Loading...
HomeMy WebLinkAboutContract 43354 (2)COM1VIUNITY FACILITIES AGREEMENT THE STATE OF TEXAS • • COUNTY OF TARRANT § • i• City Secretary -3Contract No. ,vi • WHEREAS, the undersigned Developer ("Developer") desires to make certain improvements ("Improvements") related to a project as described below ("Project"), an addition to the City of Fort Worth, Texas ("City"); and WHEREAS, the Developer and the City desire to enter into this "Agreement" in connection with the Improvements. Developer Information: Developer Company Name: Texas Christian University Address, State, Zip Code: 2800 S. University Drive Phone, E-Mail: (817) 257-7000 / brian.gutierrez@tcu.edu Authorized Signatory/Title: Brian Gutierrez, Vice Chancellor Finance & Administration Project Name: Water Meters to serve TCU Worth Hills Village Project Location: Stadium Dr. & Bellaire Dr. Plat Case No.: FS-009-092 Plat Name: TCU Addition Mapsco: 76S CFA: 2012-042 DOE: 6883 To be completed by staff Received by: c \�'`L Council District: 9 City Project No: 01958 ovflclM �� SECRETARY flo !NORTH, TX 1 Date: 06-28-12 P03 : 20 IN NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: For and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth and subsequently amended from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ("CFA") as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the infrastructure. Developer further acknowledges that said process requires the contractor to submit an Affidavit of Bills paid signed by its contractor and Consent of Surety signed by its surety to ensure the contractor has paid the sub -contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full for all the services provided under this contract. C. Developer agrees to cause the construction of the improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City - approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits are made a part hereof: Water (A) X Sewer (A-1) , Paving (B) , Storm Drain (B-1) , Street Lights & Signs (C) . Combined CFA final Sept 12, 2008 2 E The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. F. For all infrastructure included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being insured, licensed and bonded to do work in public streets and/or prequalified to perform water/waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City to schedule a Pre -Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City -issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement Combined CFA final Sept 12, 2008 4 L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub -contractors, officers, agents or employees, whether or not such iniuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants. or efnplovees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part. by the alleged negligence of the City of Fort Worth. its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. N. Upon completion of all work associated with the construction of the infrastructure and improvements, Developer will assign to the City a non- exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Combined CFA final Sept 12, 2008 6 Agreement to cause the completion of the construction