Fact of �nco� Electrie iJeiivery Comp�ny 1�L�, knor�vn #o me to be the parson r�vhose r�ame is subscribed ta the for�gaing inskrument and acknowledged to rne that he executed th� sam� for the purposes and consfderation therein expressed, in the capacity therein s#ated and he is autharixec3 to do so. . � GIV�IV LlN��R M�Y HAND AND S�AL 0�' OF�IC� this �� day af 1' ;�..T G�� t��, , A. D, �019. � " � ~ � " , �k `�►��,�RY A��l��w I.ARA 5. DALE " - . -r � _x°='"" -�_Notery PuhEtc, Stste of Texas �� Public in and for the �bf Texas :'� :�� "+ Camm. Exptre9 03-19-2D23 �.,��•...�+��. ���rr�n+�+� �ota►y IE} 12�3b4�0�4 STAT� OF T�XAS § § CQUNTY OF TARRANT § BEFOf�� M�, the , undersigned authority, on this day ersonally appeared . � /��N': i�c�h cs...r _ --- � �s the ,�,f $��r: �, �4 � � i t of the Ci�y of �ori i��rn�h, {tnawn to rr�e to be �he person whose narne is subsc�ibed ta e forego�ng instrument artd acknowledged to rr�e that helshe �xecuied fhe �ame for #he purpQses and consideration therein expressed, i�r the capacity therein stated and he/she is auihorized t� da so. GlV�N UIVDER MY HAND Ahl� SEAL OF O�FICE this �`,�J��' _ day of ��p �' � A. �. 201 S. ``,��It1111311 Fllr���`/' ``��,,�\S� �'koM.,,�� -.�� : ��gY ���` • 9s '. .2 �• �.— t1�� ,� — ~ �} � � fir 'a � 817��r� �k� /i t�`LR'' .... •' ��. `�! •,,��//,l,� �3 � 0�''L,,``. �� �_, ,�� � Notary Pu �c in and for the State of Texas Encroachment on �asemenS Page 4 of 27 y.:i.. ..�vu �a�c=n M1 � ���€ _` � a�*! \� H „ q �' � g � � o � � �W ��� Wa�� � ���� s��� ��� ���g 3 T visu� v� �a c7� uv �eE _�-;5wt �� i t�r� i�Li:�r nan��lurd i:s��ris�r�s }- ti w � �Q � h� � lQ�� � 1Q � av Q z� � oQ � k N 9 � o ti � - J d .,� "I � o y � B O � W r a # �R � '�' ` � � � � l / I ' w g a � . ��1TSi�.�t,�7i_"�i ' � � �'�� ��. __ � - � ---- � __ — _ --- — - --� , �\ ti w � � � ; � � � � � i $ . � \ �—_.._._� � ����t�;� I � �.� � `�� -'!_— � � � � � � � � � l� x � �g � �i '� ��\ ����a�c� 2�° a''1 ` � � p �x---W--� 1� ��-�-, \ o-ao+s x0 � q � � C i _� --._ � � �� , ��� ',"� /�. ( �� \ ..�'j ,\'�� �\ � � /�f . ' �`� ���� �� ;� ,. \ � _� � � .,� ,, ��� - � ` �_i ��` �.��%� �� � ad � , �1. J.�--� ��� f � \ �� �� ��� � �� �p �f � i ��d ' ��� `� i � ��� l Y � --� i ' a I --`u � � �� � � �� ' I --�-1 � � � � � 1 -'� � � : =� _� �I ����1 � "��; f= I r�`� �, �I� e�.�;� --- - �, ��, � .1 -I� � � � ------� � �� " ' F \ --��� '-� ----� � \ �'� � . � ��-3� � g �' R']�' ,�'�ntms'is4� ff� b `� � � � � � �, � �� � � � --- . —�' • 0:---- 'i � �. �'����Sp9��.n : n..n�R's a \ `��` S � k —_ � � —� _' ' . �.' ��---�--�� g g � � � _ _ � --�--i .�_ -- — �ti�x��-�,— _\ �— � _ _ — ` � ' �' o e ^ -��s _ _ ��� a��,n�c � \� � a.� �� �� ; ���+ �� ' @ � i � � z��.�.� — "� �' R � � � �\ � _ Y' .:� 3 a„� � � --=="� � a I�— a�_I& ;. ��s � (�'� � � p � `�: " =€� � �� � � I �� _�.,_�., �, ...n o� s� �� _RaY�„'��g,� 1� � T� ��� _ � ' n X R:k7�r R.� �v_���_� �� �'-- �� � � gb �w �� �� " � � I" f l �� � � ! 1 :� ( I i I ! I I I I � �� � � � S �j �y fa K qO � z x g � � N r ., y M a � � } T Z. W 4 � O O O � � J a Q� o a F -� y, O !L - r �� V a U a ._ r � # � �'"� `� � � �, i ; �_ � ��V il�'M� "-_,x y,, i, !, � ':! . ` ,�� �4 � �4 � Exhi.bit "A" 1 of 20 Encraachmeni on Easement Page 5 of 27 StlLL'N -�' �_k � �a�: $��� $ 2��� 9 � �./ R � � ' g � e � � � , �� W� Q �S� O � s?�� �or� ��'�� �'aµ^n f � r� i'� ��H id� . 6 atlw �i Encroachment on Easement nvua Y1�3fl v� iv +�l ✓ 3 �� � y2 ��� � �� g�; �g ��p � x � � � � � � o�a � d ; F �� a g� YY' y � ��� � �� ��� � � � > .E ��� u � �3 r�- C^ �� ~ § 9 iB. z 8 tt�'� �� � :i g���i '� 4 Aj A�� ��' '��� �•�LL �Y c� ao ��!i `��� �, �Y .a.�� �� $��I vh y Q �� ..�. � ixH .rur�� AYmM25Vc �ac��ls��tn � �� a n �ti a � z w � w"w ��v � � � � �yd �� a _ � o � 4 p � � � a � rc �t`�'� �a ,a � q 5 y�Y i� 7 �N> J Z d F J Q �� "y �g P O O � ~ 1�+ � 5� $�� �. �, ,a z ¢ � ;5�� ti Bar.. a., � Z Q 3 � �n. i��� � a� � � � v1 �6 �- ��� r� a w� $� :]�`� O� oyy F V� 1.1 � l�L ��� g� M� u Q � �� � �p` � P ��# ��i9 ��u� � � o a 5 I I � � I . f ; ` , 3 i ! � Ss�L d '3 i � � , , a'i ai� 9.�I v,E � � n sa2 t �7its�u o • � i s � v��� � �� �a - - '� _ � _ �� i � ! �b ° � �� � i � I i � . ��� � , � . � .� � � � ,IX v� � . ��j� - � � - -- � 1 �� � � - ' � ixe s xe � � • � 9"1 ' Ky� j �� 1Vl A 4 11�Y 3S �.91 �i' su� Y. il iq i . & �.n ��-- .a �urt Stki a19 i�$ea� 1 �' r� ..�� 7 H.9 y Otl-I 1 ` „o«� w 1 37YFSN � � 0 0117 OS 3A0 3 �'� - l ;���� .3M tl3 N o� •u , Y94.02' t .- ! h� � F� � ��� �p4 �� � ��M�oa ;�b �xa�s� -�-3"'^°G'3� .� .i _ti�N«RW'�p ' � �.�as� ��83�' •:@::_': F-S.E :.w �� o� '� u _ o� m� � �q a� a' _ �a n � •-_ w - aa .as` a ' � �� g'" v��� s � �. � �z .� � n`�� l�a� " i33C31S €�� H��/39 H12i0N � i I I� I 1 s���� ' �•�.z. ' Y t i .. -_ I FY ' � . � C 1 �,�.i ` � EXlllblf "Arr � Of 2� Page 6 of 27 .�0� .ae.F.'� - -- „ a a �� � � � 8� �� �'s �� �_ � ���� a� ���� � I� � � � �� a ���$ �5�5 95..� ���� •��� �_���g i ��� e �3�� S `�� i �e +'� � � � + � � � � �p � � ~� � �& � o„ $ � � � $ � Q J �� e Y� �� � �m � � s �� � � � � �� � � � � � �� � �� �� �� : � � 7� � � � � � � � �� �� �� $� � s � �� � � �W����������� � �� � $s � a ° � � � �^ q� � �� � S� � �� 3 � y � � � �� � g � � � � � � � �� �� �� �� �� � � � � � � N � � � " �� � �� � � � � � � � � a � �g �� �� � � �� � � W3 �� � $ h x � �' a � S �� ;$ �§ �� � �� C ���y : � � ; � � + �,' � � �� �� � µ� �� q� " _ � � �� � � ��� �� -� o c 4 W y� � �.. � � J2 ; �� �� g � �� � � �� � � � g� �� �� g ��� �y � `� � � o � � � � ��� �� g� ���} ��' ��� �y F� � { i� �� _ � �� �� � � ��� �w g� ��� �� ��� a o� a�3 � '$ a§ �� d � ' �� .� �� �� �� �5 73�, o S_ �� 7 0o sµ ���� N� �� ��� �� �c��=p������������a�:����� ��� � �� �� �S� g g� �g �� M� �q � v�,. aa � � ya� fiY ��� $ 3 Vs � 4C 6 �� St�.�r. 3�`3 � �� �{ei �� �� r� � � ��3 90 �� ��� $� ��� Y�n �e ��� � �< �e �o � �� #a e � �:� "� y�� �s� �� �iY �� x �s r N �a d _ a a j .� d y �--� �F , [ � �— � — � S rf�, , � t � � i, �I�,� i ` � ' Q � 1 �� � � � E § � $ I �� i � Emo i � , . �Ij Q �� �WN I.� n j�l a.. ��6 =� � � , �-- e� i � �� � � � �� IPQ S� # 4 �6 � I}� �o i �� ' � � �O � I � � �� E 21-N H� � �� 1 � i� 7�Y N4 � q YM �i�li� r'iiv ..g. � ��` � ��e ' a ��� � n ��� � � �'tli �� �i 3�� �� �gs ��" � i a:: 4jv $y �$3 � � �I 6 � �i � ��u � � R �'/� �_.__._ . _...._'__".. .. IN� � I f! E�f Y U " . l�y�1S }Z dso �_ ���._ -- ��---_..� � N ��ti 1 u� � O ', -� f :.� Op � '`ti � � _ � `� ^M � r�' ��♦ ri � f- I---"�, °+R_. ma�m �- J Q- W �W� w z}� _ � �� �� 0�+9 tl1S I¢y� toeu i a� S � , � 3€Vll I-I�idW �r�croachment on Ease�nent �� I � �� I � � � �� � � � �LJ i�..o is�lavi� o� �::a„ :-.V2,� Avrar+c':�..i abadiS��.: � Y � $ 0 N � ti - � W � a Q w w � r �> ��4 a� „ _ � � � a � ti r °La o� � Q� � a .� w r # a i �� � �o f�} � F �^- a ,� ��� � z m pG ti q i" `c r qs °a �$q� o o p ��F• a Z _�eF� 4$ds� LL 4.J ��Q 3� d a {A�s$ Z o� 6 � ~ � �� Q. ��d +gagr �% -'4 i,}„ a a L.I 4 8 S iu��s x�.,. ��e � z � �S k �� i��,� �� a" ; <�$ � � w� r I�9EY a��� �•x'.�� o � � � 5 '9w '�a e ;�� �� � ��� �: a "�� �� d �� _� �� F� � ��� �� � ��� ;� � Yw� �� d � ��� �� �� �s � ��: � �g ��� �� �� ��� �� �� ��`��. ��: $� ��� ��� � � � � J�� �S� ��o m�a �4� �o� ���� ���� �� � o��a �� ���� ���� ���� d � 1 � I � �� � �; � �� ��g$ � �;� � �� � � �a _��� � � �� � � �a �� ���� ���� ���� �s�� � � ��� ' . � E' X�11blt rrA�r 3 Of �,� Page 7 of 27 .. ,n -Z.v 4Y:.�a-;_ - ' ., � § � �z���o- � g a Si � �ncroachment on �asement akkC�< � _.ir?. �' cY � �LL - F ��s}� 5 � 3g Y � � �Q� � ��$ W y�+� �Y� � y r � W�o o Fo $�� " r ����%r ��� � � a� � � � a � �{tlN _ �� s .�� ��d d � �� ��=s � 5�� � a5 �ys'� � � �A�$�w i��� _ �'�3� ��� Y� 9 ��� ��s� �; ��� �.`���',� �� F� ��� � ��� � u �� ��" 6 Y `s�: 3u �d� �i $� c _,��=SF, S_ .::i r;ue.� �.::r.'icivcs ruJ�_��n: in w � �o J Vi Q � N d X O �[ � c�i ~ m ? � � � j ., ,x. a � � ;a o R � o�� � q� Q 3a x � J a � a''- Y� q�' N- a�+ o0 0 �`"Q w LL !- � �IF� "7 « � � �r a a J �' xQ � 3_ o a� Q Q a ��p d Si � o gb V z W � 4 �� � �z � : ���� ~ � � Exhibit "A" � 4 of 20 Page 8 of 27 .�r.h,, n1e� ....n� t ' • I �� � � �� } Z�YZ'g � 9 I e .s�:v. '�..,,i�i �:�ry os w ' ,i ,� a x � ., �� g=' � - ���� C� ,�a ��� •_'- �� >€g � s" �� �=5 � � �:;�p�� ��� � o�# �5�tl � a �S� SS : LL.a�3 e�a �� y`4c 5 � g z= a � 8 Y 'Y � g,.�: � 3'�`�' � �� ��� y$ �$ �� � a� N z 8 N� i � o .�F S �`3 ?F �� � � �� � � u �� "4'- � -,av F a�F� o � $� n�8 �. �S� ��� Si ��9� � � �� ��y �'� ^y:. ��� g's Y�: _ y �a ;aa � e n M$�> �,$h� ax0� �_r-' � ���; ���: �� �. . : _.�;. � p p P��� �1NE�,, :Y;'��•g �a � ��,s_ .� M <:�a ' -1��=5, ��1�� ` \. �y�i� — _. _ -__. — --ti __ __ `. ��5� $ #. �i'C� � � ��vv �� ��#� � � H En�roachrnenf on Easement �'}.��-,{ J� i���ri .Ju i ',h.:;x'r"c. .:i•^.c'r' .31 � � �$ Y _ K N � � � x � P � � }4„D � � � � aq ��� m � o n. rs- rt�. � � w� ¢ ca- C o cs � � v`'i? � z v� ,� � � 4 ? � xy �Qr � � � � z ¢a o o q .i",� q�t� . J � LL 4 F 4 h 7C 4 (/1 � Z �_ 2$ o� �= l/� M1 q `-'� Z-- � 4 � a a �ll o�` � 7 w �j �j ..'� U VI U 1yS � R� i i �' ��x � a a��� �:�� ~ � s ►-�-_�_I�I�I�I�_I-F I ( 00-�-8 'd1S 3� �� � I � ' �V4+ y � � ffi`��� �,`'3 i ti 4 F ��, �� � F �4 I r ��� � u + ` �� S � —�E€_k � I._ � iC'9'39'd%i`l� •� �z � � t : ��[_� ; E � � I I� ����� 1; �! i' i �• � � ; i � � i �.;�� � ' i i ' { � 1 � e !=a/A A 3 I , � i � � �oEi # � ' � ' `���` i I ( F �x,�� . y ' - ! � � •. �`�� � ��:� ! � ' " „o - �� � ;i ,a� _ ; ; -- ' <o�� ��' . -� — _� - ; v` � (� � i - � ' ; .,� � s� • � ��� 41 � i I � ' � , . &�� �' f i i � � •� � � � ' i �� ��_. �;� ; t � � ' E �� � � i -a� _ _ �:a � � E._. _ f _ 1 _ � , � �� i I : � , i ` ��` . � ;�; � � � € i . +, ���� , i ; + ;I��- E � � i, � \ ; � � � t � . ; ; J. � - � � I ' ,� j ��� � _ � ' i `,. � ' i � :I; f (��E ; �� ( � � I ; ��, ,�y}�� 3 : � �� � . � i 3 ; S �' f s� : ��9 •d'� � � ~W � ' � � f�1 I�J�i � �� � �a � � ' � I i� �i ;� 6 -- - . ' � ' •� � ~ i � j ; � �'- . i �. s � � � � ��� i `� . � � f � ��� F 9 9xd/1 i 'F � � : y < , w I � . ; 1: �;�� �, i �; � � .\ , Y � g�� _ �`. I!' ' i 1 W..�-- .� , j � I � Y'999•d/ 'li 1 [Y�939=d� •1. ;i I i at 'i� � � � i� � ; �tl 11 .r BL s.r vis ----------- `� =� �� ' i� I � � 8'� G m . i � � . i �g �� � �mz. �2'99 �d/ 'it � 6�fdP�y �'''� ' N01 ISN� �7� M N 1" � � \ �I � �b�i3.. � .1; , � iSPdE ! !YIYL I ��_o E� P. � ���� E�ibit "A" 5of�0 Page 9 of 27 �:sxn ���u a...,..�x ' .. 1 $ ['� g � � e � `� ^b�� F NN�a � a��� �� � � ��-� ����x` a 9 °jx Y� 4 �g Y ` �V � °� �� . � � �iC��c� �� C � � � g ����.'� $ I aW =' � �' � $o �- �� -- `. ��',i �� ����� 4�— �� � ] N� � .. . �� �5� f '� �' -1 -' i� �v' `�` � ! ��`� �¢��a p �' q a ���� "1 s � -r=�z i ���� � �. ,._ i � � f � � e p � i E - � � : � _ ._� � � - � - - € . i I I ; ' _I_ . . . - -� � � � oa+z� 'dlS 3N1� H�l�W ; i ��) i ��� ;i�, '�� � .'�,n � �. F i �; i �aa I� • j I �� � I '&�� I I � I I y� � ' . � � 1 � . _� ; s,��..a �., ���������1��� I'I! - �1 i '� ����= �. �l ; ' � ' � � �� ' � ' -� ' � J b �� q, 1 � �� � � !�- ; .. Iat'°•4W , _ ,_ � � E- � ; I ' F� ~ � �qYlr� � � ! �E� � 1 i i � - ( ' . �' � � i ��' f i " _ 6 1?s i..LL � . � 04� I R ! E '� 4� _ - f� 1� � I;� 1 i ',� �.� I ` i .� �I ` . � � � � ` ��� ; '��� I'. : ;� �- \ � ` � ; j :,, f , I � � ''' �_ ��� r� `_-f � � �i ;� � ' �o �F� � `N = _ � —� r _ ` ' �j:: �, ySY . . , . _;�. �� - =� KEL.L£R ��aY" -�- , � � � : � �1.. .al --- --- f 1�., MAS�ET �� : g�,.i= i? i> � � I � j � :-� , - � �; ' : .f {�� � \ �: �� i � t � � i � � i - j_� � p '•� � t Ii I' n E , . � �a _ 7 aF� ... � � i 1 �� � � . \ '^ f, � � � f �� ,�� . � ! � `t'694=7/! !tl F 1, 1 t�� ���� ; I 1.�I � 0. � � }r` � + O �? dP' � ` i 1 $ � �\ f m s _ � � � w'�� __ i 'u j � _ � � � � ,� � � . . � i� ! � �� i � �� _ # � 1 � 4 'SI94']%k LM '1' o� ; i i i ; � i i •rn•, � �a i ; � � A oo' i�. � 6¢ � ; '' � �# � rr' / i ' '�' � � I � I 9a�r g �! � ` � , . i i ' ' - v.a,. � i � _ .� � - % � $ ^ �! � � i Ys m , -,-_ - y i i � 1 �'•.'• 3�� � .„ � I . % ;�w A r �.a'W .� ! I ' /" ' �. �I � �. � � � , � � � �4� � W ; � ~ . � �: �� : � ���� �� � � : ; �:� , ' . .fi , � �-' _ - ���� � � � 00+8 G1.5 3NIi H�ih'W y����y���-� �$ � : i�I�I.I.f�I!_ � Encroachment on Easeinent .sv�vd v_ ,�n 1_t'v vi ��rc+:i __,3.�s '� ��•i� l;v:i�' nx;,�n'JL�e ���s+ia�i��n. � � � ��i g � � � @ �, o W �! � s� � a �� 4�� 4� � x� o Q Q �, ti � � � ��`+ §�� � �� S„� fc z u' " v_� �s � a a o n� Y� e� c � � �i $M' � T `�-' ~ � � aC 4 � � � ` m B� � , � w� a� �n � � o � �rs�'¢ 6��g� � a"�6S� g e r � a� ��� a�� r�` �='� b��S i� a�$ 9Y 5 � � � a> x� a � � � a:�� g 6� � :� �s; � g � aa � rc z w � � � o � � �-' �� S O O 4 p�� a,.,a O `��d: � r ."»� v�'a � � �y� �� ` qS�L w^ �n e., oy�� Y� w���..a��g a �� � W^� �--0.0 a ti 3g �. a'� '�5 � zi 3�3�$ z p r F � x¢ ��m � xy��k �� u � �"� ;� ^�s_ti��¢s N sa � O a � �p �z.a 5t ��� ��� � �� ��p $: ag$=tl�€5� p �e +- v�i u 3 ¢ a� t ��� � ��� � - �� '� Y� g=,.,. ��� = ti � � � � n. � � �� �- ,�;�3� Y �q�e r � s W �� � � � �s tl;:� � 9 4 M` :��'�'s�o� a3 0 EXillbl� "A" 6 of �0 Page 10 of 27 00+2€ d1S 3NI� Ha1dW ;r;;•� .�..3 .: - - , i.�.vi�' i .�Ir: : u�6.�c: '_i i��a,r� ti.i� '3:i i�iue:: .-f�e4ni.�S'� i�.�iti�i�sf�� I � ti�� _ � es: � � � w � 8 z � I �g � C� yi' �a� � a X O P Q¢ JO ! B •� � ��a' C� 3+3�g - z �� v'1 � 4q a4�7t0 � � i� J u�i � x• � � `�i M 4 1� m Si �e ��^` a'�'u� �I p � ��u` � u w � � `� ��„� 3G�'d � � 4 R r�r� �:"e � ry � v� ��' Y = � � r �.' 4 � � L" zg � Ysr � ��' - z „9 $�� J y o Z W Q � � a � ,� � �n d � A�'S: i'� Y' �� 9: 8 5 w Q 7 ��� � � �� � x U ��' g a } k ��.�.9y tiffi�� ¢' Y' Y �y t[ z 41 �� �Q p ��e� �� � �� ��i ,� �'� � 5= � p F o q �� �ao a s � �� � ��� � o �g �3e � ���ca33�g .q- � a Q 4 W ¢ � a � r "�� '� ��,3;�32 F tiY �V.ry�- e ��� � g,,� a u,�� �� =_5'�Y^.§v �.Qi Q� � o a ��p z � � g ��� a :•�^ g n. a �u o �}¢ ��� R �� �� �� ��� �? T`�,;"d_'�� _ �� u z " ~s 4 �uFi �� ° a "� �r 8�� �y �:����`��� `y���� ¢ � � 3 g 3k6� � � a $ ' 9 4 ' �88 e��Li -�,�- � � � � �, � :,:E���,� �E � � ���� ���+��_,��� _�� � � � � : ��� ° � i -�= �� -� - - � ._ � -� -�- { � � � � � � i on+�i`���s �rv��i H���w.� � ,� � 00 9l G15 3iV17 H�1CW � � d I'�� '� °�_ ' �' `� i ' � � I � �Ia � ' ! � � ; € � ���` � � � �� �' �' �a.; � .I�. _ - � s Q � � ! ¢ d�i, ink ! ' r I �� I � I � � !" � ( ��� ` w� �� = � � � A �$ ; � I � ' � i"y ` � i ; } � s� ..� � �; �� I �,' ��d,o�� i � j I"}� I : �ill' i t �.. � 4`�+3 8 �g � 1 � I � SIi4]11 ';l ,: ���� �v ���s � �' a• I � � . I ; � ; ,� • �.,� s � 5 � � a � -.'� � j . j � _� ,' -' � � _I _� _i�. _ : 4 N ���$ S � �' . m � ! � � � � .E _._I. �1 � - i ' : �-. _L ..L._._.� - � • � � ' T� ��.. � sa �;���.7'„ I � a�l �� I j I s;�' " �� � ' ' � � � �-w� . -�..e.�. � �� . ; , � � .-�� ���F f , �3�a � � � � o : d , � � � � f 4i � , `x i i „ �a �; : i �o � : � ; ' ¢4�� I l -� ` '� '�. n � -,� I ��� � �J ',��; �LL��o 1, {.���•: � € � m a � w � � , n�Q�� . g.- � ' ' ' N ; � � � - '� � LSo a14 a m . i`"' . � , " ; � � a �� F� — -k �I ; • m�� `--, � - �Y.�: � - �� - � : ��. ; , ~r�:; t .9 �i j r� � � � � � � � ! �W� . � '� i r �� 1 x � i �w : i= � 1� Wi; �J � , ��W. :,' ; � E , . �<« �� � � � 'i � . � , ;s= ;,;� � ,� � �� �� �i � F � Y ��, i � � ��� � � r�j �� � � � s� j �F��= �� - ' j ��3 � � ;� ,� � �, ; � 9 � _ � j t . ;,? ��� �* � : ; � ; - "� 4= - - � - °� � � - -: , _ , '•�� m� � a :� n _, j _ � '� ��� �� � � i ; �;; � ' ` � . . ;o �a � aq � � o ,�� �j � ,� ,.I � r i � " �t i � ; . i i • � _ :� ia -A3 ' F" " �_��� 4x y� - &� r, -+- _ ^; I E �. _I '.�E � t _� _!' i ���a d �� _� s _ I f i . i; , ��4 �����;d #a , �,` , � , � . :�' •�' I � ' � ;ji i i i� � � i 4` in„ �§~( -. +�- �` r ° � � ���� � � `- ��=$i P � i :,;f �r a � . . .,� . : � ; € � ����1` � �s � a �, i �c�� ��a� si i, I = - €�r ��� I � � i [ -Le9:aii ed. •�i I � ' •s �� � � _ a� _�_ ='t; . ¢ i seo is ao'o. i vt ����'x, ��i � � ,( i� � Ri i ` ri � Y . I :� � - �p : ` ; ; � _ � ChC��� � �� ` �i �� / �Asl � � I � S� - � I ��k�' � - F � - -, �� S; / � - §�. f- � � � � � � ' �$ � � � �,.a,sg:5 � _i ��r :d..f � - � �, � g � � ` ��$ � �� _ •! r � Sl � � � � . ` f : � = i e i n i3 �,�:} - ' - � �' i � � ' � w � �'� �� i � i a�i �i�€�ti1�i_,f _ ��'' ' �+� �� " � � � � �' ; � a�so��a�vo� �' ���--- �,-- _E. � � i �; � � i, � ���� � � }' ` . R..4 �€ ;�� � - '� F I f I Y. -��- �� � �g��gg � � �Yii3FA5.5� _••_'•\ F �, x v� { � '�:i' 1 . � � �� _ � 1 I�a�ic3 i � i: ,� !� �,��. o� i � 1 f" xs � � x<3o�a� �f � � '�� ,�z =� � o > � q_ �'� �l � � : � j `� �� i � � ����4� a , _— ��E? �� aa\ iY �F ^' s; � � f i x ��`n �V��r� „� �� � � � �" �.� f � ,. � � _ T� y�o o �;� - � VbWu' baY I �. n �•\ � rv� �;& ��s � g ��� � - .� a-B. z �_�� �•— ;., --- ., •,` ! ,1' �do� 6 • 9 , . ���� ��� �� q ��w o' !',: ' ,�f �OO+ZI d!S 3iVl� H�1�1W � e� ���� , � OO+ZI V1S �I�lll N31b'W -- - — - - - �����y�� �� � �������� � � i � � Exhib.it „A`� Y�� a I m' a m� a �� � �� GO �ncroaahment on �asement Page 11 af 27 . _ 7�:� . . u ---- + l � e� � a � 3 g � � _ '��.'� 5: �" G� .e'1;; '-i�� ��� ',7:� i:i0'�.�:i '��A;-.;�17- ei0c#�s�i3�.: � � ' v� � � � a � =�: a �e �, x.'.. �� 88= � � d# 2 � 4 JD •� ' � g �� H��p s z w u� Q O i`O i � p ��"}�6 W'� q�' � u �7 � � q �� w �- � � a N •'�- �� a��g o� GIDg .: � � � � (k �� Y°-¢ 'e �°��� � � �y"�gg s � a a r'� ��ti az� -� �4�Sr� ���� It � S� ��g` � � � � a > !� Y� raa �; 4 S�" � ''� �_g S�t a �-� ~ 'a �C L� z �- � ���. � ��� � #' � $ � T�= °tl D o O p yti p � O n �a ..o a � � Z �� ��� ys � �a:_� e u' Q � Q �-+ ��- p .