HomeMy WebLinkAboutContract 28377�� • •�-,�.
( � - _ .,, . � , .. I' f 1 • . '� I � ' � � �� i�� ��`V ,.
,. _. �t�1�A�1 �
PROJECT NIrL►� �� �L. _ �.�t6aGi��'� �Sl�� �.
����i�Y��TA�
� � '" � � SPECIFICATI4�IS
�Ir� �����i����j - � j � �� ����E�� ���
��d��`�Gr � a - � . � . ana ..,,,_
CUi�ITRACT D�C�[T.�IEl�T5 .����EN���ir�� �IV,
,— �I�i � �!� ���
for ^_ _. . . . .
�� JL Y ` �� r ► �JJLJ E AJ����A \ ����J4� ,N. ���.an �.— . : �. . -. , 4 �
{"� 1
OVER�'ON RIDGE BOULEVARD A1�D
EASTBOUI�I'D XI�iTERSTATE HIGHWAY 24 FROI�TAGE ROAD
TP'4� PROJECT leTO, G11Sn�4��A[}-O�U�x�13631'%
DEPARTIVIEI*�TT OF E�GXNEERING PROJECT 1�I0.
THE CiTY OF �'ORT WORTH, TEXAS
FILE NO. SD-85
Kk.NNETH L. BARR � GEORGE BEHMANESH, P.E.
MAY4R ' INTERIM DIRECTOR
DEPARTMENT OF TRA��P�RTATI�N
. AND PUBLIC W4RKS
DALE A. FISSELER, P.E.
DIl�ECTOR, WAT�R DEPARTMENT
A. DOLTGLAS RADEMAKER, P.E.
DIRECTOR, DEPARTMENT OF ENGTNEERING
PREPAI�ED BY:
Halff Associates, Inc.
Engine�rs o Scientis�s � Surveyors
�4000 Fassil Creak Boulevard
Fort Worth, Texas 76f 37
2D02
,�i�' .��.,���. t_,�' '
. . � ,.� I` I� ,.,, �� �
I
, „��,U�t11��?..� ! ,
AVO 2Q082
� � � ,� r A '. � �
n y..
,
(�ARY W. JACKSDI� �
CT�'`Y MANAGER
�
i�� �
w�.� a�� �� =a
f ;.
� �,�.
C'ir� r� f �o�� ���or�lr., �'��cr..�
��r��r ��� �a����� ����������t��r�
u,��r E= r�-r-����vc� �v��vt��i� �.c�� �v�,�f� ����
,�,
--'i�14J�� � *���194'�� ���L.O�Uk�� � �f�
�EJf:+.�E�T A�+VARD 4� ��f�TF�A�T TO �lTE �D1V�R�T�, If��, �OF� TI�E �k�YVI�'UV
k��'�'�Nrti��! PF��,IE�T, Af�D TF�E TEN1��F�ARY �TR��� C���UE�� �F 011�1����
RG��� BC7iJI�r1lI�R� �f�0EV1 IH�� T� A N1�DIA� �p�h11iV� 6�� ��E� ��UTH �F
11�1�� �OF� TF�E DUf�A�'I��1 �� ��IV�TF��]�TIOfV
RECO1�r�M�NDATiOl�:
I� is recomrn�nded �h�t the �it� �ounc�l:
1, Authori�e the City �1��a�er to ax��ut� a car�tra�i witl� �i�� �anc��#�. Cr}�. in #�e a�rr�oue�k of
$7��,�0'E .�� for � QO w�rking clays f�r khe ��Eyvi�u� D�#�r�tion Pro�ect; a�d
�. Ap�rov� 11�� ��mparary st���t ckost,f� c�� �v����n F�id�e Bouf�v��� fror� IH2Q ka a medl�r� o��ning
��0 ��et s��ih of I�--120 b�g€��nin� Ti�esday, J�nu��y ��, ��f��, il��o��h �+1on���. .3t�ly �4. ��0�,
E]I��l.l�����1:
�e� �ctob�r 7�, ��0� {lv1�� �-� 83{18�, lh� �ities o� �ort �.�l�r�h ar�d �errbr��k er�i�r�d I�#o an in�erl��al
Agre�rnen# la� wl�lc� �acl7 ci��+ �gre�d to �on�rabu�e up to $17�,000,�0 �� f���d lhe �ilyv'r�w De��nt3�n
�raJe�t. P�oj�ct costs h�v� s�bstan#ialfy incre�sed, ar�d tne �it� �� Ber���ook �ras a�r�ed to fund all
casf� in �xc�ss of �17� ��l�r of Fork �or#h's r��#�i��.itEo� �� $17'�,OD�.�O, Th� �€��r of Ber7braok submitfed
i�s p�rt€��� �f tF�e �ur�d�r�g �r7 l�e 2�m�ur�i �f $�5�,�0� ,�� t�w���i t��s �ro�e�t ta �or� l�.+orth or� f�ovember S,
����.
Thass recor�m�rrd�tio�s a�e st�bject to ���� �oun�il �pproval af �hte �fedica�ion �f a�,4�4-ac�e draie�ag�
�as��ent �� �it�view F�artners, L.P. a� ���tl:nac� Ir� lvl�� �-� ��}�� date�! .��n�ary �4r ����_ B��e Bid
v��ork wl�k incl�,de ��ns�ru�iiar� af #�e �et�r�tion pond and st�fm �ralr� im��ov�mc;�rt�s, TF�� a�f�r�ata bid
t�v�s for �1��rnate dl�posal �f th� �x�av�te�l rock f�r reuse ir� �it�r ��oj��t�, oi Es Ee�ar�m��d�d thaE �i�e
Ba��e �sd �mo�nt of �7�5,30'� .7'�, �s s�,brx�Rtt�d by �ite ��ncr�#�, Ir��., be a��roved finr award a�
car��ra�t_ Con�ra�t fkme wil� t�e 'fQ� wor}�Ir�� day�,
Tl�ls prr�j�c# w�s �d�rertis�d far �id �n �ep#�rnbar 5�nd 1�, �QU�. �n C3�tob�r 1�, ����, th� ��I�owir��
�ids we�e r�ceived:
B I 1����5
�F��E B�� AN��Uf��
A�,T�Ri��ITE E31D
�i�� ����crete. ���c.
�rv�€ i�al1 Excava#�n� �omp�ny
�RO ��i��r�l �or�kr�c�ir��, Inc,
��rfh B��Iders, Ir��.
�fR,� ��vir�g, LP
MY�� �o�struct�on, Inc.
hi�rll�sfar �o�stru�[��r�, In�.
�oo��� ��c�ava#.ion, Inc,
L.ir�der �or�struction, Inc,
ALJI �onlra��c�rs, L.,F�.
Tri-D�I �xc�vatio��, Ltd,
�il�� �ontractGng, Inc,
� 7��.��� ,�5
� 8��,1�� .��
� 5�0,�0�,��
� 88�,451.{��
$ ��7',�84.��
� ��3�,���.'I�
� �88,5�3,��
� 998,31 �,77
��,OG5,�16.0�
�'�,172�$76_�Q
��� I U 1 F� i LV ,��
� I FLf L,J IL_VlJ
� 7��,{��1.75
� 9�1,8{17.��
� �35�,Q��.Q�
$ 954,8�'k.��
$ 8��,93�.27
�F 4t7�F���. 1 V
� 7LJi��J,U7J
�1,'���,'� � �.77
� 93�,7�6,��
�1,1 �2,876,OQ
*V I{b��,�S]L��7,J
yR� ��f G�.7� �.VM..J
C��j' ��f � �'��� �n�-t1r� �'"�xr���
�a��� ��d ���r��i! �ar�»��r�����a��
�r�T� r���.r����ri�cr r��.�r,n���� �_c��� ��.r�r-_ ��c�t
'11141�� � **�-� 9�1 � 2���D�UR� 2 �f 2
s4�s.�r�r � AlN�1F�� �F �O�iTF���7 TO �ITE �{��I�F�ET�, l�1�. F�R �'H� �fTYV�E�+V
�ETENTI�f�I PR0,1E�T, AEVb �1`H� T�V�1��1�1f�Y �7f���1` �LC��U�� �F 01���iT��l
RED�� S�ULE1lA�RD �i��9V1 IH�O T� � NiEDkAN �P�.f�1NG G00 F��� ���1TH ��
I �H�O F�R TH� QURATGQi� �F �U�I���E��TlON
�it� ��n�r�t�, In�, is sn compii�n�� wtk� th� �I#y's A+1�VV8� ���In��ce by �omrx�l#ti�g t� �0°l� �+1M1B�
�arkici�at��n, Th� �ity'� g�a1 on tE�i� pro�ect i� �{�"�o_
Ir� c����r �c� i�sf�El r�����d storm dr$�n lir��s in th� sk���t, �I#y s��lf Is r�qu�s�ir�g �pprov�l from t#�e ���y
��ur��ll t� lampo�arif� cf�se �varzon Rid�e Boulevard fro� IM�O k� a media�n o�enir�� B�� fe�t s�u�h of
I1-t�0 beginnir�g Tuesda�, �f�nuae� �� ��Q��, �hr��gh Nio�da}r, ,�u��+ 9�, ���9. No h�e�� or b���r��ss
acc�s� k� a�fe����4 by �he �lo�ur�, Appr�prr�t� iraffi� cantrc�� d�vi��s wil! #�e �r�stall�d tf��i ir�Farm
mo#orists af Lh� c�osu�e. ThEs req�est �eyt�ires �it�r �Coun��l 2�ppr�val since it exceeds ��e '!0-da�r ti�nr�
lim�� #�r adi�nir�i�ir��iv� �ppr�v�l a� prav�detl withir� i�h� Te��€�c Engin���ring D�siqr� �tandards an�l Poli�v
�u��el�nes. ihe p�lic� was desE�n�� �o �C�e� lhe �Ity ��u�c�l Gi7forrt��� of m�Jar sir�ek closur�s tn �h�
�it�.
Th� �r�j�ci rs I���E�d ir� �OUEV��� DI�TRI�� �.
F1���1� INFOR�?+�AT10h11�ERT1�I�ATIbN;
TF�e �ir�anc� Dire�t�� c�ert'r��es lha� fur�ds �re �v�i��ble in �h� c�fr�nt c�p��al b�dge#, as apprppri�L�d, [�f
th� �#ree# Improvem�r�ts Fund,
f��:k
Soib�it[r�l I�ar City �'1:inn�er'9
O[f�eC b}':
1�arr C}t�
{�I'��I�I�i�kY� I}Cf�Nk'i 111cEY! FiRB{I:
Raalxert G4or�c
�ddit€onal 1»i�rnro�iai� (:autac[:
��al�cr[ i �a.Gpr3c
�r—._
r��n�� � �c���Tn��' �Ln�'�'�i� � .���o��n•r ��iT�v ��;c�r�r�r��tx
{ro) ��
��7G
���Q� ��3"61SL�
C775
7��7�1
54��OG � ���71573�0317
1
I I
�
I
� �PP�avr� ��»�r�
�7�5.3�1.75
�
�
CITY OF FORT WORTH, TEXA�
DEPARTMENT OF ENGINEERING
annF�T rn�r iv,�1
(Pages A1-A5)
for
CITYVIEW DETENT�ON PR�7ECT
AT
OVERTQN RIDGE BOULEVARD AND
EASTBOUND INTERSTATE HIGHVI�AY 20 FRONTAGE ROAD
, TPW PROJECT NO. C11S-S412D0-020115136317
DEPARTMENT OF ENGIlVEERING PRQJECT NO.
� FILE NO. SD-85
:�:- -� �.- � .�- 11
R- -•:.:�-� �.- i •- !
�. - ;,�I' -� � �
The Contract Docurnents foz the subject project are hereby amended as follows:
A. Noiice 9:o Bidders/Camp�rehan�ive Notice to Bidde�rs
1. Page NTB-1 and NTB-2:
Change the date bids will be received from "1:3Q p.m.., Thursday, October 3, 2002"
to "1.:30 p.m., Thurs�ay, Qc�ober 10, 2002."
B. Traffic Cont�-ol:
1. R�;move Plan sheet C8.15 (T�4T STD. BC(6}-98 Barricade and Canstnzctioz�
Sta-ndards — Channeli�ing Devices - Cones) entirely. Oniy druxns shall be allowed
in TxDOT R.O.W.
2. Plaz� Sheet C1.2 (Traff"ic Conirol Plan): add a zaaessage sign, located on the west
bound frontage raad of Tnterstate Highway 20, just past the on-ramp, to info�xn
moiorist to "EXPECT DELAYS", �(�ee attached figure l.)
� A-1
C. � Utility Adjustment:
1. Propasal Page B-9
Change Item 37, "LTtility Adjus�n.ent," unit price and amouui bid to $500�.00.
2. Special Provisions Page �-43
Delete Non pay Item Na. 1, "Adj�tst Exisiing Water or Sanitary Sewer Service
Line." This item sha.11 b� paid for utic�er Bid riem No. 37, "Utility Ad�us�ment."
�
3. Specia.l Provisior� Page ,�-5�4
Pay-Ttem No. 37 — Utility Adjusiment:
. Tk�as i.tem �hall includa adjusting e�sting water or sanitary sewer service lines
locatad in the righi-of-way due to conflict with pmposed construct�on. Adjustment
� will include a11 connection, recorknec�ion., raising, l.owering, rexouting, and re-
,� a.lignir�g to pro�vide service io the right-o#�way Iine at the existing point of service
' � and shall include all material, components, labor, and appwrtenances requrr�d ta
� accomplish Y�is ztem.
Note ir� fi�al sentence �hat ac�ual cost of adjustments include material and labor
costs.
D. Contract Tiane;
i. Froposal Page B-10, Para.�raph � . . _
-..�_ Delete th� tune allowed to complete the contraci {"120 calendar days"). Coz�tractor
shall write ixz the nuznbe� o� wo�rking days he proposes to co�nplete ihe contrac� in.
E. P�.vement Repair:
1. �ee the followin�:
Proposal Page B-3, Pay Items No. 6, "Remove existing concrete pavement."
Proposal Page B-7, Pay Ztems Na.'s 26, "6-inch lime stabilized subgrade," 27,
"Lime for s�abilization,'° and 28, "S-inch concrete pavement."
�pecial �'ra�ri.sions Page 5-45, "Non pay Item No. J 4— Sawcut Concrete."
Special Provisions Page 5-50, "Pay rtem No. 26 - 6-inch lime s�abilized subgrade,"
"Pay Z�em No. 27 - Liame :For stabzlization,'" and "Pay Item Na. 28 - 8-i.z�c�
reinforced co�crete �a�emeni."
F. De-Waterin�:
1. See Speciai Provisions Page 5-40, ,�tandard Item No. 75, "Dawatering,"
De�nvatering is �, noz�-pay item.
�
A-2
G. F3ydramulch:
1. Plan Sheet C3.1 (Site Gxad.zn.g Plan): Exis�ing topsoil shall be stockpiled an si�e,
and �hen placed back in the pand as directed i�y Engineer. Those axeas of the pond
receiving topsvil shall be hydramulehed as direeted by �he E�gineer. ..
H. Truck Access:
1, The �tr�et Management Dept. of �.e City of Fort Worih has waived the "NO
TRUCK.S" requixement on Overton Ridge as the only viable access to the site.
I. On-site Test Holes:
1. On-si�e test holes by �rospective bidders will be allowed, provided a signed access
agreement and release (attached), and appropriate certificated a£ irisurance are
pravaded to George Dunca� {817-339-701.6}, zepxeser�ting �he owner of the
underlying property, Cityview Partners LP.
J. Easement:
1. The drainage easeznent and cansfruction easement shall be executed upon receipt af
an acce�tabie bid price and MWBE co�pliance. Ciiy Co�cil approval of the
easements will proceed concurr�ntly with Council appraval of �he cansiruc�ion
con�rac�.
'�' 2. The easements contained. in "Append'zx�A - Eas�m�nf Documents" sha11 be deleted
a�d replaced with the attached "Detention Pond Easement Agreement and
Temporary Construction Easement" (14-pages caz�sisiing of S-page te�t agreement,
EXIll�lI�S "A" and "A-J ", and a 7-page Exhibzt "B" ). Contractor agrees ta abide to
�the terms set forth in the "Deten�ion Pond Easezn.ent Agzeement at�d Tempaz'ary
Constructi�n Easement." _
K. Special Instructions to Sidders:
1. Page S�-2, Item No. 8, Tn�»ranr.e, add the following paragraph:.
The Coniractor shall provide a Certificate of Insurance, naming Cityview Parhners,
L.P., as an additaanal ix�suxed, £ox Camprehensive General Lial�ility Insurance
(occurrence basis, wrth a mir,imum of $1,000,400 single Iirnit). The insurance .
cannot be cancelled or amended without at least forty-five (45} days priar written
notice to Cityview Pazk�ers, L. P.
A-3
i�
L. Disposal of Excess Excavation:
1. Praposal Pa�e B-3, Pay Item 9, Unclassified Excavatian
Add Alternate Pay Ite�n 9a as fnllorvs: ,
9a 110 68,400 CY Unelassified Excavation � �
Disposal at City or T�cDOT Site Wifhin 15 Miles of Project
Complete in Place far
Dollars &
Cents
per Giibic Yard
�
i�
I�
�� l
Alterriate Pay 7tem 9a is included to minimize the amount of excess excavation the Contractor wi.11
1�e required to �'ind a disgosal site �or. Excess excavation shall first be d.ispased of the the City
anc�lar TxDOT site. �Vhen full, Coniractor shall then dispose at his alfi�rnaic site. Total quantity of
Pay I�em 9 an.d Altemate Pay Item 9a will total 68,400 C.Y. Arnount disposeci at City andlor
TxDOT site shall be paid far at bid �rice of Pay I�em 9a. The remainde� shall be paid far ai bid
price of Pay Item 9.
Av4
��
c�� oF FORT woR�, ��s
DEPARTMENT �F ENGINEERING
annFNnT rivr ��.1
{Pages A1-A5)
far
CITYVILW DETENTZON PROJECT
��
All other provisions af the plans, specificatians, and contract documents �or the p�oj ect which are
not expressly amended herein shall �remain in fu11 force and effect.
Please acknowledge xecezpi of this addendum by placing a signed copy o� sam.e into yaur proposal
at the t�me of bidding. Faiiure to return a signed copy of tYie addendu7n with this propasal shall be
grounds for �enderu�g the bid nozaresponsive.
�
Receipt Acknowledged:
� .... _ �v: � ���-�',�
��.r� � �.�,,,��.tt.�s.�-r�. , � .
Transportation and Public Works
Ste�
Proj
:
A-S
i �aao
woR�
AHE.dfl
CW2o-16
10�0
FEET
QEXPECT
� �ELAYS
MESSAGE
5lGN
� I i
4
�
, INT�,RSTATE HiGHWAY 20
;
� 7RAFF'�� � �,
aAlJM5 �
I
-�_^�___ ; —� /�`l� � /�i�� EASTBOUND �RONTAGE RDo
i�� /Y • � y � � Y Y � r, i � � � � Y Y L e • i � � • � � f .
�f j
LL. •�-_•_ ___ �.
♦ i �— — �'__ -�_`--_1 _j"- r�__—__
" } � � _�ao' � _ - sao�
�E , r } TAPER ��
CL65E� i f
AHEAR c�2o�R i ���� ;r i� �� BARRCA�DE
I � , � � ROD
I ' r' f 1
-------------- � � , •
� ' � !
OVEATON Y — — — t ' '
,!
BoIAEVAHp `� 1j '', � nu-a .
0.05E� �--�__------ _ �/ �
R4A0 CL45E�
ANEAO �� T/ i TO
r �' 1'� THAEI iR�lFF1C
auExroN
� �I � �
BWCEYdfBJ I !
� �icuRE �
�
J
�
_�
i
i;�
�C CE � S �GREEII�IE1��'
I.�
� � . -- . — — . . . -
.�
.�
a.
ACCES,S AGREEMENT
This Access Ag3reement (fhis "Agreement") is entered into and e�'ective as oF
, 2002, by and between
_ , a � . ("Contractor") az�d CTTYV�W
PARTNERS, L.P., a Texas Iimited par�nership ("Owner"). �
RECITALS
A. Owner owns certain �and located in the Cityview development in Fort Worth,
Tarrant County, T�xas, which land is 7nare particularly described in Eachibits "A" and "A,1"
at�ached ta ax�d made a part of thi� Agreement (the "Premises").
B. 4wnex i.ntencis to c�edi.cate azz easement en.cuamberan.g the Pxemi.ses to the City flf
Fort Worth ("Cit�'} for use as a detention pond far sforxnwater drainage and necessary ancillaty
storrn sewer iacilities (collective�y, "Facilities"). In cozznection wi� the installation and
xx�aintenance of the Facilities on the Premises, the City has �olicited bids from qualified parties,
including Cvniractor, for the constructinn of'the Faci.lities on the Preznises.
C. Contractor desires to perfarm studies, invest�gations, and tests, including, but not
limited to, soil sampling, soil borings, a�nd hydrology studies {collectively, ihe "Tests"), on the -
Premises for the purpose o�' det�rrn�n;ng more accurately zis bid for ilie cost of constxuction of
the Facili�ies on the Premises.
NOW, THEREFORE, in cansideration of the sum of Ten Dollars ($10.00) and the
�r�u�al c��v�na�t� cont�ue�' h�t�ei�, LllK'i �ItLl�CxiS agrce as fGL'c�s: ,�_ �.., .
1. Grant of Right of Access. Own�r grants to Contractor, its officers, employees,
agents, and subeontractors, a Izmi.ied no�-excl.usive license to enier upon the Prem.ises solely for
the purpose of performing the Tests. This Iicense will coniinue for a period a� �oriy-five (45)
days fram the c�ate of this Agreerrient unl�ss terminaied earlier by Owzxer's giving written noiice
of termination to Contrac-�or.
Z. CoordYnation of Access. Be�oxe each entry onto the Prenzises, Contracta:r
must provide Owner's Represeniative with notice, either in writzng ar by telephone, of the date
and time of Contractor's required access, the location azid an�icipated duration of the Tests, and
the ideniity o�persons entering #he Premises for these purposes, Ownez''s Represeniative may b�
caz�tacted at the address, telecopy, or telephnne numbexs listed zn �ection 8 beiow.
3. Conditions vf Access. A11 achvi�ties performed on the Premises by
Contractor or its officEr�, empXoyees, agents, or subcontractors must cornply vc+ifh all applicable
federal, sta�e, �.d looal laws and regul.ations, as well as any ni1�s and zegulafiions of Owner
regarding access to tb.e Premises. Caniractor may have access to the Premises on�y during
daylight houxs. No firearms may be brough� o�to the Pxemises. Contractor must repazz or
restore, as near as practicable, the Premises and the original contour and vegetation of any
surface distur�ed by actzvi�ies hereunder ta thei.� cvn�itian exis�g immediately be�'oxe
544414_l.dac
Contractor entered the Premis�s. Contractar and its officers, employees, agents, aa�d
subcontractors must conduct all of their ac�ivities on the Premises in a mannex sa as noi ta
„�reasonably interfere wi.th Owner's use of the Premises.
4. INDEMIVIFICATION. T� THE FULLEST EXTENT PERM�TTED SY
LAW, CONTRACTOR V4�SLL XNDENINIFY, DEFEND ,AND H�LD A�7MI,ESS
OWNER, AND ITS PARTNERS, SHAREHOLDERS, OFFICERS, REPRE�ENTATIVES,
EMPLOYEES, AND AGENTS (COLLECTNELY, "INDEMN�TEES" OR
TNDIVIDUALLY, AN "IlVDEMN�TEE") FOR, FROM .AND AGAINST ANY AND ALL
LLA�SILITIES, DAMAGES, CLAIMS, SUITS, INJUItTES (INCLUD�NG W�TH�UT
LIMITAT�ON PERSONAL INJ�URIES �R DEAT�, CAUSES OF ACTYON, DEIVIANDS,
LOSSES, LTENS, FINES, PENALTIES, EXPENSES, AND COSTS (INCLUDTNG
GOURT COSTS, ATTORNEYS' FEES, AND COSTS OF INVESTIGATIQI� OF ANY
HIND OR N:ATURE {CDLLECTIVELY, THE "LIABILIT�ES") ARISiNG �UT OF,
RESULTING FROM OR RELATED TO TH�S AGREEMENT OR THE TESTS
CONDUCTED BY YT OR AT ITS DIRECTION, EVEN IF SUCH LIABII,ITYES AR�SE
FROM THE CONCURRENT NEGLIGENCE OF ANY INDEMNTTEE. This paragraph
applies to all activities o� Contaractor with respect to this Agreement, whefher occurring be�ore ar
ai�er the date of tlus Agreemant at�d befo�e or after the expiratzan or termination of this
Agreement.
�. WAiVER OF LTAB�LITY. IN NO EVENT WILL THE INDEMN�TE�S
EVER BE LIABLE �N ANY 1VIANNER TO C�NTRACTOR OR ANY OTHER PARTY
, A.S A RESULT OF THE ACTS OR OMISS�ONS OF CONTRACTOR �R
CONTRACTOR'S INVITEES, LTCEN�EES, EMPLOYEES, OFF�CERS, AGENTS,
i SUBCONTRACT�RS, OR OTHERS. ALL PERSONAL PROPERTY — INCLUDING
i �. .... ___�7C��4T�� ��dTA'I'I�N �:.z.�-���4T�R-��C�1�S --���1�'�� '��-��FRG�kI�������L - � -.w..,.,
- B� AT THE� R�SK OF C4NTRACTOR ONLY .AND THE rNDENINITEES WILL NaT
' BE LIABLE FOR ANY DAMAGE THERETO �R THEFT THEREOF, EVEN TF 5UCH
i DAMAGE OR THEFT �S DUE 1N PART TO THE N�GLIGENCE OF AN
INDEMI�T[TEE. Before any persan enters the Premises . on Cnntractor's behalf in
connection with �he Tests ox otherwise in conuectian with fhis Agreement, he or she mus#
� si�n and deliver a"Personal Tnjury Wa�iver and Release" iu �avar of Owner in the farm
at�aehed to this Agreement as Exhibit "B."
6, WAT'V�ER OF SUBROGATION. NO PARTY WILL HAVE A1VY RIGHT
�R CLA�M AGAINST ANY INDENINITEE FOR ANY PROPERT� DAMAGE
(WHETHER CAU�ED BY NEGL�GENCE OR THE CONDITION OF THE PRENIISES
�R ANY PART THEREOF'} BY WAY OF SUBROGATION OR ASSIGNIVCENT,
CONTRACTOR HEREBY WAIVING .�ND RELINQUISHING .APiY SUCH RTGI3T. TO
THE EXTENT CQNTRACTOR CH005ES TO INSURE IT� PROPERTY,
CONTRA�TQR WiLL REQUEST ITS INSURANCE CARR�ER T� ENDORSE ALL
APPLICABLE �N�SURANCE POLICIES W�VIN�G THE CARRYER'S RIGHT OF
XtECOVERY UNDER �Y7BROGAT�ON fJR OTHERWI�E IN FAVOR OF T�-IE
INDEMIYITEES AN�D PROVIDE A CERTYFICATE UF II�iS�URANCE VERIFYi1�TG
THIS WAIVER.