of the community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Cost Summary Sheet Project Name: Water Meters to serve TCU Worth Hills Village CFA No.: 2012-042 DOE No.: 6883 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre -construction meeting. An itemized estimate corresponding to each project -specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 94,185.00 2. Sewer Construction $ Water and Sewer Construction Total $ 94,185.00 B. TPW Construction 1. Street $ 2. Storm Drain $ 3. Street Lights Installed by Developer $ TPW Construction Cost Total $ Total Construction Cost (excluding the fees): $ 94,185.00 Construction Fees: C. Water/Sewer Inspection Fee (2%) $ 1,883.70 D. Water/Sewer Material Testing Fee (2%) $ 1,883.70 Sub -Total for Water Construction Fees $ 3,767.40 E TPW Inspection Fee (4%) $ F. TPW Material Testing (2%) $ G. Street Light Inspsection Cost $ H. Street Signs Installation Cost $ Sub -Total for TPW Construction Fees $ Total Construction Fees: $ 3,767.40 Choice Financial Guarantee Options, choose one Amount (ck one) 'Bond = 100% $ 94,185.00 'Completion Agreement = 100% / Holds Plat $ 94,185.00 'Cash Escrow Water/Sanitary Sewer= 125% $ 117,731.25 (Cash Escrow Paving/Storm Drain = 125% I $ - 'Letter of Credit = 125% w/2yr expiration period I $ 117,731.25 Combined CFA final Sept 12, 2008 8 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Developer has executed this instrument in quadruplicate, at Fort Worth, Texas this 7GI day of _ 3i4Vl ee__ {- 2O . CITY OF FORT WORTH - Recommended by: Water Department Wendy Cabulal, EMBA, P.E. Development Engineering Manager Approved as to Form & Legality: Douglas W. Black Assistant City Attorney M&C No. tV/A- Date: ATTEST: biVIdy J. Kayser City Secretary ATTEST: By Brian G. Gutierrez Vice Chancellor for Finance and Administration Transportation & Public Works Department /A - Douglas W. Wiersig, P.E. Director Approved by City Manager's Office Fernando Costa Assistant City Manager 4 S ritcytrob." Texas Christian University 9 OFFICIAL RECUR err SEC RE TL RY W RUU9 TN Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included 111 n n n n P n Attachment Location Map Exhibit A: Water Improvements Water Estimate Exhibit A-1: Sewer Improvements Sewer Estimate Exhibit B: Paving Improvements Paving Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Fstimate (Remainder of Page Intentionally Left Blank) • Combined CFA final Sept 12, 2008 10 PART B PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: TEXAS CHRISTIAN UNIVERSITY PROPOSAL FOR: PROJECT NAME' Water Meters to serve TCU Worth Hills Village Ph-1 WATER PROJEC f NO. P265-609140195883 SEWER PROJECT NO. DOE 6883 FILE NO. X NO X-21915 CITY PROJECT NO. Of 958 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of WATER and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: WATER METERS TO SERVE TCU WORTH HILLS VILLAGE PH-1 l Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, the General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Transportation & Public Woiks of the City of Fort Worth Texas; cind binds himself upon acceptance of this Proposal to execute a contract and furnish an qpproved Per for/wince Boncl, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the perfoinung and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: Updated; 8/30J2010 UNIT 1 , WATER t3id Approx. Unit Bid Item Unit Item Quantity Measure Description Price 133 LF Pipe Pressure- 8 Inch PVC (complete in place), per linear foot JThlrty Dollars and zero cents 18 IF Pipe Pressure- 10 Inch PVC (complete in place), per linear foot Forty Dollars and zero cents I$ 3. 