� '�`� �� -W c�'� s � pi,F��%73; � �, a � xeQ in�a � _ D�� �����-ag �� "�� �gs �� _�p�x�a�Y "-�' "r so > d 4 4�i o� ��� � ltl 7 `� %�=���!-= o � N' v� u � a a� t� ��� bs���� �� �� ��` �9 �'' �. _ � a"� •.� u z � ein x� � �� � 9 �3Y� � rc �' �. ` �y� �'s _l`� ga�; �a�t; .`��� r a a _ 'e����="s�. �`sa �x5� � � � o � + a a �� � i� i� � I � I „�� � i � i � � I � i ��' ,. � ! � ! I � � I : � � I � i OO�OZ �/iS 3NIl Fi�1dW .(;� OO+OZ �'1S 3Nll H�idW �,.,,�' ' � - k � � � _ I . i .-, i � +o . . i � i � � � `S ' I E � '�, j � ��- I I � } e i F i � � � , � i='' J � � � � � � � Yu`g ( � • r ' � ' 'N } nemares i �' �'--'--- I �' I N � a�^� ! i i� . � j � � � ; + ' � o" � I IJ� � ' � I � �i � � �� I I F _ �i 7 a �'1 . _ _ � + k 1_. � ' � , -- —.�� i � T - - � � �' r s i • �; � � � � ��',1 '� � � � ; ' � I' � j � ` E ' ,� ; � _ r � , � � � � � . � I I � ; � '� i � i E ' -i-' � i I F � i ] ne {�i �a � � � - � J � �' � j j I � ;� ; ' ' ;` i � � ; I' � ;_ � ` � I F - � e i '1 b� ; i � _ � f. 's p �--._ � � � tla �Q i t � � � i I � ' ` i -� I � � � I . x�� i I `�� � � � 4 � j�' �� I � �� I M� i � i '� ' 1 ' I !' 4 ! c e9=�li u -� I � � i � � � � ' �� � � � � ,' �! ; I j � i � � ��'�� �I ��g j � � ; � t I .�� y3 i NI I � E ��� 3 {` I � ���N � g i z� � � ���� ' � � � � � ` , � jJi f 1 � • ' , ' a�, y� t , -._�. 1 {� 1 i - .. �b ' �� � � j �� .�� � �!� 4 � $ � ' � i �._ � ' I � _ 5� ��� � ry `: Q � �: � ' , � _ F f� �� y � ' � _ � _� _I I � •F � I 3 �C : � I � f ,� r� ' � -} : ;. ` 1 �s - Iry 4 � � ! I . � � I r� k I E � a � At 4� i .9 �' € . . # '\.CM. '� � l I� 0.q'L A I } � F i � ' �i� I I � I � � � � a`s I � � � r -> 3�� �1 � e E � , 1 i I � � i� }� I q. � � � , � � i �' ��- LfT � � ' i ��M . ia � i ' o� 1 �' j : ' I � $ � � _� _ �f � � �� 1.g� � � ' ��,�. � � � � ;;�3, l I�„ - ! i i E I I I & W � �l j � �I � �a � , � � . Q � ; I � � I �sw i i �� �: �I _ � � r -�-i i � i � I � � Y f � ' .� '�. � � � } � � i ��. I I � � i '� I � � !� 1 � I L = /}1 lq 1 ^ Y` ' � N� -f � � f � � fi i� � � - i i ; . ��q � � f ; ! � i � i �' � E � � � E I ,¢� i�3. : � 1 � � ` � , � ! i � � ;� E. > � . I S%A1 i � i f 2L3=]%2 EH "ll i E • 'a' �� p`�y� � � � � ' � II � � 7 � 5 00"9 s9 vl � E 1 (/1 � 1 i i S Y. �l � I I � . I I N♦l �.1 � � 1 � f � > o � ! � � � I 1 .''� , ' ' , � , < � . E � �- a a � . �,�,.o , ; � . � � ' � � � I � � i - � � � I =�� � � 6 � � E � a i 1 � � " � i ' 1 � " ,g �' ` � � I �I s I r j J�" ,. ., . 00-�9t b'15 �Nll H�1G'W OOf9E d1S 3NIl_ N�I,GtW Encroachment on Easement � � ! � , � � Exhibit '�A„ ���'� ' I � � y ;�� � � � i 8 of 20 Page 12 0# 27 �..�.. -_��� ..^.n -' - ll�. Vtl P_3iIF Yi :v i'l� LVUtf :� i�vl-� d.l' e i3'N lVUfi� R�'M7�tfVd idU.;i.,�h� � � S G.. � Y �y� ��� 3 � M R d. R �o ,� , a v� o � � A � F� .r `�ye4 4 a 4� z O m � s� F: ���8 �'' N y�� a:� 7 o r � W ��� �o,� n X �s �A` i, ,� �i w 7 � � - w c�`' x ��' a��ff R ��'� �'�s i � J F a O � w� Yo'�" O z `� � �:: 6�F:� � ��' C � ^y ��'s � e � 3 z w � Q `` °- a `^ a c� o � ° � �4�eS� �� L �"' �t s y F¢ J E� x� �-ZO � � & s w 5�� �<''� ��Y = �� � Z w fx w GK a H 1I�ul � ��_a�, �� ` ��� t��a � a� _ 'r- `° o o c� p �,� qJo ery 3 0 � -$ n N �� �_ �H.�'�.�n"'� F 4~ Q'�v f"' j s � ����'a �' u �4 a�_ 8� =4•^Sst� z o � M �` �q �c�� � � - ' � ��I�� g� 3� �j ��� yu -n'~6=#�� o � �§ r W 0. � �� ��� o �I�� � ���� � � �� ��� G � �'.a•���� r � wa5 g�q � z u � 4�. Q F � � � ax � q 2r �? tl �� � ! d N a �Y Fiia �.S -vi'�'���5� ¢��_„ . yi~ ��-. � � � � ' y r4 ��a'�=y3� �j�u� �Ko`� � � a ��L_ e m ¢ � :"��d � � � � Ll ' I I ! I I , � ' ' - W s�::s a> -E ��� r �; E � O 4 � d � i �s I � -� i - -f - - - ( -� -r- — � ��� a � I � � I � I i� j I j � ' ` ' i � � � ' i � i iE ���� !I � ;� ��° ��' ;����� . :� , ; m � # i ( � i ' „ � � I �_� �f-� � � _V� � � ; -�-�- s � ���, -}� � � � � �� . r . N �� �},'� �� $ , ��, ; �..;; � � I � -3 �--- I � _! _ _ -j � {. I � : � : � �-- . i � q _' _ � � �-. � _�,...._�_ � -: < _ _ . .1 � � _ [ i . _ _ �' �- _ _ -�- 1 € � ! I I 4 ; � � . � j, �� , � `i� '! . . � i���r E ; � , , , i � �,�q�� � F 1 � 3 � - '' $ � � i � i : I � � ` � i � �1��� ��i � i � � � I �� � � � � z � ' - j -# � � � � � - --E � -.��, � � t ���"� g ' . � T ` : . ` i � r"'`� . �' ��� � � ' �esl ��� � � , � E i � � ���� � e � � Y L; . � � _ _ L ! ��� : � ' ; '; � � �. � � ; ; � �a` � �� � N�4 i � �f � � I`'I d\� s�� �[ ` � i � : � ; � j1'914;7�11M '17 � � 1 ' � k f � 1 !�v 1 u�lsi: rd �`�ib�� �� +� d � ' � I I��� � � i f � 95,�ip li3�TL IL;._.S :ii � � ' � �� �, �K���� Y ' � I � � 1) i �]�`� , ��I �� i ' I r � I � i , ! � � i �� � � ; - � I I - p. E • �: - , -�€�,:� � � I y'. i I �'1 � � � _ 9 , � • _�d ' t _1. � : C�3 � � �, � 1 s �" . � � � �� il� � �� if � -"� 3 (n a :.: a % .� / I � .- u� � i� � : � % �'en -S f . ; � F-. �,��� ��°" ;, r' � 3 j � � . �u i�1 I' �' �� µo I i' ;�o � ' ' s � t � , �� -, , w� , € o " _ a 6 � � .:I � I � „ � �� ,; � � ' �" � F `�'& s I ---� � � � ! _ ,�, !a I ; � � �� � � � �� ' ' � ' � � , i p - +aa = 1 wY [ . '8 9C �]!. � r ° � � _ � �� _ ��, � � a °•-- N� � i � �' i ! I ' � I� � 1i E I; i � � � � .�. �N; �.: Nal s � � a ; I � �'�. �,l � ;� � I ��" � ' � I � dm � a`. -� �j �� �^ j I�^ ;i` � ! � , ;� �� = �° 1 = � vf .._ �� � i � F � � - � _�.� �d -� m N ; � 1 r�� � z .P I , t� _ w�'� � � � i � �Sa I Q• 5;x ,�� �i= .9 4I i ! �w �C� 5 .�. I i s' i uo-u.oua [ � I -��� Q����� � �� � � . K � �� i I ! � `�Q �I � l •� �e� � N�� � C i ' R � • � f a I � � "'� I� "i �� �' �r�; ; �r. ; �; �I � OD+OZ �115 �i�fl7 Ff��1GW 00�-OZ dl5 3Plll N�i�Jh! I . ' I E�aibi�'�Afr � � �, � � i 9 of 20 ERcroachmeni on Easement Page 13 of 27 ,.h.,n ��G� .,�n ., uvilcc Y�,��n +/1 sv UL EI'7Uti A� i�Vn- tl� i I�r P�E132i� AVi1YHt�Vd 123Ud1S�hS �'� I _ - .`.Y. � � � � E P � � g�e` �� � � 8 Y C� .�i� g�d � 5� a 3 2 >- q w s I ._. a$�` �' .�- ��`a : z w u v�i � oep >'02 ,! �' � W r� 7. ,� x c�i "- m 5 � ao ��w .� fi� 3� ��SS oaa �:� - .a r � � [C ,ya x o 'gR _ � g• �.-`-.r.= ���~ R z� � T � ' � � o a Q y� �d~ a ,4 � dZ� C �n 8 � " 0-3 : r3 � n 8.a�S� '$' o � ? v a� T�] a t`f S t �� ..g=_ � o�� u s3 �'rj d r � r � I� 4� r z as � � � R � � �6d4 � � �� �"�u �' - " °6 o O o � �Q O �+ ' I �� „� ~- � s� v k c^ � LL~ 0. wy aa $ ��' Na�` '� �� � < J Q N � •= � � ~ �� � � p �i '3 $ `-`3^9'�� x °- r � h `'e � (a a ��� �g �� V a F F H a� ��~ o e,�za a�S i- �F^?� g �` o is ��� 3}t- n��� �� �° �y s�'is�"�3 r d q � a �n � �� a� �� �'� 4�- Y� $__�� ��� $ � R,�� `� u z " � � � aaa` �a $�� �u aas�g�eeo ����� "9�e � � � o 14 ^ B 9 �' ?35.a���y ��c �i�3 � � N , � 0 I_! � � � � � , I i b d I � I � I 1 � # I I � � �� i f � =• � ;� ` .'". w ''� � � - I � , � o, b��� ���� N¢a"� � s a �� ��dti �fc I ' _; , �` `! ` ' t � N v+3 - � �yyy �}��� ya L I I. E �. i ..I . o�4��-J V6qf�-J q � 1 q W V�ti E` � Y� E� _'_ i� � � W $ i _1_ _ � o 0 0 �� � W ��4 �� �_.. �- --� -: � ; � i , � � ���� �� � �I �:�Ei,�:� < n , � t „ .- ==" - m -- � i ' i � > � . � l� �°• � � � '� �'� ' ` a � -:'� `:� •: �_ -• l� - _�r _ —3-_� �a-> -`< :- --_-3:'■ � r� -� � � � ' � � ` a . � -�.d _: \�'�+ ' --� q-a - -d"�a �a a ' d L�:, f� a =� � � , _ , i _ i '.�Y „ � `�o •:. 1 S - o � � 8 � - o r� � o = --- � I € ° � ` « ''� �_�8 . - - t�i- - 6 � I i I ' � � a o '�` ��I�-=u,--�o � -��— _ - -�.�:�g�"�'f E � � � i � � A" �i �ig „ g � "~o' t' �g � ;_.a-' `� I _� j- g a q a i � � I Q � � - �`�`�o��� ��+d� s �4 _��G gs�w'��'t� �W '" �_ f --_`__•- -�---`--� - -- - --�--- ---�' � . "�� ��� �a ' �v -isatzu. 1�3ro �� 8 �d �n �iq � FLL i- � e "� � . I. .- • AlfJ I�Hi �qILYM13i3 �i s'1 �Y ' i_ 1 E��iY 304H7 3111 $ m v�"'� �'t i� � ��� ��W� � l20. !9 d � I { ZS'i29.]!L'FII '�p � {� o wCr e Q �� a } q� Ni ��1Y/�}jj 89y BN 1tlOdii39 tlx3 i : ' �' � `o � u�� �� u� '" $= u � w ahru� �ti _ l ,� . q . � . 9 o N. Qr�e� w� � to r 6� �e� „ � � � � >`bl4r 7/{'tl � F [ z6'F .>Z vt � N� NS �n � i ���n4 �x.iY� N �33= 28 �n 3�` �nz���S � 3'� I s � q�S �d}$3N 6`ii 1 . I �i � 9�M S 3N Li3+� f � r - � -, � • ' E I = ; � . � f� _ � ,� - ' � 3 I i r: 1�, I�, � . � � � .� ._�-- � � - - - - � � - � . z .�:� � E� ' �W" ; ' , i '� � , - i i t -� � � -���-:- r ,— -- - �j _ �� ' t � � � ; - � i 3 � � � �� , 'i -r; �w_ g. -r ' � � �� : � , � p �� � � - ',.,,r• �^„�' � 4` , i I'�',�,. : i l. u'fa i1.: i r � 1 I � - � - _ � 9' 34 ��, r �� � � ;�{ � I i I � �s +� 1 , � s�.� � ' ' � � Ia��y� , i �a ! , . ��, J i � F� �' _ - � _ � ' � � I � �;, �� : � �'' : ' � �a$ _ -i _ t_ -� n a I - - r-�K I � � ��� � � . �- +i I� � . . 3 .� �.. �i • � 3 � �� � „� � ' - ' + � a� S � � �i .° i ' � : a �� � {Y � -I ; , I E I � ..'.� : �� 'y • T a 1 � - � f j j€ �a - + vt ' �- _� �j� � - i'r � I .� N s i I ' F I � � I � �+ 'Ri ']/�'iH �! � + � �__ _ I i� i � I I � ; i i 1' A" d A �' ^ e ~ � � � .� �zvfs �R .=F - � {�_I=- 1 � � �� I � j + � � � � �y � l ' � t £ � e i � w `3 '�O � " .5 A �- i '�'a E I . P � o � i N 4 �.il yi . ~l� � z � ' � I ; a'st = / � �� � C ' !tl a � _ � n x _ _� « � ( ; tl l. j � � -� � � � �� �a ;� : "'� �¢ � I.. II x � �;.� �Yax . N 6 ~ 0. N1nQ, b _n� � � _ If ^ ,� I�'' � '��i .f �u � r� _ _ 6"~ �� 1 I � i + ,pi ; , � � i �;oQ�� -. F -�� �� : � ��v F � � � ' � j� i �� _ � � ?�� i - � � - � i '�b4�V I �_ I e, 3 �+ I p�> � i t g ShBVA 8-6�S:d s3yYh d-�' :2 4 � �F � N� � A dS _�j�` � : ! �� ! G �P � 891 = ! L � , � �'� � I w �:� � $ I � $�� R�H ;�4I »�`� G`� G �n„9wo � � I ,�x$ � � �� s� �.• � �r �:" 6 � �$' � � . � � d i � � �� ' � I � � ��`• ���� �� � - � �' i= � � �� � ;� � o I ` i' I i1 I �e� � - ; ;� � Y j �� � � �f ,��� - I i ' � I i I � .. � i _�`' i y� i f 1� u- � � i � , N � � � , � �,. �, � (.; � E - �-� i , ;og �; ' ^ � o�� �<� i I � __ � �� , A3�� I � �w '' '�w _. f I Y 6'31 a7/ 1H Cyg�u h� �„u 1� � ~ V � I � p rf �•�'d _' - 1 }c � �'^� � :mm �Y _ I � I ( �J I Yi �," � I��;, � fI � I- r"� _ I � 't i �% A, �_ • i � I�� �g � ' ' E I.L � az� o � '�^%~I ~g� 'r0L �¢ '�Ad f 3� 1 M � V ao nxx3 3 ¢ �� �N~f a� _ _ � 1 ' I •� {� � �p � � i IM {/') ���" I d S ~ � i�R � u'� {• � S'91 ]i�'ll f q � 5"9t =]/�'1L Q i i � m! &ad, s i�odl 2K �19 � :I 9rb. x 1 Rai 33 xY�39 I ltl0 1S3 0�'6 •12,Y15 !YO LS3N'SC'6 •12�7t5 �1 j} � � �� ' � � � � j � - °� S.s�..� v � ;� � tqxx ` E�Ib1ti A L ' E � /� O i� I ' I � — � �P � b bl E W �C b � O Ol �a �ncroachment on Easement Pag� 1a of 27 %n�AX ��via nR%A-T R VV�Id 9_.illl Y 1 �4 Ul C�V{�t-I A1 �'1V7'i ti� 1 i��i� rYVtl3 i�'�'�kl'Hi�C7Cl l.�{fd�.S��l15 6' '-� c`'� � x � � g n w " „^, o g g C'� ��� � � a� z }' 4 Q � � $ Y� M1 �a�9 s' �� §3� ' x o r �'-" � a`a �ao I �� � p ��' 4 � ' � q � Z � � �� ���s o �� ��� � s � o � �-4 xn-r.�+ "' �,��r.� �s; � a a „_� Y: � � a a } � �,' zr�o � 'z �2s W ��s��� ��� ° oS�:S" 6 = � � z m � ¢� aa�-- aa � � gj7 .. � `3 � Y w Y� � � �i a ] 2+� � � o 9 � � �� w�mS w �g� a �� ��`� �9 � �.� � ff W � �R 1/] � 2 � � � � r�'I ` �Sd` � ��y r- �� :�� c � � � �- � � p � �� � a Z N _ �r� �3` �^ z Fg �� �8 �^�'3?:� � n " � a � 'cQ �"c�w � e _ � 8� � �7 „� � ��_. a� o� F � o��m p�- r o �11� i'�r-.i� S �:: ��"cy"== � � r o S � 01- Z7 0 �� ) � � � � �� �� g= afi�'��=�� o �qa � e, � ¢ � � �i� b� � �a=�'-� � � �� : � " q d � 4. Q-a 7 ��� �� �� ��� ��� .�����'�i ����� :e�� � � o �<e a • aaa�� Q�S� x S a @.... S S =^ ^`$€��3Yi� y� Q a � � tr � � w m � m � �. e 1 I f��I � � � Iw � 1�f` O'{49+7�1"l�l � � -- �------------ 1„ , �� ! -_--- -� Y � ?_ � _�El ` � _I k9� 1 0 7/ fd i3 � ao� �-; �.._____________� �� � 1 �- d L: �___._ � � � .-- - _ _. i � � � : ., _ � _ ; : ��: : : � -� - �r_ fi �;�-�;��� _ � .,. l I 9'! �/! 18 �° 6 �ii F 1..? I: . f I f F.,��. p d S I y�. . ; � � � � - � ."� � _ 1 q �o a` q � ! '.!+ �y I � � 3 I ''�i� � y1 [' a g� �F � upFl � s ' i - ` �l ' E � � � � ' I • _ � � !' 9 a/1�'1� sj a a q 6 i I .�.. � � � '?�� l � �. � � c i � � I � I I q � � .A . _ _ _ � �Y�i •` ' p;'m�W � ' � i�� I a ' � a ��� 0'ly�9 7i1 b 9�'1,t ,�,s, n i I ( - �.._ � _ _ f - j -j= : -� 8i ]%1'l7ia�139 � � ; � . I � i I � (. �i f � � s ,N " } I -¢� �� � � e � `, � � j ! ii, � � 9'a$5�7%Fe v�•�i � � � 's , . �•d �� : ��_ : ; � ; � i � _J f - - � � � I � f 1 � � � �I- � m ��; ���� ��a � , _ y �nV ; F � � � €�� � � : ' 3 n IN I � I •`' . ' � ' � Mip : . . i 4 . � . . o �N4 �n 5 � r E I . ' � �` � 1 '" tt � I I 2 f � , � f I! � � 46 299a � ' �' � i : � ' , � . ( � ; � I � � r -i! �- -i- -- - - -�- 'd�$ i��`—.i, � � � a I �� � .1 : ; � 8����` tl�`�3 � `' ¢ �- .. � � F I ..� _t . �'.. ' : � ; . v �s �� �` � ��� i `! s . � ��� � ; � � I�� 1 f° � ' { ' ' �A��� ��� �� � "'� ..i �,aa Ez j� .-s � f / � i � E �' j � � ,��� � � - -� � f � �� � -;� n ���2 _ I - I x€ � I � ��� � �� 1 I 3 F� b. , } .. . . � �. j� � I- � �j � i� �'+ �� a -- � i ?; � : - _ �- � . ; � . • :�. �. � � w �� � . M � � I . _� . i. ,_---�--�--$R����-� � � r i � � -,- - , = : . � _.. __..___..____�--- ` ---- - _�� � ,� �����}. y� S i I � �� '' I � -a -- ; -j �§�. � - , � � ��a� y � j ° ��. ::� _ g z���e� � q � � � ',y � _.� n y��. ��Y 3 � � �� �;� ! ��� � ff � I � � y,� � f � � a a � � � � 5 � 3 g� /4 w1 �;� �`� f �� �� i; i -- c-.• - _ �°'- ' �E c 3_ I � --� -- � '�—� {_, � � __ - — i I I ;�1 � I ' � ' F' �`` n � � � `. _: I "' � � _ _ _ ' f � ,� � i Y '{99•J/L' tle 9�� l �� sa.'�v — �_ I�•F r=' L� i — =—tl I i �t� s t' s. 15 fr - j � � a _o_� ' . f o � 1 , ��� — �n $.. �� " _ F + � �� i �� ! . s � � • � ' � ' d� 9'[� � i � �a i � � �, � ' i I � I � S �- -; , �aH�; - �� �€ ; � �y - ` � , � i „r , ����£ �'� •�4a�a"�ri � m�i':'�" .� � I�+:r a._- -_ — - � =��� � � � � I @��� �'� � � I�a a,f. �-i = �# ^ a� ( � I � `� al �1'r49•7/fl �.tli4�i� �� �; 3 - -- -- - � t� i_�+ ° � � � � "�� f I � � � I oe c � s ��,y � �r. - ._ �- I - = - •t l� -x„�—y� s=9�—�� � � �e �}3;i�_�` �`� �� � 3 `���+� ~ �5�� �o: .l�a'a� � � � I I :O > .j il d 1' 4� '��� g ', `'\ ` m � i [ �I : j{k � I C�WGY � �S / � � \ � a �� 'j ' , Ij _i—�_' _F "_�_; .I � 2 � � � ' t� ' . •� e I I • ,�I — _— � .599•7/1' 11.9'll - � _� j' xs . �� �`----- �� � � i ';S-.. � - - "asa�xr e� �€ • M�, { ��SC.� 1 ^� � �o .- } � 6� .��------�--- - ¢ - - -- o! a _....,..._-•- '���`' j� . ---- - u..N �alf ¢s� ' �'1'' , t L4 �f c G` I ' € 9 §' � F' . ` i [ 6C999=]%1'Ll ,� � / � i � � 1 r i i 09'399=J/1'!tl ].p1! � } ! , I ]1t'fl 10939 ' -'-'- 3 ]n•te m77e � �� �-[ r ;'h 750tl3S40db4'lirl 35 �t._a^.s�� �a��''-'-'L' �.,i' ` __— '__-' � . '+r I � . - / . ! �.r � _���' _ ��` .'� _�'�' ! f�-'� .� _ �__ --' , � I ��e"J r - �� � `� _. � �¢ _.� `� ,AM�d l2�Od1S���4 -- --`p - E�ibit "A" ,�� �.. . �� � � ��I N �� b 11 of 20 Encroachment on Easement Page 15 of 27 ,.n..A �W� nnhn'�� -._' A I � k I ��$ � � � o � u�+vci ;_.iu� : 1.a Ui Uavti :l ��7N d� t� t_% h�a� ni�,i�atEv,3 ��3ti�a3:�3h1 M s � �`�.; � Y � � _ �. � i S 4 t� S' u ia �5= � � 4 i Z 1` ❑ �O LL � �u� C� �: d'Q � g� z � � '^ � �Q ¢ N � �f= L�� Y w�e gt': � 6 u p7 ? �C � q � z ffi= � gHfE � o�o �Sa ; � � a� � wa Y a a R �m � z p� �3 a � � (r ?- Q �Jl- �n��?r � "- a s3 �`� � ' h- n O s a�� aa+n ,� o �Q� �n ��� x � ° _� ` g � � ` a � h �� ��a � 6 �y�: � �3� � �y ��; � �$ 3 ��r � o a c 4 w � � � o r�' � �� Gt ,� �-�w a a �� �„��h �a o�� x�.. �3 �xxypY�t�,py r w�.''s � xQ vi�'m �� ��� "'�� �• V � i"g �.�`. _�9� n"'�SI p �� � � �' � O 4I ¢a d� � 3 `�a . e5 z�A��� N v Y 6. 4 �l.l D� � Q �� � `�F�� �� �' ��^ S� aR3�#.gy� 2 `� Ci Z u � k V] � � � � �» � _ ,� 2.� ¢ � . . �. » � a ..� §�� �5 $�$'����� :fi�8 � �; `� c �o � at��y� �<'a3 W 2 i - `i.. 8 S3'i c 4 � g a >y 6 � v�i Cis. � o �� p� d � g� �� ,l � % g$ �� ��� ¢ � � f �a �+ � � b � ����� �a v 4 �, � � $ � ��� a� 'e�� �a - �,; � �., . �: VY! � �� �N�_ �� �k� ' �� ^ - 0 �" � � � . U 1�; �1� / e' ��� � ya� �"W EXh.1�71� rrAn Y20f2� Enceoachment on Easement Page 16 of 27 OO+ZI �f15 ��!!� M�1dW . .x . A .�i.ti ry _____ e � C�� 9 � � � � '� � ` � i ' ` ��q t. �';S r a.l t�g�� a°' '�� a.. ,� s„ 4�°T ��, ��� ` i �� . � t * , P Q � � �J• �� `^ ` ��t8 i.!)�I�r~- ~ r`~ � "bo�-° o,;�~d�'� J i .°'•-�' k d i F rlF�� . , . ,��6 _ ���--� � :1. i;:.�. � Z�� �'l, - G� � •� F � � �r � o �Q eo � u}s� � ��: � a� ���ffi o g� gg< 3 � � � g� � m `I� ��� � � � � �s ��� � � �� ��; u ��a � �� �� �€ � �ap: � ��' � "� z.' � � �� � -�� _ � a �� x�� � � � ��I� � ��� � � � �3 � �a a�� '� � � 8 w g `� ■�� w�.�� �i= �� d�� �� g���. �� ��� �:. i��'��. g � Ya �51 00+9i d15 3M`l H��.VlN � � � i� �j :i � y� ' i �� i ��f � � '` ! ' l� �, �t 1 r� ��� ni��'f�'�iiL�Y��/ ��:c1J � y � ig o � n „"r u p Q o r� � m � � �o � � F a � � W� �4F C O o¢ a'n F`[-. � 0.� ,a � � � y � �a �t70 8 0 o p Ct � �z � q "�� a4o 4 -+�, � o F� Q�¢ �UN u ry W �: r 6 a 41 q� � 4.. � �g U � u � 4 � � � ff r �� � � > � �t � � os u � ° 'a S� � �� B� �a _� � � �� �� � � r $ � � � �6 E 1 � Exhibit "A" � 3 of 20 Encroachment on Easement Page 17 of 27 OD+ZE b'15 3N1� H�ldlN 9 a � � R � � ^� �: ` �1 ` � 3� 1_� ' cl�� ' n`��.ci .S .'.a'�=�;_i- ,i _i�v.3x r3i� d ; � p§� N � � �¢Y�S ` Y o r r � S'G � � VI � � � n� '_ _ $ � i � � g� ? � K ~ o cL � p `a n s3gs n �� �..`� s n r J in �s a� Q � � F� o'��c5 �_to a- � a J m? Y�� $Z _ 55 ��� � � r � 6 w� �aF a� � R o �; -� � � � �����:. � j$ � z �� � � � ; Y a o a � q� ia�^ a = �d:a �`� ��� 'p9� g' � w } C? i� xs 1...v0 3 � S�f'S ���� tt y �7� � 8 .'°. eS a Z W � iqir Q � C]1- �3M` � � ^- O o o O g"J &���^� " o� y� yp „y F D-sti �Q � �� �5$} � a: �� �� y p�=a'�� p LL �,�„ 4 � x4 1�/1�� � Mr u � �' 3� 9'~ � '� p� f- O � i� Y ■�� ����5� �� �' �s� a� -�������� '� ^'� w� f ° Q 43 O�' � Q � ,�,� �� S 5`�;a xr r y � 4 H�� 111r�i «�:'�� ;� �� L�� cY �_=_�3a��� $ m�' 4�a u a � � v' _ �- n =�� 5;�= ��' _ .;�g r � � #s q ve e�3��..