5444i4 l.doc �,
7. Ittsu�ance. Coniractor must znai.ntai.xz at zts sole cost and expense (a) workers'
compensatio�i znsurance in an amount not less than the applicable statutory linlits azzd employer's
liability insurance in an amount nat less thax� $500,000; (b) comprehen.sive automobile liabilriy
� insurance in an amount not �ess than� $500,04Q cambined single limit; and (c} commercial
genexa.l lia�i.�ty insurance covering bodily injury in an amouni not less than $1,0OO,OQO per
occurrence. Each of the above-named policies must b� on a form saiisfaciory to 4wn�r, with
exclusions and deduct�bles accep�able to Owzze:r. The workers' compensation and employer's
� liability ins�u-ance must include a waiver of subrogation in favor of the Tndemnitees as descri�ed
,
in Paragraph 6 abave. In addi�ion, the �rid�mniiees must �e named as add'ztional insu.7reds on the
`' comprehensive auiomabile liabzlity palicy an.d the commercial genera� liability �olicy and such
. I palicies xnusf cantain cross-liability and severabili�y of interest endorsements and state �.at the
' insurance is primary insurance wi.th. z'egaxd �a axiy ofher insurance carried �y any Tndemnitee.
Certxficates of insuranee evidencing the above insurance coveraga must be fi�rnished to Owner
� BEFORE Contracioz enters the Pz'ezni.ses. Iraswraz�.ce polic7es must be furnished to Owner upon
� requesfi.
S. NQfXC�S. Any notices under thi� Agreement rnust be g'�ven as follows:
�� �0 OV4'IICx:
, � C1�VI0W PaTtT1ETS, L,.P,
201 Main. �txeet, Suite 700
� Fort Worth, Texas 76102
� Tel�phone: (817) 339�7016
Fax No.: (817) 390-8709
' Attention: George Duncan, Owx�er's Representative
,
� t _ . � .. _ - - - - _ __ . .- ..� � _.
y.,_ �.. _._ .�_.._._ -,...� ..,....... .� � r .� �, s - a � . . - .
If to Contractor: �
Telephane:
Fax No..
Attentian:
The above addresses may be chaz�ged by either party's giving the other party wr�tten nat�c� of
�he change.
i 9. No Real Property Rights. Contractor expressly agrees that it does not and will
i not clai� at any time any interest or estate of any ls�.n.d in the Premises by viriue o£ �he license
'' gx-ax�ted under this Agreern.ent. Coni�ractar fuxther acknowledges that zt is nof an agent, servanf
! contractar, subcontractoz, or eznployee af Owner, and it is no# perforn�ing any s�rvices on behalf
of or at t�e direction of Owner.
10. Miscellaneous. This Agreement mu�t ba construed under and govemed by
the Te�as law, All rights and abligatio�s under this Agreement ixzuxe to the benefi� of the pazties,
544414 l.doc 3
� their respective successors and assigns. Any xn.odification of this Agreexxzent musi be in writing
signed by each party ar its authorized representatzve. This Agreement naay be executed in
� mu�tiple counterparts, each of which will be deemed ar� origi.nal. A facsi_mile copy of a signature
is as effectiue as an original sxgnature.
EXECUTED as o� th� day and year firsi above written.
CONTRACTOR:
By:
Narne:
Title:
�
� OWNER: CITYV�W PARTNERS, L.P., a Texas
; limited paxtnership
By: Kolba Managerr�ent, Inc., a Texas
� � corparation, genera.l paz-�ner
�
By: •
Robert E. Ko1ba, Presidex�t
i
; _ �... ...:� :_.�.M..��. _� � .,_ ,._ . _ ._ ....._.�� = , ,.._ ,.... -. _. , _....a,-... .�.-..�._.-—,__. . .,. .� - — . . ._ . _ _ ._.
il
f
� I I �saaal�_�.ao� 4
S�Y, Z'�, LUU2 1U,55RM K�;L4,Y, fiAl�'1' &#iALLN�RN �1'l �'���Z�� hlU, 33�1 Y, Z/3
- - �_....... _...---- iL 77
_ _ _ E���X� A
DRA,TlYA,GE EA,SE��ly'T
BEING a 2.464 �,cra drairtage eas�ment situat�d in t�e James R�¢ers 5ur`�ey, Ahstract No. 1264, ia�ra.t �
County, Texas, and iaeii�g pflrt of a tract of land conveyed by de�d dated becemb�r 1�, 1993 to Cit�vie�
�artners, L.P., tract Z0, recorded in. '�olum,e �.1369, �age �4�3� of the Decd Records of Tarxar�# Caunty,
Texas {D.�-'�'.C.T,), a�d S�eing more particularly descYib�d as fal�orus:
COMNIENG7NG at a 5/8" iroz� �o� fa�d with cap fo� the n�rCkeast carner of said tract �0�, sasd point
beix�.g a,t #i.ie �intex5eation o�'�he 5out� xx.gh� of way line of It�te�state �Iig�way 2� (variable i�Vi�ith righ'C-df
�v�y) ax�d th� wes� right-a;F��ay litie oi Oveztan Ridge Bflulevard {Wa�iable wi�.th �ight-of '�s'�.y); •
T��NC� South �6 de�r�es 31 mit�ute� 31 seoonds �ast, depa�i�g said sauth and west righi-af-vray
lines, 33,26 �e�t to the �OLN�' OF H�GINNIl�TG, said �oint heing at the intersection af t�re south line of a
��' sanitaYyr s�we� �nd a�ectric easetn.etat as reaoTded in Volu�me 388-'193, Page ��, af tihe �lat R�:cards of
Tair��c Coun�, TexaS (�'_�.�.C_T.) and the wes� line af a 15' s�nitary se�wex �asemen� a5 zecorded it�
Vplume 388-193, �'�ge 61 of the Plat ReGords af Tax�an� Cot�rt4y, '�.'exas (P.R.T,C_T_), said poiat hein'g
the tseginni�ag of a nan-taagent curYe to �he Yig�it harring a radiu5 af 55.00 �eet ar�d a lang c�ord �earing
Sou�h OS d��ees �S minutes 57 ��t�nda East a distance af 22.19 fcet;
�'HENCE S�utherly alo;�� said curve and along said west easement line thrbugh ���nu�aI �agI� of Z3
degrees 16 min�ttes 16 s�conds at1 a�'c ��ngth of.2�_34 �'eet ta a paiz�t �or aQzxxer, sazd �aint �ei�xg t��
be,��niag of a�a�a�ta�gent curve ta the right having a radius of 895.37 feet and a lan� c�oxd be�rx�a�
Sou�h 0� degr�es 24 �ninu#es 42 seconds Westi a�istanc� of 17 X.45 feer,
THENCE 5o�atherIy alang said au�ve a.�sd aant�uing aloz�g said we5t easemant line thrs�ugh a cen7al
angle of 10 de�ees 59 minutes 18 secan,ds ax� arc Iengtl� of 171.72 fs�� to a pa�t £a�' corir�ex;
TH�NC� 5at�th 13 degTees S�i miz�utes 35 secnnds West, aqt�tinuia� aion� sai$ vvegt �;a:s�,zne�nt line,
I Op.4-4 feet ta a poir�t, said poinfi beit�g the begixu�l�.g of a no�nta�g�t �urve� t� th� right lyaving fl rad'zus
of 1,429.bS �'eet and a long chord bearing 5outh 14 de�rees 5�4 minutes 42 scconds W��t a di�tanae o� ,, r,. •-
53.36 ��et;� _ _- - , _ . ,._. - - °
T�Eh1C� Sou��,erly s�ong �axd curie �nd ton�in�iing alang said wesC ea�sert►ent li�e fh�'a�gh a ce�x�l
�.x�gle of Q2 d�gtee5 0$ minutes 22 secands an �rc �engt� af 53.36 feet to a�oiat far c�meP;
T�TENGE 5o�th 15 �.eg�ees 57 minu�es 00 seconds West, �ont�nuing �Iang said w�st easement line, a
distance of 3.�� f�et to a pois�t for a aozs�er•,
'iH�N'CE Narth 89 degrees 11 mint�tes 55 s�cond� West, d�p�rting �aid �lest eaSement lii�e, a distance of
�1.7�.SS ���� LD @ pDlX't� €O�' S COL'11�P�
T.�IENC� North Ofl deg�ees 48 minutes pS seca�ds East a dxsis�ce af �4�.OQ feet to a p�int �n th� sauth
� line nf s�id 20' s�nitary se�urer ar�d electric e�ement; ' �
TkI�TCE Sou�ch $9 de�rees 11 minut�s 55 seco�ds �asi, along said sauth easerrxe�zt li�ze, 330.QQ �e�t to
the PDIN�` O�' �EGINN]NG Ai+TD CDNTAIl�TING �.454 �cr�s {107,314 sqr�ar� feet} oF jand more or
less_
Basxs o�bc��rin.g is th� north line of Ci�ie�u' Partriers, L.P. iract 24 as r�aorded ir� Valum� 1 i359, P�ge
1437 of the Desd �ec�rds of'�'a�xant C�unty, Texas.
_ S�P, Z5. Z�13� 1U,�6AM K�L�,Y, HAX'1' � HAL�.MA1V �1'! �`I��L�U
� jN�'�RSTAT� bIG{�W.AY ND. ��
fvARaABLE WIDTf� R.o.1N.)
� VOL, 5Q7�, PG. T6
' PARGEL 43
� � 10' SolJTN1NE5TERN BELL--� '
. T�LEPHQNE EASE�IENT �d� �qNi7QRY SEW�R � —
VOL. 6576, PG. 677 , ��EC7�tICAt EASEM�NT .
�VOL. 388-193, �G. 61.
�
�
b�
g�
'�.
00
Q
z
NU, ;i3a1 k', 3/3
P91NT DF
COMMENCEMEN�
� PoiNT oF �
C�1 B�G1�lNING
' / a�d� i�
4s4.8Z' S a6�3Y31� E
5 99'T1'5�' E �_��_ 5 OG'-07'43' W , ]3.Z5'
�..�_ _ '--���..-,—,�.a� = � e _ —, �..I� 104.Gi' 1
5 89'fl'S5' E
' � 33o.4a•
� � � - �� 5 89`li`55' E $78_4y0•
[!�f?'�;�2�7��� x� %�•':.'�G y�� �o` i� i �_
�,;,J,,'� MF'.�;,�,��� � 40x�0 L�.
CiTYVIEW PARTN�RS. L.P. � r�$��5�'��' ` i� �p��a�
�/OL. i136J� PC�. i437 �'.,,•�r �5iy�fa;,,,`,�i
TRACT 2� . " ' `
�'�' '+�'�` `'','��� ❑RAINAG�
i.',+'.� • '' i�,
��' ';•;, ;. ;�` � �l �AS�M�Ni
� 1 �.�i��' �����
'�l�.i �1����i ���vrq
�,�� • r � r ' ���k
r`.'i����' ����1
L• ,• �����',• ,F�' ��
._— -- , ,• , , i � j
o_�. �_.oN H9'lZ'19' W e_�__a��__��I,,t��'fJr/�,f�+ �j ,�
, F�
� $Q�.5�° �� fr'13:�9 �;.` +��'.'.l
�_,�� ',i�6„7�" !.'���.
a � ...� J
I �,:a � N �9'11'55` w �--
HOT�: ''.u"`.w1 273.�6. I
ALL IRF ARE Wl�'H CA� �� �1
�,__�� ! �
�_o�,.� �_� _^_—_...,o_ �1 �
_ W B� Ifi 47,�' .��_�.
o�Eo ca��.s ,3r.��• � �
' T1
T2
CIJRv�
, ._._ . - - ,-� NQ. �
CI
; I C2
C3
�
. C�TYVIEW PAR�'{��RS. t�P< � ;
'V�L. 113�9. �G, f437 �
1
7R4Ci t9 rr1,
r,
r
i • ' � L CHB - cNa � , � � ;!
32.33' 60ST' S21`$5'3�`� 58.i0' I �
87.73' 1T4.9�' S�F1'Z9`�3`Yf 179.�5' � j
25.2$' 5[��SO' S1A'S6'45'�! �0.50' � �
— - - �--- � - f I
��
�I
BeS15 OF �EARING: � ;
.. LlHE SETWE�N A F�UN� IRON Rpa a1' THE NORiH�AS� GqRNER C1F CITYVi�W
PARTNEFdS, L.p_ TRACT, {TRAC� �p AS �tECORO�D IN �QLUME 11�69, PAGE 1437.
�EEQ R�CQRDS, TARRA�l7 C8l1NiY, 7�xA51 AND 4��UiVQ IR�N ROD AT iH� EiVQ
' � aF Ct4�V�, G3 (SAI� IR��f RQd 6Y O�Ep B�iNG N15"57'pp`W ���.Q1 ���i ��QM
THE 5aIJikI�AST CQRNER Q� 5AE0 TRpGT Z01 S�,ARING & pI5TANC� BE�W���
� � IRON RODS = 506'2Q`15'W �79.4i' .
� p f
5 »'S4'�5` 4Y 103_83.'
5 i �'S7'00' W 135.�1'
_ .s�_, R
99'34'44• 70.fl0'
11'QQ`32' 950.37'
�2`Oa'14'-- 1444.08'
�x����� "Ad�"
aRAINAG� �AS�MEI�i
Qaross B
���cT
Tn tha �
JAMES R�G�R 5LIRVEY
A�SiRACT N�.�2�4
�ARRANT CCl�NiY, T�XAS
fn fi�e
C1�Y D�° F�RT WORTI�
QRAINAG�, EASEM�MT - - -
AY�: 20082 SGALE: t' � 2�Q' FARCE� �E-1
DkY�: APRII. z�QZ _ � ESMTEXh{B.�GN � ^_ � -
�/ � S5.aa1��
R �
/ r = 11.3�'
L = P2.34'
CHB a SQ9'29"53`E
-Sfq' IpF CN� = �2.19'
�G7 d = Id'S9'1B'
/� R � �95.37'
/ T = B6.�Z'
L = [71.7�'
s/-0'ERF tH8 a So6'.29'42'W
GFiO = 1iL45'
-TI
3 �3"5Q'35' l�
� IOD.4A'
� �/s' IRF ,
r � � = 7•oe��z�
�R : 1929�Q8'
i �G.58'
�3 L = 5336'
� �� �HB = 519'S4'42'Yf
1 �J�` 1R� CH4 = 53.36'
�---'- S !s•s7•aa� �
�-TZ 3.76' .
�T5` 5ANI7ARY S�iMEA
ERSE�4ali
YOL.388-�93. PG, 61
}
� �
�
��0.
���
�� f
���
� _ "''
W�
�
�
O
N
fl _IOq y�p
�5 AlE IN FE67
1
r IP�G�S��[�q'��.¢'
� . �
� " C` p'.� �
•u��..;,�,�.�.
��soiv � � vyaa�.
r ,� ��--� ���:
�.
.� �:o
� •:��s 5� V'4.�
5'�R
r�
� �fi'i �Q�
:� HaI$' -
�a� �.��, A.SSOCI3��S
�nna, . ,r�.Mu . a.�.s . .+-i,a,
� . - -- - - --- ----- - - � - � .
Eghibi� "B"
PERSONAL INJURY W'A.IVER AND RELEASE
DATE:
_ TO: Cityview Partners, I1.P, ("Own�r")
I
In consideration of the Owner's grantu�g na.e permission io ent�r ihe "Premises'° located
at �he southwest corner of the iz�iersection of Overtan Ridge Boulevard and �.e Ixaterstate-20
access road in the City of Fo� V4�orth, Tarrant County, Texas, which Prexnises are more
particularly described in Exhibiis "A" and "A-1" to �.iat ce�tain A�cess Agreement �ated
, 20�2, between Owner and ("Contractor"), fQr the
purposes of conducting certain i�pections, studies, iravest�ga�ians, and other tests on behalf of
Contractor and the City of Fort Wox'th ("Cit�') during the time period of
, 2002, �, acknowledge
and agree fo �.ie followiz�g:
1. I am not an agent, servant, contractor, subcontractar, or employee of Owner, and I am
not pexfoncniaa.g a�y serv'ices on behal£ of or at the cii.rection of Oumer. ,
�
2. I und�rstand ihat the Prernises are unimproved, and ihat �anknowxi or dangerous
cond.ition� may exis� on oz about the k'remises.
' . ..�. _ :- .___ �: --I-_��:-�r� ����:�- �e�ia�a��i��, c�;�x�r���i na# t�a ;���, and xu���- �el���e ��c� -€�x��=�;� _, .._ ,__ ..�
discharge the Owner and its partners, �gents, representati�ves, and em�loyees from any and
�� all claims, causes of aciion, andlor liabiiities whaisaever, at common Iaw ox� atherwi�e,
s which may arise as a result af ar in connection with any of my activiti�s on or around the
Premises, even if such claims, causes of action, andlor liabilities are caused in whole or in
pari by the ne�ligence of the Owner, its partners, ar their respectxve agents,
• representatives, and employees.
; �. If I am i�jured on the Prerr�ses, r will notify 4wner's Representati.ve, George
� Duncan, immediately at S 17-339-7416.
Signatuxe:
Printed or Typed Name:
Social �ecurity Nurnber:
Signed in Presence of:
544414_l.doc
i—
�
D�TEN'TIOl� 1'O1�TD EASEI1�IEllT'T
1�GREEI1�IEli�T .A.1\TD TElVIP4RARY
. COl�STRUCTIOI�T EASE�IE1vT
; �._.. . �_r . , . .. ... .- - _
a�
��
;� �
��
!�
��
fl
��
_ - - -. . . . . : _. x .. . . .._.__.� --.___ _� : . ---- ��....-, — � -.-- � - _.__ a. .. _ _ - . . _ ...__._
5�;k, ��#.'�{lUl lL;;i'IY�. 1(�LLY, �4RK'1' �, HA4,3�MA�V �l'I �'Ikiy��U NU, ;il'�4 1', �
DE`�'EN"�`ION POND EAS�MEI�T AGREEMEN?
AI�ID T�MPdRAR4' C�NSTRUCT�DN �.Q►SEI,Vi�NT
TH� STATE �F TE�AS
COUNT'Y OF TARI�ANT
KN4W ALL P�SONS �Y T�SE PRLSENT�:
Thae Cityview Partners, i.�., a Texas limi�d gartnershzp ("Gz°antor"), far aad �n cons�deration a#'
the sum af Tez� Dollars (�lA_Ofi}, and ather �aIuable consideration p�id to Grarztor k�y '�ae City of Fort
�Vorth� ��1,LIxI1Clj]� coa,paration of Tarrsnt and Denton Co�.z�ties, Taxas ("C�rantee'°), the recezpt and
�uffx�iency af vt+hich ars hare]�y acluiowledged, h� GRAN'Y'ED, 50Lb 3nd COXV'�JEYED, ar►d by these
peesenrs doss GR�,N�, SE�.L ar�d CDNVEY the �asemant (defined helow) to Cxrardtce.
TQ �TAVE AND T� HULD the EQsement, unto Gran«e, its succe�sors an,d �si�ns fopeva�, suhject
to the provisiar►s set �'�xth he�e�a.
1. As used harein, . the texm "�asement" means the exclusive easement x�t and �cro�s rhe l�nd in
Tarran[ County, Texas, mdre g�rsic�I�trly described �� metes and bounds on E�chihit ��A" and hy dra+uvxng
on Ex�iihif "A-I" {and �abeXed on both � the "i}r�.ina�e Easemenr") �tLac�ed �o ��,d made a part nf this
�asecn�nt Agre�ment f�x a�l ��arp�ses ("Easerr��r�t At�a"), for the �xclusive nse hy Gr�ree for the
in&i�llahi�n, maiz�tenane�, oper�.tio�, remnYal anc! repair af. a detentio� po[�d fo� stcsrmW�te� dt�inaga and
nec�s�a�r anczllary storm sew�r f��ilities (collectiveIy, "�acx�ities") together witYz t�ie rig�ihs of in�e�sg and
egress for such activities. The anly excepFian to r,�e exclusive n�ture of the Easement is that Gz$ntor
x�serves to itself the right to erect atxd maintain si�n��e faP G�anta�"s Pxoperty {��fined in �ection. 6
6elaw) an and o�e� rhat portion of th� �asement Area identi�ed as [he "Signage Area" an �acbih�t "A��."
Tk�e nights and privil��e� gzax�t�d her��der ate p�rpetual, 6vt will taxmir�ate if the �as�ment is no longe�r
used fvr tt�e puzpascs set out he�xein, wh�raupon C�rantee sh�ll xeaii.ov� the Fa�i�itzes at its sole expense a�d
r�tum tt�e Ease,ment Area ro substant�ally the same condit�on as existed befor� th� i.ns�a.11atian �f the
��T ..y.{Y.{.
4C�iLl4V.�_� .. .. . .. ..... . . ... _ _ � _ . - s�r ._..'__:.. _ . .._ . . . . - �_... «. . - � '.J"� •""_'� .:..r..�..,.r. � - .i..f -� :.. --„ .. l _. . _ _'""
2, ��n addition Ca Che E�sazn�n.z, �"x�anxn� hezeby gxatxts, sei15, �d canvey� �o Grantae � tempc,rary,
exc�u�zve conszruc�ian ease�nent ("Temporary Cqnsfirpci�on Es��menC") over that port�an of Grantor's
�raper�y (def�r�ed below) described hy drawittg an E�thibit �4A�1�' atrsc�a�cl to a�,d m�de a part of this
Easament kl,greement fdr all pvrpose� (th� "Canstruc[ic�n �asemen� A,xea"), Graxttee i�as axcl�sive use af
the Constructian �asement Area during the tarm af rhe Te�x►parary Coz�str:ictian EaSerz�e�[� but Gran�ae
rnay use iz only �oz acc�ss to the �asement Ar�ea dcscribed in Section � abo�e aztd �or suppar� a.e stagin�
af canstructian of Ehe �'aciliues wiC���n the �asement AYea. The 'Ternporaay Const�u,c�ian �ssement (but
aat titie Ea��rr�ent) will at�tort�,�rically tern�,i�ate upan tha earliarr of (a} ihe final eompleti.�n a� co�s[nletion
of �he �'aeilit.ses, or (b) orie (1} year fram the date of this Easesnent Agr�ement, �zthaut �I�.e n�ed for
furrher ac�ion`�ronn any par��+. 'C]pon texnni�$t�on of th� TernpoPary Cnz�suuction �asement, Grantee s�tall
rernove its p�rs�nal prap�rty �.nd materials at its saIe expeas� and ret�rn the Consr�ucdQn Eas�ment Area
t4 su6stantially r.kte sarne condirion as exi�ted befare the 1'errzpnrary Constnxctian ��s�rnent con�meneed,
Following its restorati�n of the Construetior� E�sementi Area after the'Z`�m�orary Cdnsr�uc�ion �asemen�
has terminated, Grran�ee will h�va no furthe� �ights ar abiiga�Qr�s �v�t�i resp�cE t� the Cnnstruction
�as�riten� Area.
3. Grantar has no obligaCic�n, monetaty a� nan-monetary, to inst�ll, zn,aincain, ope�aEe, repair ar
remqv� the F�cilitias ar to mai�tain t�e Easems�t Area or the Canst�uc[io� Easement Area. The
��sem.e�tt �nd �he Te�nn�raty Constr�ucti�t� �asement granted h�Pein are axciusive e�s�r�ents, and Gra�tae
4�x�o�-5
SEP, �4. �00� 11:3'll'�i K�LLY, HAH'1' & HALLMAN �1'I �'l��'l�[1 €dU, 3I'14 Y, 3
� _ _____. ___ __._
is Solely r���onszl�l� far iunsta11ii1g, main«ining, caperating, repairing, or remaving �e Fa���l�aes and fo�
maznt�it�x�.g the �asement Axea and tlxe Constructian Ea��zn.er�z Area.
4. All praper�y, �ight�, ritles, and inzeresrs reserved and retain�d by Granto� may b� s�1d, le�s�d,
mort�;�g�d, �ncurnbered, or otharv�rise tr�nsferred ar assi�nad, in whoIe oP in paef, si���rlatly, collectively,
a� in Qny camhinatian; abSOlutely qr candit�o�la�ly, withaut any �onsenr, appzaYal, oz' othcz 3uthoriza[�on
�rarn, nr na�ice ta, Grantee, its snccessors and assz�s. .
5, The Easement and T��rc��orary C��st��ctia� �asement . ttre �r�nte� subj�ct to any and •a3.Z
Pestrictions, eoYenattts, �asements, ter�a�cies and other encuml�fazices .of w�,a�soever nature, if anys
relating to kha Easerz�enk Azea €�nd r.he Canstxuctian EaSeriient Are�, and t� �11 zbnin� laws, eegixlatic�z�s
an� o,�dinan�es of municipa� and oth�r gov�mmantal autho�ities, if any, eela�ix�g to the �a5em�nt Ar�a Snd
Che C�nstnzction Eas�mesnt Are� Withaut litniting the fore�oing, Cr�antee ackn.ow�edges r.hat ti��
Easement Area at�d C1�e Consttuctiot� Easement Area are sub�ect to certain YesY�ictior�s and requirements as
set forC� ir� ihat ceztain I�eclara�ion of l�esteictive Co�en�nrs reanrded in volume 8045, pa�;e 252,
�mendad in Valumc 12954, �age ]S�, and fureli�r �men�ed in �loluma 1��CO3 PQg� 46$, af' t�1a Re�l
Prop�rty Reeords of Tarrant Caunty, Texas, wtuch includes cez�ain Xandscaping and desi�n crieezia. I`�,e
��semcat anti tha Temparary Consut�.c�ion Easement axe gx'antad. withou.t �ny warranty of any �1r�d,
expr�s5 ar implied.
6, A� part of the cansideration far Grantar's agreemel�t to grant the �as�nn.enr k� Grantee, Gr�a�toz w�ll
�,bt be re�u`sred by Cr;�ar�t�e to �rant, dedi�ate, cbnvey, ar.otherr�r�se set aslde (�rhetE�er by e�sement, �n �'ee
. si�C�'iple, by restriction, or otharwise) any athez portion o�' Gzant�r's Property (de�tted helow) fnr a
detentian pond, set�t�tion po�d, or similar �n�site faciliry ;v be us�d in connection with stormwate�
� dr�in�age. Th�s covenant 6y Gt�nte� in favor a� Grantor is effe�tive immediately as o� the date of this
rasernent Agteemant and w�ll su�v�ve thtaughovt the carm af tha Easement, even if the F�c�liti�s a�e aQi
� ccamgleted w��hin the one-year periad t3gscri�ed in SecCion 2 aba�+e. For puippses a�F tt�is �asernent
A,greemeat, "Grantor's Prapar[y" meat�s tY�e three uacts of reat �propesty deseribed a� "Contraat TracC No.
18," "Contract Tract l�o. �9," and "Cantz�ct Tr�ct No. 20°' in the Aeed to Grantor dated Decembcr 14,
J,99�, and recorded Decemb�r 16, I993, in V41um,e 11369, Pa�e 1437 of th� Rcal Prope�rty Recorc�s of
� . -- _ • �ia;�zt�Cou�ntx,•'i'ex�s, r��riLh�;.t��cts`���r�p�riicula�eiy d����eib�a=r�n��xtti�bitt�`II'�� ati�ached�iu arid rria�e " _- _ .. ..
a part a�' kk�is E'sseme�,t Agz'eement for a11, pufpa�es. T�e T'em�atary Co�s[Yuctivn E$ssment is the o��y
' exc�ption ta th%s prov�sion_ Nothing co�t�ined he�exn sk�all be cortst��ied ta pYohibit Grsntee fram
• exercisiz�g �ts righC of c�n$emnation tp acc�uiure addiGion�l �roperty owned by Grantar for �a,ny �esa�z�,
including the es�sansivn of the desenCion pand �aciliti�s ta bc cbnsCruct�d� lxexeander.