18 EA Pipe Pressure. 12 Inch PVC (complete in place), per linear foot Fifty Dollars and zero cents $ 4. 1 EA Water Service- 1 inch Tap to Main (complete in place), per each Two Thousand Dollars and Zero Cents 30 LF Water Service- 1 Inch Cooper (complete in Place), per linear foot Thirty Dollars and Zero Cents 6. 1 EA 7, 8. 3/4 Inch Meter and Meter Box (complete In place) per each One Thousand Dollars and Zero Cents 2 EA Meter Vault- 8 Inch Meter (complete in place), per each Seventeen Thousand Dollars and Zero Cents 189 LF i Total Amount $ 30.00 I $ 3,990,00 40.00 I $ 720.00 50.00 t $ 900.00 2,000,00 $ 2,000,00 $ 30.00 $ 900.00 $ 1,000.00 $ 1,000.00 $ 17,000,00 $ 34,000,00 Pavement Repair-2 Inch Min HMAC (STR•028) Permanent (complete In place), per linear foot Seventy Five Dollars and $ 75.00 $ 14,175.00 Zero Cents 9. 1 22 11, 1 230 13. 3 LF Curb & Gutter - 7 Inch w/18 Inch gutter(contplete in place), per linear foot 'TwentyFive Dollars and 1 $ 'Zero Cents I TN 'Pipe Fittings for Less than 16 inch DI, Steel, and 'Colic Pipe (complete In place), per ton (Fourteen Thousand Dollars and ( $ 'Zero Cents 1 SF !Concrete Sidewalk (complete In place), per square foot (Fifteen Dollars and Zero Cents I 1 LS Erosion Control Measures (complete in place), per lump sum 'Two Thousand Dollars and Zero Cents EA Pipe- Tapping Sleeve- & 8 inch Gate Valve-10 Inch X 8 Inch ( complete In place), per each Four Thousand Five Hundred Dollars and Zero Cents 14, 1 LS Traffic Control Plan (complete in place), per lum sum I Three Thousand Dollars and Zero Cents BID SUMMARY TOTAL AMOUNT BID WATER GRAND TOTAL AMOUNT 131D 1 1 25.00'$ I 550.00 1 14,000.00 I $ 14,000.00 1 1 1 $ 15.00 I $ 3,450.00 1 1 1 $ 2,000.00 1 $ 2,000.00 I I ' 1 I $ 4,500,00 $ 13,500.00 $ 3,000.00 ► $ 3,000.00 $ 94,185.00 $ 94,185,00 PART B b. PROPOSAL (Cont.) After acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid secuzify, if required is to become the property of the Developer, The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978 and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications, both of which are incorpor ited herein and made a part hereof for all purposes: 1, The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, which arty be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works, The undersigned assures that its employees and applicants for employment and those of any labor of ganization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not disciiminated against as prohibited by the terms of City Ordinance No 7278 as amended by City Ordinance No, 7400. The Bidder agrees to begin construction within 10 ( Ten ) calendar days after issue of the work order, and to complete the contract within 