��y �ii:.c g:L2 � OD+OZ d1S 3N1� Ha��INf a `1 f � �S � � � � \ V � ' �II +� • �_-.� �55.48'iuLV).___�_ ;; ��1 3 � �.._ • f i T I N i::- � I . _� ~� �.� E - : a 1 F . � o� � � n-, � ' � �. � � .� �3 �3���� � LL�1 �� •�. � I. �\ 'yti" 1 t .F E t �`� a F I I � �c�� , �a � . y",� ,_.� � i r`"`""`� � i `: E _ � i ' � i �3�� � �� � � ; � i ]¢� � y ' �l ��:� �� ;�� Wtl.i i� $ � , a �� � _�3�� � t;� i �' -- �� _ tiA _—�" �'4 4 �6� : h� � Ab W u � Q� . fi y@ R �; id � �� n � � 4 � � a a� o � e� �� J� m � K �� � m m � w � I � � E�ibit "A" 14 oi �0 Encroachment on Easement Page 18 of 27 00+91 d1S 3NI� H�1GiN s g � S � � � e �A CQ � �� �� � s a�� � o Jn `''i?� � �6fi � �� �c^_ � ��� C 3 S'a_W �' s��p �� � Y _ '� � �� n O � � $$:�a � � �!� } � �� �� ��� �� (QNF1�8 WI�IQN) Q � , � ��� n �_ �; �� ; ; ' j. '. � � . . , , � . � . ' r' i ., i � , � I � � i . � . � , � f � � ! .I K� E - d� � F F �� � i � � t �e� � � � � � � „ � E + eK.'• � j i S ( ' �� � C ; ' i J � ` . ' ' I '� � ' ; `� '.� � � � 1 i i ` � F � j , I % . � _ � f. � � i � , . Q E! 3 • ' � � . r ' � I � � �kM� � #!g � II � ; ��� �4 ; � � ���� �4 s� � � � � ���� �� � i a j o� �� ; � : v�i a ; � . � � � J k N � �4 e � .. .. � / W �� % v � ', V� _ � `J � 4�� + ��d - 3=�. yi i`" :,i ci. # d L&• °' a�: � � ��� � � i`� � E f ��r� g' �Y � �� �� _��i ��� ������ § $3 ...e� � i�t�:i 't�� �.1.i 6`l�t� .�r t�A��c'u t�ciii�i»�a � rc Z �� ¢ 3 2 �' q � � 1; ��� a o m �C Q 3 z r � a � � wa Y4N � � r 'Q � � .� O O IC � Vl� �O-� d c r Q� � x� F�N 3 � z w � �--o O Q A � �f¢ Q¢}' a � Q Q � w'! }-� Q +� « 4 L] �e O � � � Yq j p `.i F � r o a � Q� � o ; ai U N U `'S` 4 N`� � ".��d.7'. 6'�r�.��' � � � P 05 �� ���� � � '� f` �ly� @ ����`� � �:t ��e� � ��� � 9 �S � � < � � � � J� & $ 8� �5 � � g� �o �I 6 � �� �� � ,` � � I � � E�ibit '►A" �.5 of 20 EncroachmenE on Easement Page 19 of 27 0�'Haz d�.s ���� w�.�.d� I � 9 � � e� •� �� �� 6�E« ���a �� _"�� �� ��b �s � �n I�i! �6v a � � ��� W ��� � � �� k � ���. .+ �, � �:Y� � 6 oLL,�� » � o �� � � LY: � �T�x'$ y � A�- , ��� � ? g� � � � � � � � �' ��� �¢� �; �NC tl '-i � g � � ag: ��� �� ��? f �r� :si � 6 d % � W V N �- 'I 7 T � O r ff �' } ao� �r Z W 4 � o tl p u. N .� W � Q .L O ¢ F �b } o a � a a �a ��� �� 4 8 ¢ >- � . �� p��.�� �., - � =� ' .` � ' ' jI� � i t � '� I i j � ' ' I s,+ �,�j1� I � � �� t � y r�r s t � r �,,� . ,. :[ ' ' r ;,�; 1 i!�! `� : �i � � � 1 . i 't �I,l / � j I I � � f ` ���o._ � ` � _ ,: r U: � � � � � 4 - � � IT . I '/ el ' f � � ,-`, �: t�4 ; �� ` � � t; �{ - � �:� j � , • ; �� I I � ,� a�s �I `� � i � �� - j � : � i " �� �; I .. ,�:-i�. '` ��`���44`=_-'�3ti},1,1r r W`` • I , } i'' � `' � y� � � J '' " , � ;. ' x� ,; � 3 f� �� ��i �� �I� ��.' ' � ? �i � �gq� . ;4 � .. . . 'S � ��L � 1`` . � � L!w �5` � ' , ; .� ' r- � ° t . ' r .I t 3 - - ��----- ----��a' � t �� 6 � ��_�� _Y''� /`� ,,.F���� �, ':���$_ � T:'t. n'� �� � t_ � _ - _' S � .z;t r ' �" :_ ..��'' .= - �..� ~ S ;�:.� _. Sr--� • � ,� i? ?si�� x y �F ��+' ���� q "`�� �~ � � . ' W��+ '� � - .. \� ,}{ •• -- �'rrl $�� � _LL__- -_ ______ ___._ _ �' `,i �".4�� � _ �'��"_..-.~.� "�: -s��`� i „ _ _ �."'_ s_ -._�.`�ti�s� _'`�"` _ _ ' i -_ •`. -�r _ - ___ __- _'_". __ , �,�.-. � _ - `? ' .,Y� ~�.•�� ��� • j°� `� � ���`;y;[��_ -- - ; �' " ��-- --- � �4 � ;iy�'� �' _ _til"-� �. �, �' - - --- . � �'� � � • � , , : °- � . ir' 1�,t; -� � � ; � � �. �,n � � i , , ; � � ��`_ � s - — _ . � 4 �. 3�„ � m� � e . j : i;; s � '� � � , � � � • � <�Q � � -�� P s � �,�; . ::. � � 1. a a; � .a � / ~ ' � ��'m ','' j s �+ 4 Q ��� • ' ' � 'ja � " Y^a � � '� i � , � 4 ` � �gV � I o � �N l I.�t� �: ;.� �- ��� ; � � � ° k � !1. �'� - i � .° = l �"� g ,�� s�,r @ � 5��m�� ��} > �� � � , �$a � t ����� � � � � � ? I � � { 1 ��� �y � y� �' N F/ 1� Si � ���� �4 p � � .� € s E � � ��= � $ $� C� 9� $ x I i �� w im iiu � a` � �_ tl 8 V_ o.�� � � � � - (aNf108 Hi�E0N1 0�-�bZ �/lS 3N1� H�1dN� � �b A � 4 d 6 ? 44 4 w � � �2 �Q� n E� �114 � �' m,y o � �a ��Z � a ��O O �� d4�} @ wa r�v a� 1� YQ N�7[� y - 4.F q o $ I-�- M � � +� € � �y 0 � � � �� g� a`a � - �� �� �� a f" a� � I � i � �a !� � W�� �8� ��� Exhibit "A" 16of�0 Encroachment on Easerr�ent Page 20 of 27 �xY� 3�n �r��-- -----_� nrrn+�+ xi[!�! Kl�t� ilt �iD�? ra,c,vu ,�-,��av wn'�.� ,qN„y.,, avn �is��.a � - �....�.�._..� — - ..� " q � �n c ' `�' �2: � � � S � � � " � '�'�e a°�a � � x o o 'Q Q � •� "-'�a�3 3 �� �=� z F u N � 441 � p � b ! f o� � 1'�� m�� ,� S � e�a m� � `c Z m .. F� S� S o» Vi� , � � a� �a � C w « .�y g � �� �`�s � ��� `-' ,�5 $Sil � � � � a ' � x � � ca �y � � � R� ����7 4�a� �`�'`� ��� :.n �8 5 d� .O p P a Q�� p4� � �� 3 '°� � - z g" x� =' �5�� e�8 � a � � �, ¢ r� �;� � : e� �^��� �' o s �r �" •...a�a�Q r � r a I� r Q�w :. 0 11��1 �� "�.. ��� �� -gQLy�aS;$_ o� � Q rc~ v� o m y '��r� r�S `�y�q�3� S �s c"� �V _Y�sy93e� o•• �_ $� �' y u ��~ a C ��IIRE ffiY.`-s�� �� &2 az�; r §"��� x� �q Y^ U 2 k �� � �a� �: �}s�33a5- ����� C.�r` a $ Y 4 'fo �a5��ilS�� ,�3.`.esr ��G3 � $ � �=Y , ----L�� --- —iDAry'' _�� „—_� �__--�� y��-r . . �J y� � i• � � � � o � `� �, ��M��V� �. '� o��, W �s,s �� ��� �� � ��€�� �. ��f� � R � ��1{� ' � 3�:��i�ti . � � „ _ f.,, � � -�- � 9 Q > � � � �u � �� �a oa $ � �"� 0'3 � � 'LS 4 � 4 w I � (� � � �� � � � 'i � Exhibit "A„ 17 of ZD � � i_ —_____���_.; _..�_.� �fi}L . a.—T�—�__� a� � - � � >�'Ii ! + � �l . �.` r. . �_ I y � � � f � . . r��� `�' �_ 4 rr � / J /,�. � r�i ' �______r'l4 ' i `+�; I � i � � i�- _ ��3� _z:_ _ -� �—�=_- i� �,, ����� ��� � ==' „ ��, a� - � ��� � �`'`�° �-- I ' �°��'� , �� [ � � i._..-��- Encraachment on Easemenf Paye 29 oi 27 .+'t � --'-- n.rni� � S�1 w � �y ,',l `Jr�`J`J � ��«.� ��n-i7^�� ;"IC.`.` .L. v��., - i �n.::_57:�� � _ � H � N �� d =r� a o in E , : q a •i�, � �" �QE 5 � �, ��q � � w u � � 4 q a � � ��� � M' W �ry9 ��g � o �� ��; _ � u r � c � wa ?�a � � � �''� � 5 i� ' u 6 O � R y� JfLV1 _ z � � : �==4 � ��� � O ��.. � s � Z Z � � _� � � ��s: � g��� �' � � �a� e a - X � r ¢ ? � �� o�o � a � �i 3�-;9 ��, � a ca ��� �a � �° �` o a a p �� U - R �€ � 3�.-. c �� ^ z�� ��� " �qv^-«..=� q � 4� � W Q � 4 Z - �I � ��r n 60 g� 4E�"tng f a>"' F F� x �c2 6�,.� 3 " �. � �4 o-"it^��= ry q ;� s a �1 �4 � � � � o ��� �:�� $ � $s' s� g= .s'�:�s� o ' `� � v u � � � � � � ` ��� � �c � � � y� �sr �y� �' �' ��� z � Rs: �� � a �p �i� : f�� 3���'� ��xy:6 �+f�g F � � a44 a !; ' � •.. � - � S �3 :564�'•��'i $na ���3 - � --� '° ME� � u ,� "P-` � n a N m � o � � � i I � � � � ` c,u a�Rb ��''�' �y���'� �� � �- ! i j � I i � W� E�R3 ;6�� � � . , i <- - � O � U � xo� �������`3 . � � � ' f ' � � � �, ��A � - �.� �--._ ������ 4�� I � _aa+� �ls �rvi� Ha�.dw � I � � � ,��N� ,. _ 3 :- --` -�������� �I .�.'; � : i I ' ~ i - � ' . . . � I-�---' ; ° `-�_ � � Mp,� G ,� y �� ��� , _ �- �-���, �� , � � � � � : , ' , : : ,� � _� .1, ���;1� , �.�� �� � , = �., € . �,- � �1 '� y ` 1� ��1 , � �'i I i ` i !�j -� � ;a � � ! , � ��! � �� 1 �1 4 ,}�„ys} 4 l ' 11 I"I._.. .� ._� - ,_.. '�. ' _._ . . . �"_'_rj i •- ..�y�-: 1 Y 1 `$` � � � IT� F� � � i_ ='4 ��$w� �1 . ,,� -�-- � , � �� j � � � � �{ I ' ' zcws�e.5�'S3 0 � � : `` #���' � :, � , ' L I I ' , } ! � ._Lf _� ` � i � `' r '. t ' T 'I �� :_� I" _� i i i j � I ' ��- � , ��-- - . � �. � '�Y� 3� `+ `5 ;Z� � !s _-� b � � � �"i- � '�' -� � ; � �� - �-:-� : � ' � � $ ����`� ; :� � `+ ; 6, i�i.� t' , � � ' , �I ' �i � ' "L � � 1 � � � � ' i � ` � �To�:I- \'_,. I i ^ q L�' W- '` S i 1_ ' a'_r�. . n a i�-� ,. � _ J. �- � $ ','6��� ��4i � 4~ � � t j ' i� � = Y I 3 .� / � � �� d F� u'$„ r' � •-k � � 6 S'� � � fi� } � r- ^ �� ��ti�����i: �d � 4 I'i $ � . � i ` � ' %, 1— ��� m a 9 a � : I � as•ess = aSa.ss-ii d � �:��,.�7w v � �k ' � � � '� t �:' , _;_,� M_�� : _� , . `��� �� '� 4 _ : l ' . ,I ' � . � � ,� � � � ;--�� 0��3�� ' ' ; ; r ��� � � � `'�:, ' E � ..iJ �-��- - � ��� � w� l ��' ' �,; y � � ' ���' 1 � I �L ( _ , f � ` � .� � _ � � ,� - , F � _ -, -j--��� -- � , � , ; � � _ �� �;� � � , i � ' '� �� � , � - � • � _ ' � 1 ' � . j 1 . �—F -I_' ' E � ' _ I 5 ; . ; �� . l _ f � .I ; ' ...I.._.. � }f�^•-.�i 58.I4'IINN � a i � _ { `:�"'- , 25'9S9 - d]tl.99'iJ '� � ' 3 � � �i �� F�'� � :k , �� �,, � '' � � . /,. Q �; „��' .�j_'_�}�I_'_s'_!_'__r--I i � ' E I I �. . 1 1 `-', � ' � :. � i'� -- �I '��i � � � . � � .�I _k �a �_�� '-��. �_ � . � -� - z I � .� ;f �--- z I ' ` � �l_ 0 1� , , r , K. ��:� , � . - a ij, � i' �b . I -: ' I• ,. [ J ' F.- -�f ; - I !ag :.I r' E . -F `-i-- - E . ,'f./ " i ,�'j 4 I,! � f •f �l t t .__..i.,I"'! [ _.E_�.'� �-`' -;-r g (/_ �`� y, i I j /, . , z il ! ���ij �e �, � I 1 '. ` �� I I��. I i � 1 i' _u S �_�I.'Y7 '_€ 1 � � t ' 2N159 : d]tl.99'73 n !'`: � ''T:. ' � k' (� ._ � . � ; � �.ZI'29S .d76.�i'7! ' � - j `- f �;r� . � - - o �_'; I _f_"',._._""�_"" � zrz9s=aau.u•,e. � i � � i � ^ � aY959 �dJ�.99'lp �--I--9C'B�'i9 =B73.f7u9'li-' f f -�.` C � 1 ' F MOS NOLL]I:M�4%.4'15MU] oa - r •�� >� � , 6 � ' 3 � I I � �' I _�_ .i1Y. 4.Ili. Stri NIJ38 � I I r � - ; 3� . � � �.�� �- -I - -•zia: [ri ao�oo«i rois'� - �. 1 ��: _ � ' .� � ��� o � � — -� I� . �� _ _ =.Q. _ ��o � ��� � � ; � . ` �0 1 _;;, .`�(', �';i� _ f ;�_=� � ! . � F �' ��� I � � �LL�� .-' � �j� �• ' ` �. I ' 2CB59��� 9�ti�Lx:9.,4l� .�ii� -:r -' � u' F � : . ' � \' �..lSI . 5 ..��_ � Y E + ' � � �� � i � � ' '��� ' � �___�_.-.__ _� � � � � . '''�F;t� '1 � � �.t;�' r ��;.;_i.__ � I. �-'. r } � � . �'� ++ r / i-i"�•� i : � � � • ��.�__' �. � _. _ _ ���� y � ` �b �: a - ` �':j �+ i � � _ F ' V � j` ' `� ^�� r `., _ ����!� �, .' 1'f � / . `� __ �L_l. � ' �, .;�„� _ � � ,',�:',.,t�� � � , • � ! . ' ;� —� x � --� -� � `� 11'��I ' i y' - ot2� f - ' �f[� _} S�Yi +} � $ 1 _ ` , 'I . -,.1 - 'I' O _ I. �. . 1_ . " : tnKwY9� i}f��F': !,'OA�E78� F �, ��s� Q ' ' � O `�' �. : o� :, �!"o. ' ti- F` r� `i i r�� 1` ! �-¢ I_ �__i__-.rz es9 . Aie.ix.g'�i N � � �i'., -�'l, /Jy ^ � a - ,� i+; :�+� �j . ((� ' ;1�i "_Jrri _ __-�_-. - -I Y�� 6 ♦ _ ' ___� - ['� � �x.- �y6 _ . �� r j j . x N� � � i � ' �� :"°=' ';I!.f' ��,L.� �� e�.�� � -�. _. , - "E '=�� ��.T' I ,' � :1� I r f , f �+�_g _ �_ r �„„ �� o E }} �N t'� fI� ` 1 � , �88w�3 ��� �-f'� _ _- i. 0�o3�3k�r I . ._ , _ ( � � - e �� r � �� � . . F� j.f � � •?9��� ��u i f �3.,_.. . . - I ., ' I . �` � S .� w � � �!1 ' � ' g�F� � ��fNlh�. ���J_ ' I _� _L..r_.._._.._.,.,._�LIE654: 47tl.Ca.9'ii E 1 j N���� � I�� k' ,� � E 5t5d au� •� :,� ��fi � 5 � }r � I �.t_.I_._. _—_I-' � —r " __ _'_____-� -_-� �� �� � ; c �' + �S' � ��. � . . . � . � • - __ ' . . _ __�� . � �e � �, � �aa •��'` �.�.�� ; . �� < , � � ; � '�� . "� ; • : • :/ � .. . ' }_ ` 4�y - i i ' _' I i tivl'f07 7�13X��07 l�ik5n I x � .,L N':/' ,1t ��� J �k��� i �F � I ISd3Nl0 x919'N „ � ' i ��� � � 1 ''f, 1 y� = F � -Y . -_.. __ [ � . . 60! f�3LSA5 d5 87tl � / /F� '' : �d ' 1 .F11�4 dOtld 6l L��NU7'o ��� -o _�/��� � - � .Y. i11 / ` \ _[� •o� .e� _ , � .4. ' 1 �� f ' � . �� "Y /..� I'; .. � � ' _' _ �� _: �_,..��_�._-' —_-_--.i._. . . _ . � � i;..�. e:�� y�� _. . . _ _. -� -�a _,___ � ._ _ - Exhibit rtA„ i � .;�r�,F -- �- - L.�� ;..— -- . . . - i' . / '. i � _ I d _ I ` I f X� O� Z� ��I ��� �-bl'� el ��T-��� � e� � a� � Encroachment on Easemenl Page 22 0# 27 "%"'� .7nfl ..x...._x "__'-x �W in�� 3 �� ���� 0 Swi�y� '$ p� h � �i ��������� a � � ���� � � 4J. ` _J �__. �� � ---=;; : _ -=,� � , �nv �Ho�urta vsoa�a e k �� $ � � a � 0 r�anu a t can H�"-+ n i n,+nu �-,�re�.� _ -� p •� W� C !% o N y.�4 �j,S � Y RO : .j 3 5 y � c� � �� w � ' � d V � �S$ � � ��� ^ J �r". ��'" L��9� � '� 8"ra� 3 tl ru-- ��� e� s z�5 L" p� 9: s £ 3 w �35''a �'. B � t�-' m ^ � � Bo�7 �� � &�f � � � �S y �� m �'��'�.. � y�.� N? o�� ��� s� ��y����g� ���4b u � �� ^ �E� ��� E � � _�g���^�:. N ��� �c:�� �� ei ��q �� aY�'����9 0 ?a �#� �� �;a�a�ad� 9 4 �o :������o�. � ��yyN4 6 b 2 i �.iry e 1 - ',4.`4.. ',.�.S,7c: � `1,�:. � Y '�' � O N }� � Q 4 "�` J w ''-�. �o a�rn r=- a � � Wa ��� � t^- 3 a w 4' R`q' �a^� F o Q � � T? ��4 3 O O o q y� n�0 � Q � r a ��`x � � u*i � r���, Qd a W O� t~ii�� N i � Z u � � � � �� � �� � �'� I I � I i i�'� ; y� �� I; E i� � t E � F ; p � � 4� a 4` � : I ` : . __� � _ ��� I � oa+,s'd�.s���Hi.��n'.. _ .� , I � �l �{ ; ; � ' I i ; � � � i F � � � i I{ �j 1 � � � r i I .�1 �e-� .. �s . d �� @ I i! E i � � [ � ( l ������� � E � ! � � � s � � a a {j i ! i� ! � � �i E ��m•,' ' ���_� $� �y� � i �1 � �� p I 1 1 E � � �j.A i' i?���� � 4 i, '� �� �'yl �� � B[i19s = If.T "l! �i� � �� j` ��� � �-- -���-; -ol �,dj- ���:� F � i ; . -`a - � $W.,1�� a _ o ; . �-r� -: ; � � jj §� i w � liLL�' P��a� T{ , � � �. I i € �`< i o�� 1�1 � oo>'s�H'cA' ! ! :�':. I �� i � � E�' ��til�°I��f! ���� � � # � 00•,-S b15 3NI�j }-l�.ib'W Encroachment on Easem�nt , , , €� ,,��I� . , i � , ; � � ' ` '' ' ; ri , - � � ` l I � _ -i-. . �i � � 3 � _ , �� � ' _� � i � � i f . i a l� °; I I' !���« Y i � i 1 I�-� 4 g w �; � 1 I�a'�>,� ^o �? � I i �q"���° z � � -- ; I [ -�- z Y� a 3 f +� t� { vf'= p Er' I � a�I n' � � � �"�. � t � f i������ E'.� � r. � �P�� � J � � i � [ I � � oo�SX � �, � ;�— I�_'� i I j �l� ! ! �I. I.. f �� � 'It ! �, bN-"�J- _. r������ � i � ; € � ' ' xun ��u.�ar.yx.7 ixw i .,� � � i I � I I SY. lYl N17�1 �• Y. 1� Q OOH 1` �_ i =.v. i r. vr, i � ��� �� �x � i I � �I s � ��� '�� � { � � � p� � I w�I ��e�i �' � .E 9 r�H�.Z6 ; f ip.�.��ol I � r I. _ S r � 1 .8"� � �� ava.'" ' � < } v u a r � � � } I ; i ; ,. � I I n���� � � � . � � y . E I' - odsin�t 'j� �I= � E , � ' Z4'B59 = d1! @. tr � r'� . I { � ' � �` 1 . � f0'8S9 �d7tl.ZS'l: 9G'9S9 •d]H.db'L i�� � � I Yq'fl59 rd�il.84"I; a� � , Maa � tarur.ct.e�esHn: . .aiy. tq� re^�3E '� ..a. � a e. '"'�i� ! � OOtS 'd,1S 3NI� H�1�IW ' ; � : � . Exhibit „A�� �9 oi20 Page 23 of 27 I 00-E-6 iilS 3Nll H�lblN �v �nn .. ...__ �'dnri ��ctn al�tt ni �NnY ---�ra-� U_��7.. WAii' IH4"Lkf' 1��'1.•IC�.. l � = � Y � � ;� ��_ � o� a �� ��gzj � o v� Z �` p O �] � c C. Wg �5� g Q x o Q Q �� F a air � ��� " � a� 8;2 � Y o � a� �� p � o z 5x.` � � .� m �c o� � m � ��y.. ��So x a���� � '� J M a� � wa oSaJ. � � �� $",� � �"s_+ az� g 8 � � z W � Q'�- �ao � o � "�'"ra. �°��' IC ��9 .4: � � 3 w a > x� ��F � Z^�-== � �g.sea �S�'� �3� 5�" W c. x� K 2 w ~�� �1Qq �� �s gS�y '�� M1� �� ��� `� e§ ��� a o 0 o p-�",� =o� �im' a' � � ur ^ Y : 9� � F —� —� cC � �y � a !Y x 3 Jg� ax L"A�apTr� a ti q� Q Wq �w,� 7� � 4 Y � .. � ;=:83�a�$ z � ' � � .. F � '� c,i o '� -� oa � Q h t�y o �z� e ��� 6�� � ''� �g �^� 'y� ; �p^::�= �Iy � r 4 a �r� �o "� � � w r 556:`J�«y= @ `0 1_- N U `� � YR L" i-��� p��8 �8 �n ��' gu o��.�� �s � u z k �� /�� �aa�� � �. � � �� � � �� �'� '-gy "�� ��ss� ���k � � � . - g - �t�a � 4 a Y� `:��'.B:Aa� pka3 ¢ � ` `� ` ��� \ '. CC Q '\ , :�4 �� ��\~~- ln �� � �\ ��dy = +; 4 `�'` � �� .b �II "�.� '� _,\ -� F-- � V)� O . r . . . i � � � •�� -•1 . , ,�. / ; l ` '4` I ``� Exhibit "A`� 20 Of 2� Encraachmenf an Ease€neni Page 24 af 27 co�sr�ucTioN �.����AT�o�s o� Oncor EL�CTRIC p��,�VERY COf�PA�lY RIGHT O� L�lAY FXbI�IT "�" �. Yau are notified, and should advise your employees, representaiives, agents, anr! confractors, who enter the proper#y that they wiEl be working in the vicinity of high voltage electricai facilities and should take propar pracaufians, inc[udad bwt nat limited ta the follawing stipulations and in compliance, at all times, with Chapter 752, V.'�.C.A., Heafih & Safety Code. 2. Blas#ing is not to �e perrnitted on Oncor right-of-way or under Oncor fines. 3. Consfruction an electric transrrtissian lir�e easements acquired by Oncor after January 1, 2003 shali cornply with #he requirements of Public Utility Commission Subsfanti�e Rules §25.101, as amended frorn tirne #o #im�. 4. No crossing less than 45 degr�es to #he cent�rline of the right-of-way_ 5. Grading will be done in ord�r to leave the rig�t-of-way as near as possible to present cor�difion. Spoil dirt will be removed from the right-of-way and no trash ls to be left on rig�t-of-way. Slopes shall be gradecf so that trucks can ga down th� right-of-way when required and such that the slopes can be mechanically maintained. 6. Equipment and ma#erials will not be stored on the right-of-way during construction without written approvaf of the 8upervisar of Regiona! Transmission. 7. Street or road crossings are fo be based an drawings submit�ed. Ar�y cf�ange in alignment or ele�ation w�ll b� resubmitted for approval. 8. IVo signs, lights or guard fights will be permitted on the right-of-vuay. 9. Power fine safety eq�aipment operaiions: hazard assessment and precautions inside the work zone area must be performed and in compliance with OSHA Standard �1926.1408 at all iimes. Equipmeni shafl not be placed within fifteen ('i5) feet of the Or�cor 138,000 valt or less power lines or withirt twenty (20) fee# of the Oncor 345,000 �olt power lines. 10. Any pre-approved fencing will not exceed eight (8} feet in height, and if inetaf in nature, will be grounded, at ten (10) feef intervals, with an appropriat� driven ground. Gates should be a# least sixieen (16) feet in width io alio+nr Oncor access #a the right-of-way. Encroachment on Easemen! Page 25 of 27 11. No dumpsters wili be allowed on Oncor right-of-way or fee owned property. 12. Draglines wiEl nof be used uncfer the line or on Oncor right-of-way. 13. T'he existing grade shail not be disturi�ed, exca�afed ar fiiled within 25 fieefi ofi the nearest edge of any Oncor transrrrission structure (#ower, pole, guy wire, etc...}. 