'�.. �D THE �X'�EriiT PER�TTED SY A�PX,ICAS�.E L�VV4�, G�TE.E AGF.EF� T�
IPTDEMNi�'`Y', DFk��i'�D AND HOLD �'A�MiL�.S5 GRAI�T'I'QR, G]�API�OR'S COR1STrT'U�PiT
pART�t��S AND �'ii�Y� QF�ZCERS, DI�CTQR�, 5HA1�HO�LT]ERS, PARTI�TERS�
]�MPLOYEES, ACYE�TS, T�1�AI�1T5, ��G�AL �P1tE5E1lTT'AiTI'V'3�5, SL3CCFS50RS AND
A�SIGPiS (COLL�CT`IVELY "IND�1V1h���'E�S"] FROM AT�D AG��T5T ALL Y.l'ASII,�TIES,
T.�I�1�, SiJTTS, DAMAG�S, L�SSES, CLAXI►�, DEMAIiID�, CAiJSES UF AC'iYON,
�UDGNi�I�i�'S APID E�PE1tTSE5 (iP1CLCTDI�`G WIT°Z�Di7� �.IN�IT�i,TYUI�, CO[1.'L3�' CC]ST5,
COSTS OTd I1�VEST�GATI01� A.1�iD ATTO�T+ YS' �'EE+ S) O]r� Al�' i i�ATLIRE, ��IND �.�
DESCRY�T'T�N WHATSOE'V'E�t k'QR ANY LDSS O�' O� DAMAGE TD P�tOp�RTY OR
Il�Ji1RY TO O� DEATH O� ANY P�RSON INC�D�I�dT 'TO, CAi]SED BY, RESULTING �►`RON�
OR ARIS�iG� OUT OF (a} GRApI'TE�'S US]� OF �Y� EA�,SEIV�E141T AR�:A �R TH]�
CO1�ST`RUCTIOPT EASEMERIT ARE�,, Q� {b) ANY AC� O�i OMISSIQI� Ok� GF.ANTE7�, AhT'Y
CON$ULTA1�iT, CO�TRACTQ�, 5L7�CONTRACTQR, OR AGFNT Q� GRAN'I'E�, ANYONE
D�GTLY 0� YND��CTLY EMP���'ED BY '��iExVL, UR A�TYOPTE �'�A.T �HEY
C�AdTitDL QR ���dCISI� CQNTR�� OVEIt (CO�.��CTIV�LY, L°CLAYh�TS"}, ]�VEN' X�
2
�ii�ai-s
SEP, �4. �(1(lZ 1`1.3�PM K�LLY, HA�'1' & tlALL1�AN �1'f �'l�y'L�U NU, ,�1�1� t', 4
I._ _._ �. .�___
SUCH CL�,�1V�S AR�SE ��OM 0?� A�E ATTRIBtiTTED TQ TF� CO�CURRENT
NEGLIGENCE OF APtY INDEMI+RT�E. 1�iOTHI�IG �C?N'�AIPTED HEREIN 5f3AL'L SE
CQ1iISTR��D �Q ,c�� TO EYTR �QUIRE GItANTEE '�'Q ASSESS, �.�''�X, AND C�LLECT
ANY TA� TO Fi7ND THIS INDEMNY]�'T.C.,�.T�ON D�L�GATI�N.
S. THE ll�DEM1�YTEES WYY.i 1�T0'� 8E LIABLE IN ANY MANNER T4 G�A���E Qlt TQ
ANY' DTI�ER PAR'�Y AS A�, �S[iLT OF T�E ACT� Q� OM�S5��1�5 Q�. G�PdT�E OR I�'S
COl"�TSULTAI�TTS, AG�1�1T5, �1V�PT.OY]�€S, CUI�l'TRACTORS, �iISCQNT�I.CTURS, UR
U�HERS I�1 OR ON '� ��SEMENT AREA QR T�i� C01�1S�RYJCTI{�N EASEMENT A1�A.
ALL ���5D1�TAL PRDPER�"Y (Yhl'C�.VDf1�iG W�THO[]T L�.MI'�ATZON �.�L MQTOR
v�k�ZCLES) i]Po�' T�'E EASEM€NT A,J�EA O�R TH� CO�STRUCTION EA.S]�MEATT t1itEA
WILi �E AT THE RIS� �� GRANTE� O�t.��, AND TFr� �D]�MN�TEES :�V]�.L 1*3UT BF
i.YABLE �OR �r.NX I)AMAGE T�7E1�ET� �R TJ�F'T T�REDF, iV�l�i T�" SUC� DAMAGE
OR THEFT IS bUE ZN PART TO TIi� NEGLIGENC� f)�' Al�' �ND�M�TYTEE. P10 PA�TY
'�YYT..i �iAVE A�TY R�'GHT DR CLAIM AGAiN��' ANY INDENlNIT.�E FQR ANY ��tOPERTY
DAMAGE (WHETHER C.AXTS�A B� NEGLIGENCE QR TX�� CQNDITIOPt OF ALL OR pAl��
DF Tk�E EASEMENT AREA OR T�E C��iS'�KUCTION EA�EMENT ARFA) 8�' WA�' UF
5U�ROGATI��T OR A5S��NMENT, GRANTEE �E�SY WANr�'G� AND RELiNQiJY$HIl�G
A�TY SUC� �tI�HT.
9. Gr�ntee, �,t ats �oie cask and a�pense, shali perf�rm �Il wnrk necess$xy iz� caxinactian wizh the
constructi�n, u�e, aperatipn, rnsintenar�ce, repaiz', ox resnoval oP the Facs"Iities, and the maintenance of tf�e
�asement Area s�,cl [l1e Canstr�tcCion �asernent Axea. Grantee si��ll perfoPm a115u�h wark in a��ad attd
war�sma�like ma�tn�z' in confarmance wxtl� �annd ant� �,ccaptab�� eng�r�eering prsctices as expedit�ously �S
p�ssi��e so as not ta unreasonably inter�ere wiEh Gx�.nto�'s use of ti�e rem�inder o� Cxrantor's ProQerty. In
pe�'orming the worlc or causing th� work to be perFormed, Grxa�tee si�sll pro�vida adequnteXy for Che sa�ety
and convenienc� af Gra.ntor, its �gents, re�F�sentatiy�5, ampi�yees, lic�nsces, and inviteas, and s�ia�
��use all Wark ta be cleane� up pramptly to minirruxe dis�upfi�on az incanvenience. Cr��ntee shall at a11
times canstruc�, �aiz�ta'tn, t�se, Qperate, eepuzr, vr remove the �'�.cilities safe�y and in full c�mpliance +s+ith
all appli�able federal, s�a��, muni.cipa�, or other 1aws, statutes, eodes, rgstxictians, repula�v�as, ordir�an�es, '
.... .xu._..,.��r��z',�� G�ud��g;:..��t�aut ����a�wn; ��Il-en����Y��z'i�l,�vs •ar�d��.�,��l��r.'a�ir��" c�r�iri���j. �". ,-:.��..�.
Before any af Grantee's cdntracto�s znay ente� onz� the Easement Area or the Construe�iQn �asernent
•Are� 1�1 CDTlriectiOn WiLh th� cO�lst[[1CLiOn, maintenance, �epair, or removal of kh� �eeilities, Gran��e shalI
requir�s ics con2���ars tfl pra�ide Gran�4r w�th ecrtif catas of insueanca evideacing that each af such
cantractors earries cdrninePcial g�netaI Zisbility insurance (on an o�auraenae basis) with $ c�mbined sing3e
. limiE �f nat l�ss cisarb Qne Million I)allars ($1,q00,a00} p�r ocCurr�nc� during the perind tt,at t.Ficse pa�ties
ate on t�e E.as�rrtent . Area or , the Canstructxan Easemer�t Area. E�ch palicy tx�us� �e issued hy �
insu�anc� company Iicensed ta da busin�ss in Tex� and reasana6ly aecepta6le ta Grantar and ander a
foml of �alicy reasonably sa�isfactary ro Grantor. Grantoe rr��st be inciu�ed �s a� addiEianaJ, ins�sred
unde� alI lns��ranc� policies, The insur�nte may t�ar be cancel]ed ox a�c�►c%d exa�pt vpan ti��zty (30)
days' pridr wri�an natice to Granto�, At least �'orey-�vg (�5) d�ys before cammencing cor�suvction af the
�r�cilities, Grantee shall deiive� ro Cxrancor plans and speei�eations f�r the co�tez�nplat�d �acilities o�n the
�asexna�t� Area ("Plans"). The Plans for Ehe Facllitie� wili be suhject t� Grantar'� review ar�d. a,pprcaval,
�r�ich Graatar may not urireasanabl� vcri�hhold or deIay_ Grrantor mtast ap�rove o� disapprov� the Pl�ns in
writing v✓ithin tert (10) days aieer receiving them. If Gran�or timely dis�ppraves tEse F'l�ins, G�antee will
have ���n (XO) days to �eliver revised �1a�ns ii1 re�gansa. G�an[or muse appzave o� disapprova xhe rev�sed
Plans ir� wri[ing wi�hin five (5} d�ys after reaeiving them. Yf Grantor timely dis�ppraves the revised
P1ans, Grant�e wz�4 have �ve {�) days to deliver ne�ul'y re�ised Plans iz� Xespan�e, ixran[ce acknawledgas
tklat Grantor's �ropet�ty adja�eni ta the Easetilnnt Area w��] be develoQed kn the ft�tt�re, and G�atzt��
cavenan�s to Grantor �h�t Grantee wiI� co�truct �ts con�empiated �'�c�Ii�ies in �occ�fdance wit1� the
• app�a�ed �lans. �
3
ai L�az-�
SEP, 24. 200Z 12.3SPM KEI,LY, HAR�` & HAI,I,MAN $17 8789280 ND, 3174 P. 5
i
10. Gra�tee s1�a11 keep the Egsezne�nE �,rea, t%,e Construction Eas�ment Area, and the remainder of
Grantor's Prbperty frec and elear of al� z�neChazu.cs' ar m�teriaLrn�n'� iien� aaising aut af any vrark
per�'ornted by Grantea, i�� contractor�, sub�onEr��tors, agents, repres�n[a�i�+es, Qr employees. Zf any such
lien is fiied, Grantee shall cause the lien to be reieased on or beFore thiriy (3�) d�ys �o��o4vit'�g it� re��ipt
of wr�Cr.�n de��.t�d f'rar� Gratltar,
11, �f arty �ravision of this instt�ment is found to be invalzd, �fa� remainin� provisians must be
CUI15171d�CI Yt16���1i' � �)OS51�}lE �O �8 Y�id.
12. �y recording ihis docum�nr and installing the Faciliues, Cx�antee txas agxe�d ta a;std aacepted the
tax�ns, conditions, bene�its, and a�ligations contait�ed he�ei[�. Granlar has agraed t� grant the Ea�enne�t
and the Tempats.�cy Cons[ructiort �,as�m��nt in reii2,nce on Grantee's regresentat�on th�t Gx�z�tee agrees ta
and �ccepts the tcrms, cnnditions, beneFits, �d ob�.gations contained I�eteir�_
, 13. The Easement run� with khe lancls bufden�d ar�d b��,efited ther�by. The Tempr��a�y Construction
Easerr�eai rlaes not rti�t with the land, bu� ra�her is �ersonal ta GrtauC�e � a�t� easemEnt it1 gross. The
' Easement gra�ted he�ein is a dedi�a�.an of the E�sement P,rea t� the g�sblic; nev�t�thale�s, �he Temporary
, Cons�zctian �asement granted here'sn is nac � dedicatiat� of the Construc�inn Easement Area ta t[Ze
publit. This Easement Agreer�et�C ar�d aXl of the terms, coVenants, and grrovisions hereo#' will ir►ute tQ t[�e
� b�ne�t of an,d �ind each of th� parties and ��i�r �espe�tive legal representatiwes, succassars, ar�d �ssigns.
E�CECC.7'TEi] ro be effective ss of
, 2oa2,
G��rTOR:
, CI'iY�'[� PAR'I1vERS, L,P,, s Texas limited parm.�zsh�p
� �_. _ . . , _ ... -. --._.. ._ . __ �..
�
GRAPd'��+ :
THE CITY Q� F�RT WDRTH, � z�.�,rzicrpal corporation of
TarrariC County, Texas � �
By:
Name:
Tide• —
By: Kr�lba M�nggemeat, Ina., general partner
�y. _
Rob�rt E, Kolba, President �
a117a1-S
r.i
W
��
s
.�
�
�EP,24,2�a2 �2:38PM KEL��,HART & H��LMAN $17 87$928�
�
N0, 3174 p, fi
5TAT� Q�' TEKAS §
� - § S5
COi7hTTY OF TARRANT �
On this �lay of ._, 2�D2, before me, zl�� u�derszgnea, a Notazy Pu�Iic in and
far said 8tate, pe�rsonally �ppe�red Robert �. Kolba, the �resident of I�olh� Management, �nc., a Te�as
cot�oxation, the g�n�ral partner of Ciryvievv P�rCr►ers, L.P., a'J,'eXss limit�d paxtnership, who
�cknovvledged ta me t�at �e executed thi� instrumeat on behalf af khe g�a�ral partnarr on laehalf of the
lirnired partnership,
"WZTNESS MY HAND and seal on �e date above �vri�ten.
1'�y Cc�zninissian ExQires:
� Natary Pufi�Iic in and for �e 5tate oiTexas
[SE,�L]
Notary �inked Narxe
STAT� OF TE�AS §
� 55
CflLTi�FT'Y OF TA�2.�A.NI §
O� this r�ay of , Zflo2, b�fare me, the undersig�aed, a No�ry �ub�ic in and
�az said 5tate, personally appea�ed _. �, tit� af Tha City o�
- _"-� L crfi-�dc�rti'►; a�tur�rcip�sl-��r�ot�ar�e��"ax"'�"�rran[�t vlirity,'�'�xas, vr�i'a'�ac,l�r�ovv�e�ged t� iine th�f he�exec�t�c�
�la�s 'rnatrurm�ztt nn #�ehaT� af the municipal cocporation.
�iTNESS �� HANU anci seal Qn r�e dae� above wrxtten.
1V�y Cam.aassion Fa�p�res:
[5�.P,,�.]
as i�ai.s
Notary Puhlic in ar�d. �or the State o�TeXas
Nat�ry �ri�e� Nam�
5
I�
SEP, 24, ZOOZ 12: 39PM KELLY, �IARm �, HALLMAN 81'f �'f �9Z�13 N(i, 31'I4 1', 'I
���IX�XT ���s�
DRAT1�iAGE �AS�l�EN'�
BEIl�iCr a Z.4b�4 acr� drainage easem�nt situated in the 3arnes Rngers Sur�+'�y, Ab�tract No. 12�, Tazrant
County, Te�cas, and being part of a'tract of la.nd cvnvey�d �y deed d�t�d �]e�esrabex 14, 1943 fo C1ty�ie�t+
Parfir�ers, L.�., tract 20, xeeorded in Volume 11369, Page 1437 of the be�d Records of Tarrartt Caunty,
Texas �]_TZ_�'_C_T_), and �beirag �.afe pa�tieularly d�scribed as follo+ws:
CD�NCrN� at a 5/8"' �n� �wa �ound witk� Ga� �'or tha northea�t ��rner of said tract 2Q, sa.id point
beir►� at 'the iiit�t5��Cion of' the 5out1� right-af-Way line of Jnterstate .1�aghway 20 {vaxiab�.e vyidtl� ri�ht-af-
way) and the vsrest �ig�t-�o� �cvay ]ine 4f Qvertor� Ridge �oulevard (v�ariable �id�h right-of-way);
`�`kIENC€ Sou�th 46 dcgre�s 31 minut�s 31 seconds �ast, departi�g said south �d west sight-of-way
liz�es, 33.25 feet to the POIl�T �F �EGIlyNING, said po�r�t being at tbe intersectzon of the s�uth line of a
20' sanxtary 5e'a►e� afld elech7.e ea5e�ent �s t'ecord�d in VoSuir�.e 38$-193, Page 61 o#'t�e ��atRecords of
Tanant Cournt}►, Tsx�s {P.1�.T.C.T.) an.d the west line af a IS' s�itar�► sew�t eas�rnene as recorded in
Volume 38$-I93, Page 6I 4f t�ie Ptat Re�ords af Tarrax�� County, T�as (P,R.T.C.7.), sai� ga�nt being
tl�e begi�irrg oF a nan-tangen� cutve ta the ri�ht havin� a ra.d�us af 55,04 f�ct az�d a].ang ckzard bearing
South �S degrees 2S mxn,uses 57 s�cands �ast a distance of 2Z.19 feet;
I��NCE Southez�ly �.lnng Said c�ave and alang said west easement ]ine ths�ugh a c�.ztral angle a� 23
d�g�'ees 15 zninuZes I 6 secands an arc Ietagth of 22.34 feet ta a pdint far ca r�ner, said poi�t bei$g the
i�e�l7Lning of g non-tanger�t av�ve to tk�e right having � radius of 895.3"� �'eet a�d a]ong ohard bcaring
Santh �8 degree� Z9 zninutes 4� secarids Wesi a distance o� 1 i I.�.� feet;
THEN'C� Sauthe�ly �lor�g said curv� a.�d. continuing �.long said west easernent �ine through � c�zztral
angl� of 1Q degrees 59 rnir�t�t�s I8 se�onds an aPc lengt� af 171.72 feet t� a paint for corner;
Tf��IC� 5au�h 13 degre�s 54 mui�tes 35 seco�r1ds West, co�ttinr�ing aldng s�id �rast ease$zenx Iine,
li10.44 feet to a poiat, said poiat bei�g t�e �ie�nnin� af a nan t�ge�t crx�ve to �� �ght having a rddius �
of 1�429.b8 f�et and a lor�g chord l�earir��.���ath I4 de�rees 54 x�nut��.4� �ecorids �es� a,distan.ce �f.. ._ _�,.--___.
� 53 _3"6 �'eet; , . '- - �- - - - _ _ .. . . .
THENG'E Souther�y �long said aurti►e and cvntinuing alpr�g sai�i w�SE �aseinent line 'ihr�ugh a cen�al
angle ofd2 �egrees U$ minutes �2 s�cands an a�G length of 53.36 feet t� a pnint for corrier;
THENCE 56utli 15 �egCee$ 57 �3�i�tLLltes 00 b�cond3 We$t, continuittg alnng sai� west eas�ment line,
tlist�ce of 3_75 fcet to a paini for a carner;
7�i�NC`� No�� 89 degtces 11 minut�s SS s��oads West, dep�rting 5aid west easexnertt line, a distance of
2�3.Sb fe�t to � paint fvr a co�ert
T.I�.ENC� Nor�h fl0 de�ees �8 �utes Q5 secands �ast a distance pf 345.00 f�et en � point na t.he sau#b,
�ir�e of sazd 20' sanitaxy sewer and electric easemer�t; .
THEI�C� South 89 degre�s 11 minutes 55 sec�x�t�s �ast, along said s�ath easctxient line, 330.QQ Feet io
the PQINT Q�' B�GINN'�NC,r ANp CONTAIi�iG 2,464 �cres (10i,31$ 5qtiat�e �eet) of land mor� or
Zes�.
�asis of trearing is the nnrth line of Cityview P�tmers, L.P. T�aot 20 as record�d in Yolurne I 13�9, ��,ge
1�37 di the Dted Records of Tarrar►t Counry, T'exas.
SEP. 24. 2nn2 1�;39�M KEL�,Y, HAk'1' & HALLMAN �l'I �'I�y'l�fS �
� � INiERSiATE HIG�HWA� N0. �a
(vAR�s6�� Y�I�TH R.�.W.)
YOL, 5a74, PG. 76
PARCEL q3
1D' 50UiF�W�Sf�FtN 8ELL�
TEL�PHaNE E�S��IENT 2p� 5qN17n�Y SEW�R .&�--
VD�. 6575, PG. 677 �L�CTRICAL �ASEM�NT
vo�. ���-���. Pc. s1 .
�
�
�
Ni}, 31'f4 N. �
��oit�� oF
GOM�I��1C�M�i��`
POVNT OF
B�GINA�ING
iR�
asq,az�
s ag't I•s3• � , s oa�aT•a3+ �f s o6'�r3�' E
—.. � ' o a .... _ _ o.". _ - � �-.��.�-.�-..�� 160.O1' �3.�6' �
�- - � E 5 �9'11'SS' E
F ---------.o�,__��.__..� i I 33C.oG�
� ��� � 5 9s'1!'S5` E 576.40' A�
I 1 �" �-'—� —�T ��� �_,o�—��—���
�' � ��,�,•''z�6s��`�,�, �_��a�— aa'xao� �
- fl� �,� .�'F MP-�',• %'�
F1EE� CAL�5
, , _
.�.
�
. PART�4�R5, L,.P. 7R�CT, �TRACT 20 A� RECARD�D 1N V�LlJM� 11�69. pAGE i���,
❑E�� RE��RL15, T�RRAHT CaUNiY, i�XASJ AN�7 A�QUND IRON R�Q 'AT iHE ENQ
OF CURVE C3 (54ID lR01� ROD 6Y O�ED 6�ING �E15"5i'00"W 195.0� FEEi' �f�p1.{
, iHE SOUiF1EAST CpR1�ER QF SAfQ iF{ACi' 201 9EaR[r�c a�. 0[s�aNc� QE�w�EN
' ' II�Of+i R005 = 505'20'15`W �79.D7'
�
- ORAIHAGE �AS�A��N7
AVO� 200�2
� , QA! �_A�R1L ��a2
��� � �; �� ,� ,', ,' S�GNAG�� f �t R a B95.31e+
i
� ��� CITYVI�W �AR'T N�R5 L.P. " '' S��; ' •,I AREk ! � 7.
��� V4L. 113fi�� f � �437 �'�';�,r����T;•';�;��� f 1 � ' �7i7�,
j T ACT 2a ''�;` '�,,�,�, �.� a�
� �'��` •�'i'�'��` � 1 �!e' I�� cNe b saa•zs�4z�w
1 �,�, • , �RApI�N`,A�G�T 1 .
' �•`r'�r'��',•�.'r�'�?�� ��CM�� 1 � i �� CNI7 � li1.R"�
`' r •.� �' ,' l' F�"r � 5 13-5 4'35'
, �;.;;',, . ',•,,;, `�,$� 2.464 ACf��S �ao,a4� w
��.Y..�_�____ _aoo ...d__�d_ .. LI `,•�• j�;�'��'•� ;;'.�xj r� �%� IRF
!i 99'i2'19' 9d "-tG�.•��r���,•�,f�,� ' ,f.� 1 � � d " 2�G�'�?�
� �
ALL IRF ARE W1TH C�P
i SGb.92' 'x� ',23:�fl';,','�.'�,'� ��
,115 ,72.�:.�_
� -u�,:n� � � N @8'li'S5' W �
�lQi�; � m l Z7�.�6� !1 i
T9 S 13'S4'35' iH GQ3.S3'
T2 5 15'�7'DO' 1� i35.01`
CGRVE
_�.hlG:=,_.,�-,��.F: _ �� - - -=._..T._..
C1 �9'�4'44' 7i3,0a' 32_�3'
C2 11'0032' 91�.�7' �7.73,�
C� Q2'D4'ad` i444_OS' �5.25'
l�
!
N 95" 61 �7 w��o"_`-���1 �
937_q �' �
Gii7v1EW PARTN�RS, L,P.
�OL. 11369, RG, 1437
TRAC� ]9
. L � CH8
5Q.57' 521 "�6'37"�
174.9�' SOS"29'03'W
So.�o' S1q-�B'45'W
I f VQ�, 38g-T93. PG. 6i
!i
�j
r� o
�� 5
- —` f i o! � . -
�
CHO.�.�.�.. - -'�-�- -_�t��Q_ �_ .. _ __. _ .
5B.7G1' I � �
c� o � �
i74.s�� � i � � ;
SD.50' � � a'
I' �N�
�r ���
i? � y
�ASI� QF �EARING: � ; �
Li�V� 6�TWE�N A F�U�lD IAO�V A�0 dT 7HE NORT�EAST CORNER �F CI7YVI�W �
EXNI�iT =�n�f��
DRqINAGE �ASLM�NT
across �
' �����
�r� the '
JAMES ROG�R SUR�1�Y
ABSTRk,CT HCI, 1z�4
TARRAiVT C(�UN�'Y, �'�XC,S
�n 'hh�
�1TY 0� �a��' YY4RTH
SCA��: 1' � 2Ci0' PA�C�L �E-1 _
�5r.1�EXKB.dGH �_ — �-- - — �
6 = 23'I�'16•
rR = SS.QO'
� = 11_��'
L � Z2.34'
CHB � 5�9'i9'S7'E
I�iF CHD � 27.19'
�R � 1a29.0@
t = y5.6S'
i G� � � 5'1,35'
eM CHB n st a•Si'az'yq
�,• ���' Cr� = s�.��-
�- 5 Z5'S7`00' W
T2 ��TS'
—15` SAhI�TeR7 SEI�Ep
EqSEt�ENT
o ioa �
SCAI,E 1N FEET
'' �
— r �i�3 '��
- �I�ali�'Assaciates
�� _ .�,�„ . ,.�.,,.. �.... . .....�
SEP, �4. 'lUU'l k � : 3y�M
oiw��r w. ana.�
�E7++ �:,i. #uc14�Y
ST�Okl�F1 ►4. SO��Fi�OH
K�LLY, HAX'i' & HALLMAN �l'f �'l�y��ll
-- -- ---- _ '-----_ � .__ -�_ - -.. .._
E�Tl�8�13d�0 1 �p
���Oi��S ��4Fi�� ;UR�EYOAS
n ►�e�aF�SslCN+�L caRPaiukglaK
ZRf.� Avd� TQr'�SIIF�k1P�IfG 91]RV�'1'ING
90.00K��; 9�►e�R 6U1L�1N8 — S11 E. 9LUFF 6TAEET
BS7:�s7�61
14EtR4 �t2�aS�9
FQATwoRr�1.3�Z4� 7a1b2•2z5�
�ec��e� �3, 1993
Page �. gg 3
�
N(?, � 1'I4 Y, J
�R4QKE6 BARER [i2�-t7SSl
JOOiFO i. BbK�R (1��SY�7
B. J, BAtf�R, Cp}OfiULTAPFT
FREC M.1+�RRIB, G�MBU�Y►,M
F�.��d no��� far Mrr. A�.an I�egb, A�ta�ne�r g�r ��n���ct T�a�� Na. �S,
�4g: �
P�r�s ai �i�� �'arme� RQ��g� �u�v�y, �bstrac� Na. 1,��4 �,nd t�ie �'ohn �.