6° (sixty) calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nomesident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached, Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas, Updated: 8/30/2010 I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No, 2 (Initials) Addendum No. 4 (Initials) Respectfully submitted, Tri Dal Utilities By: Scott Langham Title Project Manager Address 540 Commerce Southlake, Texas 76092 Telephone: 817-481-2886 Ext: 212 817-410-8024 Fax: Updated: 8t30t1010 Friday, June 15, 2012 AT: 2:33 PM FILEPATH: G:\Production\000100\B000145\Design\003\Drawings\Exhibits\CFA-METER SET EXHIBITS\VICINITY MAP.dwg PLOTTED BY: Marbut,Chad ON:W .. .. mD CO ceD 0 C N C rn !n • 0 T T O xQ • O V cno cn 0 a. CA)? X 0 P r mm O 0 pa1 co00 0000 n C OD va =9-1 zrrn --lNm mm jj _D 7a o _< D m' m ALL Ai JUL I LL -STO\ HOLLOW WESTCLIFF 0 JJ BEHAI f 01,F SSA WABAS{ I -�S cl- 0 1 N011b > j 0 H1111111111i1o, 1.11111111111111111 11111111 11,111111111111 I 11i111 1111111iiiil.,111111 1111i1111i1,1 111,1101.11111k II 1111 I I I 11111111111 1 I .. I 1,111 I ,11,11111 Id I 111 u_ 2 0 0 u.1 IIWIIIIIIIIIIIdIIII Il IIIIIIIIIIIIIIIIIII!him 111,1101,1,111111111111111i Ili. Ili I I I 1,111111,1111,,1111111 1 1111,111, 1,1111111ii III i 1 ill, .111111, 1 I 1, 1, ii1111 .„, I EXISTING 1 " WATER\ LINE X-191t5)\2.3, • • EXISTING 21" SANITAR,K/SEWER5--"\j' /4 , , // \ / -.) (X-1\3995) -1,7) // / / \ '„ // / / <Ct',/ / / 4() , sy.., / _ ,.\'- / ' / 0_<<" / o \N- ,z-- / x/e,\. / / /4R3,N, ,, .......... /, -P • ..--'" „,....•-• ..."1. ,-,,-- ,-3---- ...,,,' . . rr .4.,,' • ,•-' :4 ',_____. .• ,-- P PP ED11,3 LF OFT-r6---1 L -4.. ,,,,..71._,J.,,,, ‘,.. .., 7,;,./ - 4311,1= cd I N E „-----' , - , \- '.. • .---, J"-'-i ,',.',..:-.:1._•.., - c c , ;1'' C PPER LINE '',,30/.,E.:—.1:x..ss,,,,,,,,,,,,,ti-j::::-:: ) P OP 0: SE D 3/4"\,METER?:" & BOX-1,-.1 .... i 1 •-,,,,-4,,,,,,,;--1,,,,,!: . 1 , , 1- , ‘ -•.-, ' LI 11 .1 '1, / .":. -ri ,, I -,./': \ r74gr; ,., ...s.i 1- . ,,igit„.. L-, tv,„„17,, y •,..ry, , , e-.2. ,i',',,r 1 .., iNOTE:, ,.. 8" WATERLANE._AND 1" SER VI CE.......A.* E,-TE,MIEIN RY AND WILL ()AIL 1' SERVICE TI-1,ROLIG012. EXISTING HOME \WILL's;-,T17/ENI ....BE DEM:0LISFfED: \ N '- ',k'• I , •\ I -, 1 \ • 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 • Fax: 817.335.7437 (TXREG. F-1114) -- ,. 5 41 / / EX -SS ,--, 7"..-/iril LiTi E A l —7-:-----EK:-C,7 / i EXHIBIT 'A' WATER METER EXHIBIT 1 OF 4 .1 I immimmimmimmil 0 40 80 SCALE: 1"= 40 ft. 2012 AT: 8:49 AM FILEPATH: G:\Production\000100\B000145\Design\003\Drawings\Exhibits\CFA-METER SET EXHIBITS\ ED DU 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 • Fax: 817.335.7437 (1X REG. F-11141 PROPOSED 8" WATER LINE TAPPING SLEEVE & VALVE PROPOSED 8" FIRE LINE TAPPING SLEEVE & .VALVE EX -GA: EXISTING 10" WATER LINE (DOE #5235, X-19115) E PROPOSED 8"X12" REDUCER PROPOSED _.88 XD __-REDUCER.._... PR97?c ED 127 ;=FIRE L/NEB PROP°, ... 07--14/AI R-L y IYEIMMINO EX -GAS o LOT 1R TEXAS CHRISTIAN UNIVERSITY P.O. BOX 297041 FORT WORTH, TX 76129 CABINET A, SLIDE 4482 D.P.T.C.T. 3000 STADIUM DRIVE BELLAIRE DRIVE NORTH (65' PUBLIC ROW) EX-w PROPOSED 8" (_._.&T€f&VAUL T 'E. 1 WITH 10Xl 0'W.LTR.=ESEMEN-T.