14. Right-of-way will he prot�cted from vuas#�ing and erosion by Oncor approwed method before any permi#s are granted. No dischargir�g of wafer wiil be allowec! within any por#ion of #he right of way, Drainage fac�fitation will not be allowed to discharge i�to/onto O�cor right-of-way. 15. No ot�struction shall be installed on the right-of-way #hat would interfere with aceess to Oncor sfrucEures or prevent n'rechanica! maintenance. 16. Before any work is done under Oncor fines or by Oncor structures notify the Region 7ransrnission Departm�nt 8'f 7-496-2746. �7. No hazardous mat�rials wifl be stared on the right ofway. 18. For purposes of this docurrtent, "Hazardous Maierials" means and includes #hose substances, incl�ading, without iimitaiion, asbestos-corttaining material containing more than one percent (1%) asbestas by weight, or th� group of organic compounds known as polychlorinated biphenyls, flamrnable explosi�es, raciiaactiv� materials, chemicals known io cause cancer or reproductive toxicity and includes any iiems included in the definition of hazardous or #oxic waste, materials or substances under any Hazardous Material Law. "Hazardous Material Laws" collecti�ely means and inc�udes any present and future focal, state and federal law relating to tl�e environment and environrnental conditions IRCIUCiit��, withou# fimi#atian, the R�source Conser�ation and Recovery Act of 9976 ("RCRA"), 42 U.S.C. §690'( et s�., the Comprehensive Ert�ironmentaf Response, Com�ensation and Liability Act of 198E}, ("C�RGI..A"), 42 U.S.C. §§960'l-9657, as amended by the Su�erfund Amendrr�ents anc! Reauthorization Act of 1986 ("SARA"), the Hazardous Material Transportation Act, 49 U.S.C. §F90'I et se�c ., #he F'ederai Wafer i'oifution Control Act, 33 U.S.C. §1251, et seq., the Clean Air Acf, 42 U.S.C. §74� ei se�c., fhe Ciean WaterAci, 33 U.S.C. §7401 ef s�., the Toxic Su�stances Cnntrn! Act, 15 EJ.S.C. §§2601-2629, ihe Safe Drinking Water Act, 42 U.S.C. §�300f-330j, and ail the regufatians, �rders, and decrees �o+tu ar hereafter promuEgafed thereu�der. 19. Brush and cut timber is not to be �iled or stacked on Oncor righi-of-way nor is if aflow�d to be burned ca�an or in dose proximity to the conductors or tow�rs. Encroacitrrtent an Easement Page 26 of 27 20. No structures vr absfructians, such as buildings, garages, barns, sheds, swimming poals, playground equipmen#, guard houses, etc., will be permitted on the right-ofi-way. 21. Landscaping an �ncor right-of-way is permitted when Oncor approves iandscaping plans in writing. No lighting or sprinkler systems are allowed on the right-of-way. 22. No park or park designation will be permitted on tl�e right-of-way. 23. Gas Pipeline Protec#ive f3arrier; Gran#ee, a# Granfee's sole �xpense, shall provide one of the followir�g protecti�e barriers; 1) a cancrete protecti�e barrier betweer� the surface and the pipe thaf is a rninimu�-n of ane ('1) foo# thick by or�e (� ) foot wide, if pipe is wider t�a�t one (1) foot, then width of pipe, with the top af the concreie barrier ta be at least one (1) foot below the s�r€ace ar final grad�, 2j canstruct the gas �ipefine inside of a proper protecti�e steel casing, 3) vuhere efectric faciiities are loca#ed above graund, ins#all the pipeline a minimum of ten (10) feet below the ground surface, or 4) wher� �lectric facilitiss are focated below ground, install the pipeline at a depth that pravides for a minimum of a ten (10) fnot c�earance be#ween the pipeline and #he underground electric facilities. 24. No fire hydrants or manhoies wifl be permitted wifhin the right-of-way. 25. Any drainage feature thaf allows water to pond, causes erosion, directs stormwafer toward the right-af way or limiis access to or around Oneor's facilitiss is prohibited. Drainage faeilifation will not be allowed #a discharge into/onto Dncor right-of-way. 2S. No horing pits or other #ype of pits will be permitted witi�in the righf-of-way. Encroachment on Easement Page 27 of 27 � r��!yliM� *+*�4F�'� V��f'h����.' �'� MARY I�OU�SE NICHO�SON � ' COUNTY CLERK . , ��� � 100 West Weath�rford Fort liVorth, TX 76196-Q40� t_— -- — _ .�,�F� �'a, ��� PNONE (817) 884-1 � 95 ONCOR ELECTRIC DELIV�RY COMPANY LAiVD RECORDS D�PARTMEfVT 11� W. �iH STR�ET�, SUIT� 5Q5 FT WORTH, TX 76102 Submitter: ONCOR �L�CTRIC DELIV�R COMPANY LLC � � � �� ��� � �,� �n��►�� g r�► e �� � � ��a� ���►c�� -_►��c � . Filed Far Registration: 1116l2019 3:� PM Insfrument #: D218256418 E 2$ PGS $123.OD B: �r�..�.�.2�� Y Q219256418 ANY PROVISlON WHICM RESTRICTS THE SAI.�, R�NTAL pR US� OF T�iE DLSCRI6ED REAL PR�PERTY BECRUS� OF C4LOR OR RAC� iS INVALI� AND UN�NFORCEABLE UNDER FEDERAL LAW. Eagle ME. - Roanoke 3q5 KV Line E-511 �9 (696�11 Ci33 ) 2020-{7552CV41 MODfFlCATf4N OF Ei�CR4ACHiViENT AGR��fVIEf�T This Madification of Er�croachment Agreement (°Mndificatian") dated the 13th day of April. 202Q, is by and I�efween Oncar �lectric D�livery Company LLC ("O��car"), and the City of Fort Vl�orth ("Qwner') Oncor and Owner rnay herainafter be referred to as the "Parties". WHER��1S, Uncor and Owner entered into an Encroachmsnt Agreement dated October 29, 2019, recorded under Enstrum�nt Numf�er D219256A�18 of tt�e Real Property Records of Tareant Co.unty, Texas ("Enaroachment Agreernent"); and WHEREAS, Oncor and Owner desir� ka modify the �ncroachrt�ent Agreer►-tient as set for�h herein. NOVV THEREFOR�, far an in consid�ration of the for�goirig, and for att�er gaod and �aluable cansideratian, #he receipt of which is hereby ackii�wledged, the �ncraachrner�t is hereby modified as follows: 1. Exhibit "A" attached to the Encroac�ment on Easement is deieted in its er�tirety and repfaeed with �xhibit "A" attached hereto. This instrUmenk, and the terms and conclitions contained hPrein, shall inure to the benefit of ��d be binding u�on Ownei- and Oncor, and their resp�ctive pers�nal representatives, successars and assigns. IN WITf�ES.S WHEREOF, the Parties have caused fhis Modification ta be executed on this the �` � day of �"°����, 2020. UIVCOR �I�EC�'RIC DEL�VERY COMPANY LLC ,, �y. �i ; : -�� . �•� �. � �. � ,, .��-� Aktorney-in-Fact � . � . ��: . �..,, � � � 7 � � _��.t��.� '-�.u� . _:. �a APPR�VED AS Tt�3 FORM AND LEGALlTY �f.i�#F� �s�H.��. By -- -- - - - Matt Murray, Assistant City Attorney Ordinanc� No. 24161-04-2020 Na M&C required STATE OF TEXAS GOIJNTY OF TARRANT § § § �-1�� �w� �BEFOR� ME, ih undersignecf authority, on ! this day perso�lally appeared �'�1�Jd�1 �,,(/�(j.l , as the �LzC� ,(',�,� of The City of Fort Warth, known to r€� t� tl�� p�c5on whose nar�� is--su�ribed to t foregoing instrum�n� and acknawfedged to me th7t helshe execuEed t�e same for the purposes anc! ca�sideration therein expressed, in the capacity tnerein stated and helshe is autharized to da so. GIV�. U�[DER MY HAfVt� AND SEAL OF O�F�ECE this � day of �,� � �� A.D. 2Q20. ,,� ��iq,+, - - -� — !,L'� �`"°�=r;Y : ..�;T•• �i ti� q# �93�8� . �,? l�lPtely a° = - 3-J1-70�A x"��,�.f� = �arn :; � . ,. �'�II{�}4� �x' �!ILY.4nl'Y � �.i I ..:•�LF�TG+7 STATE QF T�XAS GOUNTY O� TARRANT Notary Puialic ir� and for the State of Texas . '�}� �� �, � r�• : " - B�F'OR� M�, the undersigned authority, on this day personally appeared �Be� �-�, Attorney-in-Fact of ONGOR ELEGTRIC DELIVERY COMPANY LLC, knowr� to me to be the person whose name is subscribed to the foregaing instrurnent and acknowledged to rne khat he sxecuted the same as the act and deed of Oncor �lectric Delivery Cort�pany LLC, and for the purposes and consideration therein expressed and in the capacity therein stated, aneJ fhaf h� w�s authoriz�d to do so. - �- :,._ C'�V�N UNDER MY HAiV� AI�� S�AL OF OFFICE this _�� _ day of —��,.��_�,:�- -- � , A.a. 2{120. - . J;r�we�r l � _ ~ "�� � ;'� _ _ � — _� �sNcta�r' �.` ��f T�a� Notary Public in �nd for the State of Texas ' . ,�• '� C'�mR �11-'1I323 �%Y ��r- --"' r,� °F {� �'� Not: �i�#$ti4 ��Fffi�Y��4 RAnriifira3tnn nf Fnrmarhmanl Anrow�vic�nl p�•+�+ ��f `1'� Exhibit "�." ModifiCation of EnCroachr'rtent Agreement � �¢ 20 Page 3 af 22 SLLL ll � � z�i�s �� � � #�; : I e ` '1 li i ' i i r� �1 1 `+ 1 7y , ' i �/ ti 7! `` y. i4 � ��❑� —I- 3 � � � � � -�- s���� ����� � � � � � �LO��I -ON 1a3P�Lld .� P� a����R���e���� u. � � �x�� � ���� ■ ��� � ������������� � ��� � 1�01= �u_� � S+� � �i�� � �j��� o � � ��� .��r., � �` • ��� ,�� �� � �. � �� 4 �� � k ��Y � � • s �� 4 � 3 � �d ��y �� _� ��a �� $�' 4 F' '.ff' � � �b esz �- � W V � Q � � � � � �q F m � � a � o R C� � o � n ayc t� H� J ,� � a� �x, � � � � 4 LL°� 4`"� � O F F � Yq � � � aa > a i �u 4� a. 5� �� u Q � � 4 3� e� ~ � � ��hibit "1�" Modification of �ncroachmenf AgrQement � O� �O Page 4 af 22 8L1L•M lB99iX 640401'ON1�3BOMdAL� SAN3W3hOildWl_AtlMCitlOaAtlMMkfVdl2iOd1531N � r � � '��� � � � � �� � ��� e ��� � q % # � � � r s ��� g ��9 ■ a � � � W # _,,,, `� �; � n u > �[ r � � a 2�aP ��+' U� �� ¢@� j �� g � �.,+1& e o � f 9 � �j�I�i^, � � � � E 6 F O „ � v1� 41 � ai l " � � T'��I !� � � � � � � � � � ��j( � � �g � a � � j , } � I ��� a ��J � �''�l� �� ���¢- �� �� � �� � �g�� a o o p yti w � g � I I a Q ����� �� �z �¢3�0����eW a Q a �k� a� YS� I ; e � �'J �"'le �� �'� M1��' � Ei � ¢ ~ 4J� q # J =g g� �- i;t����s� N F ¢x � cdn a � �� � $8 7 .� '� - � � � u z u � � ] �u 6� �� ��6��l��€ �q�� e�C rc 1� - � � 9 �e �66�'�°�sa �.`�.f� .i F � � I � ��8�;{ � _ k� . � � I ` ' � � I _ � ��_� q e : : = I s� 8 � �� !� � �, ! � - � I F _ ; � ' � I � �� u x ���R S� � �}� _ � � � �4 I : 9 ' tLi� n�l�� D � � � ' � �g � � . , , �� � L1N� _ � * � �" � ., 'z ���$ �� � � �' ; � �� � i� �� � � M� ,�t. �=�. , a�a� ' 'su, t �:sia � r \ �'. `y� .�9� •�6- � �• i = � � 1 .} - � ' (- � � . ] � : . 1 � � ��� � :r. ' , L. � # _ S t z., t �, � , p s t' ] b ��� � i � � � i � • � _ �1i _ � �� ' M � I '� �'f � � � �'�,' , � ' t 4�� � ��� 1 ..�. � � �af � I 6� � 1 . + 3 5 1 i I� � I �� A��� n I � �I ` a, '� � n � I '- '�.-m i � \ ' �; � � . ��. � .j. .�� � � . �� , a �, ��; ��i �� -�� � � � ��� , : E � a � � ��. . : : , . � t � t , E �. .� � �_ ��. . f i � � � ; : � � � I ° 4 �_ - j • , : j � '� ; � � � <,�F �� i. _ ; j ��A_�; ; � N �A I S " tt� �I i �; 6�T E� �� i- � _ ; � .� v � S . I.. . { � f I , �� f p � „� • �$ �\ \ � ' F _ qJ — , _ ' i '� _— 1 w �� � . ' i . � \�, � � i ,.,'Sa:_ }f _ ' i _ � o �!7 S I : � ' J . ? � -_ � i ' l . I ; _I w t �ks \ T ! -i 4 i i � i � � � �Ns ��� '"� i i I � , -i. �� i '� , ..r� � � -,�E I c�_� ! � �1'� - �f � li �ai�4� ��'49 � O L, I �io 4 j� �• : 3 3 f I I 4 �[js� � i . �^ �f a_ • - � - � f - - : 4 I . w . � �" �-- � r . , . .€. �a"�i ' ^ �' � 1 �f1 P g � i ait ir � > >� ! - -! � oNa� 8.w'^� � i � � Ya� F t j. ., . �. ry�z� g ��,� � - �. � � - >„" - - 1. - - � � ! 4. �. �. � 2 g� � �-� i v � � ���w i �W � o���� 1 �e ar-r, � � ��- J�OQ p y i �W WO 'uiT �' �aj_ �� � � I I ' F-rm N i i � � � � j� z�wm —� .1 ti�ry I ��V� �• I .i. -. -�. I I j �.1�� — - ' . . . , . � �� ^ � _ . �iE ;� � �` �� � � � i � } I � �, ..: -.' '� i +��s� � � R�w ; : , ,�., . ? _ � J ` �� . ' �- ". �l s� � � � j y � _ s� � � � ��� � i � � �� , . � � � ����� � � � � ' � : xM3a aa orr�n., � a �`. ��°L����� � j I . I � ! i � ;i � ' k - M a: �'� � ! ! E �� � a ag�w�-3R=` �y���� L J. ` � ' u �� fV'9jRa��u :�.r3� ,w � � `"����.,.,�d :'� �-.��{;::-� ; [c ��'� . *� if� � _ �_ � i � � � ; - �� �� � � �� k � � � f = �� �� I �� ' ' � y j I � �� �� I �S � '� � ; �g� � � - .� �` � I I / � p �r .� �. .,I.. �_ � � � 4 ^%�I i r ' � �s � ' r � r ' J ' � � � � � sxa I.. .. • 1 � ! `� 13��L- l� ; � ! � T� � 38 Hl�loN ! j : .a .� f. ; � � � _ �.: � � ! i � � � i � � .�� � ,� E�hibit "A" Modification oi Encroachrnent Agreemertt 3 O� �O Page 5 of 22 SLF.T�?I L899Z•X fiLOEpI.'ON �� � rt f ��� a ���d � �� � i a, � � i �; A � !, �� � i� ' � I __ � �� x �� � e � � � �e � �� � � � ���� ��` ;� ��a� ¢ �� �������� � ���������E� ��q� �w � �� � � � � �f � � � � � � � �� �� sa �� � � a�:n a � � � ,������ ��y � �� � � � a � � n � �� �� �� �� �` � �$ y � � � +Y 6 � � � ° �� fir � �.� � �� � �� � �� � � E � R � � � � � �� �r �� � � � „ b �S ' °'� � � � �� E �� � �� �` � �� '� g� � ��u �� � � n � � � � @ � �'� Eg �� �� � � �� �� �� � � � � � � � � a �g �� x� ;� � • �!�f � � .� `�g/4��■ =� �y�e�� � � ���� ��i �� �� � � � S! y� C � � �8� �� �� �� X �g� SF � 3 �� ��a � �s �� �y � �� �3� � ■ g�� �'" �� �'�� �� ��� � ��i �� a�� n �R �� �6 � �� ;� � � ��� i� �� ��� �€ 6� �� �� � � �. ��� �� �6� 6 Y� �� �� � � �� � � ��� �0 3�� �° �� q�� �� � �� �� ��� � �� =� �� � � " � � ��9 �� ��� g � �$ ��g �i �a�� �9 �r� r �� a � C� �� � ��� �g Y7■ ��$ �� ��� �� r7 a � d � � t � �] .• a a i i � L� d d $ ���' 'i� �e I I �� � CJ' 1 � I '�� � i � � :' � - , � I 3 :��.�� � .� � � f �n�' � � a � � � ' 4� S . � �� � � Y I � � �� ���� � I - �_ � � � � � .��� l CY 4 � y��l,.��� � � �' � �� � �"� o�� �� y� �7��n� � -� R W rl� I � _ w � : ���� I � � �����a� � t�` i t � a - ��- $� ��~ . . .-. - . �� ".. _ - � �is�� � � �so�ar�s�d.. � - =}3�. _ I;- 1 ]a g i� � &z � N � j � �� ❑^o a �. I,�:" o�¢ � ° r Um#~ ��� ' ��� m � -j y��c� ��� I' 2a�z �� ;�NWa 88� ,� ao I: ma�m � � �5+9' b15 ■ $1fV3P73A021dW1 AtlMLTiOl1 AdhhMlYd LTJOd153M ��r � � � � �a � d " � }- i c r � K# o Q R �g9 � � M 3� Y a� � ��� � � �� � �wa 40 � ��� � � � � a�� W� a ��� d B W'' ; d� � ,� x� �n a g A - h d �� � $8 •n e� g� �� n Q w� W 4 y��x ����� n$ ����; W a� Q,��, a z e� �d- se�F �� :" tl w F F� �cQ � J�i ��8 a �-�Sf�'j�� � ''M a �1 �a 4 �a p �� + E � a^ a �i �+1 ~ A �� �.���08f�I� � � x ,� U 2 � � � �� 6� �� $�e�-��$6 a��a ;�� � �i Q .5 3���Y�9�� 95�� �aa ~ � ��� �� � ��� � �� ��g � � � �`a� �� � ��� � � �� �R d � ��s �� � �'�a � � b* � � � � ��� r��. y � � ��c � � �� � � ��� � �� � � �4 � � �� � ��� � � � � � �� � � ��� a �� � � 9 b � ��� �� � ���� � � �� �� � d ��� s� ��' � � � � �� .: � ��� �� �� ���� � � �� �� �� � • ��: � ���� � � _� � $ � �� ��� �3 �d ���� � � �� ��` � :������ ��� ��� �� &� ���� � � �~ ��� � ����€���$ � ��e! ��� �s r i � � ��ps $�s �t ���� � � � �g�g�.���i��gug���a�� it%�4 `�; �9 E��W 7 � Y �' {} w i i4� i� t. !� � ��� � -' � � - + ` S � � I � � ��. :�I � t e i S � � � �� � � � �3' � - � ` g i ,i. � � ��'"� ; � _ i � � j - ; �_ �� � i ! {'{ � � `, i �"E �7:;�n,� _� i. . _ ;. } = ' J ; � ��� . : I ! �I aa�t i Q�W 9 gg� 6 8� ' g � � .�� lF� b� `�6P. i �1 ����, � - ''- ! , � }`� �� �. �i'- !r�.' �'''�'�3�11 �'�'� ' �!Q?'��'I� � �r��nw � . � � o�+ � � : �v � N i w �. - I � - -- � ,:� i ����:� :� E � : � Exhibit "t�" Moditicatlon of Encroac�menk Agreerner�t � � f�Q Page 6 of 22 BLtL-}I [958L-X 8�040t'ON1S�1'DHdh,UO S1H3yy3hOtldYifAYMQVOtEhYIVdaYd�Llpdi53ht _ � a � 5 �z�� � % � a 5g � � �� a I � , � �a�e■��t��' �� �= �s? � � a 3�e z � a` q 10 �� 4 9y: � x o � Q �o ¢ � ��J �� 5������e w �� ��s - � � ~ @' � � �q ��� �4�7 � � R.Y � - � Ko � ' R f p�, � � Wp� X�q & � � ` �a �# $ .3 �-�{� � � � � xL. �� a z �n � � � � z—a.o-� 9 � �q $:� €H=����5��5��� Z =� -�� � � ; � ? F,. � r z Q a > � � _' � iS � 5 . � �k � z w Cc ¢ a� 9F'��g'd q-Q �a �6 �: `5, .� a o o c� ��'� o�� � �� � rYr= �?�if ! `' 1��! �# �� �R=`e���il Q LL F� qti k� ya� �1 a � � FiE ' Y� e, yge� 3 `_ ''�s� _ � o rc" Vt n"az2 ���` � �`"� �a "'3� �] 'S�'r�Fe,7 � � 4: } a a fil ��` �—L7 t'� �.� � Y� ��e a� =.S�W$'e� �� me� "� �_ � � ti a�.00 '�� �` §5 a9E �g �g�'3p���6 ���a� ��� � � � � - 9 R '�L '.���Ec���� �r:�W :a� . � e R y� e V �q w ` ��5 �Si�� �kd� 1 �. � i i � � :a�s :acs 5� P ;.4.. ; ;� � � � r.. . - ; -- Y � � � �.f�� .;isz"'s s. ` �` � � ��t -�r - -- ' � 1 - _- ._r... � . { . � �� �� ,,. � � �� .� .l ..�..��_.._- -.i_�.!.�_ ; p ;: �.; - , - � I � M _ _ 1;;, • '� �y�� � � . 00+8, 'V15 3Nfl H�!'VW ' � �� . , � ; I � � �.� ��� .• , ~ � � ��,_r : � s_ �; � T � �� � , �� Y � , . � �� �' i T I ' � ' L:-, S � . ¢ r . � � ,., t � j � i. � �. ; �� �;� � �� � ` � �a �' i 'F �: ' � ' �� j, i ;. �1 : � : � �� ' # ; i ' a� : � _ y k � ``$ F 1 - k� . � ;. . ; F : � 1� d �� i F` I�'. 5"7- � k� � � � � I rt h �= �'- ' +" . Y N� � ' � . .1. . ��.I . ��. �r �•�.� u '_,�� � ti � : �'=- ��., - , �..� -� � � ; `` � 6 6 � & " k .� „ �� �y . � ` � � � ; e� `` �� � � -��I. ��- �� � I `� ` ,�i ��- ��f��� � � ' .-�- � �`- � j_. � ��. s r � � � �`. f , i f . I�. _ � ., �.. . i t � : ��, � ; : � ; � &':i � :: \ . � y Li 4�11 lY ' -' .- _ � ,+}4 . '1' *'kl • . . �� ��.�� � i - „ $ , . I. . J f; i. .; - --� �- .1. '°" � __; r � ` �; 1 �'� ' � - �` � , � . , , - '�� � � � � . ,1 �: � , J� i -.� -�.__ - `� � �.� �3� � F IJ� �� �• �'T _ ' � '' � � J�� �:.n 5 ��� S 1�� E �" : ,I � o ,� � 1 �' � _�� �, �R> �$ i i� � +' tl � y� � �� 1 'x �,�;.�::`-, yY� 1� � ¢ �'� .� .¢:g i:�� �:�=R= -� E � f�. 1. �: � ; d� _ .�.. � s��+����� ` I - �L�" � k� !t \V ' 11, � � ° IyT I � lll � 641�:�/��,,#�l @ � ". .:. 1 � i _ _ . �` 5 � " � '.�'r_ ' "_i L 1N �ggg����y� ��`� �' �'� ; i� � � �� �� � +J � � � a # -' y � ` � ' ` •.�p J� � �• qi � � � � - _ _ _ `! _ I__ F � { � Rl ������ � � - S /� �� � �� � � ! 1 � i � , � � .... .. � ��r � / , � i '(� C4 � \ - ' - -- - ; - siuibi ,�i ,�roaa � e � `C' d !!� V� � !- - � 3 �. l I a � 1WYs hu1Tn373 ` � � / � : � � � � � � ; � . !�r �aoxs taurni �ri 3 I ���; � s, r� � -� , t i _., f f.rar.�w.•Lti- i�I �,f '� �,` i � ,�... � � "� / i i 9�� ���� ��1 � 1 - - ;-r. � - - ; 1 �-�- � �j - - r i`� �_ � :� ' � � � - j '°�- t - - — ��—�-`+ > � i i �... ��� � _' - , R• u�f � ' i: :.��� �� — -- �' �� _ ��� � �•, y ' � � _ � � � _ � _ Yt - - -- �'- 6., � nI • t ".;. j _..1_ �" . . ".