-i�eath �ur�ve�► � 1�6�tr�.c�. No . G 4: �., � i�u�ted , ir� '��ae �ou�hwe�� p�.�t c��
�"a�� iqTo�i�Ya �n '�a��aa�"� Co�ax�t�r, Z'�xas; �n� �m�r�cing fi�CT No. �s
d��c�ibed in �rie r,�.�ed to �ohn R. S�1Ziv�n ��cosded in valume 101fi2,
p�.ge ��l �� ��� T���°ant C�unt� Aee� RecvPds.
B�gir�n�.r�g �� �, � J �" i�on rod €os �he no��hea�� �axr�er �f s�.id 'i`ract
3.8 and the northue�� co�rier o� Lo� 1�.n F31.oGk I. o� City �Iiew
�A�c�dbi�ao�, �� �aid Lo� a�p�ar� ra�o� the Yaap x"�corde� in v�luxn� 3���
�.94 , p�ge il of the �ab�. �e.�� �ecn�c�s a�nd iaeinq in the sou�h ��n�
o� ��ia right �� �ray �os �,���rstate I�ic�lzway No. 20.
Thence ��ut�. �� d�g�ee$-�� � mbnu�e��3 0�e��fld.� we��, al.ong th� �a�t
lbn� aa� sai� T�C�' ]�8 and �he we�� lir►e o:� sa.id Lat �, a�.istanae
a� �19-47/7.00 fee� �o a�./2" i.�°on rdd.
Th�nce �auth l� degr���-�59 ��nu�e�-31 s�cvnd� w��t, ��ntir�ul�ng
alc�ng tkie �as'� i�,n� a� �aid 'I'�AC�' 1� and the w��� iine of saYd Lo�
.._.. _ ..1$ � �.:L����e� �a�_ �.6�.-9�_/�QQ tee� ,�op a_ �,/8' a.���, radz, _ _ . . . ...r ,�5,
. „ . � ._ . _ _. . . .. ..� .. _. .. . . _ .- ��- - - . � �- _. . . . .. _ _ ._..._.. - --
T�xenee ��u�h 4 d�g�e�s�D3 �n�nu��s�3 6 se�onds �ast, cor�tinuing along
th� e��� l�ne �� s�,�d `�'RAC'r �8 �cnd tYx� crest ,��ae af said Lnt �, a
distanc��o� 449�56/laD.��et t,4 � �/S" iran �c�d.
� '3'h�nee ��u�� 57 degr�e�s-�19 �ni,�u�e��3i sec�nd� ����, �ar��inuing
� a].�flg the �aid eas'� 7�,�e �€ T��'a' �8 and �.he c,aest �in� og �aid. Lat
1, � di�5tan�e oP 4]�i��6/�0o fe�� �o a�J�" b�on �od.
,� '�h�nc� snuth G? degrees�54 ���iu����44 sacar�ds e���, e�fl'��.flu�flg
- ��ang �h� east li�e o� �aid ��AC'�' �,� �nd �Ix� west�:z�y ���� c�€ sa�d
. L�� 1, a dis�ar�ce �g 4G5�Gi/14D fe�t �o a 5/8'+ �,�or� �'ar th�i.r
f��mtnnn �as�ezly eo�['ne� ir� th� nortk�wes� liae erf ���ant-�I�vin Raad,
. a 1.2fl �eet �a�d� righ� of w�y, �,s said Road app���s v.pan the znap
�ec�s�,�d �.ri �rolume 3��-�7�, pag� 23 og �l�e ���d �e�d l�e�drds,
� �'��nce svu�Y� 31 �eg�eEs�S� 'lr��a�u�es��0 s�c��d� ��st, �,��a�g �.��
� �ou���asterl.y 1�.�.e Q� �a,id TR�,CT �8 and th� �aid �o�`thwest lin� o�'
�ryan�. �rvi,� ,%toad, 203�35/�00 �eet �o a ��S" i��t� sad ��s t�ie
� i Co�tofl �ast �co�x�es �i� said �'R.AC� _1� a�d �ot 3�n ��a�k 1 4� Cit�*
vi�� Addita.c�n as sa�d. �e� 3 a�pears upon the map x�c�c�rd�d in vQlum�
�86-Z46, p�ge 3� �E �%� �aid L���d laeco�ds. -
E�H.�$IT d4B"
.���e X af �
vEP, 'l4. LIIU� 1�:4U�'�11 K�LLY, HAk'1' .& HALLMAN �l'I �'fSy��U
-- _ �
❑�Cr�T�G�' �.,� � �J9�
�ac3e .2 of 3
NU.31'f� �', IO
�sr�atEskEo iasa
�ROOKES �AaG�R
� 5u�avEroR�
"���1� a��es �a� FSz. Alan Heg,i, A�.ta�ney, .ft�a' C��xg���� �r�.e� I�o_ ��
���: � �CQ7i��flt�J,�C�j . , ,
Thenc�. nc�r�h 5'7 degse��-5� ma.t�u��s-�37 ��c�nd.s r���t, alar�g a.
sauthe�� � li�e o� s���, ��CT �8 and � n���a�€��� 7 3n� �$ ��.id Lo� 3,
� C�'1L�,'t3�1G� �� 1�0��3��..�30 fe�'G '�Q � ����r �,��iy �Qf7� ��� '��1€?�� CC]I�td�l
���'�1�� .
Ti'��nce �au�h 32 degr�es-�5 �inUtes-1�9 :�e���d� �e�#,, �7o�g an
ea���rly �,�r�,e cag �aid. TRAC'I' 18 and ��ie �es� 1.i�� v� ��.a,c� �,a�. 3� �
d$�t��ce �f ��,5�-89/1.�0 �ee� to a 5/8" iran xad ��r tha.�� c��.an
� �ou�h aa�rner iri t$� �ortMe�ly l�.rie �f �Y���ori �•�.d,�e �oulev�rd, �
�.2� �e�t �'ide �igk�t o� way, as it a�pea�� u��� �h� ma�p r�cc�sded �.n
� va�,u�e 3�8-�3�3, pag� 61 og �.he �ai.d De�d Re�ord€�. .
� "ihenca �,re�ferl�* and rrvr�heg�.� along �he w�s��g�� 1a ne �f �aid TRACT
. _ �� �d �he �a��er�y �.zne o� �aid o�x�r�or� Ris�ge �oulewag�:
I � •
�r
alang � cus�r� �o �h� �eF� �i�h a rad.�us of 913-84 f�40 ,�ee� a
dis�aiiee �� 125�8fl/If�C3 �eet to a 5/S" z��.� 7�0�, -�he cl�ord ��
�aid �L�S-8�/�00 �ee� aPG bs no�tl� i�. deg���s�15 �inu��s-36
�econds t�a�.��, 1.Z5�7Q/1�00 �ee�;
nor�h "�5 deg��e��lZ m�.n�a�es��6 secaAds w�,st G��m99/b�Q £ee�t �,a
a 5/8'� �.sa� rad a� the beginning a� � curYe to the �igl�� wi�l�
� r.ar�ius.. a� .949-��[�O.a_,f�e�;,. . ., . _. _ . -
�ti.enA along said curve �o the r�,gh� 15�0�'72/1,�0 �eet ta� a�/8'r
iro� �.t �,�s end, the chord of sa,id ,�5�0-�72/Y�0 �'c��t ��,re ��
na�th 29 �ieg�ee��-37 �in�te� west 1355-35j�.OD feat;
nax"th b� d��rees-58 ��r�u���-�1 �r��arrld east 8�-�7/z0� f��t to
a�/ ��' i�'o�, rod� a� �H� }�egi�tniri� of a cu��r� to t�ia l�g�. wi.th
a radiu� of 1854�77/1�0 f�r��;
t�en alnng said �cu�cv� �v th� l��t 431-4�9/1fl0 fee� ta � 5J8"
iron .�od at its end, the chord ai said �3]�-�49/��0 �ee� a�c �s
na�th 9 degrees��8 minutes-�0� seconds �a.st 434�5�/],a0 ��e�;
nar�h � degrees�28 �ni�.u�es`4� sec�nds ea�t 8�3�/7��a �e�t �� �
5/e" �ron g�d a� �.he �eginning af a cur�+e to �Ir��: r�.g�� wi�l� a
radi,us a� '�q f��t, afl� ���n
�1on� said �u�v� t❑ the gaght 55���/l�� f�et �� a�/�" irQn
rad iri �%,� sa�.d �at�,t� x`�g�� a� *��� �b�e a� �riter�tat� �IigY��a�►
2� and �he �.ar�h l.ine of s��.d �'R�CT 1��, tha ��i�rr� o� sa�d 5a-�
5�/i0Q fee� arc �,s na�th �5 d�g����-�� ��.nu����34 ���ands east
54gb3/�ao g�e�. �
E�YBIT "]3„
�'age.2 af 7
SEP, 24,2002 12;4�P� KELLY, HART & HALLMAN 917 $789280
�r � 1 .
Nd, 3174 P, I1
�SYA6Rf3KEA 1960
�F�O�FtES �Akt�R
Sll�Iv�YGCiS
��Ce�4be:� �.3 , 1J 93
p2�g�e 3 �� 3
;
�
t
I
�"�.�ld na"�e� fv� Tv1�. Al�r� Hegi, �itt��ney, �v� C�fl'��ac� Txact Nn. 7L8
f og : � ( e���i���d} i . �
a',�enc� sou�h �9 d.�gre�s�49 �►iflu��s-�3B s�co�ds ���t, a��ng the sai�.
flort� line af i'RACT 18 ar�� �he ��3d ��otatl� ri�k�� bf �v�y b�ne ��
Ir�ter��at� I�.ghW2t� 2�, 3�����/i�0 �eet �a �he �la�e o� be�innirig
��d ��n�aining �0-���/10�� �cr�� �� ����� �7�6a�jl��o a�cre� a��
w��hin �1�e �di� Ra�e�� ��asv�y a�� 2�Z�J�.ov �aca�e� are with�� �h�
���,� Hea�h �u����. �
� �A�►� �ND �XC��Se T�TERE�'A0�1 a13 of �he fol�awtnj;
7. �at e�� Bla�k 1 0� �i�Cya�ew Addi.�idn,, an ac3cii�s.cxs �,o z'�e C�,ty of Fari Wo��h,
�axxarn� Covan�y, �ea�a�, acoordin� �a fhe Q�.a� reaardad in ��biaet B, SZide
14i0� Plat Recoxds af T�r7s$n� Cot�n�y, Sexas__
a, T,o�s S arkd 6'; H1.ock 7 c�g Cit}rvie�+ Addi��.axa., an ac�d��ian t� �he Ci�y o� �arte
Ftarth� Tarran� �rautzty�, T��a�, ��ooxd�ng �� �he p].�'� re�o�cled in Ca'�iz�e� �,
�2.id� 17�9� Plat R�eor�s a� �a�rxant Co�an�Y, �exas.
� ��
i +
0
1'�i81AA8.[.J. rc$�s
Page3uf7
5�;k'. �4, 'IUIS'� 1Z;4U�'M K�;LLY, HAH'1' � HALLN�AN �1'I �'��JZ�U NU. 31'14 Y. ll
_ -,
I
esrAsus�aEo teeo
aa�er ra_ ar��.� ����!'C�S �AI��A SIJ�V�`PO�I$
QOTI W. ti1CK�1/ A P1iCF�9..RlGNAL CppP�R�710N
6i��H��d H, AOBEHSON 7T1'f� ANO 1'pFK70R�PFd1G SUIYV�YINB
BRo4�cES �+.Ic�R gVitpll�tp � 6it E pLU� 6'tRE�
B 1933.PT 151
F��RO sZ�611!
F4F1S WGFIYH, YE3P1S 78�C2•TA7
9F�Gou�s �p {+eoa�1C35�
.I04�ri F. �K�H (lP�4tP0Sj
�.1. �xEl�. CI3N5UI.TJLri�i'
�R@G �a, �Of�Al9, CONS�tTw�T
f`
�
I]B�e3�lb��` �� � �993
�SgE'. � O� 2
, . .
�'x��d. n�tes io� Z�. A�.�n I�e�i, A�t��ney, fa� �o�it���� Tract N�. 19
� g��' . -� ,
` �ga�� o�' th� �ames Rog��� Survey, A�st�ac� �v. 3�"64, s��ua�ad i� tk�e
. sau�h.�res�. pa�� af g��� Worth ix� Tarrar�.t Caunt�, Taxas; and
� e��a�xng all �� �'R�CT l� d�s�c�ibed in �,h� deed �c� ���i R. SullzWan
� ���ard�d in da�,u�e �0162, page 221 a� �he �a�€�a�t C�t�tg Deed
R�co�d�»
. ��ginning at- �, a/S" �ron �od �ar the �Qu�l�e��t cog�e� of ��is� '�RACT
�9 ��d ��ae n�r�.��asie �arner oi L�t 3�xs �lo�k 3 of City fiTiew
� Addi��.ari as Sa.zd Lo� 3 app�a�s u�4�► the ma� r��a�r3er1 ia wolume 388-
' .� ��4 ,��ge 2.5 og ��ie s�id Deed Rec�rds and b�i�g ir� �he w�s�. iir�� ��
� O�re�ton Ridge �o�Zeva�d, a�20 �e�t rrri�e g�ght sa� wa�', a� �aid
�aulevard ap�aears upon �he '�ap gecosd�d .�� vQlu�� 3���1�93, g�ge 51.
fl� �he sa�d 9ee$ R�c����.
Th��e� �ou�a. �9 d�gr�as-57 mi�utes west � a��ng th� sau,th 1%n� a�
� s�i.d �CT ]L9 and the north la.7ne csf �aid La� 3, a�i�tance of 7i��
, � � / ]. e ❑ f �.e� to a 5 / 8 " ��ai� �dd f o� �heir �d��r� v�e�� ��r�er �.� �he
nor�he�s� ��ne �� the� '�sact de�c�'�bed �n '�h� d�ed �.o Te�a� �lec'����
� S�r�ic� Ca���ny �eao�ded i� vo�uri►e �974, p�g� ��8 a� the sa�d �eed
�eco�ds. _
�
;
0
'�henca nc��ti� 3? deg�°ees-�6 1t��.r�u�es�0z ��car�c� �res�, a7.orig a
��u�hwes� lin� a�' s�xa, TRAc� �.9 and th� said rt�rrt��ast �ine 4�
�E5C0 t�act, 258�94/1Dd �eet �o �.h� sou�t�.r�+i��t c�rfl�r a£ said 'I'RACT
1� in the ea�t �� na of �'RAC'i' "A" �.n 81.aGk ��5 Q� Meadaw� We�t
Addit� on as ��xd �'R�C�' "A'r �.ppea�s u�avn �.h�e �ap reoc��ded in vvlum�
3 B��l� o, �Saqe 64 �� �he �aid De�d Re�ar�� �.nd g�a� •�ai�ich a 1/ �"
a.gQn �ear� �o=th 4� d�g��es�D3 r[.�nutes--0� �ecbnd r��st 4-34 jy00
feat.
T1z�n�� r�a�th na d�c�r�es�19 minu�e��l� S�COi1�5 wes�, al�ng th� w�st
l�ne �o� �aid �RAC� b9 a�d ��ie �ast �an� o� sa� d �'RACT "A�' � a
dis�ance a� 5��.�99J�.00' f�et tv the �iar�.hwe�� eof�e� o� �aid TR�C'�
19 ���. �ls.e southw�.�t �orner of '�'RACT ZO d���s�,b�d in �he s��d d.��d
�a Joh� �. Su�l��van recard�d in �ra�u�� b����, p�ge 2z1 �� �he �aid
0��� Reea�d�.
�+ �I�S�T 4�g�r
��gE � 8� `�
�
SEP, 24. 200� 12 ; 4[l�'►� 1(�LLY, HAK'1' & HALLh�AN �l'f �'f ��Z�tl
� � -;-- - — - -----
� ��c�r��s 1�3 y �.993
�a,ge � a� � �
�
N U, � 1'( 4 �'. 13
ESTasLi��En o�so
�RpO}L�� �AF��R
�URVEYOqS
�ield na�.�� €og �i�. A�.an Hegi, Att��ney, �'og Caax�rae'�. '�r��'� Pi�. 3�9
��r: � (��r�t�nu�d) � � • �
Z'hene� �.Zar�.e� '�he cox�man li��ie a�' ��ad TRAC'� �9 a�nr3 'I'R.ACT �4:
� �outh �� �.eg�eas��2 m.�nu�es��9 se�onds e�.�� 5a����/�.�0 �e��;
, ���.t�i 7�.�gse�s�1.9 minute�-�S seconds r���t 17���4/2,CT0 �ee�;
i �auth 85 degre����6 t��,nut��a(�7 seconds ea�� 437�4bj��4 �.e�'� �.a
� a 5 J�'� asa� �va fo� �Y�eir comma�t ea�� �e��e� �� �.� �aid c�es�
lifle of Over�:an T�i.dge �aul�va�c..
• '�Iriehc� saut�ierly along �.�� eas� l�.ne of said `l��C�` �9 ��d �e �ax�f
wes� lix�e af ' Dver�on R�.�lge Bau�evard:
`. �out17 �5 �.eag�'eesa57 lsli.riute� west 30—$�/�.DO ���� �0 3 S/S" i.��ri
•. �od �.t the �aegi.nnz,ng a� a aurv� t� �he ��ft r�,ri�i� a�adius of
1,�69-�5�3.OQ �ee�;
then alot�g s�.id curv� tn the �.eft 5a��b�J�Qo F�e� �a t�,e place•
o€ begi3�]riik�g and �on�az�nanc� ],3�a�7J�,oaO acr�s, th� chard. of
s��d �@8-���.� 10 ��ee� asc i� ��u�h � deg�ees-21 arin�.�.e�-Z1
�e�ands w�st 5���3�/1Q0 €eec..
5�.�'v�y�d Nove�er 15, �993.
, ���a�E� �R �LiRti��'��
. !/ `"'
I I Garey . G�,� �e�t
�
,-ti,
� "4
. ' �.� L
� . .. �"ti • �����i
•� �'.-�-' �t
.:�,. :,'; : �}i
. �� �.
' - .;.:'.'�f-
s; �LL �'�
. �
''��� 1r ,
- '� ;�51q;��p�
. _ J�R �I � �
EYP�r7' a��»
Page 5 uf 7
�
�
��
��
�.
S�P, 24, 2002 12, 4dPM KEI.�,Y, HART & HALI,�AN 817 8'l8�ZB�
Essaeus�ae iasa
a��r,a. �n.��r �RBd14�� Br�K��l SIJi�V��P��S
oGFi W, p�CKEy a rr3o��ss�br�A�. co��r�ak
BTEPKE� H. pQ621a9CN �iTL� �NC TC7f�'DCSF1xF'}�OIC SL[RYEYIN�
HA04KE5 91�lSEi� 8U[I.pIN(i ..� 611 E. HWFF STREEY
Q17.S1S.7151
a� i2v.6, ia
FORi WOFT�I. SEe+�S 7Bta2r22sa
�e�e�b�x� �.3 , �9 � �
Pa�� �. �� 2
..
.� �. 31 �I � r, 1 �
9fiE1�KQ5 R�ER {1602.iBl�R)
.fONll F I11� [1$I¢�'�f
6. J. 9N(EFi. COI1EtfL7dN{T
�REO d.:#4RPq8. G]TiSUL7AMT
'�; ��d n4�es for l�r . Alar� Heg�i', A��.a�r�ey �a� �o��ra�g '����� No .� Q
�a�: �
Par°� �� �ne sant�s ��gers Sux'v��r A���sa�t Na. �.254, �.��ua��d �n th�
��u��,aw�s'� �a�� af ��s� Wv��h in '�`a�'��n� eauflty, TeXas; and
�mbrae�.ng ��b og '�.'�CT �a de��ribe�, iri �he deac3 �o Jr�hn FL. Sullivan
recq�ded �n va7.�� �.01,6� , paga �� 1. n� t��. ���r�rr3� Cc�unty 1�eed,
Recard�.
��.gi���x�g a� a 5 J8" ixon rad �o� the nar�heast �a�e� @f s�id T�tACT
�� �n �i'ie� sou�.l� �iqht of way iin� r�f �ntersta�e �igh,wa� �+io. ZO �nd
tl�e ��st 1�t�� v� Dverton Ridge Ho�r.alevard a� �aid Bca4t].ev��d a���.a�s
���n tha attap zeaorded i� va�tame 3�8�1��, p�ge 61 of �he ��.�.d Deed
�ec��'d� . �
Th�nc� �a�tlri�g�s�, �.��fl� '��t� �a��. Yin� n� said TRACT �� and the �+est
line a� �v�st�r� ��.ds�e �auleVa�`r�:
al�ng a cugve. �o �he righ� w�t� a r�d�us a� �� ��et � dist�an�e
of G����/�00 �ee� �a a 5/e�' ir�n rot� a� its etid a�d �he
beg,�n�a�a�� of �no�h�r �ug�� �.o �he ri.g�it �r�th a rac�,ius o� 9��-
��/1QQ ���:�, th� �ia�a���.o� .��ia ���5���.�0 ���,t aa�� i.s ���at�. ��
degrees-55 mirrutas-�i second� east����70/��0 �ee�;
�hen al�ng said curve �a ��i� ��g'h� 174�9�/��Q ���t ta � SJS"
iron rod at �.t� end, �he chQrd o� said Z74-92/1�a f�et �r� �s
• sauth B degr��s�29 m�nut���o3 secon�,� �es�, 174�6�/1.00 �e��,
sou�Yr �3 degree��54 �a.nu����3� �ecolrYrl� w�s� �03�83/�.�0 �ee� t�
a� f S'� ��a� �od a� �.he be��,flnik�g �� a cu�ve to ��� 1�ft �rith
a �adius �f 1�4�4-�5/�,Do �e�t1 ' -
`�.l�e1t� aZQr�g �a5.d curve �a the �eft SQ-5a/l.l�fl �eet tv � 5/8"
iran .�r�d �� i�s �nd, the chard a� sa�.d 5�-�5�/i40 Feet arc i�
sou�t.h �4 c�eggae��58 �n.�n�a���9�5 second� trr��#. 5Q-�D/�aQ �eet;
an.d the� sauth. 1� degs��s�5� �tinu�es we�� 13�-obfloq �ee� �o
a 5/ S" iron rad �o� the �ou�heast Garn�s a� s�.�d '�'RAC'� �a �nd
�Y�e rior��i�d�� c�s�ie� o�` '��.AC�' �9 de��x��sd �a� �k�e sai�, de�d �o
�TQhn R. ��.11bV�.nr �'e�oz�,�� in Vo].�� a0�6�, ��g� 2�� a� �he
s�id �ae.d RecaYdS,
L�B�T "S"
�ag� G a�f �
S�P, 24. Z002 1�:41PM I{ELI.Y, HAR'� & HAI,I,MRN S�� 878928D
ne�em��� �3, 3�99�
�a�e � cag 2 �
0
N0, 3�7� P. 15
ESreB�f��ED �890
�ROOFt�S BAl���
SU PvET�f�5
Fi�lc� no�es ��r Mr. �l�n I�egi, At�v��xey Pra� Centr�a�� Tra�� No. 2a
£��. �� (ca�tin��d) • . � .
T�ie��e �.��nc� �k�e �vm�an ��fle o€ sai�� '���'� �0 �nd TR�CT �9:
' n�s�h �� d�grees-16 �a�r�u'����07 secon��s we�� �37-�41/100 �ee�;
ri�g��i i degP�es--�� �.��u�es�-A�5 seconds r�r�s� �,73�54/10� ��et;
and •
��Sth �9 degre�s-12 mxnu��s��.9 �ec�nd� �aest �00�52/1Qp �e�� �n
ti�e cvmn�ofi �ae�� cvr�►er .�z� �he ea�� li.r�e of �A�� �#A" ix� ��ock
� 25 �� �Scadotaa w��t Addition a� ��.a,d x�tACT "�n ap�ears u�an ��,c�
m�p ���r�gde� �� v�Iume� 38�-liat pa�e �4 ��� ��a sa�.d Deed
��co�ds. ' .
�' . ��kaence north no degree�-19 �is�u��s-X4 seeond� ��s%, alonc� ghe �est
��e aY �aid '�RAC�' �D afld ��ie ea�t �.i,�e aF '��,C� "A", a di��k.an�e fl�
4[�6 ���� �o �i 5/8;' iron rQd fQr the narthwes� �a�neg a� �a�,d .'�.ACT
2D �hd �.he no�theast c�rfl�r of �aid TRACT "A" i.� �he s�id ���a�h
. �ight v� w�,� line �� intexsta�� H�ghwa� 3�0. ��] . .
� '�henc� alo�g �he �,�r��i 7,ine af sa�%d T�Cx �Q �a�d th� �aid sau�h
righ� �� w�� l�ne af zx�te�st��e H?�ghw�y 2�:
�vuth s9 degrees-1]. minutes-53 s���nds ��t�� 45�-82/10� f�e�;
sa�th fla cieg�cee�--A7 m�n.ut��-4� s����tds ._west boQ�D.�.,�.�Qa- ���t.F
. _ - ......._. . . ._._�_.�... �_.- -� --.___.�.. - -
,._ ......._ _.. -._ .
arid - .
���ath 89 d�qse�s-1.�. minutes-�5 seconcl� �a�� 575-44/1,�� iee� �o
the �Zac� a� �eginni.r�.g and �on�ainiag 20�443/laC�� a�re�.
Sur�ra�r�d Na�v'��ber � 5, 3.9 9 3.
�RB�i�E �ICEl� 8UIt9�7C �
6'y� . . � �'� .
G�.r�� , ��:�Iey - ,� � • •.
., . . ' -' • r
� . ' " '�ff '
t�v:,�-:,;;1��!k4..•`:'� ��:
���^��
�j'���T Lign
6
�8g� 'i b� l
�
No-r[c� ro �I���Rs
SeaEed proposafs far the following:
CI�YIIIEW ��i��ION PROJ�Ci
TIPW PR�JECT NO. G'E15-541�Op-Oa0195'l3�3'I�
D.O,E. WO.
�r
Excavation� of 68,400 C.Y_ for detention pand and rerauting of associatec4 existing storm drain
lin�s: 153 �inear feet 84" RCP, 179 linear feet 48" RCF',152 iinear feet of 36" RCP, 409 linear feet
of 24" RCP, inclu�ing manhol�s, inlets, headwalls, concrete flume, concre#e aprons, pavement
repair, and g�ardrail.
•- Addressed to Mr. Gary W. Jackson, City Manager of the City af �ori Worth, Texas, will be received at the
Purchasi�g Offce until 9.30 p.m., Thursday, October 3, 2402 and then publicly opened and r�ad alo�d at
2:00 p.m. in the Cou�cil Chamhers.
P[ans, specif�cations and contract cfocuments for f�is project may be abtained at the office o� the Department
of Engineering, Municipal Office Building, 1dOQ Thrackmorton Street, Fort Worth, Texas. A$25.00 deposit is
required for ihe first se# of documer�ts. Additiona! sets may be purc�ased on a non-refur�c#able basis far
twenty-fve ($25.04} doliars for each set.
A pre-bid canference will be held on Tuesday, September �4, �00�, beginning at 1D:00 a.m. in the
� �ranspartatior� ar�d Pub[ic l�VorF�s C�nf�r�nce FLoom 2i0. Biclders are encouraged to review the
praject plar�s and specificatians prior to ti�e pre-hid conference and be prepared to actively
participate in the cnnference. �idders questions will ba answ�red at the pre-bic! conference,
For addikional infor�ation concemi�g this praject, please contact Mr. 5teve Eubanks, P.E., Project Manager,
City of Fort Wo�th at (8'i7) 871-7857, or Halff Associates, Inc., Louis Hund, P.E. at (817} 847-1422.