-_ = ---PROPOSED› 1 DOUBLE CHECK j _DETECTOR ASSEMBL Y WITH 10" (PLUG i 1 EX -I Rl` EXHIBIT 'A' WATER METER EXHIBIT 2 OF 4 SCALE: 1"= 30 ft. ,1,11,1,11,1,11111111111ii11111 lilliillili111110111111,111,1i11,1,111A1111,111111H111111i 11 Ilfi.ii111111111i ,,,11,1111111IN 1 1 ili111111111ill 1 1 1111i !ill 1 1111 111111111111 1111111111111111111,1 Y111111 1 1 1 1101 .,1i1111111 11,111111111 1 111111111, 1 1 i111111111 1111 1 ,11111 11 11111111 .1 III .1 1 II 1 1 1 III 1 11 1111 111,1 ,11111, 111, i1111,111,111111 111, 1111111,11111111 11 11 i11 1 11 '18 \Design \ 003 \ Dr 0 0 0 0 0 0 "?. PROPOSED 8" 11 METER & VAULT PROPOSED DOUBLE CHECK DETECTOR ASSEMBLY ri / 0 'X/ 0' WA -TER EASEMENT POND DRIVE 1 I I 'f 1 .•• • _ -4g%'DU 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 • Fax: 817.335.7437 (TX REG, F-1114) m CO m — 77 7:1 V) rn rn EXISTING 8" GATE VALVE EXISTING 6" WATER (X-9764) 171 EXISTING 8" —\ GA .TE_VAL—VE EXISTING 8" WATER (X-16405) 172' ROW EXHIBIT 'A' WATER METER EXHIBIT 3 OF 4 W. DEVITT ST. 0 40 80 SCALE: 1"= 40 ft. iL.1,1i ,111111,1,1,11111,1,1,11,1141,1111,111,filii, 411.1,1, .1, ,1,,i,a,11.111111m 111 11,1 1111 111 111;1 1,1,1, 11 1 II 11111 11111111111111 ,1111,1111111,1 H1,11111 1111111,111,1,111111111H 1111,11,111111111,11,11,11 1111i111 . 111 , 1 1 ,1,1 1 1 .., 1 11 1111111111 1,11. d,1 11,1.111111 1111111,1,1i,111,.1111111 11 1 11 111 11 1111 m°lude°J .11eleeW UllMnuuuuu1•111 1111111 1..!l J!JuuuuueuluIDewuuuuuu,l.II I:J°!JumuulIIIl!lIlnp01.1.dl uuu tluu l uuuJnelul 1111 11111111 uuu hill! lln JllYumllilul II luilml Jul' 11111 II uuduel eululaull l I eu 111.111 II IJI I11111111111. I , I 1 I I; Hill lid II $0N:i BLOCS: NOTE' 1 COV.TRACTOR /I Qi(. C07V�,, c „:",-FIRt. DEPARTMENTAIVDD;-CO;ORDINA TE EE ,3 DDT:... PROC�D,U�''E� N I.E �-O, PR;D:i ADEQUA.TE,PRO'TEG"TQ % ;D,URINO,.; TEMPORAf?` ; SH(F "C3_i!c!Nst-iTQ\%N.TI ., WATER METERS A(aIZ A ?T?URT "Ni' NCES~? ' MA: DIIIISTAJI •R?, 01 i?X.wnmM . a His In.: cmm°vw US.u•1. UB%O ,_ Cicc M°I _mv ,1 A n M i°I]° JOID AWAY M112 -fi1::111D UN r v r-`, 4\ \ , .. .rnx.Etwyxlrin, EXISTING 1 D"--- WATER LINE (DOE # 5235, X-19115) cr.--kf—r- n-c 1. WI IIIIIiii;illl'lI I'I11 J1i.11IJIII A�.1I ,i— 1I1I J]I. iljl ili'i;l li it i..y...i I 'IIIlnlli IIIIIII:; . II III r �llllll!liil a, Dill r- r-1 -!'ti. C'', abb i i l-I_li Hill 1 I • vlti',..�li€II I I1llJr, l LnW. HI 'II I III':.i 1Y1 I,I�;I: DU 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 • Fax: 817.335.7437 (IX REG. F-1114) Lab w: V " EXISTING 6 I PUBLIC WATER l;rl ... (X— 9764) c. 5 8" WATER LINE I , 1 TO BE PRIVATIZED EXISTING 8" ISOLATION VALVES EXHIBIT 'A' WATER METER EXHIBIT 40F4 I°uldlena'IxDlDlleeileuulpuuluu.mel°DaAeulullJduihuu hiTthillun l'uDLulnYuhwuleulleJlul'lluuuuplllDlDudJuulmuuhJ lily nlluullenuwuJuu lh IIJuu°u° II I 11111111 99uui YDIJIIw'I ul'uwe 1ull1 fir n, uull luexx,I I, ulu u' hl6euille lhJ'I I II, ull.1. III I III III i • 3111 u,M DIM( rt.AS vn:01 JrcxnP�( MAC. I - Ywfthin[C"nit' VC 741011 uN1 nT.. P°U °Dw w 310 STADIUM Dn.X `mro Dl72le 1 8" WATER LINE TO BE PRI VA TIZED EXISTING 8" PUBLIC WATER (X— 16405) 0 200 400 SCALE: 1"= 200 ft. I nul1.1 Hill uuJI111en 1.1J h.el II iJ 1 1'I'n.ull l'I"