��-' �! r� ��- �" f i ,� T - �- � - ; -i -I ' , ,- .,� . : � �'� ` ` � i ' ' x� ' k ' . 5: :�- `. � '�� � ' '.� _ ' i _. � F �� �� ��� , , ,, ��� � { .� ,_ " ��F i / ���- � � �, ��� + ... - ��a -,. i _.� --- � , � �.., , �� , ` y_f_ . . ./ �„�� � � � - ' i ��T 1 , , K . en 5 � � `. :: E .. . � . u 1 1F '_, - _ ..F- . : . • , _ , ��a ��� E I , � f ... _;..� � .t .;.�g� � ..f � i . . g � -- : . . : ` � -- �' �� '., t ;.. . _� _ _ : i � � .. �o : t .`` I�.,' I.. _-� . .il;�. i F S� � � ` } . ' .'.. � � r"` �tl �.i __ ,......�- �--{' �-- - -t-I�-�� t- i �� i j � � , " - ---- -----.�...!- i �.�.�-{ ��- � �. �: - �- � I. F -� � • i�� � _ 1���d . i. i. _ .[ ��. .�_, ____- ------- Q�� - !-► - � � � =a$��� _^ < < �� � � s �= ; , � �j 4 ` i _ �� `;`"' �.. � � � + � ; � � -, i- i -�..� � � � � 4 � �;=� �� � 1 _ � :j' � \ a,r � �_ �_.- : �� M� � � � ; f t- .a kr -� i� , : � . �. � �X�libl� r��ri Modif�cation of Eneroachment Agreement ��g �� Page 7 of 22 1 Bf[i-!1 [B99tX 6tUL0�'ON1�3('02k[ALI� S1N3rv3ADLdWIAYMQY02lAtlMUFWdltlDd153N4 � K i � ��` � � o � � � �� p � ���Ql��'����� �� ��' � � % � o �'- q Jd ,! � 1Yir� S"<��r ��� r� i � u w 3� o r o c�.� � � 'A � i' ���� �����l�� � .e� ��: y �i m y �C � Q # � — 1 �r8�rs��� � !�p o F. � . � F � � � � Y C i l� I� c� 8� �n��ax R A N�������� O i�� x�n ��� � � � 6 a T Q�y ���^ � o �"��Bg ' � iay �x� aao�� - � t �1€ is�aa �5 �� 4 � � F' '¢? Z r- ,� r- r � � ��5�7 \�y �k t ¢'� � B � �8 � �� 'e O O o O -witi Q.,�.JO R; � �l `� � 4 � U � � �x ���e�i�� � m a a � X� ��'4� ��Y �`•' { � � � �"� �� � �Ey Ap�- � � a � �- (�1 tp Wzm � � C� O;�iA�' � s� 9°s a. :�[a���y`-� � �6 F a° c ly� �`' F�� k5 \�� 'a' y�y �9 6!Qi �� i � N U �` 3� � 3 aa � 33� �� 8�4�����y�� ��� � ycJ€ ¢ J 4 � �� i6����S�Y i6� L B ,,,i'� � a� j r n ! � :� o � 4: a� dya : ' , R��� ��„ ������ . � _ : : �. , i, ; I �.•_ �=� ��a� � � �_� = .�.�.�. � • _ �n' � ���� � . - I ' i - I . � O �`�`� ��� � g ObfZl '�1S 3N1�1 H�l�'w OO+ZI G1S 3NIl H�i1h'V� -� . � f � ��'+�Dv{t'iu 1'1� II � �.� � �� h � - —� �^ ..�. 3rI •p �; 4 rrI � � ri��• t p Q i � � A ,7 Sai l9-9 ���e 9 � � J. i q g• I' ( i a�� L: � ' 4 � �� F � � ` � f ; � � �',� � ,,�� ��� y� +- � � �_ i.. ,_ �� � 't � � � f ' � � � �_f��� i � L � � � i �..; } � � l� I ..x- ?,� ��t r/� � 1 � r ' FiL99+]/1 lil P'17 � � �/ j . ���� � � � �`°_ - ���-' a,y � � % ��_ � � � _ � � � � i�7Fi — 4 I � � f f ��}f= � 3 �s� , � � �� � � � �`; �`�y " �s�� , � f� f � - - I # � � J.� a }� � % : ;F�'' — _ � ; oW , ° \`_ � , _ _..:>-� �� � j t i � � .+ . ° it ,� r.. � ; � � - _ ..=:°: � 4��:. ,? • c ; c�v� id,s; �� �� ��� � i F''",���# �_ a � � n tk' �� � - i ;; �� �� -- �. , . - � , � � (. � I ' �§s. .` ' , 7 µ 9 9 - � - 3 � I' \ G�'. 'F • .f � �� . a � ' ' i i ! � _ ` � h �i; a e� ;; � � �� i. i i _ �a � � , � ' � - = s�' ` � w � , a � � b � � � ' i sa.a i ia •�, I` \ r, ,�� �;` - � � + ; ��� � �._.�._ ; � , `� � �.� .�� ` `-. � ' g �' - � f �y�i E '��l � -�,.) . ��� °i � ; �� ��`' t J � '� ' �I-* , - � 1 � -, { i kE�.�e�� � a 1 li �' � .� ���?���r�_ ,�� I I d^g, Sw` l_ I-t. '. � i i. e li x '� �' ...�� �� � � � � '��� � �� � i � �. : � ; i V I $� � i ' � 9s'c9s�L1•ax 1� � '�� �a � r� f � # � ;t� K��.�.ER - , � : � y �� �i''����� � � !�! �' .� ��� Y �HASL�rt �T �Y�; �,� - � �� � � 1� �:� :�s�� w Rti —' �; � - . ! . H� a � �u i � � J "- . , wr- . "`� '� �-r- � ..�. � �. : ' <� '_k 1 . . �� I: I � � i - { � - . . • �. , , <�;. �' • r . ' g� ' �� �� � � � � -��`,� ; -- - I � ��,� •�� ,-,,, e� i f � � N: � �p� ,� ;� . �; � �� �r `I ! ° � �- . ¢ � � -, ��a se= ! � �� f .: _ � �„� �1 r� ~ & � : �"` . ���i 1 .. : J� .:::;� ; ;'"a .€`:�:: + � � � I i ,. ���- ! I '� : �� i -' a � � _-., � _ � .� '{�� i � � �'�� ` - , _ . 1 � ; ;-i�.�„, *•i,�, .. I�'I .� � i .��'� a` Y 1' � I i i I �h I — /��' F •.::' sf : �]'r :..+:. � ;T� / � �''/ i _ _` � -I � _� - I f � � J -'y� a + .� `% � � , -' i � �i ,ii ,�` I''� J � '.s f- ;� � � -1 `� r ; .__i_ �' I �' s' '�� � ;y%�a r` � - �' I � � � � ' � ' - � � �/ '' �,Si', n � ��_ � ' i1�' � i � � i �- / I `x � _ �- e � i � ! � : s �r]�yil t ••�i � s� %a .�_ � _� �jEn; `� V�/; I i�; Ji I _� I I I 1 I {f �- rr ; � � - i � � � i �, � f = ♦ '� � �� - - � � � a F ¢ � s ,f,� ,;•� g�.� � - �� p � � . �'1 � 3 ��� 0�$ _f% %� /.�'�� ' �Q �.; � �! . � ii_� i D' ��. � / �r�,y � � $� � :.1. _ . ; ... , .����,��fd.-�, ` � .(S 3ti � _ -`, � � �� ��� y� � _ OQ*8 V1S 3N1`I H�1�'W ���� fly..; /�� �� � ;� iR!t v '�i 'r ; � � ` a o �1 dr� �� YC r_ ! .,J � � �. � � ��' ' j t �� �. � . .. l e . ���� � i � ; " � °� Earlif bit „t�." Modification af Encroachment Agreement � O� �O Page 8 of 22 S1LL'� LB59Z'% 660LOL'ONJA3f'CJ?JdhLO S1N3W3AQt.WW1AVMUVO;IAVNWWd1i10d183A1 � � S � °; I � ��; � Y � � ' Ey � �b�k'������� �Q �8� � J � � � w�$ � g $�] � a � o c. Q - i � •Gi7 � ���i���Y���� �� �J� * _ � � � 3 �� r�� �� � • $-'' � V ~ � ' � �a aa� � : i� !�. �� ����� �E ;���27 � �� ¢� ' �p J � � � � W� ��M $i t�' Y�, �:�,,��i::T � ��p• Z�=� g r u O A� � hQ dZ� W�i � ���•� �������E����Q� j�; �}� Y � � °C h 4 � y� a, �_� �o ' 9F �� i� a y x � rc;� i a $$'ad: y z� �3 y� fi� ��� d � P� O�ti diQ p �"_` � •.'� � �� �� �a �fa� �3� Z LL h < ti xQ � N �_ ' � ` � � � "�' �cY � _�'� �pae�• a 'ah d �� a l/1 �� wz— • i ' • :� ����k gy•g �6 ��'.58�993�� a_ � Vai U � �4r t� � i i �� rr. � � E# � y� ''� aa �� x `� u z � � ��n � � �� a� �� ���'�-��� '� �e�� � � 'Q' 4 4 �� C3������� tai � � � W�� �� o�� ���, � tl � I i I I i ���W W I. � �s _.�- � - � � - �;7� ��'����� � � � � � �k j �. � E . ; ' � : .f ' . � .. { F ` � ,� a t ��—F- �-� I� � --� ' �°i�� �"' ��5 � ° . � �--L�� _..i_. __ ! . % J _� �.. I -�- L� " e� ��� �`�a � � O�r9l d1S 3tVl� F{�1bYV �i �� , � `��'`�V�' F. � OD �9l '�15 -3Nll H�l'7N[ `�. 7 n .� .3. � Y i .t � � _ u� .� . _ _ i '719• 'Itl Y' 1 � � � ~ I . �� N 9 h"Tt� �I■ $B 5'CZ� ! 'H: f � _� •�M1 �I "�f' :j- . i j � �� �p�5 � ; �� �N �' "! � � � � 3 �; '��r[ i � � S �����J�P :FI • �` � �,� � � d�� WIdA�i �"4 - I I � �iSI .I i t` .� I i i .} ..� � _ ,�a .x ... �1 - � � 1 � 7 f ; � SS529.ah•i •ii � .�� �'���� N 1 F� � I �d � � I � i I I �� ���� �p *}�j„ f � g • � � i F �Z-� �_ I i 1' " �- ' � - j, � � �I � � / ` 's J � i i I ' �$_ � i ��� �`� �Ifj' / � �'� � S ��'` r r� �� � E � . . � r � � :-� �,`{�� f,� S;. }_ r , I �.{ � b' _ ; j , � . _ _ :- � �� �����" ! � / _ $ '� . �r_� � _ J�E � �,��$I a t � � 'N � �NF �f yY � f I ��4 �_ __ i �y Y,1 } yF� .�,r � � ' � y` ~ " d�W � � a :R� 7�l�]/1"1M t'1 - �- ��� , �� �$� Y ; � ��� i �� ; . Fi �-��� _ �� _ � i/r �� - ���" I P� � � R � e.. W� 1 � � ,_ �3��� ^� � � � - y� - �''� ` ;,� � s � � � �ry'��? � �� ' � � . � ..� � - ti�:: - -- � �-� �`•y. �,X` •�a� - k��xl I .- •�c' s.- I � I '�o ' �.�__i ' � I '��4L3'� � . ' /� , � . 4 � f f - F � ��f ti> - �I i z�� : �n j &� i i � \' _ , t :i } _S p ; � � hS99.?!1 Ad 4'll �.> , t� � � � - '�^ ''�jI ti, � .E .� �-I _ 1 ( � �� ��? € .�3 I �+� Q �-�� �! 'i � 1 _ _ ,• _ � ,�� � : i ?; � � , i �a� � � � � � : � � ; . ; � � A � it r� . ry{ � ���! u l _ _ 4_ _� �.,,, _ _ '�ti 9, i � 3 j,�, i¢ i � �'h � a I �: I: i � �u� f- � i� � � f " � ' v � � � � �i�'� � f' �� � �p � � : � I . y I i I �� -i I i -I - - - - �'' � f --1� t� i ���R 5 i �rJ9 ari'ia e• i� • s" � < r . � � �: I � k'�,,. . r . r N r . i�.: _ • �.5 4 4 1 , F .. . . � _ _ L snW � � I I F � I I •I••I { �! �� k� .'N F � I _�a I I I j 1� 1 . VSbr 1 � �� _. !. � � i 3 i f , t,.l... V�y � .�... � � IQ � r i � � i . � 3F � .� � . � ��� '� ' � { �: � � j �'*'- S�� � . _ ���3• � � �<� �t�=� � �� � ' � ��� , � 1 �� t ; I . _ j' �.' �.. �- --� e� �� �€y � �� g, f � a �_. �� � ��� '�. I � . � ' I ; �t" 1•: •;,� ��, ����: �-},� i ��_ �' � '1. �4 �t ;; ���� d � ?� _ '`f' ,� �'�t -g..��_.- . ; � �� �_ . � �� �b �/ ,k3'` �- �-".j � [ ir �� .I.> .�� , , I � .�. , — � �� /� - � ,�A' . i ���`" `� j . a� . . . ._L � � 1� Yv � _ _ ��s�.;t 4�� .s� ` � � �� gg � : rnx�s:� �9 ,� - "ti. x�--_ -r � _ @_... i.j -%a� - ' � - :� �f; o-.%� � 3 � r t � ��� � . . . ..� , �' �s`�� � , i ; ` : k ' ,�,� � � flii H�Nd2! � � , .� - �- � g ; - -� ' - �- _ I - : ;bSa2i30NOd � � � °, �,?�,� ` �: { � � �� �� I• + 4 � 1 -�... E1.°: .;: _-_ ,..nx i_�, ;_�_i�_ � ��� �a _ h ` a,;,� �\�°:r � � ( �gF ��� t t - .. . : _ ' s ��.r� � :� �. - � i �, I�� �e� d' ' �'� - - �i'r"�&es,sj '��� i '��� y��y';� �.:�� g � _ � ?.' � � §���W r _ ` / � � � '4 t -C( �' S � _. I � e i 'yS >�o� . � y s ,�P$ 9C5l9•]/i'1 •'il ,�I I� � ,`` , •� � � ' �+ � L^ � ,� ~ d���!� i g �IS�F�d� �eE �. / I � '-- ,� ` � - #e ��. j' f � � � e• ; �� �I a�� � ; i i � , � � �N�� - � � [ . I �- �'�`� T � �' ' S ' I F � ' � 44 •,�� �� ���5.�� ��1�. •, � i �.. 1 .Naix� . �. �F$ t i � y� ¢ J� � i � � o�+ � F� i b .9. Y�i'ii• n'i9G7K- 9'. I`. I {...I.. ���; �� � 1 I� � �� ��� � ��� 'All �\ I ' ' � -' . � 6f =}/1'Itl 1'll � ` :�._ : _: .�: � oa+z: mis 3�;�� r��inw ���� � � �a+z� di.s� �Nn ��l�w : :, � � 1 �-r r -� ' � �E �;, , '� � ; I ! � , � i t _I � I ! "� � i ���#�� � � I . � 4..i. �.: : � 4 ; [ � i . I I . i . �i � r �� � i � E�iI'11�'llt "�,r� Modificatian of EnCroOchment Agreement � O� fyo �'age S 4F 22 G 8![Z-N L8S9L•X BLO�OL'ON7.�3PpkM.CL1� S1.Iy3YV3AONdWIAYMUYaTIAtlhAN2iYdi2lbdLS3M I � a � �-� . � m s � y� � � �■ � ��e��$��'��� �� �� � � a � z >- q "_�'o I a •li� � ��;� e���, �g � � a � U 9 � o r� +O n R� Q ¢ �� E w_ �p�' 3 � c�i h- a�y � 2Q a�c� �; k Li� e� ����� ������� ��� E�� � � Q� � w� a�ca¢ a � � ' . � ' � � ��i0g�d�,�"¢ � �� � �p�• � � �-� � ` � � & a �� az� �s � t �i fI9lra ��ib� �������¢� r'"» t�y4 � � W � g J ��� rZo a 7 @ . � ~ : � x ��1� �'s�: � y� � 4� �$ ^ ye � W � � � '�,Q„ a�v . e_� �� � y',� r il ��� �xk �x ���-z�i� i � F F � �q �Ua �ti a �� ��t'C*�'�"� � �� � Y ��-� c�$"� aai'X Q� y D d � O��^ �y� �� � � Y��n 6� I�} _�ge� p. F N C7 � Q¢ 4 i `� if�+ � �� y .� 5� j{ y� s g f�� "� U Q � p_, y�j � �pY $i8 � ���dg���� a��n�'^ e�C � � � 4 � 1�� ;��:�'��{3 �,`:ia `c� _ � � � tll q � ! . � . 4 I I ' _' . i ���5' , �... y.� � ' -�.�_. ...: _ . i _ . , ��� , -_ _ r- -. - i -f_ � OOkOZ V1S � 3NEl M�1V'W OO.+�Z diS 3N1�� �[�1diN � g ; �, ` � � � � reses•aii�e y• i . `L � �'.� �'1 . - I j I j � �" � � � + -� � �! � �X � : �� � I _�I - � • i Ilr � -i- - � + � " _ , � mr eo nz9 � r ' �_� ! �� ----- ? i � z � � � � � � - -�; � ��" , .,,, f I I ' � �; � -� r. -- - ��' . �� s �� - � c �' � �� , _ � � , . i ! � iOS19=LL'ltl �• i i - Ji f r � x � �. --� x�- _ _ —a-- � i . i. . � . { . _ _ ! _ - ! r -f '�� �� 5 - �� WI ` : i. ` t. . � � 1.. _� _ �r� �_ � � x ,� I _ � i ; � � � - r ` '� ; ' ' �� � ��� i i : ; l .� . � , .. � f � r• � �' � -� ,��� � � � , � � s . i � � p i � �'Y14•7/1'lY t'll a _ I�a _ii ���� �;�5°�� i 6�;�� I � I` � � I I II I, ,�� i r �f Y � r� i I _..E . i__ i __ 1 ..� I {{i' � ,� 'i �- �- s�g� .'iJ _i � _��_ 1 i I l s I .-1i � �n" 1- _ �+'x �i r � i _ ' .�. ..ii _ 4 ,.f . .'I '� x {_ �,x. � f f �:{�'�T., ���5, �'i,_ �-.. .���, . � . � � 1 I � ii I � f i I- I' il � l ' ,..: F-- � ��, ; � � � . ._ � If� i I '� �` �O � � : �: X �: .I`- -�._J � � �; - . , € � �, , � -" � i � _ �� "� :. � ��. �t V I ��� - F ; i � � � �� .,� � i ,}`�., '�£' i _ c i i ����� ` * I � i � � `� � f ' I �1 �1f��,lk � F � � : � 6 � � � �� _ -- � � . I{ I $ � � � � f 7 - � `F � � � < <,-A ;:E- - � 00+91 G15 3NIl H�l'd tNodiflcalion of �ncraachment Agreement r � i �'V t - g� i_ � ...-- - � ----�- 'LL �' - I ,_ , � � -I� - - _ � - .�r � '_ F i � i � � �� i i �� � f �' ���� o•� _I_- -� ��f I m�� � � ��� , '��� � �� x� F� � - � � :�0�1 � � ; K�� . , , � .j � .,. _; - „� - ' 1 ; E ' ' �.'� . j '� ' � � , I �� � _ � '' I i�l � i .��..i �..� � � � y � ' � i-- ' �_ ..� . i '�I i i � � � tlg j _ _ ; _� _ _ I s � '� - i � � C � � � w � � 0�+91 � ti1S 3P E.1 ! � i � � � � �i � � � � Exhi�it "A'� � Oii �Q --..+. ;.. �. � ! _;. .�. � ; I19 �!f'ltl �'!l _��� �. �- � � y �: ' F1LL1"1H f17 ; �E � - � �- �_ � Paga 10 oi z2 aiez x �ssez-x aso�o� •on iaarotid xua s�wanoaawa �vnnavna �v�nra �o�sann __ _ _ � I�( � ��' _ � Y � r� � � < �ig C �� i � �"7 � � I • II � � ���S�B������ �Y $�a g a x � o � n LL� � ' i x � sa ����_"��4�6��.J.J.J� � �E �4 - � � _ °° � � F-� ,3eca`v [p e ■ O �^ F 7 O f � 9 a( .�yYa � �. - r a la+ d � s> � P � �� ��"-� � Riy ep�J� i�e■� �� � � � o o k}t � N+i � Z ~ � o I � I �.q ����i��G �� R� o.�.� � � � � � Z nl i� FL � V1 4i a e� i � ���F � re � ii y y _ y a? ,� x� F„ x t �� i� � yy � y r Z 4 �:�� I � g � se �� r9 :� �g_. .N � � z �, � w adF- ` y � K o o a g Q o � ' � % ���? y ••� H�? �� y� �� p c�' ¢ 4 w� �ao � ; # G i�= �- .:��s�'ri?$ i o r� F— �c� tn�+ ��� � `_ � � � � �s `J § a'_7��R�- r�a r 5 ¢ � � ;�N I o � � ¢ �� �� �_ '3 3G�3'W o � �� k" N u � �� 4 � � �� �• � �� ��gY3e. �x� �� "� u 2 k �F ��i '•� ���` � � � � " f���a�� �i ¢r€�� � V1 g. _ � � � a- �S � ?z 5$$������ �`a:�� "€� a ` ��� q � " � d �; '¢ � � $ zz f.; ;� -i . 4- — � � F � ���d = � � 6 � ; � - , � 6 �, ; _T _ , � . �O � � � � ! I� ���?- ' � �f i i _ ; F : i + n I . I � � 1 �.: �f T- . � I �� ' f ; � ��� ; �.. .� .._�_�� � �-� ; - �� -----_l.. ��. i .j;; .i. � I � F �E� � ' - .I..i, � ? i ��� � 5 �.f .;..i,.,,.. - - --fi-� - I ' -i-� ' �-- _ � . G. - � - 1. . --- I`'E ,�� - ; ; ,. , ! � �;.�: ; , ,,,,. . � , ,�... .. --.,. __. _ .. i ; � �� i - F - - __ '.t' _ 1- � � ' � E '_' I' _' ..__ .. .. .:... .. . . "' : _ _ __ _-t -;- - ; f E� � � � -=i �._ ..i._�.C. � ;: ��� �� . •�, 5�'69+tZ �/lS 3Nf� H�J.q►N -_ : - � 1 .. --r-r�,���� , .. . . e. . �" �. s . . � g`.' � - maax �ac+cs.�x ris y� �' I 'I f I -I- �,�L; ��'� ��� ..1a��� �,£ i IX_ I _ � r _ �� ; '•' 'f► f 9• /r'1M �' 1 � o n_ _ �r � : �� sJ},F $...:,t � .'": � :,.Y I � I �� � �� �� �II -��, � - -- - I �- :�C ! �� � '...�e / 4• I V�t �Ma�..�{, � � --r� - � '�J I �L��a� ..y�,. ''F F �� �_ .�� l ' I �n k `I� .i �'� - I I 'i ; I ��. i �e �� j �& j �$ i � ti • : .. . . �� :r1 ����kf��sl� � � ��_ � � 3 '�� � _ I.ji �� �W.. I.� _ . ... . a� ��'• .. t I- �� ��' '� I i s0"91f•7/1'1 �Y'17 � �, �fi"� �. %'� � �i i � ; r� ; ; f f , , � - �o, � ;� _ � r i � '. �� j�. {. , ' 1 _ ' - ��. -� � l�1 :� Ja, �S ,} ''` � �� -:t � „! � _ * � � � � �, � I ' , � i <,� '� ^ - - - � + • � {���. $ i r � � =E g_ I�d ��{� 4 ' k _�-E �,i � :r, 8' ' �~ � � i E 5:e ai i 'e-9�z.. s - I � , sLmaix �ia -11 's `s � - EI _ ' N � � �i� Pi. . .�. .: . �� �� f�i `^ �,a.,i.� �. ��- ayy i� : ���Q� i; �G� �' � � � ,- �1c fI ! � �� � � � p � � �' ��i]y�� �`if�. �- 1 a 4 I j- � �S$� � � � i.. �Q� � �.... .i . � t � � __.�, I . , I I '°J 1 � �e # _ � t$H �� I � ��t`� � ���"`� ��^' - � 1 • � � 'F � � � � � � Q � � 6 " � . ��#;::��, �,�,' ;R '" i op R= y i ia�$ � � ;�n�� �� . . I. :; „a,� �� :• , O�+OZ t11S �Nll H�l�ii� Op+pZ �I15 3N17 H�1dW - � _f' _I I � I, i, �. .I. ,. � _ _1-_. �.� , � i i i �.. ' f � �' I �' � � E�hibit "�„ � Madificatian of Encroachment Agreement g Qt �O Page t 1 of 22 1 BL��'H LB59i X BlDldl 'ON 13�1'02ld JLLF� S1N3Hk3A0i1d1Y1 AVMOYtla AVIWRfVd 1}lOd1,S3M K � � = ; � � � g � t�` � � ,� � � •� � �a���������� � �$� � � < 3 z � e r i x o � � ' I ' ¢ „� 4� ��t� J�������� w �yE �gye i � s ~ m � �C �pR •,4'{saW a �p ap �Y�y�� •h� Z L�� °�$ : ? � � � � � Wa �0.pQ � ir � i 9 • �E�r� �l if � #�� s��S g� ° `� o a ¢ � hy�L dZ� �8 � �a� � � 4�R�§ F�������E€����� ���9��I q � �� r Q� � x j ri� vi w � � �� ��5 � `� �x � ¢ z �;e � w �aw �. � � aF I A � � �Sa� � r �� d � � §; � E= � o ta q �ti � � + � ��i :* " o � ��i ��'� �� ����'i?� q r F � xQ v~i�N � . �� � y � � " �. ��W � a`^ya"�5' o F ` � 0 4 � � � z �.�. � ^ ' � ����~frya�= � T�� s�s �� =��=��5s� g �y M v°', u 3 e�~ a`i' q� j f �� �s �P ��` �� � � ��q �� � q `� n. 3 'r I 6� �Y� � ��R�S�'�5Y �C��„r �� � � 8 �- s 4 aa 2�B��a��9 �>::, :E� ~ i .w � �� ' � � � � s r � a � � s�b . �g ��� ; , ; � � F + � =- n�- �� � �_ �����s � _ _ _, � : , �m�o b�as ���" � � -� � ��� � � � _ .�_': _ .T�_� _ �: _� , y r�� C _ � _n n � 6 � � g � 's's G � 3 "x� ` p� .y � o � .' � S � e � ��: d S :��$$ M �eJz� _ _ i _ ; ' ^ I _ . . �.. . .' , : ' � � �o o O ` � � a�:� ���::W� ��� � ...�_..... � ..,...,. � ; � ���: �- � ��� - �� � � +-: - �� ; ' _ - :� � V _ � . i..� �.- _' -.� ��a _ .� ! !. ,..� e i � _ , � y '`�.�� ;-� ': � � .�. '�� - _ - �� � � � , j i i - -j - j , ; 3 .-' � . . - �' - - -: - '• ,. .� � j . � � � �-� ; - :- l.. -rr �� �; . �� } X_� r��- . �. g 's � �'� t � . .i . .� . � , : •: , ' . ,. 1 a�� �- ' ` : - . .. �� � ��€� �H � ' ;- - -� . . _ :. . _ . . . w � .. . _ , � , , � �� < � a I,r � �t� =s� � q g�_ ' � i _ � i�.a`i �P � �s � rF ' r x ..i.. . -I :I f- _ _ " _ '!93! 17�ML� 4 . .. .� ��~• �g~ a¢� S� �� 'vi� vn, ' F - - �i5� �j --.�. iEQ]I R�iM �7u/i 3w n � A Rg°�r ~�� s� � F� �! � } _ __ _ �,� 'y� _ Ir11�715'Yi5371�P.�f3� 9 . ' � :r r � r �a a a�`pF i LO M�'lmi.�� � . _.. ii-`_ 1ic� �Wa '� 3a" �7� �3a 3= - ' �-- -�u�vu►•e�. i.._ n E � . . - h� 3 s � . 3� � � ; ': - °'n � i . i. � . as iuwlsa+ ur� . . � � .- . : �� � I . , ' I . � ' +� � ': 3� ��s � ,a i . - - - { tl _ ._ , �_, ti � , _ , :��,: � � , , _ .. : . , . • - �} � . i - j- � . . �- - ,. . -.� . _''� -� ; • � ��' i , , _� . ; ; � ; �$ ' " _ � - - �r s�.�; � .3{. �- €- � � �' �S � r . �-�,�: .S�A .4� - r � S t ��� ! � =v � ` ��100' R.i�" R .. j� f � 90'SL`Y7J i'17 tl L1319=L '1N � : I+ TI � j 'r I ¢ � ��'�� S�k �� � . :�o fi .� '-°�' �. l ! �i 53MPA I j + �� � � , ' � -- i "� � � rc 'c F � :�$ j ' $Ys [:. _Y � f �_tl t !a a �;� � �„ � � � - �� -1 ; ��xs .�: � I ; � ,�� :� i g w� � i ; • . ; = f : l, N -�I � �1 �s ni T F f.. 1 I L,.. . _ � �i �, �� � z .