�
�
Adveriisi�g Dates:
Thursday, 5eptember 5, 2�02
Thursday, 5eptember 12, 20a2
NTB-1
COMPREH�NSEVF I�OTIC� i0 �I�D�RS
Sealed proposals for the foltowing:
CiTYVIEW ����N�ION �ROJ�CT
�IPW PROJFCT P10. C19���41a00�0�01151363'li
D.D.�. NO.
'�' Addressed to Mr. Gary W. Jackson, City Manager of the City o� Fort Worth, T�xas wil! be received at the
Purchasing Office until 1:30 p.rn., Thu�st4ay, October 3, 2002, and then publicly opened and r�ad aloud at
2:QQ p.m. in the Council Chambers.
Plans, specificati�ons and contract documents for this project may be obtained at the office of the Department
af �ngineering, Municipal OCfice Building, 100Q ihrackmorton Street, �'ort Worfh, Texas. A$25.00 deposit is
required fnr the first set af documents; such deposit will be refunded if ti�e documents are ret�rned in good
condition witE�in �Q days after bids are opened. Additionaf sets rt�ay be purchased on a non-refundable I�asis
for twenty-five {$25.00} dolEars for each set.
All bidders wil! be required to eomply with provision 5159 of "Verno�'s Annotafed Cn+il Siatues" af th� Sate af
Texas with respect to ti�e paymer�t of prevailing wage rates and Cify Ordinance No. 7278, as amended by
City Ordinance No. 74Q0 (Fort Warth City Code Sections 13-A-2� thraugh 13-a-29), prohibiting discrimir�ation
in employment practices.
Bid security is required in accord�nce with the Special Instruckion to Bidders.
The major work on the project shall consist ofi the following:
,
�xcavation of 68,40U C.Y_ for detention pond and rerouting of assaciaked existing storm drain
lines 153 linear feet 84" RCP, 179 linear feet 48" RCP,152 linear feek af 3B" RCP, 409 linear feei
of 24" RCP, including rrmanholes, inEets, headwalls, concrete flume, eoncreie apror�s, pavement
repair, and guarc#rail.
Incfuded in the above will be ali ather ikems of co�struction as outiinert in the P[ans and Speci�catians.
A pre-bid conference wilf be held an Tuesday, September 24, 2Q02, beginning at 10:�0 a.m. in the
Transportation and Public Works Conference Roam 2'T0, 2nd Floor, City Municipal S�ilding, 1 D0�
Throcicrnorton Strae#, Fort Wo�tE�, Texas. -
�idders are encouraged to review the Project plans and specificatians prior to the pre-bid
conference ar�d be prepar�d to actively participate in the conferenc�. Bidders questinns wilt be
answe�red at the pre-hid canference.
The City reser�es the right to reject any andlo� all bids and waive any andlor all ir�egufarities. No bid may be
withdrawn untii the expirakion af #orty-nine (49)�days from the date the MIWBE UTELiZATlON �ORM, PRIME
CONTRACTOR WAIV�R FORM, andlor the GOOD FA1TH EFFOR7 �ORM ("Doc�amentation"} as
appropriate is received by the City. The award of the coniract, if rnade, wi1! be within forty-nine (49) days after
this documentakion is received, but in no case will the award be made until ihe responsibility of t�e bidder to
whom it is proposed to award the cantract has been verified.
NTB-2
Bidders are responsible for obtaining �iE addenda to the contract documents and ackno+nrledging rece�pt of
the addenda by in{tiaiing the appropriake spaces on the PROPOSAL form. Bids that do not acknowiedge
receipt nf aEl addenda may be rejected as being non-responsive. lnformation regarding the status of
addenda may b� obtained by contacting the Department of �ngineering at (817} 871-7910.
Bidders shafl not separate, detach, or remave any por�ian, segment(s}, ar sheets from the cantract
documer�ts at any time_ Bidders must complete the pro�osal seciion(s) and submit the complete
... . speciFications book ar face rejec#ion of bid as nor�-responsive.
In accorc� with the City of Fort Worth Ordinance No. 13471, as arnended by Ordinance No. 13781, the Gityr of
Fort Worth has goals for fhe participafian of Disadr►antaged Enterprise i� City contracts. A copy of the
Ordinar�ce can be obtained from the Office of the City Secretary. The Bidder shall submif the MBEIWBE
UTILEZATION FORM, �RIME CONTRACTOR WAIV�R FORM and or the GOOD FAITH EFF�RT FORM
{"Documentation"} as appro�riate. The documentation must be recei�ed by tf�e contracting department no
later #han 5:00 P.M., five (5) business days after the bid openin� date. The bidder shall obtain a receipt from
the appropriate ernployee of the cantracting depa�kment to wham the delivery was made. Such receipt shall
be evidenee that the Documentafion was received by th� Gity.
The Contracting Depa�tment #or this project is the �ngineering �epartment. For additional informatian
concerning this project, please contact Mr. 5teve Eubanks, P.E.� Project Manager, City a� Fort Worth at (817)
871-7857, or HalfF Associates, Inc., Louis H�nd, P.�. at (817) 847-1422
GARY W. JACKSON
CITY MANAGER
GLORIA PE4R50N
CITY SECRE,TARY
Advertising Dates:
Thursday, September 5, 2002
Thursday, September �2, 2002
Department of �r�gineering
A. Douglas RadsmaEcer, Director
By:
Rick L. Triee, P.E.
Manager, Consult�nt Ser�ices
� w
�PL(.'C.4Y.I�1S�'�tL�C_'I'EO�S'L'� BI�I�ERS
1, B1L� 4FCl.l R]`I'1�: Cas�icr*s ch�c:�C nr an as:cep��ble bidd�r's boixl paynbEe to t]ie �ity af Furt t�YorcEr,
ti� ;,�, eonou�tc af nat Cess �ha� �vc (5°r6j p�r ce�t af �he tt,iai aF �i�c hicl s�bmi#t�d rr���t acrnmriany khe
hEd. and Es �u��ec� t� F�r�fcit i�r thc evc�rt !hr successf�ul U�ddcr iai]s to c.xec��t� [�rc �oiitrael docume�ts
wi�l�in te�� (�0} days aiier [ltc co�stract lias bc�n awar�ed,
Ta bc an ac+;�p��ble s�rrci� oa t3�� bo�o�i, ( l j chc t�arne of the su.�e#y shall be included un �I�e current U_S_
"fr�:ts��y. or {2� tl�� s���ly ix«�ss Itiave ca}aot�l �a�d �u��lu� aquui ia ten timcs th� 1irr�ii nf ���r bon�1. The
s�rety must he licen�ed to d�� �r�asinrss in �hc sta�c caf'1'exa�. Tlte a�ns��aR of �e b�r��J slwll not �xc�cri
t#�: a�oE�o� s�own an �ii� treasury l�rt �r aase-Ren�h ( xl l�} #�e total capita� aad surp�tss,
PA�14iE,I+I'i' �E};VTI_r��fTl ��ItF{�i�MAN�� 13�1�'D; '�'ite s�ccessful bsdder �taReittsg in�o a contracl
#'o� t}te wurk w�[l be requrred to ��ue !hc C'ity sure�y in n s�m enua� ta ihc asnnun� nF�e �on�a�t
awaecied_ In this conn�:crion, �,� suc�:esst'uC bidd�t slxa�l be rer�ui�ed �n nxr�is�M a perfornk�nce bor�d �s
well as �ayinent bc}n�E, L�oth a st�m equa� tv [}�e arr�ount of ��� cr�nEracE �warded. 'T�� fcrrm ai` tk�� bond
s�,�1� be as her�in provided a�td th� surcty shnll be accep�ab3e to the Criy, Al� ba�tid� fumisk�ed
liereuR�der sI�a�l m�et the rcq�airerrre��ts of�r��c?e 5160 o#'tt�c �tcv�s�d (:ivi! �tat�res ofTcxas, as
amcndc�.
I� or�er for a surecy �o be ilccep�able #o i�e �ity, ( �} tkrc nnmc nf ih� St�rcty s3�n]] be ins;C�€�s:d c�n E�c
r+�rre�� L!_5_ Teeasury L�si offlcccp[ablc �t�relies (Circnler 870}. Of ��� #I�� S��SC#]/ 47145� �2vQ Ca�k#af
afioii suip���s eq��a� �o t�n tii��e� �ft� a�no��ut r,f khe hond. Ths yurc�y t�tiu�� bc lacenscd to d�+ busin�ss iu
ihe St�kc o3"�'cx�s� �Y�Iic nent�lint O� 1I1+: L1Q11[� Si313�I i�01 C�4C��� [�f2 RfllUklp� 5�44��7 Ol1 f11� Tfeag�Ty lis� Rf
o�e-t�fl�Ei ( i11�} of tfne to�al ca�i#a1 ar�s� s��r},lus, 1#` rcinsura�cc �s rr.[luired, ���: �.srms���y writing �hc
rei�:uran�: m+�sE be au�ltpri�l, artrc�Eitec� or trusreed so �Eo busiiiess iii `Fex�s,
�o surcii�� �voCC bc,�c�:epted by �!� �ity whtcl� are a� the tirne i� d�fault or dek�nqucr�t az� any k��and� nr
w�tici� aee 4nteeested in �ny laxig��liofl a��ir�Rt tl3e �i#y_ Shouid any surr�y on titc cc�n�tact �e t�etcr�ttitt�d
U��3$�3CIQf� iiC F1IS�+ CLiIIG* i��+ ibC C.1��', �t�ti�:e wil] be g�veati to �i�e con#�actvr to #hat ef#�cR ar�d th�
contrac��or s��1� t���medimte�y provide m ne�v surcty �atisfactnry tn t�� �a[y,
Iititie co�stracr �mount is in excess of'�}�,00�, a Payment [3orr,� �I�all b� ns�c�[e�, r�r the arreo�n[ o�'t�e
cvn�a�.�, So1�1}� ��r ih� �[dtGCtitlrl Uf 7II C�BCIIl31�15 Sl1�JF��l17� ��3�Qf 3.tk� i13R#C�]C�iS I!Y [YCe pFQS�Gu#1nA af'
2�1� W6T�C,
If the contract �r�3aunt Rs in c�cc��s vf �]�O,QQO, a Pcrform�r�cc 13ond s�all bc executed. u� tlxe amoeant
of �Jtc cun[r�c[ coudi��an�c� o� tt�c faithFul �cr�'orma��ce aF k13c war� in ar�or�ance w��h �ht pl�ns,
s�eci�cat�on� a�d cQnir�c� dn�um�n�s_ S;�id �orrci b#�ali su7�ly bc Far �hc protcc�ior� of klte �ity of Fort
�Jarth_
3, ����E.J]D�TFl7 I�.4.��1�►C:LS: 'i'1tG Cc�o�rr�etor's aRscntra� �s callcci #a Aart l. �[�m R, �,�ra�-apl� #5,6, of
�F�� "C'r�lkCPBI PfQVI510R9'� af �h� S�and�rd Sp�cilicatio��s fnrCo���r�crionof �sc Ci��u�'I�or� 1�'or�h,
Texas. concerna�g liqvidaled c€arr�ge:t rar �al� �:s�mpEctoun �sf p�o�e�ls.
+�, Ahf33lGC�1TY: �n c�se of �nil�i�,ity �,r lnck ot` c1Ga�rres� in s���in� prices its �C�e �roposal, �Ete �ity
re.�erves tk�e r��ht tr� acl�pE �hc mast ac�v�n��Geok�s co�str►tcti�n t�ereot tn ti�� Ciry or tn re.ject tltie
�ro�ast�1_
5, �M�i.pVMF.IV'i'� �II bid�icis wili b� rec�tu��d to cantip]y vritl� �ity ��rdi�anre I�a. 7�7�'� as amenc�ed
�}' C'il�+ {�Y[{I1181i{:� �U. ��OO (FOfk W(1f�}Y �1�'f �Cr[]r �cctann � 3 •A-? l t�u��gh 13•a-��J} prol�ibEting
rlii��i�7tz��t�on in c�la}rrr�rnl pr��lie�s_
G, V4'A��'. Rt�k�FS: ��� t}]{��CfS W]�I EFC fCL�L11iC4I L411:U11i�}I�+ �'ll.il �]ICiV1�1Ck11 �1I St};1 QF��Verr�v��� �'�nncxiu�cc�
�.Evi3 Slalul�s" 0l'�1�� St�[c afi'exas tvi�k� r�s�ae�t to �l�� paynu:�3t cr��rc.va�li�i� x•agc rates �s �sE�bit,�l�d
F�y ilte C'iry s�f ��,ei Vvntil�.'i'rxas �md �et tu�iix oa� C;�itifiract DocuEnants #'a� t�Es pmjec4_
51�1
7, FIl�"rV'tiC�iAl. �TATi?:1�fH hiT= A c�r�cn[ c�rtiFied financi�l slalerraenk mtiy� be ����ui�ed b}� �he
I}�par�cn� ai Lnr�ittc:�ring if requ�rad for �sc �}� if�c C'E'�'Y OF �OR-I- W{]R'I'Ff in d�#��rrunireg Lhc
suce�ssfi�l bic�r�er, 'F�i� statcrrunt, ��"requiresJ. is #o b� p�epaeed b}� an indepcndeut PublRc l�ccn�,r�t��,�
#�old"aEag a va�id pernv� issu�ri by an a��ro�ri�te SRa�c i.i�a��sing Ager�cY-
S. IiY�LfRAt�TCF: WIf�lIR f�n ( IU� �Ij�c bC�CC�:��l u� Ci{1CtCc U�9wHf� Of��[7#THCt, tho C'vr�tr�,csor m��k
�ravit��, a�,�r�g vritlt cxccut�rk cotrri�:�ct �ociMmenls ar�d apprn�,r`ratc l�,�nds, },�aa�of irr�ut�n�t �or
VJor�rr's C'otnp�ttsa�ion and C'ompreE�anstvc C�rueF�l Lt;{4.rili�y (k3adily ln,jury-�25�.000 ca�h pe�nn,
�5{�€i,U(i{} each occuar�n�c: Properiy [7�tri�ge -$317D.€1(1ii eae,i, ��.�uTrence j. '1`he Ci�y rescrv�s th� nglrt
t0 Fi:iiLil:Si �13�+ O�i1�i kiiStlflflC� CbV�LCI�TE3 �fr m�y kxc rcyiiircd by c��h irf�ivicft��i p��ole�t.
�J, Iti�lNRE41DE1�F'�' ��DDLI�: 1'u���aa�rt #n Artic�e ly�} � g, �"exr�s Revised �iri! St�t�fies, th�: C:ity o� Y�ott
Worth wil] nor award �hts co�tra�x toa n�ra �cs�denE ��rCde�unfess [h� r��nresider,k's h�� is lnkvcr fhan
�e ��wcs� b�ci snbr�itt�i! by� a res�onsib�e Tcxas re�iclent bidd�r by t�c s�rroe amount thaE a�exa.s
r�s�de�R bidd�� kvr�r�ld b�: r�quired c� ur,�Ccrbjd n na�resad�tr bidc��r �� a�taan a c❑m,parable �anr�n�t i�
�hc statc ir� wjueh �k� nonr�sEd�nt's pri�cipal },l��c ofbusi�tcss i� lucat�d,
"s�]o�rr�sid�itr bidrEex" mcans a��ddcr whosc pru,c��al placc of ��siness is not in this siate. b►��
cx�:ludts a co��tr�c�r�r u�}�os� u�tiflk'!E� }7ar�R[ e�Tnpany os rrs��orit�+ OtiVli�r �igS il5 �]r�[1C��]�L p�BCC
af busi�tess �n khG� s��tc_
`"1'�xas [esident hz�€�cr" mr;�ns � b�ti�ie�' w��[r�e pri�c��a� ptac{ af busa�rss is in �hos si�[�, �itd
inr;l��drs a c��rtr�esor whose ��E�imatc p�rcni cvr�pany or rc�ajutity owa�� It�s i�s princrp�i piac�
O��ll51fG�5i IA ��1$ 3teiC.
T}tis prnvis�or� dn�� not a���y if this cc�n[rac� iit��ulves ferl�ra] fu�ds.
T�e �ppropnate blanks of �la� �e�p�s�C mt�sx be fil�d n��t t�y all non r�.5i�e�� �id���s in or�1�t �or i�s b�d
io meet �sp��:iCicativ��s, 'f�e ����lurc of a nonre�i�ent cnntr�etoe [o do so wiii �t�t[rmc�tic��ky ��sqtonlify
�hnt bidd�r.
10_ N1[l+iORiTY 1�IYT] �C1MFlwf ]3�5[I��:SS ��1i'�1�'it��i?S: in flc�ord �v�th City of�'ort W�rth
Ordinancc I+Es�. 13�7�. as arneBdad by Orrlin�n�e tVo, ]3781, EFic C,�t� af Fort Wart�� has go�is �r ihe
��r���i�s��ian t�1' I�asaclvantagccl �nts;rp�is� �i �i�� con�ac�s. A�npy of t�e Ordinancc can he o6��ined
�P{}3'71 C�lL' ���lti�: Or C}t{: Cl� S�Cf�Laf�', TElI; L3L{]C�CF $�7:LIC hlLb]'!LC E�IC MI��BE L�TLLTZIiT��[V FC�RJ1+�,
�1{.l�I� ���1Ti�C;Tf]R �V}1f1��R F��Rr�1, aridlur tl�r C;[747i} �'AI1'H EFI�{]Jt'i` l�i]RiVf
("�]O�:untc�il8ti0�1"} a75 ���fQ�FJc�CC, �F1C E�flClunCnl�!loil YC1u5C �SC I"CCCiV�� �7� � Cl3��T3Cting
de�aetment n� later �han S:UU p_ns., I'o+�r (5} City business d�y,s �Ilce bid oper►ing �la�c. '�`l3e bidder slrall
qkrtain a r�cei�t �ront �l�e ap�ropri�tc cmploycc uf th� conttaczi�t� d�p�,rtmMnt to �vl�am ti3a ciclivrr}� w�s
ts�de. Such re�eipt :�hai� bc cvi,i�rt�:c rlrat #he f}acuane��ati{x� was ��ci,rcr� �y titc �ity. f aiCtxre ta
cor�ply shn�l r�nd�r �iie bi� no�t-�es��rr��iwe_
iJ�c►n reqe��s� �ontraetor agrees to �}rovEcic to ovmcr corn�3rlc ar�d a�cur�#e inforntalinr� regarding
r�s:t�at work perFarnterE hy �in�r��y �3us�ess �riterpr3se (WF�Fp ❑n t�� con�ra�t and �ruytz�cnt tkserefare,
Conr���tcsr Furih�r agrr�s to perrni� an r�udit ancUnr �xareeinatEon o� �r�y buof�s, c�cords nr Flc� in i�s
�ussessa�]n l�tut wlll SllbSk.�nCts#e ih.0 aCtu9� wor�[ �e�l�ui�ti'�ed �1y �ll I�T�3� �ncllqf ��8�. `i'#��
rn;�repres�3�taiao� of �a�.t� (ath�r ��u� a n�gligenE mi�rc�,rescnta�iaq) a�ed}nE �kre coinmission of feaud hy
tltic {:ontr�cEar will bc grounds for te�minatiun of �I�c cun�ract �n�1or irti[iaiian actin� un�icr a�p«xprja#�
frc€eral. sfi�t� or lu�af ]a�vs t�r ordirt�nces re�atiug to fa]sc stat�r�ec�t; fur�hrr, an�+ SLicFi ii�151'��}f�S4ii�RSlCrn
(oiheT than a�eg3igciil ������pr�s�nt4iani�) �o�cUoY ctrmmissiun �if fr�u[f wi11 res�l! in #he �onttactu�
bt:ing dc�crnuiied kn he irre�pansi�lc and barreci iro�r� �artici�ra4i�n in City ws�rk Cor a p�rio�l uf ti��e of
noi ]�ss th�n i�rc� {�} ycars.
G I A�YAI�I] OF ����I'1'E�ACT: Cnr�tr�e� wil� b� awarci�d �o �hc l�wcs� rEspnnsive bidder. Tit� �iky
r�ser�es �kre ri�ht �c� rejrc� �rey ait,J�ar a�ll k,ids aas4l �va�ve �r�y a�r9lor all irr�gulari�acs. 3Vo ��d rna�}� i�e
��'i
w��drawn u�i�iC the e���ratinn of �'oi�,�-�r�ue (=4��� d;��� iivm ihe dnte �Ite �v11WB� 1.F7'll.l�r��`1[7�1
�OR.h�. ��tI�E C01�Ti���;'I'(�R w� Cvt�.�t r•c�F��i ��dr��� �1tr �00�3 F�.I'�'I� �!� [�C�i�'r r•c�z��
{"`I�flCilR7CF1C:1�1{}RF�) as appro}�ri�t�. �s rc:cc�vet� by tEre �i�y, Tf�e award oCcontr�ct, if m�cle, wi11 hc
�vii11i11 fofEy-aEne {+}4} ��y's o�1eT 3l�is doC�menlalit�n �w rcc�ivirl, �ut in no c;�sc wi�l �he awarci bc r,�ade
�ntil thc xc�R�o�Ebili�y of �tie bid�cr [u w��um it is �ropused �+� awar� thc conrro�� ]�as bc�n v�ri��:�_
12_ pAY14i�1�T: 'Tts� COnFfdC�Of �'.'1�� f�C�IVC F�iIE �70.]rR1e[1t �SfuC741S �% �'L'ldLi ��C� �I'Oii1 ��2C �ii�+ FLF[ ��i
wp�k foT �a��� }�ryy Pceiod. I'�}+��teri� 01' lFee ret�tai�.i��g str�4rs�t�t sl�a�3 be n�de �v�#}� Ch� finaE p�}rme�4. and
u�an u�:�:�:�tai�� �i't�se pro,�cct,
ti 3, Afi�l�;i�'-[}A: �o�cfers ara rr_sperosibl� F�r trb�ainin� al� adden�� k�s the cranrr�cr �oc�r��enis prinr tv the
bi[� receipl ti�e �t[� �cknowledging ti��n7 �t the [ime nf hid r�cc3pl. Lufnrmal�t�a re�sd�ng [hc stat�s of
adcle�da rnay be a��a�ned by cirn�scting �he 1?epar�r7�e�M af T•.n�i�eering �onstrucrirrn �ivasaon at [8l7)
871-7�)10. Bids t�oar so not ac�CnowEe+�ge all ag�+Cicabic ��den�a rr�ay bc re�c�+cd �s r�u�-respunsiv�,
1�4, C'Ul�'f'KAC'fC)K COl1�1YL�t1N�� �V�T'Ei �V[lR£CFR'S ('f}�� P�NSATI(ll� LA1N:
1�. Warkars C'ont�ensa�aor�t�suranc� C.ovcrage
�. DC��itin�s=
�c�ia of r.o��cr�gc {`.certi�icate"�, A cop�' r}f � certif�ale nf irtsuxa��c, u caEti�catc o�
�SItIl+7flt}F �{1 SC�f BflSuf� itisuC�? �y lhC cUmrYsiHSiUrt. ar 3 cuVCCB�,C B�C�er����# {TW�C-R I,
�'WCC-82, 'L'4VC:C-83, �r'1-l�l�C-S�t}, sl�owq�g stat�4nry wt�r[��r's campea�:�l�on insu�ance
cover��ge far tine �es�on's nf cnei�y's ern�aloy�cs prc+v�di�g srrvices ois � pro�ect, far #�e
duralicsn of �h� prnx�cl,
Dur�E�on �rf'�h� pra,fechincludes ti�e kirrte fra�n t}�e b�g�nnireg ofthe warl� on r�t� pro��c� t�nt�l
s1�e cnnr�:�ctor'�Jper�csn's wvvrk vn lh� QraJecl ��s beert cbmp3eted a��l �ccepteci b� she
goveinmertEr�1 c�►tity.