�Ti .LY � I � � I ffi5i s /1'll � j f � ,: a '. . : � : ' � i I i 1'a'a ' r . � R ` � i i � i6'Si�J/l lY � � ��F i ` _ a � • � . �o� � n� •� - E- � -r- r �jI' - - I� i � - � ' - � � -� -�,� r , _ _ ,t ,.�I^ � --� -+._ _ �,. , L � . , n -_ ;_ I � ', ` �3 . � -1 I•s•xv _' � _ �., � " ` _, i __ � I _ �_ � e ' �� -� - _ _ 'j � . : .. .. �� .- _ � -� � I � �� _ ; � ' ( I � .v ' .:._ . � _ • � _ i" :.. � �: -�.. � ., � �� � j � � .�� _ i - � � � ��`�. Y9t9•v 'S� �if��eti•1a _ � � € I � ; , � � "• � � � . g�x. = I.. ��c } , { � � � � W r. �� �. ��., � �s� -, n . � - � � na � � : �� . � � "�� i- F f �� � - ` - � � i f �� �l�o� 1 � ��` I � � �� �: �.k ;� �A , 1 .: � . � , � $� ; �R$� ; - ,� �g¢ e-s�cz_ �-ai �a� s �.; I, � � . �� r '� . E ��W_I i - i., � -� ��- � r7 � � -_ d : 3 F � •d�' . ., . ���.� �. $` 1� - � b : � �. � � I , ; � - , � . ,�•„ , � �,� �d � ��� � I •- .� � ,y� . i s f • • i � .�• ;_ F� I . � �1i9 ` � ' �. i ���j � �� _._ �� t � � � . rti -_ i 8! q��� .' . � ,. i "��� �� i i I1 � : I ' . f - � -I ' • �r�� r- -i-�1 -' S'd - � + - - £- �S� / ���� -, �:� /��� ' � � �� ..I j� u 1: i 1 - � I t �� _' �'.'�,� �n_1 ; . F .� F � 'F��a�.'i _ ' � 7 _ _ -i� � i � �� ! I � ���a ; � ; ��o� ; ��s,�„�i, .����, �d `����� ��:;� . :� i �a� � „ j : ���� { � { r - - � � ��� � t :�� ,� �.��� ;. ! � � �� ��ifi�.f. � , n E f 1 - � 9[fYl'ltl. /�� s, �� � = 4 i' � y i'� ��� .� �' j f ' I E I€ YA•a �+.�i���d � -.�H� f . � ' F- . I X..1_ I '�_ .1___" . -V-' 1 � :f. �� j� i�� { �.' - ( _cn cr �,� ' � �' I � , � _ ' ' � � � wr� � � �' � 'L _ 1' ' r " R� �"" (1..' I� '_ �" n� i �' , l, o�Ys h fi9l9=.7/1'l 1 . � � -`� a� •g �� I :.8: � � b'"' I ' ; � �p ' I I : TFJ Y19197/y'lY Q �•�� ��` �� �� ;: ��4„ .� ,_ � - i . •, i ; - - I. f � f � i � J j:� 1�. ' i�t �e_ .�. .� �:.. I C- f �i�" �,: = .�. �. , } i � e,�n•ii � i �s�i7•�ri•ia - 9Mtl 85 1�53� �43i � "Wtl t s3a p037 _�- a' jN -�-"a �� I ( I Y j { : t6'Oe1SEa '69+�t i�S � i� 1 3+ 9.K riS �ns` � i ! � t - 1 � � s I I 3 5£`F9+lZ b1S 3�11� Ff�ih'W " . � ���g � � _ ' „ � E�hibit "'A" Modifcation of Encroachmenl Agreement � O�� �� Paga 12 pF 22 18S9L-X I� y . � i y,�� � '� � . ���� � � � � � =�=i . - � '� ���� �� S1M3N13AOildWl J.YM1lfldfla ,IYMNt1'dd AHOdt53M Y W � K � �a , w _ � �U o Q� ak ` u r m a � 4� �a�[� a � x � ° � w4 z�w � � ae r � y zOq - s z W 4�� .q�r. a 8 � �x� rc �z r 4 � a zZ '° � � p o �ti fl�z a ^� LL 4 a � k� Q�� 7 O �" F � ^ �^ qf r � 0. � �o Z}m � .. �� ��sai 3� �a E� �5��� c;� a � � �. . . � , a - � � 3 6 - ��' � 10'[�47/1 •ji � 0'�ii�7f1'L � f���8. ��W .} "� i' aii ia 1 �.����: �ffi ���,�u� •�, : �� � u..�-�_��a --=� . �1 � :_ _ 1=�:. ,, . � � t - -- -- r` I i � I � � I � �� i i 1 j � � i-- � - - � �� � 4f •f -f �: `... i �` ��; � � i li :;, ; � , ..,�.;.. .. { i.�.i . . � @ _� ' i •��� ' F 4i �_ -I - I. _�. __ _'�_ � � � j. � . � �. . . - �� — 1. +. � � I � � i �; , �, i -- - ; ;- J _ '� _ _ , .. - }= . ..� r ;. ., � � �.. � -{_ - .', ; , - - .�l--- I 6 � =�Il'lY t'IZ 1.� �; � FS'd99� � 'l� 1 1- __ _a.. ; .: . . -r ; . __ � �` �i _-� 6101OL'ON t33Ebitd .W� � ��� � i � « °�a��Rl���a��� � �4 � + i� e$ ��g�����������tl w � �Y+4' � C �� ��� �#����������� � � �� a S � �� � �� � f � �, �p� �_ �.. � � =r �� t � _ � � �� o � V �� �W §a � ��= r' `����� � �� ��� �� _E \ �p a�a � �� S � ��'-�' li 5 : � : � I Mndificati�n o1 Encroachment Agreement � ,.--,- � j � IfI ---� �F.' �� __ �_ = : t ..F ��---- — -,.� . � . � .� � :,.. .. _ - : -_ - - k _�_ � �-, � _ � .,��; �,.....=� j'; �. ;i � .�-. _ _ _ f ; f f � ,.._ - _ _ i i. _ � . _ 1. - .f� � � �� � � E�ibit "�'� 11 uf 20 I�,N ���� Page 13 qi 22 �au�z•N �lel a BLOLOL 'Qk i33f0!!d AtE3 a � i € �'��e'�����°� 6� o � ������� � �_ � � �fi s � a � '���F� a�������������� � Y �E � � p��� �-�` R I� 4' s �Y vT t• �. p � f 1 q s �� �� y [�Ex � �d ��$f� � � F �' � � L� c: ��� � ��g � �:a .� x ��a : � #� � F ��r � $ Y ? � 6'. °�'�� j F� �'�i d � 5 �', �s S � �g Y �il 9a9 �� $�II 9 te £�I �� t�� ii AVMWOt! AVlY1}Iilyd 12lqdLS3IJl N „^, � w � P Q'i Z �^ Q O Y ��� 3�p a � > �� � imo �tiq �z a 4 G K � �� Qn-N � ti � � �— x� �zfl � � � w � ¢ � 4 O � �~ � �Q � 0 H ti � Y� Vi�W �� [� o � 3 U � U � � v` �� ~ �� � � y t � � � � E �i �i� � � ��� � � r e ,� ;���� . �sg ��� _� �F d S � ��� ��� ~� �g�� ��g� ���� �x� �t�g ���g °�"9..8 ��`� � i:8 G��tl ���` '�W � ���� ���� �y�� a � ��� � �� if } �� � �� s�� ��' �� / ; I �� � II ��� I ���� �_ � ., Y4 f g, �sh� � ���� � � 4 ��� �i� r Exhibit "A" Mpdificacfon of EncroaChment Agreement �� O� �O Page 14 af 22 OO+Zf d1S 3N1� H�1dVY �oN io�rt>�d A1F� $SN3W�M1ObdNI AVAMMOt! AYNWatldlHOdJ.$3M � _d � � Ae`d�� 5�����' � �� � y � � ��.. � � [�� ���5���c � � a �` N� a �.i�r � 9�a�1�� �,� � Q �o �� � � � 4 � � �_� ���p�l��������@� 6 ;�p �� � � � � �C ¢ y2 � � Y� �, a � ��� t5' � � � Y- �i - Y � �� � � o �9� �5 �� '; � � ��\ �x � ` � � � �� �J �� ��I 1j ���� � ` � E� � � � ���. �' s� �s �;I a� a � 'p- t_ �51 �: N Y R' Q X u O ti N ��a'- L � ��il � g o Y- K O � �- y O d U = U rc �� O � � � 0 a [D Q � � w� �a� � �%� dd� �7 F- a> r�o 3 z � 1�y� �Opd F�0... YQ VF�N .i� � � 0 � ^ ^ f � � � � �� � � d � � a �� �� � �a �� � � �� �a � � ; ,�, �� � � ii � �s =�8 �� � � �� �5�� � � a�� ���� ���� ��x� ��a �� a ��Y� g��s �� ��� � �� g ���� ���� af� EXIlI�?lt r'1��� Modificalion of Encroachment Rgeeement 13 O� �Q Page 15 of 22 oa+�€ nls �N�7 H�Lvw �� a `. �.. �ffi,� a�. �.�� �;. � ��� � �It; {I r„ 1� ,. 117nI/ O il : J �' `1 H�1+1�4 ����1� 11�f1 Madifi�ation of Encr�ach�'nen� Agreement 1 Q� O� 2d 86fl301'ON � � � � "� a� ���e34���tli� �� �� � I� � a� ������p��6�6F W J� �j.. 5 � a =: � .�� ��;q �������������� �� �s� � �a � A � �� �Ea; '� � Y� � e �r�6A? � .� : F =� � � � s' r/s g�. SI �* � q �8 �_ & � � �� t���l��� � u a�� �y �', • ���G � �ey 5�31 � _ � � r� � �# ��� �� i�''� g s F� :61 S � �b q ; ~' O � u � � �p 4 O s N � Q $ 2 ��� aw� ��� � o a� ��7,'� 4 a �' �$ 'S 4 a F,. � a r c� o e � �- 0 0 o q y� o�Q R 3 0� F ti ka �o� y_ W 5� �� � z" �tia � � � o � � � �� :�� � � � � � � l � $� C � 4 � ��a� � � i Y � 1 1 1 i � � �� � � � a� � � �� �� � � � �� �$ �i; � v y �� �i - �s� x=a �� �� �� �S�o � ��g� �q�� ���g �� � ��g� ���� ��� ���� g �a14� N �` ���d Page 16 of 22 00+(3Z V1S 3Nf�1 N�1t+iN &1Z'N L@992�! 8LOL0�'ONyC�fQ}1dh11� 51N3VY31tOtldlNlAYMdhlO2iAYNUIa'dd12FOd1S�.M I �i� I ' P . � �� R=��1 ��y� �� $s� � $ v � z � " � $ ' ; �� � � s��� s�o ��� _ � x o � o I, p 2 �k���Cir�' w� �� s � o M' �� 3�a � o � ' t� � "y � � ����F � B���K o � 8�� : R 1 F � c pC �& 'c � n' � � i ' � �� � � �����@������$�ti 4,� R'� � � � � i w � �� daF a 8 �° : ��� E z� a F e�E�� �x � d � a y � x? ��� a �', � ' e � ���_ ; � { F � �� � � �� ,� � t w � ,4u �Qo ! ' �» y�' �� �� c. o 0 o p N� aaF i ' � - � "l� i'� " � tl F � a Q � �Z � 5 j " � o ��� � � � � �� �� �� i����y��� .r�i - �s � v n v� x o W � +� � - � ;��' �� � �?��YB9= 'g f 2e r N u � � � N � �' � ;��� � � Y � � ^'"u ~ u 7 ti � � �pa� �� �� ���'3���� dg§n; ��& � v' � � ��- q s -° 5������f�: �n��� �o� a s � � � � � d� � a �� �; 3E �� �a (QI�f109 H1a0N1 OO+bZ 'd1S �fl� H �1- � � � �� �� . ,.•a , : µ• � � � � _ _ _ :, � �§�_ �S � . � : � �� . I " � ~' I r �j� ���'�'� �' �, � � -. %�� � � d;� F*,� 4 �F � � I�I �3 ' ` /� i'`f�' jF l'� E �` � �. � . � - . --._ � � IF � i � � � y f � t ' � i I . � .k � ��: ' - �� �n ,:.TE : r � I � �e: s �I j ''i r f '� .� 4`j / F �e_. �� } . :� r �; �� � :I � '� I� j �g� � �"4 ,. � ,� I � i__ f . � � � -.��' • � � ��� ��a� ��'�� � - i � '�� t Aa Y. _.i 5 � j B"� L4d -F6�f�.2�- � Z. �_ , �� �`� ���`� � � I � 7 ,;= ��:: J � (`��. �-: � I� � ��� � g�}f �M�� 1 r.i g 6 � 9 xt i'� q 1 `% �� 'Yf� �Q ��` � , � ��¢ _ } � f� f f. � :e.. ,. j� e��s � �a $ �s ,ll' � � : � �: g'� � ' 41 � �o» I =- _ {-' - � f"�:�- -- i�. �. �..� I '� I �' � � ��g� �u��� �j�� ��., �1 •, G. f � , .. .. } � `'� `` ! 1� � : �� � � ��; e � I�y� Q ?� � -� � , . �.,_,� . � � � �Y � ' z � . �; ' "' 6 a,. �; =f -.- :'l.,: � ; �-� e I ��6 . ,- , f.�: - x.� S: =.1.:..,� `�.: I I�.��f� �.. r ` rt�, �` � �.� : -;� ; � ".�. �� '``� ��� a.' � �� :�'-�,•� � . �- `.:' „ �:: . � -. �:- I: . ..' �'� =$' .�'. �� �I:`.�. �i ��; , ,�n� s ! I� (..� ��E� ���k.�.�xx 1 s:t +Q�� I � -'� �% -y�� 1— }f';[".i � \ �' r �.•�f J !9� 4i--r'v �� �. '�h � �.r � Y�. � yl ��" i � _:� � ; „ ,,� � :-{ I ,..� ��� ��' ��. � . ,: +,�� . , i,*� � � f:e. , 1 � [ �:' e g ' � I Ni � � , 4�'. '�' , � �-� - ► � $ ' �� `�' fl ��+ � _ „" � � 1 �� 1FIde_r � � s � rf �`f � F i f _� � � ��N -�, � f '�. `F t`£ i _ � �r-_ - �?` i . `+4 ;"t4'_ ; ` , _f�! r' ,. _r�;. ! - l E.. '� �:I �f f°`� rR f a � �r ~ I � p � �! .,`� �' '�` � � -_ _ � � - ,�:�`� 'il •.{ �� ; i i �: '� rx,''J .i� 1 i� �:a;-- v� I� ' � i x � x - �� -�'� � � a � ;. �- � :', y � "yS-� -i� s g -�p �i_ � _ -}t � r/�F 1 . ���''� � - �. ' r � ;: �� - ; � 1Y. l i 1 � A. � � � ,� ` #� S`�' C ::, 1 5�� � I ! 1 x :��� =� .,� �,. k � ��� � a ; � r`�- � �.� ! ! � t , , �' l f-'' � �,� 1 :.N r.� �. \- .� � r\:� - t�` _ I f - � , J :. � � i , . ,� �: :,�::;;��t,t � ' = � ; f ,� �;. • � ; ,�. �- . � „F: x•�;i;. _�„ f ' j., i, �` : , , a. . , ,; ��� ; 4 � � .,a� � �� '..� ��;:;t::. j - � s ; � :�'`:- . �. . , .��� -;�.�: '=�" ;e'_ - _ ` 4� I . � , . � ��`��� ;� f' �';_���: i - - '�,, . 4k� :,��,�., � , � ;`; �:<,;: , �;= : ;:: - ; � _. � _ a�� �, � • \, we ss:> �� �e:s�cz 9 -- i j \ @ l �f , x, � i�i � f� � � --_ � - r u � � , \ � rE,I � �i,:� � I� � 1 : \ �' � � � ,_� i.. . _ ��e .--�` � ' � . } �• y-'�- i.-� t�_r f�- r�«� >' I E '1- oo+az dls �r�n H�Ldw �xh.ib�t "A" Modific�tion pf EnCro�chment Agr�emeRt � 5 Qg �o Page i7 oi22 ii i• i : I �� i15� � gy�< �s � s g ,� � �?���R���b� �� 'R � 'E' ��i6pY�� �J �L��C $ � �g �s� ���b�������E��� R � � �'ad, �.� t +'' r � ;F �� � � e �::, � ����' � � . � �i i; » ,� � 1 j ! l� � 1 � j� il! f & �� I' � II , f I �� �! ��. , l� '�'-6��11 ��P� II r/� IN� :. � �I/�4q 1 � i� ��. �an.` I• , ?l- - �' ". �� � --: � �._ �:� _. .. � li;� -' � �.- � .,� '�!j .., J''l , I M4dification af Encroachrneni Agreement w� � � �� ; �P k�� � y W � Y : B D �� �� " � R yqgg � 3 S3 �¢y ? � ��� � � ��g �e �S � E ,E'��� �3=5 �� a� � g ��'�, � a �'�J � 8 4 �� t�, �;,+���! � ��`�r`� I :{ = i �f! � l���r � � _i'�, r � '� : , !r� r ;��� j i j���r j 11� � 1 1�� f I h f��f 1 {��i f I f � s ' �� �#1�1���1}��i ; I �jl � 411 � � �!Ilj! I ,� ' �` � . il f + 1�� � �� �"',o,�-- yJ�f I � � ? V �`�~ r��i�� � �� � � � ti� .�\\� / If ' ' J I.: �I I �'���� ���� I� a; . 1 j �: � f i � �f � �!��.a �1� � y� \�`,f �� �9 9 1 y r `,r ! f „4 � I ` - I # 1 � � t� � � _�:�. �_� ' r ��. ���r . Y�t � � _ � w _,_..._..ry b` `t /: ' 'ti'" � .� � / -l. % r , � � _� �.�; _ „/ f .� �' �''. Y /' � (C '� i _.._ .- � --.- --- ----�-` -�-- a '�� �:,�.� - -- .�—�_ - -_� �tif _! �. � , ` . I ,�-�7.�.i . f` i . ti . � �- -�_----° � - — .'��?�' � �S4Y��� � � 1 i ' � - -!1 l� 1 i a�/ ' I � . . .� � {�,f ��!ifi . I ���^- ��' f� I I t atg� � �-�E � f � I I , .,�9—..— ,,�-�-�' � � ��.:f ! f rp, J� ' ,p C �Nn i �m F� &' '���t " .t. � `.ziYq, � ; d _ � t�'�,' � I ''-��1 � � � �a 4 3 2 �� � N �"� �4q a w n � r a � � W� YykO �.' � 0 o rc � H� �aad k$ � a y � xa ~�? � z 0 0 o p y� Dao r � � � �¢Q � �, F a 1� k� vFic7c� � r 6¢ 4 �LI OO � F 7� � Z u � k � � � ' r � � � � � K � � �� �� � � �b �� �g � � � ! � �@ � � I [ ¢ .e �S� �s� __ ���� �$ �a�� ���� ��€s� =n�w a=w� ���� s��o _ ���w s��a '�9�� � �LL4d ���� �:�a� �g� �g� ��� -:� g w �c� j I il' 3 � �! � k�: �_ I j'' � eE{ ���„ a �4 ' , - �� e��il����� ` j` � �`S�� � k - . • � � ���� t� � .� :; . `� � � tl I '� � �Y, �: � w ji � � � 4,�, .��; �..G: :-�:...: ;`�o jli�. I'~ �� k M� �: �. �� i i j � ti� �:� � � � : F `_ _. � � � � :� �} `r q:. a \ _ N1�ON� OO+bZ d�S �r�n Na1��v �_'y���� 11 A I� All L"� 1� Of ZD Page 1 B of 22 BJ.,�Z-?i 1959Z X eFUVUL'ON � �� € � • 6��a�e:������� �� g� � a �., �^i ��������� Y��� a � $ � ' � � a . � �� � a ����i����#`�$lf�� � �� �3� � & "i ° , � �� �d' °�` e� �+:s � � s � _� '� � ° � o �� g�c � � : � '� g 3� 3xtl .�� _tI u ;: g 6 `'.S e �'� °�'. �� Fo-' � �� �.�� y � Cg=� �€ �3] � � 'E a c . � �: s� � � �a x�� �Qo 0 0 W } 4 a s a n � �4 x�� � U � 0 0 � � �%+� �d� ,� 8 � � � � z� ��� � q 4zz 00 o qy� 0�� � � � 4 w oc�— �aR � � �+ �^� W V� �� � o a ��d z m x VZ U '� � � �. � � �3 ¢ �� � � a�. > ����� � � � �� �� � �� � � j ,� �� I� � t� sg � � _� ��a I�dK �g�� �� ���� ��a '���� '��g� r� �� Sa $ ��� �?g a��� ���� ���� g ���� ���� ���� ��ibit "A" lUloQification of Encroachment Agreement �� a f�Q Page 19 of 22 ecczh �essz•x s�o�o�'nrulaaroad�uia 31N3W3h6bdW[,tVMUYOHAtl/WIWd.LlfOd153M �. , �, , � � !�' � 3 Y �� ,"; : r�: i � • � �`y�ge�Y����� �8 �� � � � ; z � Q � - 'i � � s. � n �:� ����� .�� � � z F u u�+ � oaq :a��+ �` '� � i� ��£Y� � ���� Z � ��-0 � � a�i F � p � Wq ZO� ' r yx g 9 Y( x K Y Q J H � � 9 A ��^ �� ��6���A z� �� � s V O a� Q h� In �� �� �k o �� i ¢ # 2 W ¢ Z� � � �ifa. y� ���e� '� a3 � 9fl�� u.� �S'�,� � � ? ' r a � � ¢� �ia 3 � �. � o � �_6'�? � r. '� e17� �� �7 � C` itl � a o q -``'.�ti � Zc�' e � �� � :*��� �� � o � �'E"`- �$ �ilx=zsa� � � �,~a„ a ti x� ��z �� s � �' : �'�� 7 � " �= ��= �� �E������ � : e� � �q g � � �a� t �: �# �� � ¢� 6�d k< �iE�'�9 'y' o �� ~ $ u 3 �� N m � � r•• � �� 6a� Y� �P��g���8v z���� �� u 4 ti 4 �� 3�e� �H�gm x,'� � �i� 9 gr �. �e .6s�SaM�i �S�W� c3 g ... � ��' � e �� � � �: � . ���#��� o�, � � ��;;� ����� � � ; , ; -' � 'tl ! ; ' ' v � ; � � ���5��_ �� s��� ���� ���y ���� �� � _ ; � - - � ' ' ` - � . � ' .. .. . � . ����d� � C'U O c�+o� °-:;:.� � ����'�� � . . � .. ;.. ;- -- . � . . � � .I� �..- �,��gN�� �� � �- �� a � §�� . ' OO+S �iS 3N�� H�l�'VY ' � � �W�`a���� �INE - '�,-������� � , _ ; I I � : �.�•v �p,��N - _ �1q+u�� � ti . . f _ .� .f { � � i ; a , - � 3 i k. r ,' - � i ! � i ' �, 1 � r : ; � a. j. '� ; � I I i � ' � ,, � ; .1. : , � •+ — � ! � �. � - ;,; - �,- r-`i : ;+ � � 1 1 , �' � �, ti � € � I � 1 ` I ; 'i �' € o �. �(� 4�� � �� � �'.',.�� ��� _ �, x� t i � i � � r , � g = � L . ,,.; �£; � . .B � � � ^� 1 i y � �.iS:J C v k , _ ' � jI � __ _ I' ' I � $�$�v. � � t ' _1 6, �1F,'' .7I 1�i i L � . .�.. _. i 1_ I _ }. I b� ���y� �i � ,1 - ' :'� � - �� ' � -- � -; = � - - � I � � �' � : '�' ' a-. : � �� � 4 �.:. y .3�, � ,� ; ��,o�+ i _ i' . ���� \�, � 1 �;�..: < _ 6 � � �- F i � � � �� � y � ; i �� i . ��Id _ ,7 � � � j; �' C���$ � s7s9 �dWfr]'V � � � �a ` ` " t r #-� �� _i� �F � � ��rs7t�r i _ _ � ' _..�. \; � ' ��'�����'�� ; , , � �� _� � �.: : Y ��. � % f � - - � i - - � — � f - l � � _ �� �a a� $�� ,, �I � 4 -„� ' I ; I — f � a' _ j .T ; 1;I i 4. i= � i, � � }� ti` y �. �.a �._ ��r � a I I i �� y�� � ~� � �' • � '� 1� �� � � I �:� /'' Q� a i o� � I � I � �\\S�� �. / 4I � �1I j� iw �,f;�'a �: ' _ "i�.� 1. _ � ' - +�" � � 11-' I `� . '�, i f�.� z i � 1 �` I; �� �� `� I 's�s ' ,�:' � 'I' � T 1 � - .. ., _ _ ,, � , . � , -- ,� . , �, � . s �� � � =1 � � I I.. I � �;. ��-- � �y � -° ; � � ; � � �.. _ �� �-- � i I � i � _ i . . ��, �' E � --� � 5 i i 1 Q 1� I 1 � �yyk I I� V �� 9 �+ o ` �. {.ti� -� - . . . ,ii'�5y �.I�Z'li .5 `st �I I,:' t� J.�jt O __L'. �I i t i � �00'iG!'d]tl.fg!'v ,� i + � - �. f � � - i �8 Nd1��ri0�lSlly 14.b7 � 4� ,• --` `I #; _ � � _"- - �`:.i iI - aniri�s�ian �� . r Q-y� �� 1.� r� --- � � r � F' � ¢ +� ' �- ;� Ei �; �� �'T . , , ;�. � ,;;;;:, i �� �; � i '` W r k . � , f � ` 'j l 1 � y � , _ Ii F. _ fi_ I�.._�' �. ��a' � _ = Ir � � , � ; ; ►ir.� i� R� Q d ` , �y �� � 1� ± �� � � ' � 5 ��I � -� .Y ' • �1 _ .! . _ M l _ o d:}nYr _ _ _ � - ���� � j s� � -�',i �a ' � _ F j. � 1 � . �i �'�,�a" 1 - � , �� . I ._=E: � �Y�� � _ _. � � , ��� � • ., •� i " � '° ti - - eiwc9 = �a sr,s-u �� J � • - � d �� �$ ��� �J � � . �� *��d� � 1 _�_ _� i � � ��` i �. �� o i . ! �ftii4 = B]a.O�.9 �! Kdg ,'`� ••�.����j �.? � � ua � : � -�- _ y I_ _ . xV9 uorxl5 �a7Ta ; <��� gs N���� ! _ - � �� ��� ,F. , � I � E. � � ... +. I �g�a� , �! t �`� , �� � � I oi j �� z j � � � , � �, +}, i,�ti 'j� " a� '���� ,: « ; � � �. � � � iE._� a�� � � J � ' � / f - � '` ��� �� ! ' � __ � _���9 - �,�. ;. � � ' � � , ; 4 ; yy ���.&.;•;�: /J dd�Siuu� ' ' �Gi73�� �3�i �j� :' , , J f �� ' � rt I i i � !KI 3i?dyf7P Th�14� � II r+,�lLYgl 5iM%� Ol � f tit � � � � � yi! i ' �� ' � I � 'i � f �+ ItHhIMa �' `Uifllm � 0 N r � :"_: :'. .- iF ' �. - � { O! SGO�L�I - �'Al 7F � ��� � , � -.• -. �, - �. � ,� ;; �_f ��� �-� � f ""'��, ° i N � k�` / , `, - - "/ ! `'� � � � � � � � . '_ I �w x� e�a�. f � � - � ! If3L^�1$ p{ py� �wg���8� ��8 ` �l � ;, 1 i` �, ; I -- .�. a � �ey� �J� p�g e_1 �!�/ � If � 1 1 �� �� 1' s .r,. .�p��g�-: -r. - i _ ..i.� _ � � � � ffi�'��� � , f ,` � ;, � � �o� '�� � � � -- j �&�¢� i � € � j ��o��� �� � ,� =:t ;, �; , ; _ ; ; ; { ; -� 1; � . : �`�� ���•��''i ir'8'.�:: "�`,.'%: f i� 1'�1-�' t,t ,.i � � -� i i � ��gTr��9i�'�"�ds a e� ! � � � � � � � � E�h.ibit "t�" Mpdifcation af Encraachmsnt /�lgreement � g a f�� Page 20 of 22 EGCZ-SE I$98Z•X 6LOEp!'ON 1J3PObd 1W � S�1N3Nf3fiQkidW1 AYM�V023 AtlMMlMd 14lOd1S3Ah C� � a � o- : � .�K� E � � � �E{i6 *�g G � I ? � b��a ��������� 4 � h � � x � a ¢ � � o J � � �b�� �� � p '�t � � �- � A O a T 1 � �� ���� � � � Z � � � � R � �� �,�„o ;x ������ ������ �� � � � � � � o � w¢ =o� � �� Z y � a �: � � � � ' � �R��e: � �� ��i?•���� ry- 9� � � c o o ¢ �-QL ``�^� .�a`^ � �. � � �� r�& i��:a�� ���6f��� r �� �� � y � a i �,,. �� �oo a }: �p�$ aiS 6gy p '�� r- � � azF- �� � p � � F:�: t.: e � :.i lt� �� �i v` �� � � b o Q �� Qao 3! �j� r °jg Z€` N�� ZS ���'p^Rii a � J ��`� gd�+ �]�." � s` :C: `�k � o � �4 �c ��,.