Pers�ns pr�vid�ug services oi� �h� pro�ect �..SUh�ontraciof'F Mn {�U6,Q9�i)-ir�c:�ktEtes a�l petso�s
orentities per�'ornnie�� all orpIIr� �+f�he s�rri�cs the c�n�r�ctor has under[ak�n tn ��rfnrm nr�
L�t pr��cci, xcg�rdless of wltc�her #itia� pe�.sar� canreacted �irccx]y wiEh �hc contrac,.tor a�od
regarr�kess v� w�eEher [t�af person C��s crn�Eoyccs_ T}us �nw1��.�s, wi�l��us l�mi�arion.
in�3cp�:xuict�t cui�Cr�ctors. subcon��aclors. Itasiny cnn��a�uics, ntotoF C;iYYkCYS, trwn�r-o��eratars,
er��p�oyees oR �ny :�u�lti c�,�i�y, or cmploycc�s uf a�ty en4�ty w��ic� fu�n�s€�es ���sans tu provicic
��rvi�s o�s tli� proj��t_ "S�n+i�e�" inclu�3c, wirha��r� limi«tioo, pruv�d�ng, l��u}ing, o��
cjcElvCilal�; Cque}�mcnt rrr rnatci'i�ls, �r psov��ing Cai�or, tra�s�snrta�o�, or trs�cr se�viccs rclatcd
�cs a pro��ct. "��;ruices" doe� �oR incl�odo ac�ivi�i�.s ur�rcla�rcl to tku �rutccR. s��cl� e�
f£10�GL'�I$�C V$C1�1}YS� Uf��iCc Sl�p�?Ij� {�tiliVc[�ts:5, nn�i deiiwery �#' pn�abic #aGlets,
b. The c�ntra�tar �hal3 �ar.ovidc s:�a�ragc. baacd crss �r�per r�porris�g o� c�a�ssifc�tirn codis and
P�Ytall a�n{�unfs and i�ing of �ny �arerag,� agreernenrs, wh;�h mec�s �iic �t�iuta�y
re��irefne�ts of T�x�s l,�h�sr C:nde, Sc�hon �GU I,�� i I���} OC A�I �IIlp16}�ees rrf tf�e �vntraclort
pfoviti�ng serv�c�s un llis: �rUj�C#, �or �Ite +�u[�t3nn «t'rhe �foject,
c. The �v�t�acRor rreusE ��c}vidc a ccrtificate of coverage ko the governmenkal ��ti�y pnor to
bei�� a+�nrJcd tlt� �:ontr�c,[.
d_ If �hc �o�aEngc ���ud shr�wn on the contraetor's currea,t cir�i�cute oi' cuv�:r�gc �trds duririg
tl�e d�tra�ia� �rF �h� projeet, #]�c �antrauSor mu�t. priut to r]ye e�� �f Ih� covera�� �e�ind, filc s�
�v}v ccrti�'i�:�te ni`covcrag� rvi�li tlte gaver�mcm�! enk"r�y sl�awin� tl�at cow�o�agc has beei�
a�te�ule€�,
�I-3
�. `�'�� co�itracto� aho�€ rrbtain from each }�ers�� prnvidi�� se�vi�c� nn a project, �r�d prrxv�dc #o
the grruernn,anral �n��ty;
{ I} u certiF�:�te o� coverage. }�rivr to sha# ger4an b�ginni�,� work o�� th� projerr, hu �h�
gnvctnm��rtal cn�it}� vwil] 1�ave ou �ilc ccetiiica�es of cov�ra�e s�vwing c�vcra,ge Iur all
persuns pi�o��idiq� services or� �Iti� pro�cc+; a�t�i
(�} �a 1�tcr Il�u�t s�wen clays �I�cr rcc�ip4 by il�� co���racsar. � 13�SY L'21�i�L'a�E O�G�k'�rage
sltio�vi�g exter�sinr� af'covex�zga, iF �he c�vcFnr�a per�od shown o�t tltie cuer�.ni c��ti��at� v�
cvvc[agc end.� du�in� !hc �I�r�liu� ol' liic pt���:c�,
f, The �o��s���or s�a�� ret��n al I rcy� Er�r� c�rtiCi� atc� uf e�veragr fer dse d�ra� ian o�' �h� �ar�r�e��
and For onr �r.ar �heteaf�er.
o- '1`�te conlractor s��all �atify �k�e �crvemrr7enta! entity ir� �vritin� hy c�rtit�cd rr,ni! r�r �efsvnal
d��iveiy, ws�hir� ken { 1�) �lxtys nfiet the corrtractur i�ew ot sliould h;�}�� lrno�vn, �F' o�y c�nt�ge
drat matatially nf�'ects the provis�t�n of cvverage o{ any persan provsdtng seevic�s on thc
pro�cc t
h_ l'lic con�rnctur strall p�st ots �ac� pro}ect sitc a�o#ice. in t�a rex.� F�otrn and mann�r p��ribed
by H�e TexaS Wafkrr`s Can��cr�su�io� C:ummission, ir�forizYiitig aEj p�rsons pruviding se�vi�es
ut� rl�c p�o�cct �1tat ll�ey a.re f���ired #o be �overed, a€�d htnEing haw � ptt5ort n��y wo�`�ty
caverage n�d r�pur� lack u� cc�vs;r,sg�_
i, Ti�c cnntr���or sEt�ii co��tra���ally r�q�irc. each person wrt�t wti�i��sr� it cnr��rac�s tcs provislc
st«iees aa a ptoject� to�
�� l) prc�vade corerage, E�aS�� 4f1 �IO[}c� re�(r�ting on CL33.SIf C�lliUri CUi�cS 8i]K� p�}nOE� 31riOi,i[�tS
and tiEi�g �f �n� coverage agree�ttea�s, wiYich flteets #h� sla�o[nry requiremor�ks �f`�'sxas
Labor �ode, 5ec��ao� A� I_{}] �(44� for a1i o� il. �mp�o}�c�s pruvi�in� s�rvices� �n tltie
pri��ect, lor t�c duratiotxo#'the p�o,��c�;
��) prnvit�C. I� �� con�rac�or, �t3or to t�nt peEson heginni�g work �n #he prn�ect, s� ce�tiiic��t
of coveruge ahowing kl�ot coverage �s b�in.� Pruvic�e,� For u�l esnployaes ot the person
pr❑�t�ir�g s�rv�c� on ihe project, for tlte dt�rutian nf �ise �ro�e�t;
{3) provEdc �i� ct�n[rac�ur, pnar ta the e�d of #h� caverage �,criod, 3 REVf S',4�SCL�lL:ikCC L?E
coveia�e shvwing �x�cnsio�t ofcover�ge, ICC�tc C4V[:f��C �CI'iO{� S�laW[x 6C1 [iLe GUTI�[1t
ccrtiixc�te ofcuver7�e e�y�s duT�kg t}�� duraki�n nf tlt4 pf�jec[;
(d} ��t�i� frars� �ach �th�r persa�� w�lh �vhom i4 co�iracEs, and p�ovidc l� ih� contr�ctar;
{a) a�:crti�icatc ofcowe�a�e, prior t� Ih� v�l�er pe�s�n i�eginnir�g work an t�,� presjcc�, {{nc!
{�) a new cerlifi�.ate ot'cov�ra�r b�uwi�bg axte[���nn nf c�ver��;c, �ri�r iv �he en,! nf rlu
tov�rag� periad. if t�e c�ver�ge ��rit�d sEit�kvn u�r the cw-rcnt �'criif�c���� o� ��ver��e
ends durin� thc dura�ian di'ti,c prc+ject;
(Sj r�tuin ai1 �equ�rec� c�rtifi�ntes vt`c�►v�:�og� on f�lc f�r the d�rat�ou o#'tk� project aGxi Fnf
oRe yG�r f�iCS�:�fteY_
(G} �otify ih�: govef�ur�ert[�s1 entily itr wi��ng �y cerlified mr�il or perst}nal cieE�vsry. WiiFnn [cn
�lOj d�ys aFEe� iE�c �aers�x� 3e€�e�.� uf shot�ld h�r+c �C�c�wn, of any clttingc titar n��terially
LITC��S ijSS' �CC}V5Sl011 U�C{?VCf��C d3��R}r �1Cftif!]7 �}f{}VE{�kll� SCFVZCCfi f737 C�1C �f{}�CCL; un�
.�i �'�
{7} co�tfra�4ua�ly r�.r�uir�: e�t�e perso�n with wh4�re il cant��cis, t� p�:rfo�ns as reqtiircd by
pafagr�pl�� ( l) -(I}. wjt�Y C�C c�rti�caCcS ot�COvcxilge to �e �T€lvided tt� fhc persc�n FoY
u�k�u<<j Ik��� :�re prnviding �crvi+:cs,
�y 53�f�ffi� LE7S5 Call�f�7C4 Of ��Iovpc�iRg QE C�iUSl3t� kO �e �r4vfdcd � C�rttliC�lC +3f COVCT&�2. {hc
cuntr�c�o� is ra}�resrniin� t�� t#r� �over�ime�tat �n�ity �,a� all r.�n�joyees «F ok�c ct,ntrac�c�r wl��
WJ�� �rtrk�i�r S�rYiCC:i On t}IC Rf�,j�Ct Wi�k � C�+1elxCi �� wnC�{af's compcnsatioR cov�rnge for
thc dur�Riutf of`tire �+rn,�e�t, iC�at di� L�verage will be baxcd or� prc�per repor�ing of
C��SSEIiCa#;nn Cn��s nnt� �aj�5UII d111O�tRi�, and t��at all co+�erog� a�er�cnE� will bc fiis:cl wit�s
k�le sp}�roprit�[e iElsiila]nGe CnTTIeTor, ia �h� �:ase of � selt-in;ss�eccl, wi�� fihc coro����ission's
Uivtsion af ��'If-Ins�t�IIRcc i�e�ulafiit,n, Providing f�l�c ur misE��d�n� in#nrm�rEon rrray suhjs:c�
IEae contr�ctpr tt� adrr�n�stra�i�+e, crirn�na�, ctvil �enaltie� or othrr civil ac:t��ae�s.
k, TF�c eontractor's ta��t�re to camply witlti ar�y of these provRsa�rnw �� � br�ach a#'cor�#ract �y tY,e
�:antracio� dor� no� r�mac�y t��e breac� vriGazin ren days aRcr c�ceipt of r�o#i�� �#-hrc��h �rom
t�c gnvarnr�i�rita� ottlit��,
�. 'The cnn�rucKur s�oall posi a s�nticc on �a�:h ptojec� s�tc inf{�€„3ing �II persons �rnv�ding se�rviccs on
ihe �ro�e�[ kkk�t [hcy 8rc r�C�uit�d to k�e covered, ar�d slstir�g ho�++ ��e�soE1 n�y ve�'ii'y �t�r1'e1�1
c�►'��ra�� sr�d rtpos# ��G1�ro lo pr�vide s;ov�rage, TE�is noticc docs nok satisfy nther p�usting
�er��ai�z��� imposeci by �h� Texus War�ccr'9 {.Olrii]CIlS�[COiI ACC OC oLi1CF TC7�r�S W43'�{2f's
Cornp��ua�is��s �'onm��sin€� fuies, 'litjs iiorice muat h� printc�i witl� a Rit�e in �E ]e�s� 30 po�n� botd
�� 9T7{� ECxI 11t �!l ��aist 1� ��1�Y4 ilO1Tr�I l�C, 3ri� Siici�� �}� lii �61FL L''[1�+�15�] liCl{I S�7r�ql.r,C� anti any
n�h�r lat��M���ge ramm�n �n t#��: worCcaf pt+pullti�n. Tltir tcxt ��r �I�e na4ices s}�nll be �lt� folla�vi�yg
�ext, 5Y1[FIOUt 3Rj' 3i�L�i�k4fld� WOf�.S C1T CFuu1,Y-�#'.:;
••li�{�[lfR�� WCIRiC��'S �OMP�1*��l�T�0�1 ��VL�A{'iE"
The aaw r�quir�s tl�a# eacis �eerson wvr��ng or� tttis site or prnvi�i€�� s�rvices reknt�d tn this
cor�s�nac�ion pro�ec� �,uat bc covcred by worl�er" ccampe��satio.n n�surance. 'i'�is i�scl►��es �ersons
proviclo�,�, h��,ling or deliv�er�ng cquipm���t or ��tioiena3s, or providr�,g lu�or or Irnn�pnrta[�an ar
o�l��� s��x�tcc �alated to thc pr�jcct. regu�dlcss ok` t�e id�ntity of kneir er�yp��ycr or sta�us as ar�
� m�lo}z�"_
Cali fl��'r'ex�s Worlc�r�5 COffl�F�nSal�Otl�Uti�Y]1551�R 7t S I2-44�}�3�S�J [O [�C�dve kf���rm�tiOri 0�7
�h� lo�aC reti�uirerrve�i �or cov�«ge, �c� ve���}� �vhetl�cr }�uu� ���tplaycr has prs}v�d�d the requkred
coverar�e, or �cs rc�urt an emplop�ar'9 �S1k1C3Y� 10 �PC?Y14�C COVi'f"JE{CF�_
� S. 1�QN D.1�['Rl1+lE�]A��lO�I: Tk1C C4ntY�ctor S�S&1I ItiDt {�isCl�Jnl�alc a�;tiriSl �li]+ �Cfso� Ar ��YSOitS
becau�c a�`sex, race. re��gion, cnlc�r. nr natior�al n�gtn �r�d siral� corn�ly with �Es� provisioiss oCC:ti�y
�i��inance 7�7�i. as a�n��,Jec! by City {]rdrrean�.�. 7�30t� (�orx 1�r�nh C;i�y Cncic S�ctiv��� i 311-� ��Jtrougl�
I�l1-�9), Pruhibi�in� riiscrirnina�i❑n in eirr�lnymen� prscti��s.
i6, �IC�F �[�CRIII�IIti�I'�'I�1�Fr ln ac�arcl��,�e witi�ti�e �o�Tcy {'"Paltc�"j of1�� Fxe�uiivc Bra�fc:trof tl�e
lecic�a] gov��7siuenk, contr�cror cove�yants tlr�k newih�r �t Erot a�tiy of it� nt�ccrs, n�earsbcrs, a�enrg, n�
��layees, 3ui�i engu�e l�ti }]t'PIORIt]J�C� this CaC]U'tSCf, sl�ajj, in c�nnc����n wi[}� the empEayment.
��unn��mettl o� sJisch�f�;� nf em�loy�es ot ilti �vr�e�tiore tvilh tlle [erms, condE#inr�s o� priviieges nf
�hc�r �mpluyn3er�4, €lEstri�i���l�. sgain5t �rsuo b�c�use of thetr age e�:s:c�t ��ti t1« ��sMs of a�an;� ficic
occupatit�nal c}�uli�ca�ion, rekire�n�n[ glun �r slt�t+�kory ieqoi�errt�nt_
Co«tr���r�r �i��ti�er rovcn�ro�s that nei���r i� nr�� iEs ufFiG�r� rr�crr�bcrs. ager��s. �r }m�lt,yces. c�r p�rson
a��ing nn tl3etr heE�aaF. shall �pccify, lil Sr�IiCf�a#lnns oC i��w�t�iSCill�ltik� ior crrrpluyCeS lU wOF�COl7 LhiS
�.ontracr, a n3akirei4�ai li�c alltYll �Of Suc�ti cin�EUj��]�Ilfi l�nEes� Ihc S��CI��� Il1�x�f�Unti a�e �imit i5 I]tL5��
11�7{7T1 �7 �1F]Ylc� fi�S� {kCG11�13fi{}i3LI t�U811FiCr'1�30T7, reiire�r►rn� �l;tn c,r st��tutofy rcqu�ret�unt.
� �-�
C'n�tirrac�or wasrsn�s ir will Cutly cur�ply wi�h �he Palicy and wiil cCefenc�, �cie�xurE�y �nd �aid �ity
liarnilcss ;��ain�� uny ;�d all c;lairns ur a[le�ali�ns asscrte� by �hird ��ni�s a�ainst C:oty �r�sing o�t oY
c�c}n#rac�n�'� �Ilegc� fail�re t� �nmpEy wi�3ti th� abou� rete��nccr] P�3icy con��rn�n}; age discrirrki,nar��n
in �l�c p�rfur�rM�ncc �xi` this Conrr:���_
l7, DZ5CR1Ik�l�lATi01`f !3il� `E'C} D�SABILI'1"'Y: ln ac��rrdar�cc witl� tl�e pr�vis�ans of thc tU,lcric�ns
w'r�h 1lisabilisres Act �rf' 1'�'��1 �"A1}A"). �or�tr��;#or warra,r�s �LGa� tt wall nok ur��atv�ully €liscrirrtit�a[e ofl
t�e basis o� daso#�ili�y ix� ���e prnvis�nn o� s��vires �o [k�e �:cn�f�l �e�bEic, nor in �lt� avnilabolity. sarn�s
anr�crr ��nditiot�s ��f �r��loyment for a�plica�tts fof �rrEployme�it wilh. �r c�urren� emptaeyecs ur
�sii�tra��or. Cnntrac�a�' w�rtn«�s it }vi91 fi�lfy cornp�y t+�it�� ADA's �rovosoous �nd a��y otitier upp��cebl�
federa� st��c �r�� local laws concern�ng dis��sil�ty and }viil d��c€�ri u�deTt�tiify ��d h�l�! CRky harm�r��
ag�ir�st nny cEryinas t}r n31cg�E��ns �sserted by 4hir�i ga�ties against City ansin� cr�E o�' �ott[rac�ur's
a�Ieged fail,�rc �o conyply wi#� #i�� above-rcfcrenced laws con��rning �i�sability discei�,ainatian in [h�
�ctr�+rrnnnce o�t�is C��Er�ct,
i��v�s�d [++iarc� 15. 1�3�6
.�ktn�; 22. C�9$ {climina�cd njficEavit sta[ement �n Itcm 10)
3anu�xy ��, 20�U (upc�a[ed orciirxa�r� � ��, ui l�am l�)
S.�-fi�
r4TTACHMEi+#� '#�
F�ag� 9 af 3
���]i D� ��r� �Ol�fl
�Villl��l�j� 2k1'�[� ���1�.'�'1 �l.E$11'1��� ��?t���71'k9�
�O�D F►��TH ��F�F�T
�i..�_�n����. �,�� ��u�s���r.ocro�E��.��o�
I��ime comp�h� I�ame Bid aate -
�17YVIE�N ��T�N71�iV PFt�JEC�
ProJe�� Na�me --
�19 �-54�20Q-Q��� 1 �'1383'17
. _ . . . -- -
Proj�rct hkurr4ber
� I� y�u hau� � I�i �d ta seoure C41lWB� p�rti�kpatian and you have subco�ts�acking �r�dfor su�plEer opportunities ar 3f yo�� �
N1�IN�E par�icipatior� is less kh�n llti� Ci#y's project goal. Ynu mus� comple� t�ris form.
��
[f the �idder's m�thod of co�pl��n�� w�th the �IA1W�� g�a� is �ase� �port der�ton�tr�#ion o� �
"ga�d faith efFort". tMe bidder will F�ave E#te b�rden o� correctly and acc�rately preparing a�d
s�bmitting #he documenEation requ�r�d by t�xe �i#�. �omplianc� wtth ea�h. i#em, � thr� fi��low,
sl��Il sa�ss�y the �ood Fai�� E�fort requirerr�ent �bsen# pr��f of #raud, inten��o�21 �nd�o�
knowi�g misre�O�esen#ation the f�cts o� intention�l di���'imireat�on I�y th� bidd�r.
Faiiuxe ta c�mpCet� this fos�rn. in its entiret�r +�vith sup�orting do�umenta#io�, ar�d �ecei►red �y the
Manag�r�g De�a�#En�nE an �r before 5:Q0 �.m, f4ve ��} �ity b�sines� t€ay� after bid oper��€�g, �xcl�ssi�+� af �i[#
apening �ate, wvlll rasult i� the bid �eix�g ��r�si�ered r��n-�'�sp�nsiv� ta hid s�e�ifi��tior��.
�
� -
"k.} P�ease list e�ci� and ev�ry subGo�tract��g 2�rid��r s�}�piier op�ortur�E�y �RQ NOT L}�T NAi�I1E� ��
�I� RQIhS� which wi1F bc3 use� in t#�e complc+tion �f �his pra�e�t, reg�rdl�ss of whether it Fs #o E�e provided
by a f�hlWB� or non- M�W��.
��lse ada�l��o+�a# sheets, ff rresessary?
List oF: $u�conts'��tinq pu�ort�niti�s
� 5r}f"1_�-�AK+rt � FV�'•�.�4�YQ8�+L� �,j�#�.47�+`�h1{`h{
Lis# of: �uoolier �pt�ortunities
��(� i' �:�?f ,, � �,r� --
��1`� 4}R-�: � uk �.�� �++�.��.�� _
�F�f�t�_ ��..
Rov. 5lZ,i98
ATTA�WC�tENT ��
Pa�e 2 0# 3
2.) Did you o�k�ln ��us'r�nt list a� MlWB� firms #r�irr� tl�e �ity's I�fWBE �[fice? �he lis� is corrsittered i�
cum�C�an�e, if it is not mor� tF��� 3 mor�t�� �Id fror� �he date nf b�d apen��g.
� Yes
No
D�te uf L#s#ir�g �+'? -f ��f "''
3.� �id �ou solic€t bids fr�rn fulflNBE f�rms� wi#�9� the s�b�ontf�c�irsg and��r sup�lier areas �revio��ly
list�d� �t least ten c�ie��ar days �r#or tn bid dp�n��g by mail, exclus3ve of tl�e c�ay th� b�ds are
ap�f�ed7
Yes If yes, ��tach �f}NYBE mail €is�ing to i�clu�e r�a�ne pf �rm and ad�ress �nd a�a#e�
��lo cop� vf Istk�� rr�ai�ed.
4.� DCd +fOU soiiGit 8�d5 ��OrR f11ElVL�BE ffrre'15, wit#�in the s�sbco�#r��tin� arsdfor sup�lier area� previously
�isted. �# le�tst #en cal�r�d�r days [��ior to k�i�# opening f�y t�lep�one, excls�sive of the da� the bEds are
�per�ed'�
+�} Y�s If yes, �ifaafi list k� ��7�lude r�arrte uf NIlW�3f f�rrn, +3� rs�r� ��nta�ted,
�No r�k��n� n�mb��' �rkd date �r�d tir�7e of conta�t.
h1Q7E: A facs+mike may be used to eamply v�+fli� eifh�r 3 or �, but may n�# b� used for both. l� a€acsim�le
is used, attach the fax cor�firrrratfon, whict� is #o prouide MIWB� riam�, date, tEsri�, fax nurnf�er arod
docurn�n�ation ���ced.
�IOTE: lf ��I� IEst of MJYV�� is #en �rt t�ss� #he bi�der sr�ust contact #he en#ire lis� #� be In cnmpliance uvikYt
que��i�ns 3 and 4. If a sic list of MlVSlBE is rrtore th�n t�n, t�e �ic�d�r must contac# ai I�ast kwo-#inirds of
the I��� but riot le�� t�an ten to be +r� compllance wikh q�est��ns � and 4.
��
5.j Did ypu provi�e �I��s an� s�eci�ic�tions to po#en#I�I CdElWBE� �r ir�P�rrnation reg�rdir�� t�t� ao�ati�n of
plans a�sd s�ecific�#ior�s in or�er to �ssrst the iV1MlBEs?
,. Yes
�No
6.� If 11��1I+J�� bids were receiv�d �n�l rej�cte�i you mu��;
��#} L�st th� l�fW�� f'trrns and the re�son�s} €nr reje�tio» �f.e., yuotati�r� nat corrrmercially
reasor�2b�e, qu�lificatFons� etc.} ant4
{�) �Itta�fi aff�davit �n��o{ �oc�arnent�tion t� suppor� tfi�e re�son�s} �iste� bekow �i.e.. let�ers,
rn�mos, �id�, t�leph�r�e c��ls, me�tinys, e#�.)
fFteas� e+s� a���rrvrra� sh�ers �fnecesSA�'Y, �+�da[lach,J
�or�p�.ny Narne ` 7exeph�ns �ontact Person ` �cope o� Wvrk Reasar� for
� ' Re��ction
�
�
J�ll�Dl"f�ONAL IMFORMA►fION:
�
��v. s�zr$a
�477ACMV44ENT �C
Page 3 of 3
Please provide a��itiona! infortrr��tEor� you �'�el wfll furti�er ex�l��n your good and ho�est �fiorts �o obt�ip�
f��ifyfB� p�f#i�}��#Gorl on khis project.
TI'�� biddefi fu�the� a�rees to pravide, directE�r t� #he �i#y up�n r�qu��t, cornpfete and
a�curat� ir�f�rrnati�n reg�r`ding ac��al wo�k �erforrr�ec# an this cor��r�ct, the pay��nt
there�f �nd any propose�i changc�� to #h� o�r�in�� arrang�rrrer�ts s��mi#�ed wi#Yt this bicf.
Th� bidder also a�re�s to aflov�r an audi� and�or �xamina#ior� of �rt�r books, recar�s an�
ff�� h�ld !�y th�i� compan} tha� wi41 su��t�ritia#� t�� ac���! �+ror�C ��r#orr�ted or� thi�
contract, by an authoryze� o�fice� �r ��npioyr�e o� #he � i��r.
►An� int�ntion�l ar�d�or knnw�r�� mi��epr�sentation of fac#s wi11 h� gro�r�ds for
terEnin�tir�g tl�e contra�t or ct�barmer�t from �it� v�ror�c for a perivd af n�t �e�� than three
�3� y���r� and fo� in�t���f�ng a�#ion u�der �ed��al, �ta�te or Lo��1 �aws ��r�cerning �als�
s�at��nnents. An� �ailure to �ompry w�tl� th�s nrdinance �nd cr��tes a ma���ria� breach o#
�o�tract may �esu�t in a d�termir�a�ior� af an irre�ponsi�l� oiferor ar�d barred ��orn
participatir�� in �i#y ►�vork� fot� a p�r�ad of #it�e not les� than nne �1 }�e�r.
�he ur�dersigned �e�ti�i�s t#�at the infarr�a�ion provyc�ec� and the MJWBE(�� list�d
wa�f�nrere �ontacted in good �,��#Y�. kt �� �nders#o�d that an�+ hlIIW����) �iste� in
Atta�k�me�t 'C� w�l� b� con�acted and the r��sons for r�ot �sing t�em �rrill be veri#ied b�r
#I�� �ity"s l�1�INB� �ffi�e.
A�th�rized �fgt7at�re
'1� C,� ;t�.�,-�
Tit�e
�� -�� ��,� � �-�� , ��� � _ .
Conlp��y hlarr�e -
� ��� '����r. � � r C�.
AddFess
���,� i��o-r� r �� 7�� � �7.��5�C�
Cikyf�t�te��ip
�r � . .
P�`�Ilt�d $i�ll8�l�f.e �
r � � I
. . +' � + � �
�C�ntac� Narrke a�d Title (if ��Ffe�ent} �
��r}�' �i �-��� -- -
Telephone Nu�'nber�s}
� �� `.��.�' ��j � � _
Fax Number
f��� - �
1]�te
Ray. 5�Y�99
�� �� i� �� ���JC'e Jf
,�'ite C'oncrete, Inc.
3344 Roy Otr Boulevard, Suite 1Q0 - Grand Prairie, Te�s 75Q50
i P.O. Box 154489 - Irving, Te�cas 75D15-4483
OFFICE: (972) 313-0733 FAK: (972) 513-0661
Extension: 326 Emai1: adyer@siteconcrete.com
s�n�r ro: � s�Nr �Rorn[: � 4Q9-02
' � cn�a�y: N�:
� Broadcasfi Ashley Dyer
' � Attention:
Y � FaxNumber:
�
� Urgent � Please Reply � Please Camment
(2�4) 337-'i�33
'I �-(972) 563-8147
{903) 489-3037
(214) 821-6288
�f{817) 561-2368
1+(817) 426-2233
� II
Co»aments:
S �
We are c�rrer�tly preparing to bid on this praject. Please submit your quoie as soon as possibie.
�
k
Projecfi: Cityview Detention Pond
Lacafion: �ort Worth
.�
A�ex Waiton Construcfiion
Brown's Construction Co.
Forman ManhaEes
Guzman Construction
Hayden Capital Co�p.
Rambo Contracting
DRt2:
09/26/2402
Totra! Pages, Including Cover S'heet:
� Please Review � For Your� Iraformatiora
�id #: 409-02
�id Date: 10/03/02
Rey-Mar Construction
Shankle Concrete & Con.
� +{89 7) 53�-01 �3
{817} 633-3611
I�
����������������������������*�����������������������������������������������M��������m�mM���M���m��M
� � ,
� - T�ANSACTI�N REPORT �.�� �
� � -- � SEP�27—�002 FRI 11,05 RM �
� DA�� �TART RECEIVER TX TI�E(L7PAGES TYPE ��TE M� QP �
� SEP��7 11�0� A� 9197�5636147 T 1'�7"�1� 4 SE�D QK 362 �
'� .._ � _ . .__ — — — ��c
�
� TOTA�. � 11� 17S PAGES � 4 �
� �
�c�c��c�c��c�c��������c�c�c���c�c�c�c��c�c������������������c�c���c�t�c�������c�����������������c�s�����c��������c�c�c�c��������
.�'�.� �, i� �,�.� ,���� �
, �'ite �nnc��te, .�nc�
340 Roy Orr i3c�ulevarci, Sxrite 100 a Cr��ci Prairie, Texas ?505�
�.U. B�x 1544$� � irvitz�,'I'ex�s 75015�4489
� I�rFIC�: (972) 313-0733 �AX: (9�2) 5��-06G1
: I,:xl.�nsl�tl: 326 E11111�: �dycC�a7,sit�oc�ncrete.cc�in
S+ N'� TQ:� � SENT FROM t I ___ 4a9-42
�Comprr�y: Namc:
� �raadcast Ash�ey D�er
,1 ,�I►l�ruin��: 1)rue: - - —
��I
; „ F�rx Numh,��rc
. l.
:�
091�6/20U2
7"a!!�i 1'ngcs, h�cfrulrn,{� COv4+r .Yl�eel:
�(a�^��rtt 1J4 1��IL'IT,sc Rc�,�ly � Pleuse Camr�er�t
��
Ca�nmera��_ � • �.
� F�eafie .tteview � Fo� Yn�rr� T►rfn�aatio�
... ,. . . � .. .. . . : ..� � . .._...- ---•-S- -- --_� __ ____�Li_
����������������������������������������������������������������������������������������������������
�c ' ' P, 01 �s
� TRAN�ACTIO� REPO�T �
� . SEP—�6-200� THU 05�16 PM �
�� �
�c B�OADCA�T �
�c � �c
�c DATE STflRT RECEIVE� TX TIi�EtL?PAGES TYPE I�OT� M# DP �K
� �
' ��c SEP-26 04 � 47 PM 9�143371433 2' 0�" (1) 4�END OK 351 �c
� 05� t6 Pl� 1972�638147 �K�K' ��" �1) 0 SE�ID BI��Y 351 �c
�� 05 ;16 PM 99034893037 �K�K' ��" (1) 0 SEKD B�iSY 351 �c
�c 04; 51 PM 9�148216�88 �' �5" (1) 4 5��1� OK 351 �
�c 0�;14 ��C 1�175612�68 ��' ��" � 1) 0 SEI�D SU�Y 351 �
,�c 05,15 Pi� 18174252�33 �c�c' �c�K" (1) 0 SEKD �USY 351 �K
�K q5� 15 Phl 1817�350153 ��' �K�K" (1� 0 SE�ID BLISY �5I �
��K 05 � 16 PM 18176333611 ��' �K�K" � 1� 0 SE�[D BLISY 351 �K
X: — — �c
j�K TQTAL � 4�C 7a PAGES � 8 �K
� �
���c������c���������������c�c�c�c�c��������������c�c�c����������c�c�c�c�c�c�c�c�c�c�c�c���c��c����������c�c�c�����c��c�c��������c�c�
I,
� rr��e� r��Pry
' r�Svl��' �O�tCI'���� �1aC.
� 33qD Ray �r�• �3oul��ard, St�ite �UO - Gr4nc� Prairic, Texas 75�50
.�',O. �3ox }54489 o frvin�, Tc�as 75Q15�44�)
' '� OFriCE:
(972) 313-D733 �AX: (9�2) 513-0669
�x�ensrpn: 326 Er���i1: ac�yer�,a?si��co��crcl�.co�n
s��t`Y��•os S�NT TROM: � 4�9�02
Carrr,�a�yy; Na�ne:
Hro�dcast
Alrerrtio,ir - - - -
FaxNwnher. ' -_
� ��r,,1'fT�
Cp►r�me�rts;
1A1� ��_ """"...i
��� �� ��� �����
Ashley Dyer
- - Du�e:
49f261�40�
T��f4f ,P'rr,�es, lnelerdrn,�• Cauer �hr.�f:
� Fler.�se C'n�nr�r�rrr
� t'lea.�e Revre�++
� F�r You� Ir�fornratrn�r
CITY1ll�1� D�T�NiION PROJ�Ci
��� #
{Fumish and install, including all appurtenant work, cample#e in piace, the following items)
'1 5P 2 EA Project �esignation Sign $��Q. o�
Complete In Place for
��U� ��df'G� i3ollars&
�� Cenis
per Each
/ �, � �
2 SP 9 LS Erosian Cantral $�, ��D ,�� $,,,��$�j�.��
Complete in Place for
���"L• �i�d� �Il��.�+� DoHars &
�� Cents
per Lump Sum
3 SP 1 l.S Traffic Control � i9,o�a•� D
Cnmplete in Place for
� � �!�.r�?�ti'i� `�,LSandL � ,_ . Doliars &
� I �a Cents
per Lump Sum
�,l}OD• L7�
4 10� 3.5 AC Clearing and Grubbing $�, S�b •Dd $ o�ot.%�• 00
Compleie in Place for
�1Xi�l-�iu(., j��ft.r,( Dollars&
% �i Cents
per Acre
5 104 581 LF Remove existing curb � ih • 00
Cornplete in Place for
� JZ Dolfars &
NO Cents
per L.irsear Foot
� s �ID�OU
B-2
cir�rv��r� o���w��o�u ��c�a�er
�o� �
(Furnis� and install, including all appurtenan# work, complate in place, the faElowing iterns)
6 104 6,905 SF Fiemove existing cancrete pavement $�. �j �
Complete in Place fnr
�'1[.�, Do�lars &
� � Cents
per Sqaare Faat
7 A52 36 LF Cut, remove and dispose existing 24" RCP $���
Complete in Place fvr
�l ��� oollars &
(�C'� Cenis
per Linear Foat
8 452 32 LF Cu#, remove and dispose existing 72" RCP $�$ = b❑
Complete tn Place far
��JC.�It� --�iv� Oollars &
�
'� Q�_Cents
, � � 1
$ ��o• ao
i►� 1•
per Linear F4ot
9 110 8B,4Q0 GY Unclassi�ed excavakion $�"- 6_ sr ��i'�i� `760 • D�
Compiete in Place for
� 11��� DoUars &
SitCTL{ -�.i� �� Cents
per Cubic Yard �
1 fl 444 4 EA 24" x 24" single grate inlet $ 2, 7,5� ��(� $ � � i��Q .�
Compleke in Place for
�O `-i'1fl�i,lSi�P7l S�tJu�ut1����`�olEars &
�
� C� Cents �
per Each
B-3
�
GI�I�'V�!' d�i��TIOP� ���J���"
f�0� �
� - (F�mish and insiall, including a�l appurtenant work, comp�ete in pface, the following items}
. 14 444 9 EA Special sextuplet inlet $�, �j �p .Q p $�; Oap .�
Complete ]n Place for
� � �Cx�T �-1'Y�Ql�Sia�D [7ollars &
� . OU C�nts
per �ach
12 444 1 �A Modifed manhole type 7 $�,� %�j'b. 60 � 3, 7�0. �(]
Cornplete in Place for
�1'FIfC�� `-YY►�tL�+��l S�l)�K r,te�P'e4� Doliars &
i ��
� � �Cents
perEach
13 444 1 �1 Manhole iype 6 '$ 3,�•$� •� 0 ��.7��7 � Q�
Cpmplete in Place for
� '�T�`I��EC �I�Y1�u..��dM��tl riursC'�re� ��Doliars &
, • �6 Cents
per�ach
14 440 483 LF 18-inch class II I RCP for pond slope drains $ a`%. �'fl
Comp�ete in Place for
--k't.l}C'.ri,�� — 5�"1}�."7.� DaElars &
� t_ �-tt� Cents
per Linear Foot ,
15 44p hQ9 LF 24-inch class Ili RCP storm drain $��.��
Complete in Place far
=1 n ti I(�'�'l.t-- `�'�1 Yti2P Dopars 8�
t
����-- �.�1C� Cents
per Linear Foot
$ Jr� �3�..5�
s �3, ���.��
B-4
i
CIiYl�I�� D�TI�fVTI�f� PR�J�CT
�8� �
I � I
i�
'�k
(Fumish and install, including all appurtenant wark, compfefe in place, the fol�owing items)
16 R4� 152 LF 36-inch class I[f RCP storm drain $.�3• �?
Complete in Placefor
�i �'� �-h+r�`e Dollars &
� � Cents
per �knear Foot
�t7 440 179 LF 48-inch class III RCP storm drain $�'� DO
Camplete in Place far
����'�-f -- �►�1'C Dollars &
l
d� Cents
per Linear Foot
18 444 153 LF 84-Inch cfass I11 RCP sioRn drain ���/• �i�
Complete ir� Place for
�(,p� �u.n1U1 P�l �i � -- S�. 11 � N DoElars &
� b f� Cents
per Linear Foot
99 d02 2,792 CY Trench excavation and backfill for storrn drain $ b•�D
Complete in Pface for
�J' I X Do��ars &
��y Cen#s
per CubEc Yard
20 525 96i LF Trench safefy
Complete i� Place for
per Linear Foot
$ I .,sD
d 1V e _Do4lars &
�; �—t�i.l Cents
'' 1
$ 8: b.��►.� b
$ IS�; � �S", �a -
� 39, 3�1. �d
� 1$, fYB. Ba
� l, 450� S�
B-5
�IiY1/I�W ��i�iVYfQiV �ROJ�GY
D�� #
(Furroish ar�d install, including all appurtenant wark, comple#e in place, the following ikems}
22 490 1 �A 48" headwall with orifice structure $�p,�� .8� $�r5�0. �}p
Complate in Plac� for
�O �-�IOLISYa�s}CY �;V�. huKk'�rCO�i Dollars&
�� Cents
per �ach
29 410 4 EA 18" headwal� with co�crete riprap $�,�tl. 8 a $ 1�� �6�1. d0
Complete in Place for
�1`'� �'lJ[lo�ftL(. '�t��'�I__ �oliars&
jV (� �ents
per Each
. _ /• �1
� ��D� �o
25 410 2 EA Plug existing 72" E2CP $ i�J��80 $ f ��aD� � a
Complete in Flace for
�� �URi,�.�f+cr� Dollars &
I�l 0 Cents
per Each
Complete in Place for
�I �'�i� ^- �:u�. �vM,if� Dollars &
i1�Q Cents
peC Each
23 410 4 EA Plug inleE at existing pipe outlet $��. �Q
Complete fn Place for
�fCL �Un�f� QolEars &
IIlb Cents
perEach
2a 4l4 2 EA Plug existing 24" RCP $�Q, Q(j
�
GITYI�II�lf� �}���N�IOR! ��0.����
��� �
{�umish and lnstall, 9ncludtng all appurtenantwork, corrrpleta in place, the follawi�g Itams)
26 2'10 796 SY 6-inch lime stabilized subgrade
Complete ln Pface for
�l�,r
�� �
per Square Yard
27 212 12 70�! Lime for shabilization (28lbslSY min.)
Gomplete in Place for
�Y1P �p,�
AJr�
per Ton
28 314 767 SY S-inch reinforced cancrete pavement
Complete in Place ior
�t(`I-�-'FiUL
�
per Square Yard
28 502 4p8 LF 7-incF� attached concreta cur�
Complete in PEace far
�W�
rr �+y
per Linear Foot
30 314 382 SY 6-Ench reinforc�:cE concreEe flume
Complete in Place for
�)f'�"� " L° 3 �A,�!"
��
per Square Yard
$ �i-�D
$ 3. 5S'�. 6 0
�ollars &
Gents
i• ��
+• r �
Dollars &
Cents
� $ ?6, `�'�1S bd
_ _ _ _ Dollars &
Cents
� a1• �
$1, �22b. OD
Dollars &
Cents
� �F• �d
� 1 �, �,3�, � �
Dollars &
CEn ts
B-7
ClTY1,IFc1�11 D�T�NTiOid PROJE�i
��� �
(Furnish and install, including ai[ appurtenant work, complste in place, the following items)
31 314 492 SY 6-incM re{nforced concrete siope protectivn $ 3 G'•.S8
Complete in Place for
� -+E 1 .� Dailars &
:�t �'F'Y Cents
per Square Yard
32 394 678 5Y 6-inch reinforced cancrete apron $�S r}0
Camp�ete in Place for
�� i i�4 Y�t uc� Dollars &
Nd Cents
per 5quare Yard
33 314 3,Q90 �F Silieone join# sealing $�•�
Compiete in PEace for
(� � Doilars &
�F�� Cents
per Linear Faot
34 5a6 157 LF Guardrail $��
Camplste in Place for
� � ri�� ��i U�l. Dolfars &
�0 Cents
per Linear Foot
35 116 290 CY 6-inch topsoil (median and parkway} $ 11 AO
Complele in Pface for
Eleven Dollars &
No Cents
per Cuhic Yard
B-S
� l.S� ���. �
s, a3,7�p, ab
$�1�635.ba
� �, �� aa
$ 3,19Q.00
ClTY1�il�Vl� ����IV f IOR� �RBJ���
D�� �
(Furnish a�d 9nstall, incfuding a�l appurtenant work, compleEe in place, the following ifems)
36 SP 22,750 SY Hydromuich seeding for median, parkway, pond, and surro� $ • 7�
Complete in Place far
N� Dallars &
�2,U�n.�l-�- �';u� Cents
per Square Yard
37 SP 1 LS lJtility Adjusiment $�-;6@�:@9�
GampkeEe in Place for
��� �hp��,o�,�-. Doflars &
�b Cents
per Lump 5um
� �
$ 1 �, �r6a'�-s�
$-4;39(3:99�
i�iAL �R�J�C� � _.� . �
7.. ' Pzoposal �age B-3, Payltem,9, Unciassified Excavation
Add Alt�rnate Pay�tem 9a as follows:
�'h�
�- V'
9a 110 6$,�00 CY Unclassi�iedExcavation $. �. i� � L/�7, �l.�a, ��
Disposal at City or T3cDOT Site Wit]vn 15 Miles o£Project
Complete in Place for
. � + � Dollars &
� r1 Ceztts
pez Cubic Yard
� Altennate Pay Item 9a is included to rnin;mize the amount of excess excavation the Contractor will�
be required to fznd a dis}�osa.l site for. Excess excavatia� s�all first be disposed of t�e the City
and/ar TxDOT site. When full, Con�ractor sha11 then dispase at his aitemate site. Total quantity af
Pay Item 9 and Aliernate Pay Item 9a will total 68,40Q C.Y. Amotw.� disposed at City ancl/or
TxD4T site shall be paad for at bid price of Pay Ztezn 9a. The remainder shall be paaid fox at bid
price of Pay Item 9.
: •.
PART B - PR�P�SAL. (Cont.)
Within ten {�0) days after acceptance of this Propasal, the undersigned will execute the
fiormal contract and will del��er an approved Surety Bond and such other bonds as
� rec�u�red by #he Cantract Documents, for the fait�fr.el petformance of the Contract. The
attache� bid security in the amount of 5% is to become the property af the City of Fort
Worth, Texas, in the e�ent #he contract and bond or bonds are not executed anci
deli�ered within fhe time above set fort1�, as liquidated damages for the delay and
additional wor�c caused thereby.
The undersigned b9dder certifes that he has at least one set of the G�neral Contract
Documents and General Specifications far Water Deparkment Projects dated .�anuary 1,
1978, and that he has read and thorvughly understands ali #he requirements and
conditions of those General Doctaments and t#�e specific Coniract Documents and
appurtenant plans.
The uncf�rs�gned ass�res that its employees and applicar�ts for employment and those of
any iabor organization, subcontractors, or employment agency in either furnishir�g or
refemng employee applicartts to the undersigned are r�ot discriminated against as
prohibited by the te�'ms of City Ordina�ce No. 7278 as amended by City Ordinance No.
7400.
, j i?� t�1og..r�2,�-� l��o�s
The Bidder agrees to begin co�sfiruction within 10 calendar days after issue of the work
o�'der, and to com�lete t�e contract withirt - days after beginning _�,
construction as set forth in tl��e written work order to be fumished by the Owner. V11ork will
not be performed on Sundays or on legal holidays as prescribed by �he City Council of the
City of Fa�t Worth for obsenrance by City employees.
(Complete A ar B below, as applicable:)
�� A. The principal place of business ofi our company is in the State o�F
Nonreside�t bidders in the State of , our p�inc�pal place of
business, are required to be percen� lower than resident
bidders �y state law. A copy of the statute �s atkached.
Nonresideni bidders in the State of , our principal plac� vf
business, are not r�quired to underbid resident bidde�s.
[.� B. TF�e principal place of business of our company or our parent company or
majority owner is in the State of Texas.
B-1 D
I(we} acknowledge receipt o�' fihe following addenda to the plans and specifications, all of
the pro�isions and req��rements of which ha�e been taken in�o consideration in
preparation of the foregoing bid:
Addendum No. �(initials} � Adde�dum No. 3{initi�ks)
Addendum No. 2(initials) Addendum No. 4(initiafs)
SEAL if Bidder is a Carporation
D�t�: l�-10-0�
RespectFul[y subm'rtted,
St-�e Cdn �r��-�c _ �nC•
Company Name (please print}
By: �i�,r► � • .�rn,r-�!
;
i (please prini}
�
S�gna#ure:, v'�`��,i_.�.�„ .� �
,
, � .
Title: `� C� S t�cn-� .,� _ ." _ . �,,. .
(please print)
���� �F,n� �rf �1���C.
Stree# Address
�,� P rr�; c� e, if"�.�. �r.5 7. S'P�
City Sta#e Zip
97�.� ma7 3
Phone Number
B-91
SECTION E1 QO - MATERIAL SPECIFICATIONS
MATERIAL STANDAR� E 100
.�ANIJARY 1, 1978 {ADDED �113190)
WATER DE�ARTMENT
All materials, constructian methods and procedures used in this praject s�al� confa�rrt to
Sectiar�s E1, E2, and E2A of the Fart Worth Water Department Gerteral Contract
Documents and Genera[ Specifications, tagether with any additional material
specification(s), construction(s) or later revision{s}. (See revisions listed on this sheet}.
Sections E1, E2 and E2A of the Fort Worth Water Department General Contract
Documents and General 5pecificatior�s are hereby made a pari of tE�is cantract
document by reference for ail purposes, the same as ifi copies �erbatim ��r�in, and such
S�ctions are filed and kepi in the ofFice af the City Secretary o� the City of Fart Worth
as an o�cial record of the City oF Fort Worth.
INDEX
E1 MATERIAL SPECIFICATIONS
E2 CONSTRUCTI�N SPECiFICATIONS
E3 GENERAL DESIGN DETAILS
Revisions as �f April 2Q, 1951, fallaw:
EZ-2.4 Back�jl: (Correct m�nimum compaction requirement ta 95% Practar density and
correct P.I. �alues as follows:)
a. Additional backfill requirements when approved for use in streets:
1. Type B Backfill
{a) Maximum p�astic index (PI} shall be 8
2. Type C Backfill
{a) Materiai meeting requirements and having a PI of 8 or less
shall be cansid�red as suitabfe for compacfion by j�tting
(b} Material meeting requirement and having a PI of 9 or
mare shall 6e considered fQr �se only with mechanical
compaction
E2-2.1 iTrench Backfill: (Correct m�nimum compaction requirement whenever it
' appears in this section to 95% Practor de�sity except for paragrap� a.1. where
, the "95% modified Practe�- densiiy" shall remain uncha�g�d).
�
SECTION E104 - MATERIAL SPECIFICATIONS
MATERIAi. STANDARD E 100-4
JANUARY '1, 4 978 (ADDED 5113f90)
E100-4� WATERTIGHT MANHOLE INSERTS
E100-�4.1 GENERAL: This standard c�vers the fumishing and installation of watertight
gasketed rrtar�hole inse�ts in the Fort Worth sanitary sewer collection system.
E900-4.2 MAiERIALS AND DESIGN:
a. The manhole ir�sert shall be af corrosior�-praof hEgh density poly�thylene
that meets ar exceeds the requiremer�ts af ASTM D1248, Cafegory �,
Type III,
b. Ti�e minimum thickness of the mar�F�als insert sha�l be 118".
c. The manhale i�sert sh�ll have a gasket that pravides positive seal in wet
or dry conditions. The gasl�ei shall be made of closed cell neopr�n�
r�bber a�d meet the requirement of ASTM D1056, or eq�aE.
d. The manhole insert shall have a strap fo� remaving the 9nsert. The strap
shali be made minimum 1" wide woven palypropylene or nylon webbing,
with thE ends treated to pre�ent unraveling. Stainless staej hardware
shalf �e �secf to securely attach strap ta t�e insert_
e. ' The manhole frarne shall he have one or more vent holes or valves to
release gasses and allow wate� inflaw at a rate r�o greater than 1 Q
gallons per 24 hours.
D1 QO-4.3 INSTALLATION:
a. The manhole fram� shail be cleaned of all dirt and debris before placing
the manhole insert on the rim.
b. The manhole insert shall be fiully seated arour�d the manhaie frame rim to
retard water from seeping between the cover and ihe marihole frame rim.
�
�
TABLE Ok'CONTENTS
SPECIAL PR4V�SIONS FOR
TRANSP4RTATYON AND PUBLIC WORKS DEPARTMENT
I'
1.
2.
3.
4.
S.
6.
7.
8.
�.
10.
11.
12.
13.
14.
15.
16.
17.
1 S.
I9.
20.
21.
22.
23.
24.
25.
26.
27.
2$.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
4�_
��.
43.
44.
Scopeof Work .................................................................................................................... S-1
Submaissivn ofBids and Award of Contract ...................................................................... S-i
Preconstruction Conference ............................................................................................... S-I
Abandonmentof Project ..................................................................................................... S-1
Specifications...................................................................................................................... S-1
Bid and Contract Documents/Non-Responszve Bids ......................................................... S-2
DefectiveWori�anship ..................................................................................................... S-2
CQr�struction Stakin� .......................................................................................................... S-2
TrafficControl .................................................................................................................... S-2
Payment................................................... ......................................................:........... ........ S-3
Delays ........................................... ................. ....................................... . . .............. S-3
.... .... .........
Detours................................................................................................................................ S-3
Barricades and Waming Signs ..............•--.......................................................................... S-3
Exarninat�on of Site ............................................................................................................ S-4
Parkways/Excess Excavation ............................................................................................. S-4
Zoning CompliancetStorage of Ec�uiprnent ....................................................................... 5-4
Water for Construc#�ion ....................................................................................................... S-4
WasteMaierial .................................................................................................................... 5-4
Cleanup for Fina1 Acceptance ............................................................................................ S-4
PropertyAccess .................................................................................................................. S-4
Pro�e�ction of E�s�ing Utilities and Improvements ............................................................ S-4
ConstructianSchedule ........................................................................................................ S-5
Safety Restriction Work Near Higt� Vol�age Lines ........................................................... S-5
Water & Sanitary Sewer Work ........................................................................................... S-5
Constructio� Traffic over Pipelines ................................................................................... S-5
Con�racto�'s Responsibility for Damage Claims ................................................................ S-6
TestBorings ........................................................................................................................ S-7
QualityControl Testing . .........................................................•-----•.._.....,.................._........ S-7
Cuttingaf Concrete ............................................................................................................ S-8
Sanrtary� Facilities far Workmen ........................................................................................ S-S
SubsidiaryWork ................................................................................................................. S-S
Legal Relations and Responsibilities to the Public ............................................................ S-$
Rightta Audit ..............................................................................................................._..... �-8
�crease or Decrease in Quantitzes ..................................................................................... �-9
WageRates ....................................................................................................................... 5-10
Caard'znation with Fort Worth Water Department ........................................................... S-Ii�
Equal Employment Provisians ......................................................................................... 5-10
Disposal of SpoillFill Material ......................................................................................... 5-10
Easementsand Permits ..................................................................................................... 5-10
7ng3rc;ss ar�d Egress/Obstr�c#ion of Access to Drives ....................................................... 5-11
Temporary Erosion, Sediment and Water Pollutzon Control .......................................... 5-11
�I171tt8d (Right-Of-Way Cfearance ror Utility Companies),,,,,,,,,,,,,,,,,,,,,,,,,,,,,
Contractorr's Comp�iance with �Vorker's Coznperisation Law ........................................ 5-12
MinoriCy and Womens Susiness Enterprise {M/WBE) Compliance .............................. 5-16
45. City Fumishec� Materials .................................................................................................. 5-17
Q�6. Darnag� to Private Property .................•--.._..,..................................................................,. S--IB
47. Crossing of Existing Utilit�es ................••-•------••-._........__...._...................,......__...-------------• 5-18
4$. Exais�ng U�lities and Ttnprovements ................................................................................ 5-18
49. Miscel�at�eous PIacement afMaterial .............................................................................. 5-19
50. Type «c„ Backfill ............................................................................................................. S-i9
51. Cr�ished Lirnestone Backfill ............................................................................................. 5-19
52. 2:27 Concrete .................................................................................................................... 5-20
53. Trench Excavatian, Backfill and Compaction for Water and Sanitaty Sewer Lines...... 5-20
54. Trench Sa.fety Systezn. for Water and Sanitary Se�rrer Lines . ........................................... S-Z 1
S�. �T1llti�C� (SanitarySewerManholes) ............................................................................................... �'-22
56. Sanitary Sewer �ezv�ices ................................................................... .. 5-22
57. Wa�er Services .................................................................................................................. 5-23
58. Removal, Sa�vage and Abandanrnent of Existing Facilities ........................................... 5-24
59. Detectable Warr�ing Tapes ............................................................................................... 5-26
G0. Pipe Cleatiing . .................................................................................................................. S-2C
61. Mechanics azzd Materialrnen's Lein ................................................................................. 5-27
�Z. SU�5t1t1,�t10I15 ...........................................................................................................•-•-•..... �-27
.
()3. DI�11tte(i (Preconsfruction Television Tnspection/Sanifary Sewer Lines) ......., -2%
..................................................
�4. DlTlIi�BCi (Vac�um Tesfing of Sanitary 5ewer Manholes} ......................................................................... S`-2,�]
G5. Bypass Pu�nping ............................................................................................................... S-27
�?6. DITI1�6(3 (Post Construction Television Inspeetion of Sanitary Sewers) .......................................................... �'-2�
b7. Protection of Trees, Plants ar�d Sails........_. ...................................................................... 5-27
68. �ite Restoration ................................................................................................................. 5-28
69. City ofFart Worth Standard Pzodt�ct List ........................................................................ 5�28
70. Tapsoil, Sodding an� Seeding ........................................................................................... 5-28
71. Confir�ed S�ace Entry Pragt'arra ........................................................................................ 5-34
%2. �TI11ttE(i (Concrete Encasement of 5ex+er Pipe) ................................................................. �................. ��34
73, �sta.Ila�ion o� Water Facilities ......................................................................................... 5-34
73.1 Polyvinyal (Chloride PVC) Wate:r Pipe ........................................................................... 5-34
73.2 Blocking ......................................................................................................................5�34
73.3 Type Of Casing Pipe .................................................................................................... 5-35
73.4 Tie-Ins .......................................................................................................................... 5-35
73.5 Connection Of Exzsting Mains .................................................................................... 5-35
73.6 Valve Cut-Ins ............................................................................................................... 5-36
73.7 Water Services ..................................................................................................._......... �-36
73.8 Adjust Manholes And Vaults (Utility Cut) .................................................................. S-3$
73.9 Adjust Water Valve Bo�es .......................................................................................... �-39
73.14 Purging And Sterilization Of Water Lines .................................................................. S�39
73.1I Work Near Pressure P1ane Boutldaries ...........................•.........................,.................. 5-39
73.12 Water S�rnple Statxon ............... -�•--�--................................................................._.....5-39
74. Sprinkling For Dust Controi ........................................................................................ 5-40
'75. Dewatering ................................................................................................................... 5-40
76. HMAC testing procedures ................................................................................................ �-40
77. Construc�ion Iiezns ............................................................................................................ 5-41
CITY OF F�RT WQRTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIAL PROVISiONS
FOR: CITYVIEW DETENTION POND
FORT WOKTH, TEXAS
DEPARTMENT OF ENGIlVEERlNG PR4JECT N4.
TPW PROJECT NQ. C115-541200-024115136317
1, fif":(7PF, nF WC�RK• The wvzk for this praject consists of furnislung aIl materials, labor,
equipm�nt, tools and ineidentals necessary to construct tY�e following:
Excavation of 68,400 C.Y. for detention por�d and rerouting vf associated existing storm
' drain lines: 153 linear feet 84" RCP, 179 Iinear feet �S" RCP, 1521iutcear feet of 36" RCP,
409 linear feet ai 24" RCP, including manholes, iniets, headwalls, concrete flume,
concrete aprQns, paveznent repair, guarc�rail, and all other appurtenances in accordance
wi#h th� plans and specifications which are necessary to satisfactary eomptete the work.