��F � F F 4r f�C� [CJin k � �■I h �'�' d u�" ���G�i�°�R��y � a° � o u. � p oaa st I � ��5�] �� �� �� �s�C $y��:L Q .�� } 11. Q �ll � Vi N � � �fr ,Y � �� a� YC dB��E � e�� " i u $ 4 +n � � i " 6c g� �> ����$@ � a � 7 � P' 4 Y �= =3���87��f .'�.E �W x�� 3�� I �b ' j y , �' i � �� ���� � �� ..{ . : r _ f � O y - 4 i � � � � �, - �f - -- ' � 00+6 tl15 3NI� H�l'GW � W •�.� •_.,*�j. Y' f� I H _; � �� .-if ,� , f;. -� � � � � � �- - ' f� t - � ��� , ` � � � � j � �: '. , � F ` ' i � � �i ,\� F A. �� �q i + �4�P��� �� '` �ti r s-cz_ .� •e-s srz s �Ip @ � _ E r n � � � � � p;7�I? �� � r ��• . �A�� _ . "��p■ _.. ! � i ; �«� � � � i i `� � 4 � �: - 6 •� � +V�' E _ � � � k-VV � _ _ �._ l. , ,.��. 4 ��iin -f - - - .j.. �g � � � � g _ K �+ � � i i i � A���� $ �? � i ^ '� I -_ �` � ��t�� � � - ' � E � � 4 ` : ��� ¢ � •�a�,� � '. , :�, .+ � I � _ �� - r �j � - �� � i �� � 1- ..i - ��� . - .�� : , ; r� �W;,-d�.�= :I�f�f�� _�_---� �� � � �a � � . ; , l � � ��a- � � . � , � � o.•�����•„ E� f � ; ; �.. -��� � ,. ''--- � -� , .> ���` °�_., � � � t �; i �. : s - } {--j F ; "9'� j+ �' �� j , z ��� I � �.{� - f �. �`"�I g 4 If �. ' IfII�II H'JNtdi1V�S6q3aD{Od r '.�s:,�i � �J#- '�� � ti �H�'6°�s9 ���i! • ;:' ���.. ��.__= i - ''J' '„ , 1 �, H°�3`. �o�iin , , ' i � I��.Gx.S'l�. Y ' ,1. F ..i G FNdn .."' I _ � i _ i�i � k � f ''j �?1 �n .� •�{p•�'�� : ' I s . I _ �.._� ! � � � t� _t� k �� -_ i $G&LL r r ' � f � ' � � ``` �,\ I � ' � , . e S� � � � 4 L � � F lJ:��� - __��'''J�� � �_.'e.. .f; i f f r�a�� "-r 1�TI� _ I' � �� - . , � , - i �z - � � . g �yj # ' � - 1 ��� '�r] :a7�.�'ie +� -. \� _� � ' � y Z � � �- rSk -t�-esa .a.rar•» �} t� •a��Bo� J � � Ar. m w��e I ?� � � -�`���kl , \ I �:��'4 J-J y ' � � � ���aY,� ` � ` +5� `�,ye I � � 4 � � `,� . :I II �� _� ��� f=_„�tr.ys � ���- Z -r ' i- - --- I � � � r' � 1,, �.0 • 3�� . ��-���i.� �" a i • � i u' . �r+•u �� ��'- $ `�s. � � `�; � �¢ `�- �„�:� �,o �. _ E-- -+' T_ . t a = .i : .i. i. ,$ a' 4 ' ' }* � �it i; <o � � ��g 3� - , ;% � �� I: • _. s.. I F +- _� - o��R n � � 3. .�- �!- �a�� �s. .�� I � � �.� �i� —x��r�'.,� > .� + ` � -- -��d� 1 � ; �1 4 8 � �J � � � io �� # a . � ' � r � -r-� ! Y f „ ! � �; ����� � �; ���� i � �� _ - � � � ��.�-� ; I._ �.� � �_ a�sSx' - -a. e � � ! ��� �'; �.��� � ; Vl I i i t �S � ` � � ��'. }-��:� : _ ' j�'�', I I��'' -- � - �-i f '�^csal��i��t•�i ��y _ ., � ��= 1- �--��, =�a �t, � I - - Q F ! .�� IW'SS9sSi1.A'l3 F6� � �;a'. �'y t �.i ' ' ' xIXi hLEl7NY'.80.9'L9V] �'_` 3� 6 ' � �11 � rY '� qu I b�. lY3 N73.1 �I '! �' . ��' y � E ���1 ��� �- �8� -�. I.{. - e � ■ ;� � � �� � � � ; � � ��f � �:x � � L � f f � � 1 � t t . � '\ .�� � ` '� � r a ���� m'6.9. dau.A•ii ' � ���� ; �^� - � I fr r _ s_ �� g � �' � . f � � "=a-� '� ? �� .� � v�,! j -- i -�� � ,` �. �Ld.'n 1 � � . / ° •� 'm� �'+ 'si : - `f ¢. � % � n I F � ' ����d$ � � � �§ ! \ � 3 ! � I � - F � � �_ . � �����.� f ` .� �. . ��'��,� ; - �� � -,-� 1 � � i ; � � 1 - �� , .�i.. �r� � ���� �� - - � ` _ ` L ; � ' i � - � �;i,�,f� : ', r � a� : �� �,_ � f � ' � t �us9 �.x►��e ' '' �� ` Y r 1 �_�. rne'.li��i� � ' ' � I '�` � �I ' . „1� _' ---_.._��Y. �'—" F � � r } s I _ •. ....,�I I �I �I E ��t� �i,��^ �i��� fi�i�Y� 1313VH1i3T� Ir.i �� �i�t'f`] d�S 3��i fi�i�fi� i � ',e �F- � �i [I y - i` ' � � ` i f -3 - f � l _� .. i � �I � , �X�l��'11� r��►r Modification oi Encroachment Agreement 19 og 2a Page 21 of 22 eese�x E s�o►o� �oN �aaraxa �w� � ���Rj�'���b�i� � � � ��� 9���6� �� g � a� ����F�b � �,�� .. � ,..o����. ��������������� Z�—� g ����e ' � � 6 �� S+F s� a �*' �rF , e � � ��3I� � � � �`.,���~,�— � -SSN3W3A03idWi AVMOt+02! AtlM7lkltld 3.11OdLS3hH ¢ �� n } o � � z� � r '' � a: �Q o�� � � p Q �� ��� � V $ $ � � �� ��� � "a w � � �ic+� � � � � �� ��� a w a a a�� a�� 9 F aa ° � � v� a �oa $ : � �� � Z u ��~ Y� �� ��� � �� �� 3 I� I �s��g�� +� �y I � i � C ❑� I ': ;t�SW� ��e ��.. �` F � j i I 5 5 �7�11�11� rr�iti Madification of Encroachrrterri AgreemenE �0 af 20 ��� � ��� � � � � J� 's �� � �� �� �� �R�.:a�:$ ��y �'g _r���f��¢� e � :� '��s�:. �� �� ���� ;� : g �a :a�g���f�a Pdge 22 nf 22 G�.��� 6� �� Prod�au�t IZ���x�re��mts �I�[�S PA�]E g.EFT ��T����'�O�TA�L� ��L1�1'!l1I� CITY OF FORT WORTH W ESTPOftT PARKWAY FROM KELLER WASL�T ROAD TO ALTA VISTA ROAD STANDARQ CONSTRUCTION SPECIFICATION DOCU3VIENTS C1TY PRb7ECT NO, 101pl9 Revised 7uly 1, 2011 ���� ���� C��'� �l� F�IL�T �O�'I']H� �A�'ElZ ��PA�.TI�IEI�TT�' S�'Al��➢A� P��I)�J�T ��5� iJpcla�ed: September 06, �019 The Fort Worth Water Depa�rtment'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 product�, 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 produc�s will be based on the requxrements of the Technical Specification whether or not the specifc product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. �'��b�e of Con�e�� (Click on items to ga directIy to tl�e page) Items Pa�e A. Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2. ManhoIes & Bases/Fiberglass .......................................................•-----.. 2 3. Manholes & Bases/Frames & Cavers/Rectangular ............................... 3 4. ManhoIes & 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 S. Manholes & Bases/Rehab Systems/NonCementitious ......................... S 9. Man�ole Insert (Field Operations Use Only) ........................................ 9 � 0. Pipe Casing 5pacer ------�---• .................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ...................•-------.................................................... 12 B. Sewer 13. Coatings/Epoxy .......................................................................�-------...... 13 14. Coatings/Pol�rethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................•-•--�----......................................................... 16 � 7. Pipe Eniargement System (Method} ..................................................... 17 i 8. Pipes/Fiberglass Reinfarced Pipe ......................................................... 1 S 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC {Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Farm .................................................................... 23 24. PipeslOpen Profile Large Diameter ...................................................... 24 C. Wa�er 25. Appurtenar�ces ....................................................................................... 25 26. Bo�ts, Nuts, and Gaskeis ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC {Pressure Water) ................................................................. 3Q 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butierfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 � d w � � a� � � � � � � � O�GJ �"�� ��� ��� ��� ��� � �', F � �' � �, �, �, � 0 N b O T 8 "6 d R 'b � � L^ � � � � � V � � � �r� � 1� R � � � � � � � � � � � � �4 � � � � � � �I 'd � � � 'r3 G � � � � �9 � � � � � � � � � � � � �� E�@� � � � � �. E� � � � � � d � O u 0 � v � � � � � � � �;� E � � � � � � O � � � � � � ��z ��H � ^ ►�. . � � �� � rr � � �.I 0 � � � �o d � b a � � � � � �' F� E-� � � � �'�;O O � � � W � ��z ��� � �. � �. � � � �� � a N 0 � � 0 a 0 b � w � � � � � � � � � � � � I� � � � E-� � � � � � � � � � � F� � � � � � ��y/ Fil � � � � �[� L^ � r � � � � � � � �� � d c 0 U O G! A � N � O � � � � d7 Ot iQ-� d � � � N b O T O "a � a.+ � '� � � M � � A � � m p � F ¢ � � .� � � � .n v " � � ���� � " ati� � � � u �'�� � W � � 'o � � � ~ ��� o ��� � � ��� � N � � � �� ��� � �=� ���� �� � � � ��� ��� A b����v �y � � %� E1 W H��� � ����,� � °' � � � � � Y n �J � � 'o � °" v � � y F7 t. d � e a a �C� o �� � � R � �: (� � � N � L � '� � C �v C C C 'a — U1 V� VI Uf VS N � � L De�.C� p p 9J '""� � .G J7 .X .� r � ac���a� � � � � Y � O O O O O � � � � � � � � �7 r," � � � 4 � l. � V v 7 7 7 � � � .. .-. �-. �-. .--i �r. N � W 41 Ct] W W � � �' � W �r N � a.+ � � � � o � � O Q. * N N .-Ni � �. Z �j � � � a � � N � @ T O 'd � � CC '� a � � � �i f�l E-� � � � � � � Of�l�., � � � � E-� � � � � � � �e � � � � � 1 �p.�/ #fii � 0 U �o � � � a � � � � a E� � d � � � �' A � � O � � � � � � � � � E� � � �- �� �, � � � � � 0 N � O a O "6 d R 'C � +'7 � � � � �r l � � V r � � � � � � � � � � � � � � l� • ��p�� �i�E � � F �� � ��� � d �. � � a � E� � �W[� � � � � @ � � � � Q � � ��z ��� � � � � � � � �. a � � N �D O � b 'a � r � � � r� � C/� � f� E� � � r'� �'�O 0 1� F� �� �r} 1�1 F+�q � ��z ��� � �� � � �. � � � r+ s m � �° 0 � � � P rr � � � 47 � a � a � 0 N � O T O '� Y � � '� i3u � � � � � E-� � � � � F � � � � � � � � � � � � � � a � � � � � � � � � i� �' � � � �f .a � m w � � � 0 m � a a y � b 9 N � O V a � 0 N � O � O 'C m �+ � 'a � � � � � � � � � � r' � � � � � � � � r' � � � � � � .� �. � �, � �'� O Y u a N 0 H � Q a 0 � d w � a � � � � � � � � � � � � � � � �a � � � E� � � V � � � — 1 �. �+� � �.a �' a � � N b @ T O 'd � � � '� d � � � � � � � � � � � � � R� � � � H � �N � � � � �. � .� I�Mf �� � l � � � d a � 0 u 0 � B � v s � � c � a� � Y � � .. � N b O T O '� � w � '� Qu � � � � F�4 � ��1� '��� �W�, � � � � C-�4@� � � V �, � `'�� � � � � � � � � 0 N b Q a O '6 W R 'C3 � � � � � � � � � � � � � � ��y � I�i � �I � � � I� � � � � � 1�+1 . �p� Y��6 � 1 � � 7 � ,. � d w � � � � F� � � � � O �' V � ��� ��� ��� ��z �'�� � � �. F � � � u� r� r � � w � � � � � � � E� � � � � � � � � � � � � � � � � � � � 1� k � � � �, .� � a s � 0 v .`e a � rr � � 7 4l � O Y c�i V a � 0 N � O 01 O 'a d r+ � 'O Sr � � � �z� o�v ��� ��� ��� ��� ��� ��� � � � ��, �� � � a� �` a � 0 N � O O� O 'p Y � '� d � � I � Fid F� � � � � � � � � � � � � �� � � � � � � � �' �' � � ��p�, ii4 , ��, M N T H O N b G T O '� d a.a � 'O d � � � � F+� r�� � � �d � � � � � 1�1 ]�I � � � � � � � � � � � � �. � � � � � � �' �I a � 0 N b O � O � N i+ 4� 'Ci R � � � Z � � � � � � F+ 1 � � � � � � O � � � � � � � � � �N � � � �, � m � � � � � � � � � � Y�' � � � � � � F� � � F+� � � � � �I a Ey � � � � z � � 1 �+ � �� � � �' �' v v 0. 0. .-i O 0 � � O N N = ' N � � [V [V - O D �C N 7 ^ N ^ � O d N N lV � _ N � = p '3 � � � � Y � .� � _ _ _ �V � � y M GO a N M- � M N o� o o s a � !V N [-'u ] � � ] y m m a`fl �o `° {. �� ��j n ��j n N N (�`! f�`1 6 � 0 � � � � rn "] M "3 M (�1 N N N `" v [� � � u w a u. '� u. � � � � � � ¢�z ¢� �� � � � � -7 _ V rn U w U r� y Q Q � d �¢ �� � d ,p d d 6' m � � '�z, z b � � � � 3 � M � � � � � � ro N � a.a Ze 2,zn o = o, }C q � �D O l� r N � O� O� '� fR N � � M � V N N N N � � � O � .� � �j.w �[� � ('� A � �� R Q O� � C4 � � O.d'i N�'_' UI %� � a�i U iTr FT-i LL q � � � � "w "x Y y'���a���`' � ° � � � `� � � � � z � � � � � � o � in � � a� � � W W W � ^ ',;' F' 2 � � cv q R z�`n o 0 o r� o cv o z �',_„^ o a e�v v�'i �.5 � F��2 ��Q ����� m � z o � ,p � � ��-1 � .N7 m � N 'x N x N ~ o �a � w F � � � a�i vVi M °� ,`^p 4y o c o� p� � �� pG 0.1 z� A rFi ¢ r`�i� � PO �n rn �a ��, � �� �v o f� a o w ,_j N z o 0 o z o a� �� Q�� c� V V N .�, r� `� � � � � f� o,�n o vi o � ''�'� rn � � q 0.1 0 o a r�� rV'i^ N ° � � � �m ��} oi aa � � � � W k, N 0 a aq P � � ,� . . b - ^ ti ti ti w�., a � � � � .'� � -d �a V V CJ � 1 ..] .a � '� A `� m o c c o 0 0 0 0 0 '� 'C v "��� ��« x'x � �.. �,� V o o PC P�7 [4 V LJ U � � � � �o' � m.� rt d: 31 aS 'd � v�i a� �� °� G a� .'��'. � � �^ o a fx � o a n. P. m`� � � 3 � � b � � � � � v U � � a a A aa na ca � w �,°. w � � a L w '[3 9 t�. N d� m � � fC � y~ a� 'G 'G 'd G�f C � A ..1 .l ra o ;; ;? :; � e� v � � v > > 7 � ? ? i > f'j v � rt� y V] o 0 0 � Q 'm i ,'� � � � r'> > 7 � v� v� � � °� � � � � � U U U V �i „ y � a? m � m � � `w �" '7 � .� m .� '� 3 3 3 G � �v b ��� � ,� � � � � ri�i U� U w vs � o 0 o P4 PR PQO � �� v, v, m m w a�i � w" � m C v��� v m co aa �%3 � `� " v � � v � � � v � � � � � � � �a y y �, y w N � w m in v� v� v� v� v a � i�+ � v�i � o g o ,o g o 0 o F" ��� a. w +� � w fn rn r"n r'n v, v� �n � ,'�, .� -9 .p .5 .5 ciS o ^' :? :'. N � 7 � � A f1 � L P A p � � � "' F. L q A A� U U � U U � V U H H F F h� P�. n. P. U U U � � d 7 ~ p O O O O P O O N N N N S-� � 41 � N N ^ N N Y N N N � � I yU T'� �''� M cMn �n �*�s M M in .n m m l. a O S.� �N �`� ✓ 00 N lV t� t� 00 0o ao a� OO 00 p (V N N �.-�. O �-r O .+ 00 GO O � �--� .-� .+ O O O O O O � pp N � � � N N N N N N N N � N N N � M Y � O � p p N N N N N N 0 O � p O O O O O � h h h Z 'd � � m 'a a � � � � � � � � � � � � � � � � � �r+� � � � � � � � 5 � � � � � � �' e+ � d C O �7 O v .� H N � O a.� Y U a � 0 N � b O� O 'a d a+ � 'p a � Ey � � W � � � � � � � � � � /��1 � � � ��z v�� � � ._ �� � � ,. �' �, D � a � 0 N � O T O "� Y i+ � "a na � H � � � � � � � � Q � � � � � � � E� �' � V � � � r� . ��, � � � �, � 0 u �, � � N b O 4� O "a � � � 'C1 �G � � � �z� ��� ��� � ��� �w� � � �� � � � � � � � �. �' � � � � L..r � C N C 0 � 0 � � � � � 0 rr � O N � O O� O 'b � i+ � 'Q � � �r� F-i � � � � W � � � � � � ��/ �4 O 1^ � � � � � � 11 � � � � � � � � � � �� � ' � �" � � i� � m c. m a� m � m '� U ..�. i N N N N N � M x �� V a � � � � � Y { '1 * � � U +o �o �d� o 0 0 0 `� � � � c r U U V U a�, oo w� a'^ w`'' �J � ¢fa � � Q du��^ V ��`� < 'd 'r r �������������� a�QQ��� ¢ ���� � d � � � � � � ���� �� �� �_�, a � � nx�z A A R R A� �� � rs �� N � � � ' ` ae � F ao ao lz� W ,� .F � � ^ a��O4 � � � u � " n V [� � ° � � g rn rn `r' � � ei " � • J� � � � �i~ ry � U U � � � c � w � ao aa ° � 'f- � � � � � ro � .� � � � P� Qa � O U � G � � w w F � Ca fa � � � � rn � o� � � �a , �. �. � A � G� v v R P� n l� C 4 � F. P. F4 n. P. F4 M � � o� �•• � � � � � y � � y �� � y � � d � G ,�. � � � � v � e � P+ C. W P. P+ W W G� � L aL. y l.� ;� :i 4! R�i .�4 R�i � P'. R W 0. .z o�. � N N l�! � N � � •{ i`I ri 0. — — - 4 .~i .�-� .+ .-�. .. .. .�-� — � _ +} Y� � M M rn M M rn t+i � !i � � o0 00 00 00 00 �. g. � �. OO N N N N N N 3 � � � � U~i � � `D � G G � '� �--i � � N � � >, � � M M � O� ,--� N b O T O 'a � N 'C � F� � � � � � � � �"� O � � � �1 � b � Vl � � F � O �I � � � � � � � � _ � ,i � N r7 � "" V N �^ ^ N � � � � N n[ O p O D O O y � O O � �i - " � Co � � V � 7 a � 7 N � d' � �i � W � ln .n m � o .'.. ., +n �n �n .' : � .", : .-. M N �n � m U V V U V � U o o� v�`i U U;° �:° U U V v`"i �� Q¢ Q Q d ,.a � U U U U � .'". V U U � : � ¢ � U� � � � 5� � m � c�i � ¢ U U � : � U U U � �n +a �o .o �o U d d U[3 U d d d E. v, � � Q Q U U � � � d ¢ d � � � � �¢' � d � Q �¢ �¢ s. n� ` d Q � Q � � d ¢ � � � d � Q � � ¢ � � Q 4 � � m A. o 0 � � � Q U U v`^ e�i nn n^, o. '; u~�. o � � U V� o��� P, � V U � 6'� o o`� m cqi �0 °q° � 'A o y[x' Q�� faii � w N.Y 4 M Fq f� P: �� F � � � w .�r .o P" a � X ., � � a �^, � i+'• W " U�• `v �[�j �i aC �pL '"a p, .y v Qt� P. N 0. � o •o � � � y v�i � o 0o vai a a° �-1 K 'a v' � W `" � �' � 'L ' � r/ " v o C4 P. C C � '� �i W LL � � � N N a ?p4 P G � '� � � m .1 u i) � a�j '� i-il � O � "� ''�' '� � � P�r � Pi � � �d' ,� p '�^ � � � ii � � � � � Q � U FG a�' f� 0.5 �1 y � '�' J U � a � FQ � 7 � O � � � � W A �p y O y � U �: C y �00 � � r/Tl p 0. dq � � � � � � � �' o � c7 C7 m � � � � �o � � `� w �. � o � Q � � � �� � � � � V � L?. W � p �.�. �q Ri a� y � .� .� .� . � Q � . . 3 � tE y ��, � � � � 0 2 � � � � o 0 0 0 � � � p o p.� U����� o U V U�� rn o o� � .�'. a�'i �'. m 7 � a o� d " -� � ,� 5 e~i m& � � b � ����� 4 p9 m O�! � in v in v� F 7 .a � b G P] fA �a P. W W � '� w � � � W W 07 ,� sy ,c .�-� S ..�. y � �I. �, 4i P. �n rn p: q`�' [i -l�r '� v V1 Vi V) � r�i� 0 0 ,n � � w w m � � N � � � w w 'G � 0 � m U+ A p '� � `c °' � 7 � N � � .� a a s' � v �o �v -� �a '� � � v � � � � � ,� � � � ,� � C7 C7 C7 C7 C7 c7 C7 C7 � � .� ' o m � � �. � m m :b a, .� � .� ,� � � � .9 q � .� � o — � m � .° '`a � '�3 .�3 u *� " � v ou s� g� i" c4 w� c� b't� w�' w' rE a v> � := � �� � .o Y .o ° x .g .5 .� p� .� .5 .� � .9 .5 .� .� �4 w "v. i�, i+, �, v �-, Q, m ° ,� �° ta �" � � ° � ° c G � y o 0 0 " o PC K o� U U ia �' a� �'� � � u c`�i � �i � " U u � " U � a U � � � � '3 .� x a � � x s.. � '� " � F k, .� � � �. �A r��r��RaQ�A',��������� � � � v � �- v �- " r � �- � ., .. � � O O O O O O N 4 � O � O O N O � ^ � ti 3 , .. � ; y L W Cq W W W fa] W W �n W rn W W Lsl W r%s M r� m M N � rn M S�. � O � �.�+ 3 m � � � a a � � � o � o � � o � � � � d � �n Q a a a rn o o a��`° o= a, � a � �-+ N �--' ^' O N S�`1 � � 00 N Yl ��/1 tV N �0 u0 00 O �+l M Op :> O O Q � O O O O O 4 O O � � � tl�7 i✓ � u 0 � .� a �, � 0 � � � V u a �. O N � O O� 0 'fl d � '� � � � 4� � � � � 1� r � � �I� � Pq � � � � � � � � � v � � � � � � � � � i� ' a � d N b O O� O '� N •+ � ro � � � � � � � o�v ��� ��� �W� ��� U � � � �- � � �' - � �: a � 0 N � O T O 'fl N � '� � � �r� [� Vl �� } �^ 1�1 � �y V � @ � � F�rl �.1 il � F�I � � � � � � � � � �� �` � � �FI a � 0 N �O O O� O "a m W � m � � � � � � � � � � � � � � � � � � � � � � � � � �""a � � � � 1� � � � O N M O � O 7 � � 'O a � � z � � k�l � � � � � � � � � �rp � � � � �q � I� � `�:i �.` I � � O � � � � Q � � � � � � Yi1 F�I � � � � � � � � C/1 � � � � � �q � R � � � � F�C�+ i.il. ��q 4d � } � �/ Q� p q p Q A A N � [V [4 N N rn M [V M # � Q M �o m �o �o �o �o �o oOM�me�n� � � � � � � � O O O O O O � hFF.r-�rHF ������� ���a�¢�¢�a�a ������� a��a��� d C d 4¢ d 4 ������� ������� Q¢�¢daad 'd W � � p � N F O r~i] r~i� UN�o.�� m � � r � N N � � �i a � d j� } } � $q � �p � k + �a+ p O o � � � 'G ��� �� C �zzzz�� � � � .`^. �' o � o 0 0 U V V U U b b b � � � ��� �o����� �,r�r�.ww � � m� m a� d�� 0 0 0 0 0 0 0 ������� rn � m m � � � O O O O O O O m � � m m fn r� t^ ooa000000�q,a, N ro� H� N N ooaa`wcomrn �y � N N N � � � U O� Oi O� v �. � � d E � R d d � .� � s. w .s, w 0 � e S a .� � 8 0 � r � e �3 .� 00 L .tl Q O � m T d � � a u V .� �+' 0. 7 6 m e .� � 0 a e K � 7 � 8 a � E � n a e � m e � .� e W d E 0 -m � '&� � � � u O z � � w � $ d .� m r g v 5 'e s e � � e c O .� P� $ �liY O� F�RY ��R�H �re�Approved �oncre�ce Il�ix ���igns The concrete mix desigr�s listed below meet th �raq�� V��o�, �se olnyCity p°o� W s�� Standard Specificatio�s. These mix designs are pr pp The City r'esenies the right to sample and fest materials at any t�me. For more information on mix designs, contact the Material and Geotechnical Services at (817} 392-8930. Updated: �BI'l7'��0�0 �Tl�is �i�t v�il� I�e co�ttir�uously u�da#ed. Fte�resh the pag� t�� vi�v�r �he rno�t �ufr�nt 1ist� �.me� ican Concrete Gompan = Sup4l�lef C�f���1#���Yas�i �1+1�11.�A{la}j Sllunp 1Ihf�Clli I�lax 1� �b�, Satk Strei�g�N �paij {Inc��} _ f#atk� 30CAFOZ9 375/94 =�70 5.00 3,Q00 3- 5 0.50 01JA�382 250/85 = 335 3.56 1,Oaa 4- 6 0.87 40CIV��65 451/113 = 56� 6•flQ 4,Of}a 3- 5 0.45 45CAF076 4S9j�22 = 611 6.50 4,50�1 3- 5 d.40 Supi►lier �fix tiD D10Qi10001737 �100000a1731 Q10000001793 p1D�00001103 D1000a002107 D1q000Q083$1 p10000009857 p�j?C�74L'C� E�f: - Sidewalks & Ramps Concrete Base Material for Trench Repair Manholes / Utility Structures Hand Placed Paving CementfK�yas15_ N1i��.��-�ay Slssmp U4+�CrrM �hs. �5a�� � �tre�tgth �psi� �IM�ch} Ratf� 468/117 = 585 �.22 4,50D 3- 5 0.44 489/122 = 611 6.50 4,500 3- 5 0.42 481/120 = 601 6.39 4.5Q0 3- 5 0.43 6��./0 = 611 6.50 4,5Q0 3- 5 0.44 611/0 = 611 6.50 4,500 3- 5 0.43 4,50� (4,5Q� 3 - 5 0.33 752/� � 75Z s.00 @ �z nr$.� �nI3o0 = 330 3.51 50 Flow �.91 p10�000U1055 � �94/0 = 494 l 5.26 D10�OD010435 470/0 = 47U 5.00 p1pp00016195 414/103 = 517 5.50 p10000015655 � 376/94 = A70 � 5.fl0 3,000 3,O�Q 3,600 3,000 3_5 �.50 3 - 5 0.55 3 _ � 0.48 3 - 5 � 0.54 �xpiration �l�te U5/06/2022 d2/23./Z022 [}2/21/2022 pppeov��k �or: ' Hand Pfacecf Pa�ing Hand Placed Paving Hand Pfaceci Paving Hand Placed Paving Fiand Pfaced Faving HES Pavin� Flowabfe Fill lnlets, Junction Boxes, Manhofes, Channel Liner, Sidewalk, Dri�eways, Curb & Gutter 5idewalks, Curbs Valley Gut�ter Curbs, Curb & Gutter, Sidewalk, Driveway Approach, AQA Ramp �xpi��tio� aa le 07 05/07/ZE322 08/fl�-- 02/Z7/2022 06/15]2022 Pa e 1 of 8 081� 712020 Pre-Appro�ed Concrete Mix Designs � - � �F.xpiratian C�����tf Fly as�i �I+lin. �S•day �IkIkiFR U�Jf Cm AP�r�ved Fc+r� S�pPlker IVlix I� --_ �i In��;� R�tl� _. f?aie _ lk�s. Sa�k� � Strengtl� �p } I �-- �� Inlets, Baxes, 04/21/20z2 p10000001615 406/101= 507 5.39 3,6fl0 3� 5 a��g g�ock ng e��I Inlets, Boxes, D10D00001061 5(32/0 = 502 5.3�4 3,600 3- 5 Encasement, 04/21/2022 Blocicing D100000D1083 554/0 = 554 5.89 4,000 3- 5 0.46 Valve Pads 04/21/202Z 3_� p.q5 Value Pads 04/z1/2022 D10�00001685 451/113 = 564 6.00 ����� Inlets, 5tructures, D10�OQ001083 �54/� = 554 5.89 4,OOQ 3- S 0 45 glo ��R�ils, Thrust 03/Q6/2022 Headwall, Retaining D10000001681 451/13.3 = 554 6.OD 4,0�0 3- 5 0.4� V Il y�u ������� 0�/��/2022 i Cl Concre�e - - - �ement{Fkyasl�_ Iti+li�ti.�s-day Slump �lUf[m Ex�itatian 5uppkl�� -T 5tr�ngth Appr�vetl �or: Date Mix !� I.hs. 5ack �Ir�cl�� Ra#io ��Si� 07/14/20; 145(30AE 846fQ = 846 9.OQ 4,500 3- 5 0.38 HE5 Paving �urnco Te�as �LC = �—v - Ex�G�arinn �Su�splier ��me�ttJ��y�sl� �Itss.j Min. �8-day 51um�� U�Jf�m ��praueci For; ���at� Mix I� Liss. 5ack 5tr�ngth [ps�� �In�h� Itatan — Hand Placed Paving, ���Z9��022 45USOOBG 489/122 = f11 65D 4,5Q0 3- 5 0.4D Storm Structures 40U5538� 451/113 = 564 6.00 4,Oi�a 1- 3 0.41 Machine Placed Paving 01/29f 20Z2 5,500 (3,000 3- 5 0.38 NES Paving 1D/1�/2�11 55U120AG 705/0 = 705 �•5� @ 3-days) Pipe Collars,lnlets, 03/03/2E}22 3QU100AG 470 / 0= 470 5A� 3�g�� �-' ��47 S dewalks and Ramps 30U101AG 470/� = 470 5.00 3,OOm 3- 5 U.49 Flatwork 03/17%202Z Blocking, Driveways, 30U500BG 38�/94 = 474 5.04 3,Q00 3- 5 �•�g S dewalks and Ramps ��I29�Za22 Storm Drain 4dU500BG 4S1/113 = 564 6.00 4,��0 3- 5 0.44 Screen wall��iveways, D1/Z9/202z Lighting and iraffic p1/29/2022 361i500BG 43Z/108 = 540 5.74 3,60D 3-� 0•44 s�gnal Foundations Concrete Base for 12�1��2021 0$Y4508A 210/50 = 260 2.77 �Oa �- 5 �•g� Trench Repair 01Y690BF 30/300 = 330 3.51 100 FEow 0.86 CLSM / Flowable Fi11 01/29/2022 Pa e 2 of S 081� 712Q20 Pre-Approved Concrete Mix Designs g Charle� Supplier Mlx ID 4142 4145 5167 4609 6103 4502 3759 6595 5589 ; Goncrete ��m�nk�f�y aah Lbs. Saek 414/103 = 517 5.50 414/103 = 517 5.50 517/0 = 517 5.50 �18g/122 = 611 6.50 611/0 = 611 474/0 = 470 37fi/94 = 470 658/0 = 658 658/0 = 658 `i��Conc�efie Compa Su�Pki�r Cem�r�t�Fl* Mix �a �,bs. 3QHA201 f 376/94 = 470 45NG2511 45$/3.53 = 611 �5[VA201f 489/�Z2 = 611 36LA201! 451/113 = 564 36JAOOIJ 4I4/103 = 517 40LAZQ11 451/113 = 564 iVlir�. ��-day ��rength (�sw 3, 600 3,6Q0 �,soo 4,500 �, 500 3,000 3,000 5,000 {45�� @ 72 hrs.j h�i�. 2 B-[�ay �trengtlM �psG� 3,OQ0 3,60U 4,500 3,600 4,�Q0 Skump �In��j 3-5 1-3 1-3 3-5 3-5 3-5 3-5 3-5 3-5 SCump [inCl�) 3-5 5-7 3-5 1-3 1-3 3-5 LVECm Ap�rro+�ed Fa1�: $�2t II} Curl� Inlets, Junction D.4S goxes 0.48 Machine Placed Pavi 0.45 Machine Placed Pavi Hand Placed Paving, 0.44 Manholes Hand Placed Pa�ing, 0.44 Manholes O.�fi Sidewalks, Blocking 0.50 Sidewalks p,q0 HES Pa�ing 0.35 HES Pauing Wf[m �iatio 0.45 0.45 0.45 �.4� Q.43 0.44 Expiratkan �a#e 03/05/2022 02/25/202Z 02/25/2D22 04/14/2022 Expirakiar� [!a#e OS/04/2022 0�]�.3J�o22 E33/].3/2022 Corner��one Ongime Conc�ete - �x��,�tEa� 5up��fier ��m�RC�F�j� �SIti _ i�J�frl. �B-C��Y SGum� U'UJCm Apprnved Fur: �ake MiK l� Lbs. Sack �trength [�rsi} (ln�h} Ratia Lighting and Traffic -�-� 07/23/2�2Z COC 4000 588/0 = 58$ 6-26 4���� �-' a'4� 5ignal Foundations Co�r Yoe�n Red; �:� Concr�te _ _ ������}�.r Cetnentf�Myasl� h�lin.28-day Slt�m� �JlfJ�m ftifl9x {p I_hs, �atk Stren�lM� ��sij {Ist�h� Ratao 250 376 / 94 = 470 5.00 j 3,�0� � 3- 5 0.51 350 9 9-5 220-$ 320-8 23�-$ �x�����id„ pate 01/15/Z022 f�1/15/2022 03/�6/2022 Q3/23/2022 03/23/2Q22 no 1� 71�]n7f1 Pre-Approved Concreie Mix Designs Page 3 ot 8 vvr � rrc...��, 470 / 0 = 470 50/150 = 20U 200/0 = 200 48/152 = 200 200/0 = Z00 226/56 = 282 6.50 5.00 5A0 7.00 7.00 ash Sa�k 5.00 5.5Q 6.50 6.00 5.5E3 6.�0 5.00 2.�3 2.13 Z.13 2.13 3.00 3,000 70 70 5� �a 750 3-5 7-9 7-9 7-9 7-9 3-5 0.52 1.6i 1.67 1.45 1.45 �.89 Apprnv�d Fcr; Blocking, Sidewalks, Fla#work, Pads Ciass C Drilled SMaft Hand Placed Pa�ing Machine Placed Pa�ing Machine Placed Paving 5torm Drain Structures I�pProv�d Fvr: SidewaEks, Dri�eways, Barrier Free Ramps Sidewalks, Drivev+rays, Barrier Free Etamps F[owable fil!/CLSM Flowable fill/CLSM Flowable fill/CLSM �lowable fill/CLSM Concrete Base Material for Trench Repair Suppller Cemc�lf Fly �slti Mit�, �B-daY C�kix I� �k�s, Sack Strea�gth (��si 330-58 282/0 = 282 3.00 75a 353 � 494/0 = 494 I 5.26 253-W � 399/100 = 499 � 5.31 260 � 451/113 = 564 I 6.OD 26�-1 � 451f 113 = 564 5.0g 260-2 � 451�113 = 564 � 6.OD 360 36(l-1 264-N 366 265 365 370-NC 267 270 370 255-2 554/� = 564 I 6.0(3 564/0 = 564 6.00 489/122 = 611 6.50 611/� = 611 6.50 489/122 = 611 6.5d 611/D - 61� 6.50 65S/0 = 658 7.00 451/113 = 564 6.0� 526/132 = 658 7.00 658/0 = 658 7.00 414/iO3 = 517 5.50 257 414/103 = 517 � 5.5� 257-M 414/1fl� = ��-� 5.50 250-M 451/113 = 564 6.�D 360-M 56�t/0 = 564 6.�0 255-LP 414/103 = 5i7 5.50 355-LP 517/0 = 517 5.50 255 414/103 = 517 5•S 3,�00 3,000 4,Q00 3,6fl0 4,Oil� 3,60� 4,50� 4,5Q�} 4,5�0 4,50� 4,500 4,Z{lQ3 3,4Q0 3,6D0 4,000 3,50E? 51um�� 3NfCfn Exp�r:�tion Ap�irovesl Far: �ate �Gnc#�} Rat�o �_ �- Concrete Base Material a3�23/2022 3 - � �'89 for irench Repair Sidewalks & ApA Ramps, Dri�eways, Curb & 3- 5 0.50 Gutter, 5afety End 06/Z512�z2 Treatments, fUon-Tx�OT Retaining Walls Curbs, Dri�eways, sidevualks & A�A Ramps, 3- 5 0.49 I�kets, Junction Boxes, 06/25/2022 Non TxDO� Retai�ing Walls Bridge SIa6s, Box Cul�er, Headwalls, �igh#ir�g anri 04/24/2022 3 - 5 0.44 -{rafFic 5gnal Faundatians 3- 5 0.44 Headwalls 05%Q4/2022 Box Cul�er, �ieadwalls, 3- 5 U.44 Lighting and Traffic �3/06/2�z2 Signal Foundatians Bridge 51a�, Box Culver, Headwalfs, Ligh'ting and 04/24/2022 3 - � 0'4� Traffic Signal Foundations Box G�I�er�s, Wing walls, �3�Q6/2Q22 3 - 5 0.45 �eadwalls 3- 5 0.42 Hand Piaced Paving 03/11/2022 3- 5 0.41 Hand Placed Pa�ing 03/11/2Q22 3- 5 0.42 Hand Plaeed Paving 12/U1/�021 3- 5 p.42 Hand Placed Paving 03/23/2022 3- 5 0,40 HE5 Cancrete Paving 03/23/2022 Manholes & Drainage lZ�����a�1 3 - 5 0.44 Structures 3- 5 0.39 CIP Bax Culvert 05/19/Zq22 3- 5 D.40 C!P Bax Culvert 05/�9/2022 lnlets, Thrust Blocking, ���fl6�Z022 � - 5 4'�$ Concrete �ncasement Lighting and Traffic 3- 5 0.47 Signal Foundafions, 07/23/2022 Valley Gutter 1- 3 0.45 Machine Placed Paving 02/21/2Q22 1- 3 0.43 Machine Plaeed Paving 04/14/2022 1- 3 0.44 Machine Placed Paving 04/14/202Z 3- 5 0.52 Curb & Gutter 02/24/2022 3- 5 0.45 Curb & Gutter 02/24�2Q22 Flatwork, Inlets, Thrust 3_ 5 p,4$ Blocking, Concrete 05/05/2022 Encasement nul� 7!h["f7ff Pa e 4 at ts v�� ��,���� Pre-Appro�ed Concrete Mix Designs 9 5�o�}�Ilr,r ��rrM�ntfl�kya�la Mln. ��#-day 51��mp WfC�� A�R���ci FaF' Mix I!� Lbs. -�� Sack 5tcer�[k� {psi} (I�tich� FC�tio --� � � Inlets, Thrust Blocking, 355 53.7/D = 517 5.50 3,000 3— 5 0.4$ Cnncrete Encasement 3S7-M 517/0 = 517 5.50 3,600 1— 2 0.48 Machine Placed Pa�ing Lightir�g and iraffic 357 �17/0 = 517 5.5D 3,600 3— 5 Q.49 Signal Foundations, ValleW Gutter �ram Concre�e � �►� ��mei 5upplier h+�ix EI� Lbs. asF� � Saf�C 151PX5DM � 414%103 = 517 i S.SQ 70K23504 C47PV5E5 161P55fM 517/� = 517 � 5S0 353/118 = 471 5.01 4�8/153 = 611 6.50 ExpEr�tiun Dak� 03/05/2D2Z 04/27/2022 D1/29/z022 (1+1���_ 28-tl�y Sl4�t��} UhffCm �x}�kratfr�n S�rengtlw �Pprv�red Fur; ��t� �PS�� {I�{I�� R�t�u � Lighting and 3,600 3— 5 0.46 Traffic Signal 07/23/2�22 Foundations Lig�ting and 3,60Q 3— S 0.47 Traffic 5ignal 07/23/2022 Foundations Sidewalks & a� Z8 2�ZZ 3,000 1— 3 0.46 �a�Ps � / 4,500 3— 5 �.36 ���d Placed p�/�g/2pZ2 n�.,E.,� �R�C (Laifimore i���eria�s �orp. _ — _ Su��l#�r C��n�ntjFfy aslti Min, �8-cl�y Sloimp W��m �xpir�#Yon {1��prou�c# �nr: Oate Mlx i� Llss. Seck Streng�h �ps�} (InrF�� R�#�a _ 5177 376/94 = 470 S.OD 3,000 3— 5 � 0.51 Sidewaiks 05/02/2022 12fi1 470/0 = 470 5.00 3,QOfl 3— 5 O.S3 Sidewal[cs U5/D6/2�22 5409 451/113 = 564 fi_00 A-,OUEI 3— 5 0.45 5idewalfcs, tnlets D5/04/2022 1551 517/0 = 517 5.50 3,000 3— S 0.49 Bfocking 11/01/2fl21 5torm Drain Structures, �Z�z7�z�Z2 1701 564/0 = 564 6A0 4,000 3— 5 0.45 SS Manhole 5507 489/122 = 511 6.50 4,500 3— 5 0.42 Hand Piaced Paving 02/07/2D22 9600 52b/132 = 658 7A0 3,600 7— 9 0.40 Class SS - Drill Shafts 11/Ol/2021 Storm Drain Structures, 04/22/2022 1851 564/Ei = 554 6.00 4,500 3— 5 D.44 Hand Placed Paving _ �iquid Stone _ � -- �en�ent�FFy a�lti ��Il, ��-{I3�1 SIU173�7 W�Cm �x{kif�tifln S��p�le� � 5#e�ngth �l#�P�av�d �os; ftiAix ID lbs. 5��k �Rs�} �I�tltij Rati� �a#e `-- --� ` Lighting and Traffic 07/23/2Q22 C�OOOG 451/113 � 564 6.00 4,qQQ �—� 0•4� Si�nal Founda#ions Pre-Approved Concrete Mix Desigr�s Page 5 of $ 08/17/2020 ��rtin R�arieifia ---5vp#�Il�r ---_ Cerx�entf Fly as#� A+ti�, 28-da� 51u�r�� V�1f�m Eu�fr�tian IUlfx II] Ll�s_ 5atks Strrn�t�a �pxi� �I��cl�j Nakiii �PPr�ved For; �at� R2131014 470/0 = 47fl 5A0 3,D00 3-� OS5 5idewa[ks 8c ftamps 02/21/2fl22 R2�32214 37fi/94 = 470 5.00 3,000 3- 5 0.53 SidewalEcs & Ramps d2/24/2fl22 D9490SC 495/0 = 495 5.27 3,000 3- 5 0.52 Sidewakks & Ramps 02/24/2022 ti2131214 376/94 = 47� 5.00 3,OD0 3-5 0.53 Sidewal[cs & Ramps 04/06/2022 R2136216 R� 1.36016 R2136224 416/104 = 520 5.53 3,600 3- 5 0.48 Curb Inlets 03/05/2022 Storm 5tructures, R2141133 �52/113 = 565 6.01 3,60g 3- 5 0.44 fniets, Blocking & 04/24/2022 Encasement FLOW25A 71/1f5 = 236 2S1 50 ���w 3..77 Flowabfe Fill/CLSM 04J29/2022 fill R2142233 452/113 = 56S 6.01 3,6fl� 3- 5 �.44 Manhnles, lnlets & �Z�24�2022 hieadwalls Manhales, Iniets & R2].41230 44�/110 = 550 5.85 4,000 3- 5 0.45 Headwalls, Valve 03/13/2022 �ads Machine Placed QZ142231 424/105 = 530 5.6� 4,DD0 1- 3 0.45 �a���g 02/Z4/2�Z2 D9492SFC 595/D � 595 6.33 4,OD0 1- 3 p,q1 Machine Placed qz�24�2a22 Pa�i ng Q2141226 424f 106 = 53� 5.64 4.0�0 1-3 0.�6 M�chine Placed 04/E}6/2D22 Paving Hand Placed Paving, R2l4b23� 472/118 = 590 6.28 4,5Q0 3- 5 0_42 In[ets, Storm Drain 03/13/2022 Structures R2146336 435/145 = 580 6.17 4,5Qa 3- 5 0.43 Hand P[aced Paving 07/21/2022 [i2146038 S90/a = 590 6.2$ 4,500 3- S D.44 ����ts, Storm Drain 03/13/20�2 Structures R214603fi 580/0 = 5$0 6.17 4,5Q0 3- 5 0.44 Hand Placed Pa�ing QS/19/2022 R2146042 &iQ/0 = 61U 6.49 4,50D 3- 5 0.42 Wand Rlaced Paving Q4/07/2020 R2146242 488/122 = 6Z0 6.49 4,500 3- 5 0.41 Hand Piaced Paving 04/p7/2020 R214623fi 464/116 = 580 6.17 4,50� 3-5 D.43 Hanci Placed Paving 04J06/2022 D9493SC 640/0 = 640 6.81 4,50� 3- 5 0.4fl Hand Placed Pa�ing 0�/24/2022 R21�F7241 484/121= 611 5.44 4,SOQ 3- 5 0.41 Hand Plaeed Paving Q2/24/2022 ��i'� i��C�L �If7d SuppRier hrlix � ��imeret/ ID I �i�s. NC55020A 376/94 = 470 NC55524AMP 414/103 � 517 NC5602�AHP 451/113 = 564 �si� N7in.2$•�ay 5#u�4p bl�f�rn Strengtli A�>f�rnVed �ar; *�a[k �Incl�� Rat�a 1�511 Curb & 6utter, 5.OU 3,000 3- 5 �•5� Driveways, Sidewalks 5.50 3 60� 1- 2 p,qg Machine Placed , o-,,.��� 6.Oa 4,500 3- 5 0.45 I Valley Gutters, Hand � p6�1��2fl22 I Placed Pavin� fxpirat'son �ate 06/1Q/ZQ22 Ob/10/2022 Pr�-Approved Concrete Mix Designs Page 6 of 8 08/17/2020 � �..d:�.QA:�. i��.ni+r�s�n (��WI"-�{`I�A dV1�v�vav _ �f'f14�'flt}J���t �S�Y �if��t1. ����d1j �upplfer Sl�,mp U1lfCr� �x;}Ikc�[i4�i 5tr���gtk� 1�pPrn�red Fn�: �a�e INix �� Ll�s. Saek �� ' �I��chj Ra4io - ai DCA2E5S� 353/118 = 471 5.01 3,OD� 3- 5 053 Rip Rap 05/28/2022 V0J11524 376/94 = 470 5.00 3,U00 3- 5 0.55 Curb & Gutter OZ/24/2022 FOC10021 150/38 = i88 2.00 215 �low 2.33 �ement Stabilized 06/10/2022 5and 10J11524 376/94 =�7D 5.00 3,000 3- 5 0.52 Driveway, Ramp 02/2�/2022 Valley Gutter, 10L�1524 452/112 = 564 6.0� 3,fi40 3-5 0.44 Manhole, Inlet, D���9�Zfl2z Junction Box, Headwall Thrust Blocks and 1RJi1524 395/98 = 494 5.26 3,500 3- 5 0.50 Val�e Pads, Light Pole 05/19/2a22 Foundations CIP Storr�► Drain 05 19 2022 15611524 452/112 = 564 6.flQ 4,a00 3- 5 U_44 5tructures ,! F35238VN 30/320 = 350 3.72 1(}� Flow 0.76 CLSM / Flowable Fill 02/25/2022 F0�138l/M 24/211= 235 2.50 1(}il Flow 1.17 CISM / Flowable Fill 04/14/2022 Trench Repair 8ase p4 16 2022 POG138K9 188/188 = 376 4.00 1,QQ0 9- i� p•84 Material � I lighting and Tra�c Q�/��/2022 IQK11504 517/� = 517 5.5U 3,600 3- 5 �•�$ 5igr�al Fo[�ndations Lighting and iraffic ���19 ZOZ2 10K11524 414/103 = 517 5.50 3,50� 3- 5 �•�8 �j��al Foundations � 10N11507 558/� = 658 7.00 4,5�fl (2,6�a 3- 5 0.38 HES Paving 03/fl5/2022 @ Z4f�rs.) 1flN13.5Q4 65S/0 = 658 7,p0 �'��� �3,b00 3_� p,40 �fES Paving 05/1g/ZOZZ @ 2-days) Machine P�aced 02 25 2{]22 50K11524 41�1/103 = 517 5.50 3,60i1 1- 3 a.4s pa�ing /, 1UM115�4 489/122 = 611 650 4,5Q� 3- 5 0.40 Hand Placed Paving OS/19/�q22 10M11524 489/122 = 6�1 6.50 4,5QD 3- 5 Q_41 Nand Placed Paving OS/06/2021 iflM11SO4 611/0 = 611 b.50 4,5Q� 3- 5 0.42 Hand Placed Paving 02/25/2022 145CD5P4 452/112 = 554 6A0 4,500 3- 5 �.44 Har�d Placed Pa�irtg {32/25/202Z �Ta�i�I1Tl' �OiICCB�E � ��m�ntJKl� asF► Suppli�r I�l7i� I�] I,bs. 5ack FW5020AHP 451/113 = 564 6.00 FW60AFiP S64/0 = 564 6.00 FW5320A 398/1fl0 5.30 FW�FISUCLSM 30/3Q0 3.51 FW�F275 50/150 = 2Q� 2.33 Min. 2�-day Sl�m 1N �m �Mpfraei�n Stren�#I� �InEE,] Raxiv �R�ro�w�� fvr. I�ate i�s+k � Ffand Plaeed 4,500 3- 5 �.4� paving 0�/��-/2022 Hand Plated 4,5�0 3- 5 0.�44 paving 03/il/2�22 3,0�0 3- 5 �.�0 Bloc[cing 03/23/20Z2 �low 5Q _ 15p Ff�� q.$f, Flowable Fill/CLSM 03/24/2€}22 50 -150 F��W 1.9 Flowable Fill/CL5M 07/23/2022 Fill - - . - Pre-Approved Concrete Mix Designs Page 7 of 8 08/1712020 C�m�rxt�Fly��iti NIin.2#C�da� Sl�xm WfCt'rt Expiration ��r��plE�r N1Mx Str�a�g�l� � Ap�srav�d For. if� l�kS. �rack ��#�� �If1C�]} R�klO Qdt� —` Storm Drain 43/23/2022 FW6020A2 451/113 = 564 6A0 4,OD0 3— 5 0.44 Structures 3 6�0 Lighting and iraff+c ���23/2022 FW6020A � Signal Foundations Curb Sr Gutter, FW5425A 353/117 = 470 5.00 3,U00 3— 5 0.51 �ri�eways, 02/24/2022 Sidewalks & iiamps Curhs & Gutter, ' FW5020A 376/94 = 470 5.00 3,000 3— 5 0.51 5idewalks, 03/12/20Z2 Drjveways CP5�20A 37b/94 = 470 S.UD 3,QJ0 3— 5 t}.51 CurEa & Guiier U2/24/2022 FW5525A2 388/129 = 517 5.50 3,6�a 3-- 5 0.47 VaEley Gutters 02/24/2022 �r�ue G�i� �edi �lc� 5u Ifer C�me�xlfFly�sh Nll��. ��da� SS+��r�p U1+��rt� Ex�ita#iu� PP Str�ngtE� ��pio���i Fo�� Mix !� #,Fs� �a�ck �� � �Inch� #�,�tiq b�t� si Flatwork, Curb & Q250.230 376/94 = 470 5.t10 3,OD� 3— 5 0.49 Gutter, Driveways, 06/30/2022 5idev►ralks 0250.2301 376/94 = 470 5.Q0 3,000 3—� p 46 ��rb & Gutter, pZ/21J2022 D�i�eways, Sidewalks 0264_2302 451/113 = 564 6.011 4,U�0 1— 3 0.39 Machine Placed fl4/27/20ZZ Pavi�g Machine Placed p7/lfl/2022 Q255.2301 414/103 = 517 55� 3.60D 1— 3 Q.4� Paving �260.23(}1 451/�13 = 564 6.�� 4,50Q3 3— 5 0.44 Hand Placed Paving 07j10/2022 Valley Gutters, Hand U265.23E31 489/122 = 611 fi.50 4,�0� 3— 5 0.40 p�aced Paving �z�21�Zf�ZZ �IS� i����'L� ;� ��� 5u����l�t _ ��ment{�ly�s� ffAfn.28-d�y r�Ix�r�Y W�Cm �xp�ratialti S#rer� h p 1lpproV�d Fnr: �41wx �O I,bs. Saclt ���� �Inchj R�kio �a�� _ — Lighting and Traffie 3678 384/96 = 480 5.11 3,6Q0 3— 5 O.Sfl Siena! Founcfations ���23/ZQZZ Pre-Appro�ed Concrete Mix Designs Page $ of 8 �+ 08/17/2020