�, �T TRMT��T(�N ClF RTI�� ANT� AWARn C)F (�'_nNTRAC`.T: BZddeiS sh�.Il Submtt � bld fOr
the co�plete and total project and shall p�rovide a bid bond far ihe total bid. Failure to
submit a b id #otal that includes all items, or failure �o suhmit bid bond, shall result in
rejection of bid as non responsive. The cantract will be awarded tQ the responsive �ow
bidder.
3, PRF.C'.nN�TRT i�TT(�N (``(�NFF.RF.NC:F. A�ter tne contract has been awarded, the
GEneral Gontractor and representatives af al1 the subcc�ntractars shall attend a Pre-
Construction Conference. This meeting will include the review of the Contractorr's
propased construction methods, Tra�fic Cantx'ol Plan, and schedules in accordance with
I�em $.2 of the General Provisions.
4. ARANT�(�NMF.NT nF PRC?7FC'T: ThE City reserves the right to abandon, r�vithout
obligatio� to the Contractor, any pa�t of the praject, or the entire project, at any time
before the Contractor begins any construction wark authorized by the City_
5. �PF'.f"TFTf''A'1'T.O�I�: This contract and pro�ect are govemed by the tharee follor�ing
published specifieations, except as modified by these Special Provisians:
STANDARU SPECIFICATIONS FOR STREET AND STORM DRAIN
CONSTRUCTION - CITY OF FOAT WORTH
STANDARD SPECIF'ICATIONS FOR PUBLIC WORKS
NQRTH GENI'RAT. TEXAS COiJNCIL.�F GOVERNMENTS {NCTCOG)
FORT WORTH WATER DEPARTMENT GENERAL CDNTRACT DOCUME3�ITS AND GENERAL
SPECIFICATIONS
A copy o� either of the first two specifcations may be purchased at the office of the
Transportation and Public Works Dir�ctor, 1000 Throckmorton Street, 2°d Flvox,
Mun�icipa� Building, Fort Worth, Te�as 76102. The �pecifcations applicable to each pay
�-1
item are indicated by the call-ont for the pay itezn by the designer. If not shown, tkien
appIicabie publzshed specifica�ions in either of these documen.ts may be followed at the
discretion o� the Contractor. GeneraJ. Pz'avi,sions shall �e those of the Fort Warth
dacnment rather than bivision � of the North Centrai Texas docwment.
Additianally, subject to modifications as herein cantazned, the Fort Worth Waier
Department's Gene�ral Contracf Docurnents and General S�ecifications, with revisaons
througlz January 1, 1978, are made a part of the Contract Documents for this Proj eet. The
Plans, 5pecial Conditzons and Pro�isions Documents, and the rules regulations,
requirements, insfizciions, drawings ar details referred by th�; mariufacturer's name,
number or identifications included therein as speciiy�ng, referring or implying produ�t
control, performance, quaZity, or other shall be binding upan the Co�.tractor. The
speci�'icatza�as axzd drarvings skz�ll be considered coopez�ative; therefore, work or material
calIed far by one and nat shawn or mentioned in the other shalF be accomplish�d or
fiunished in a Faithfi�l manner as though required by ail.
The arder or precedence in case of cor�fliets ax discrepancies between variaus parts of t�e
Contract Documents subject to the Eng�izxeer sha�l generally, but not necessarily, follow
the g�idelines listed below:
Flarss
Cantxact Documents
General Contract Documents and. General Specif cations
Tne Special Provisions herai� sha11 be app�icable ta this Project and shall gavern ovar any
conflicts with the General Contract Documents under the provi�ions stat�d above.
{, dC`T Tl�1rTTMENTS/Nf?N-RF.fiPfIN�NF. R�,�.; Bidders 5ha11 not
sepaxate, detach or remove any portion, segment or sheets fror�n the contract document at
any time. Failure to bid or fulfy cx�cute co�tract withvuf retaining contract documents
inta.ct may be ground� far desig.�ating bids as "non-responsive" and rejec�ing bids ar
voiding contract as appropriate and as determined by tb.e City Engine�x.
7_ I�EEF�`TTVF wnRKMAN�H�i�P: Th� Contractar sha11 be responsible for defects in tlus
project due to faulty matez�als and wor�nans�ip, or both, far a period of �wo (2} years for
all construc#ivn items, from date af final aeceptance of thuis project by the City Council af
the City of Fort Wortla and wi11 be required to replace at his expense any part ar all aF the
proj�;ct which becomes defective due to these causes.
8. .TT(�N �TgKTNC'z Canstructing stakes for line and grade wi11 be provided
by the City as outlined in Section 5.8, Standard Specificatians for Construction, Ci#y of
Fart Warth.
9. TRAFFTC; f-',(1NTR�i.; The Gontractor shali be respor�sible far providing traffic control
during the co�str�ction of th.is �raject consistent with the provzsions set farth i.z� the "198�
Texas Man�al on Unifozm Traffic Control Devzces for Street� and Highways" issued under
S-2
�
the authority of thc "State of Texas Unifo�n Act Regulating Traf�c on Highways", codified
as Article 6701d Vernon's Civil S�atutes, pertinent sections being Section Nos. 27, 29, 3a,
and 3l _ The C'.nntractor s�a11 nrn�id�the F_.n 'neer tivith a Traffic. C:nntml Plan fnr this
n,r„n�iPrt, ai- the Pre-C'.nntil-rncti�n C"nnference. The Contractor shall submit a Traffic Control
P1an for the awarded project directly to the Gity Traffic Engineer for approvai and provide
two copies of the appmved plan to the inspector pnior to commeneing with constructian.
Cost for the Traific CQnt�ol P�an sha11 be subsidiary to the proj ect pnice.
The Contractor will not remave any regulatory sign, izastructiQnal si�n, street name si�n, or
other sign which has been erected by the City. If it is deterrnined that a sign must be
rernoved to permit req�ired constxuc�ion, the Contractor shall contact the Trat�sportation
and Public Works Department, Signs and Markings Division (telephone number 817-870-
$475) to remove the sign. In the case of reg�xlatory si�s, the Contractor must replace the
permanent sign with a t�nporary sign rrieeting the requ�i3rements of the above referex�ced
manual and such temporary sig�n must be installed prior to the re�►oval of th� permanezrt
sign. If the ternparary sign is not installed correctly or if it do�s not meet the required
specifications, the pemnanent sign sha.Ii be 1eft in pIace until the femporary sign
requirements are rn�t. When construction work is camp�et�d to the extent that the
permaner�t sign can be rei�nstalled, the Contractor sha11 again contact the Signs and
Markin,gs Division to reinstall fhe perrnanent sign and shall �eav� k�is ternparary sign in
place unti� such reinstalIa�ion is completed.
10. PA��N�': The Contractor wi11 receive full payment from tl�e City for all work.
_ 11. 17F.T.AY�: The Contractor s�all receive no compensation £or delays or hindrances to the
work, e�ccept when direct and unavoidable extra cost to the Contractor is caused by the
' iailure of the City to provide info�ation or material, if any, which is to be fiiznished by the
City_ Wl�en such extra compensation is claimed, a written staternent thereof shall be
presented by the Contractor to the Engineer and, if by him fonnd cox�ect, shall be approwed
' azxd refezred by him ta the Coixncil for final appm�al ox disapproval; and the ac�ion thereon
by the Council shall be final and binding. I#' delay is caused by specif c orders given by the
Engineers to stop vvork, or by the performance of extra work, ar by tl}e; failure of the City to
� provide ma�erial ar necessary ins#ructions �'or catrying on the work, then such delay r�i11
� entitle the �ontractor to an equivalent extension of time, his application for which shall,
', hawever, be subject to the approval of the City Council; and no such extension of time shall
release the Contrac#or or the sut'ety an his performance band frorn all his obligations
hereuzader which s�all remain in full force unt�l ihe discharge of the cvntract.
12, i�F.TnTTR�: The Contractor shall prosecute lus work i�t� such a manner as to create a
minimttm. a#� �interruption to n�c and pedestrian f�cilities and to the flow of vehicular and
pedestrian traffic wiihin the prvject area.
13. r�Tc�Nfi; Barricades, �varning a.rzc� detour signs shall
cvnform to the Standard Specifica�ians "Barriers and Warnirzg and/or Detowr Signs", Item
52�, and/or as shawri on the plans. Construction sigr�ing and barricades shall cor�farm with
'" 1980 Texas manual on Uniforrn Traffic Contro� Devices, Val_ Na. �"_
S-3
�4, �p,�,1ifTNA'TTC)N C?F �TTF.: It shall be the responsibility of the prospective bidder ta visit
the project site and m�e such exa�nination and explorations as may be necessary to
determine alI conditions which rnay affect canstructian of this project. Particular att�ntian
should be aven to rr�ethods of pxo�c�ing ingxess anc� egress �o adjacen� pri�ate and public
properties, pzocedures for protecting existing improvements and dispasition o� �� materials
to be ramoved. Proper consideration should be given to these c3etaiis during the preparation
of the Proposal an�d aIl unusual conditior� which may give rise to later contingencies should
be bro�g�t to #h�e atteniion of the Owner prEor to the suhrrFission of the Prapasa�.
15. EA$T�TAY,�/RXC"F.�� F.Xf".AVATiC)N: During the constnxct�on afthis prqject, at will be
required fihat all paxkways be excavated and shaped at the �ame time the roadway is
excavated. Excess excava�ion will be disposed of at locatians approved by t�e Engaza.eer.
16. Z��Nr, r.n�mT,�ANC'F./�TnRAC�F (7F FnCTTPMF.NT: During ihe construction of this
project, the Contractor shall comply with prEsent zoning requirements of the City' of Fort
Worth in �e use of vacant property %r storage pwposes.
17. �T� R FnR cQN�Tu t rrT��; Water for construction will be fi�ished by the
Contractor at his own expense.
Z$. WA�TR MATF,RiAL: AIl waste matenal shail become tkze property a� the Cantractor
and sha�F be disposed of by the Contractor at locataons approved by the Engineer. AIl
matenial shall be dispased o�' in such a rnanner �.s to present a neat appearance and to not
obstrac# proper drainage oz to cause in.�wry ta street or railroad improvernents or to
ab�tting property.
19. C`.T,FANi7P FnR F�1�T.�., AC':C�:F.PTANC'F.: Fina� cleatiup work �hall be done for this
praj e�t as soan as culvert, riprap, street reconstnxetinn and sidewalks have been
consiructed. No mare thaxx fourteen calendar days sha1F elapse after comp�etion of
consfiruction before the roadway, rig�t-oi way, and drainage and utility ease�nents axe
cleaned up to the satisfaction oi the Engineer_ The Cantractor snall rnake a�tna.� cleanup
of alI parts of the work before accaptance by the City af Fort Warth or its represeniative.
This c�eanup shall include removal oi all ob�ectionable rocks, pieces of asphalt or
concrate and ather constructian mat�rials, and in general prepa�ing the site af the work in
an orderly manner and appearance. Final acceptance of the completed project work shall
be gi�en by the City of Fort Worth Departrnent af Engineering.
20. PRc�PFRTY ACrF.��: Access to adjacen� property shall be maintained at a�I times ttnless
otherwise du'ected by �e Engineer.
21. PRnTFC:TT(�N nF F.XT�TTNr TTTTf,TTTES AT�i� TMPRCIVF:MFNTS: The Cont;ractor
shall take ac�equate measures to protect a�l existing stxuetures, improvements and utilities
which �ay be encountered.
Any and all permanent s�-uctures sueh as parking lot surface, fez�cing azid like structure shall
be replaced at no cost to the City by mat�rial of equa� value and quality as that damaged.
S-4
.I
� The utility line and conduits shawn on tkze plans are for information o�iy and are not
guaranteed by the City ar the Engineer to be accurate as to extend, loca�.on and deptl�; they
are shown on the plans as the best information avaiFalale at the tirne of design from the
or�mers of the u�ilities involved and fram evidences fQztnd on the grounc�.
22. ('()N�TRT T("�T�nN �C"HFT7T n.F: It shall be the responsibility of the Confractor to furnish
the Constnzction Engxneex, nrior ��_constructi�n, a schedule outlining the an�cipated time
each phase o�' coxzst�xctifln will be�in and be completed, including sufficient tfine being
allowed for cleanup.
23, �AFF,TY RF.�TRTC`TTf�N WCIRK T[E.AR urru vn�iT.�1�F r TNF'.�: The foilovv�ng
proced�zres will be follawed regarding th.e subject item on this contract:
� i a) A warning sign not less ihan fiv'e inches by seven inches (5" x 7"}, painted yellow
�� with black �etters that are legible at twelv� (12') feet shall be placed inside and
vutside vehicies such as cranes, dezricks, power shovels, drilling rigs, pile drive,
� hoisting equipment or similar apparatus. The warr��ng sign shail read as follaws:
"WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WTTHIN
SIX FEET OF HIGH'VOLTAGE LINES"
b} Eq�xipment that may be opez�atec� within ten {10') feet ofhigh voltage lines shail have
an insulating cage tyge or guard abo�tt the boom or arm, except backho�s ar dippers,
and insulator links on the Iaft hook connections.
c} When necessary to work witlun six {6'} feet af high voltage electric lines,
notifiearian shalt be given the power cornpariy {T.U. Electric Service Co.) who will
erect temporary mechanical barriers, de-energize the line, or raise or lower the line.
The work done by the power company shall not be at the expense of the Gity of Fc�rt
Worth. The notifying department shall maintain an. accurate log of all such cails to
T.U. Electric Serv�ice Company and shall record action taken in each case.
d} The Contractar is r�quired to make ar�rangements with the T.U. Electric Service
Campany for the temporary relocation or raising of higl� vo�tage lines at the
Contractor's sole cast and expense.
�- e) No person shall work within six (6') %et of a high voltage line witl�out protection
having been taken as autlined in Paragraph {3).
24. WATF.R Rr, fiANTTARY SF.WFR WnRK: Any Cantractor performing any work on Fart
Worth water or sanitary sewer facilities musi be pre-gualified with t.�e Water Department to
perform such work in aecardance with procedures described in the current Fort Worth
Water Department General Specif cations, which general specifications skzall gavern
pe�#'omnance of all such work.
25. C(�NSTR�]C'TI[?N TRAFFTC' C��R PTPRT .TNF.�: It is apparent that c�rtain construction
vehicles could exceed the load be�ring capacity o#' water, sanitary sewer, and other utility
pipes under shallaw bury conditio�.s. It will be the responsibility of the Contractor to
�S-5
protect both the new liz�e and the existing lines from these possi�ly excesszve loads. 'The
Contractor shall not at any time cross ihe existing ar new pipe with a truck delivering new
pipe to tk�e site. Ar�v c�arr,a� to the existing or new pipe wi11 be repaired ar replaced by the
Contractor to the satisfaction of the City.
In locations �vhere it is not permissi�le to cross the existing or proposed pi�es without
additional protection, tYte Contractor may elec� to pravide additianal pratection of the pipes
so that more frequent crossings o� the pipes are alla�ved. Ft stil� is, however, the
responsibility of the Con�-actar to repair any damage to the existing or proposed l�es if the
aamage results fram any phase of h�is coz�struction operatian.
26, �Q�TRAC'Tt�IR:S RFCPf�N�TBiLiTY FC)R �AMAC'TF. .�T.Arn��: The Contractor
covenants and agrees to indemiufy, hold harmless and defend tPae City and their afficers,
agents, servants, ax emplayees, ancUor av�ners of the units and lots abutting the u�ts �n this
cant�ract from and against a�y and aIl claims for damages or injuries, i.�ncluding death, to any
and all persons or property, of whatsaever kind of character, whether real or asserted,
aris�ng out of or incident to the servzces relating to the pro�ect to be performed by said
Gantractor, iis officers, agents, setvants or employ�;�s, �znder the terzz�s and conditians of
this Contract, wheth�r or not caused by negligence on the part of the City, or f�eir officers,
agents, se�vants or empivyees; and said Contractar does hereby eovenant and. agree to
assume all liability and responsibility of City for inluries, claims ar suits for damages to auy
and all persons or praperty, o� whatsoever kind or charac�er, occutring d�rirxg the term af
this agreement and arising out or by reason o� service, cavenants ar ag�'eezz�ez�ts performed
by said Contractor, i�� officers, agents, servazxts or employees. Con�ractar likewise
covenants and agrees to, and does hereby indemnify and hold harmless ihe City from and
against any and al1 injuri�s or damages to properry of City duriang the pe�-%rmance of any of
the terrns and conditions af t�s Cant�ract, whether arising out of o�r in connectior� with or
resulting frorr� any and all acts or omissions of the City, their officez's, agents, servants or
ernpioyees, ar caused by negligence on the paz�t of City of their officers, agents, servants,
employees andlor owners af the units and lots abutting the uniis in t1�is Contract.
In fihe event a wzitten claim for darnages against the Contractor remains unsettled at the time
alI wark on the project has been campieted to the satisfaction ofthe Director, Department of
Engineering, as evidenced by final inspectian, final paym�nt to the Contractor shall not be
recommended by the Director, Department af Engineering or a period o� 30 days after tl�e
date o� such final inspection, unless the Contractor shall submit written evidence
satisfactory to the Director that the claim has b�en settled and a release has be�n obtained
form the claimant invol�ed.
Although the cia.n�n concerned remains unsettled as af the �xpiration of ihe abov� 30�day
periad, tkie Contraetar may b� deemed to be entitled ta a semi-final payment far work
completed such semi-final �ayment to be in an arnount eqt.tal to t�e total dvllar amount due
�ess the dollaar value of azxy vvritten claims gending against the Cantractar arising out of the
performance af such work, and ser�i-final payment may then be ,recammended by the
Directflr.
The Directar shall not recornrnend �nal payment to a Cantractor against whom such a ciaim
for damages is outstanding for a peziod of six months follawing the date oF the acceptance
S-6
�i
for the work perfornned unless the Contractor subrxvits evidence in writing satisfactory �o the
Direc#or that:
a) The c�airn has been settied and a release has �een obtained form the claunant
involved, or
b) Gflod fa.ith efforts have been made fio settle such outstancling claims, and such good
fazth efforts hav� failed.
If conditian (a) above is met at an,y iime within the six-mor�th period, the Director shall
recommend that the final payment to the Contractar be made. If candition (b) above is met
at any time within the six-manth period, fhe Director may recommend that the �'mal
payment to the Contractor b� made. At the expiration of the six-month period, the Directar
may recommend that final payment to be zzzade if all other work has been performed and all
other obligatian of the Contractor have laeen rnet to the satis�actian af the Director_
The Direc#or rnay, �f he deems it appropriate, refi�se to aceept bids on other Department af
Engin.eering contract work frorn a ContractQr agaiz�st wk�am a claim far dazzzages is
outstanding as a result of work performed under a City contract or under a developer-let
contract for City of Fort Worth street andlor storm draiun.age facili�ies.
27, TE..�T RnR�C�; It sha11 be the responsibility of the bidder to make subsurFace
in�estigatians as he deems necessary to determine the nature of material to be excavated.
This item shall be considered as subsitiiary to the other items of the coniract.
28. c�rra� �Tv r.n.ZLTRnr. TF�TiN(':
a) The Contractor shall furnish, at its own expense, certifications by a private
laboratory far all materials proposed to be used on the project, including a mix
design for any a3phaltic andlor Portland cement concrete to be used, and gradation
analysis for sand and cn�shed stone to be used along with the name vf the pit from
which the material was taken. The Contractor shall prnvide rnanufacturer's
certificatians for al� manufactured items to be used in th� project and wil� bear any
expense related thereto.
b) Tests of the de.�ign concrete mix shall be rnade by the Contractor's Iaboratory a.t least
nine days prior to the placing of concrete using the sazne aggregate, cement and
� mortar wl�ch are ta be us�d Iater in #he conerete. The Contractor shall provide a
cert�fied copy of the test resu�ts to tne City.
c) Quality control testing o� an in p�ace material on thzs project �vill be perfortned by
the Ciry afi its own expense. Any retesting required as a res�,ilt of failure af the
material to meei project specifica�ian.s will be at the e�pense af the Co�tractor and
wil� be billed at commercial rates as determined by the City. T�e failure of the City
to make any tests of materials shall in no way relieve the Contractor nf its
responsibility to furnish materials a�d equipment conforming to the requirements of
th� Con�ract.
5-7
d) Nat less �han 24 hours notice shall be provided to the City by the Contractor for
operations requiring testing_ The Contractar shali provide access and trench safety
system (if required} for the si�e to be tested, and ariy work effort involved is deemed
in be included in the unit price for the item being tested.
e) The �ontractor sha11 provide a copy of the trip ticket for each load of fill rnat�rial
delivered to the jab site. The ticke� shall specify the name of the pit s�pply fihe fill
materiaL
29, ['[ 1TT`iNCi nF COT�iC`�3 FTR; �� existing concrete is cut, such cut shall be made wi.th a
cQnczete saw. All sawing sha11 be subsidiary to tkte �.nit cast of the respective item.
30. �ANTTARY FA(-'1T,TTTF.4 : Ti�e Con.tract�r shal� provide alI necessazy
sanitaxy conveniences for the use af worl�xien at the project site. Specific a�tention is
directed to this requixement.
3I _ Sii�3SmiARY W(1gK: Any and all work specifically governed by docunnen�ary
requirements for the project, such as conditions imposed by the Plans, the General Contract
Docum�nts or t�ese Special Contract Docu�rzents, in which no speci�ied item for bid has
been pro�aide� in the ProposaI, shall be considered as a subsidiary item of woxk, the cost of
which shaIl be included in the price �iz�, the Pz'oposal fpr each bid item. Surfac� restaration,
cleanup and re�ocation of mailboxes are general items of work which may fall in fi1�e
category nf subsidiary work.
32. T,FC7A�, RF.LATT(�NS ANi� RF�PnN�TF3TT.i'T'TF.fi Tf� THF. P�lRT.TC: The Cantractor's
particular attention is directed to the req�irements of Ztem 7, "Legal Re�ations and
Responsibiliiies to the Pub�ic" of the S�andard Specifications.
33, gLG.�L'�Tn ArmiT;
a) Contractor agrees that ihe City sl�all, �ntil the expiration of three (3} years after final
payment ur�der this contract, have access to and the right to examine and photocopy
any directiy pez-tinent books, documents, papers, and records of the Coniractor
involving transactions relating to #his contrac#. Cantxactor agre�s that the City shall
have access duz�ing normal working hours to all necessary Contractor �acilities and
shall be provided adequate and appropniate work space in or�er to conduct audits in
compliance wi� provisions oi this section. The City �hall g�i�e Contractflr
reasonable adva�rsce notice of intended audits.
b) Cant�ractor further agrees to include in aIl its subcontracts hereunder a provision to
the cffEct that the su�contractar agrees that khe City �ha.11, w1�il the expira#ion of
three (3} years after �'inal payment un�er the subcontract, have access to a.nd the right
to e�amine and photocopy any directly pertinent books, documents, papers, and
records of such subcontractor, involving transactions to the subcontract, az�d further,
that the City shall have access du�ng norrnal working kours ta alI subcontractor
facilities, arid sha11 be provided adequate and appropriate work space, irz order to
conduct audits in cornpliance with the pravisions nf this article. City shall gi�e
su�con�'actor reasonable advance notice of intended audits.
5-8
c) Co�ztractor and subcontractor agree to photocopy such docuu3ents as may be
rec�uested by tl�e City. The City a�ees to re�mburse contractor for the cost of copies
as follows:
1) 50 copies and under - 10 cen�s per page
2) More than SO copies - 8S cents fox the fi�st page plus �ifteen ce�ts far each
page thereafter
34. 1]Vf"RF.A�F. ClR l�F.l'`RRA�F. ��TTANTTTTF�: '�'�� q������ies shown in the Proposal are
approximate. It is the Contractor's sole responsibility to v�r�fy all the minor pay item
quantities prior to submitti�ng a bid.
When the quan�ity �of tite work ta be done ar materials to be furnished under any major pay �
item of the Contract is more than 125% of the quantity stated in the Contract, whether s#ated
by Qr�ner ar by Contractor, then eifill�r pa.rty to the Coniract, ugon demand, shaIl be entitied
to negotiate far revised cansideration on #he portion oi wark above 125% af the quantity
stated in tne Gontract.
When the quantity af the work to b�; done or materials to he funr2iished under any major pay
item of the Contrac# is less than 75% of the quantiiy �iated in the Contract, whether stated
by Owner or by Cantractar, then either party to �he Can�ract, upon demand, shall be entitled
to negotiate for revised consideration on the portion of wark below 75% of the quantity
stated in the Contract. This paz'agraph shall not apply iz� the event Owner delefes a pay item
in its entirety from this Contract.
A ma,�or pay item is defined as any individual bid item included in the proposa� that has a
total cost equal to or grea�e�r than f ve (S%) percent af tlie origz� conbract.
A zrnizior pay item is defined as any individual bid item included in the proposal tlxat has a
total cost less �han five (5%) of ihe original contract.
1n the event Owner and Contractor ar� unable to agree on a n�gotiated p�ice, Owner and
Contrac�or agree tha� the eonsideration will be the actual field cast of the work plus fifteen
(1S%) percent as described herein below, agreed upo� in �vriting by the Cantractor and
Di�ector, Departme;nt of En�eering and a�roved by the City Council after said work is
completed, sub�ect �o all other ca�tditions of the Contract. As used, herein, field cast of the
worrl� will include the cast af a1I warkmcn, fa�emen, time keepelrs, mechanics a.nd Iaborers;
ali materials, supplies, trucks, equiprnenk renta� for such time as actually used on su�l� work
only, plus all power, fuel, lubricants, w�ter and similai- operating expenses; and a ratable
portion of prem�ums on performance and payment �onds, public liability, Workers
Compensation and all other insurance required by law or by ordinance. The Director,
Department of Engi�neering wzll direet �he form in which the accounts of actua� field cost
�vill be kept ac�d will recommend in writing the metlzod of daing the work and the type and
icind of equipment to be used, but such vvork wili be perfarrr�,ed by the Contractor as an
independent Contractor and not as an agent or employee af the City. The fifteen (15%)
percent af the actual field cas� to be paid to the Contx'actor sha�l covear a.z�d compensate him
��
for profit, overhead, general s�pervisian and field af�ice e�cpense, and all other elez�enis of
cost and expense not embraced wittzi.z� the actual fteld eost as herein specifed. Upon
req�est, the Contractor shall provide the Director, Department of Engineering access to all
accounts, bilIs and vauchers relating �hereto.
3S. WACTF. RATF.4: The labor classification and rnirzirnum wag� rat�s set foz-th herein have
been predeter�mined by the City Council a� the Czty of Fort Worth, T�xas, in accordance
with statutory requirements, as being the prevailing classificatioz�s and rates that shall
govem on aIl work perfonmed by the Coz�t�ractor or any sub-Contractar an the site of the
projeet covered by these Contract Documents. In no event shall less than the following
rates afwages be paid. (Attached at �e end af this section)
3(. C�i1C�RnTNATTCIN WTTH FC7RT W(�RTH V4lATF.R D�:PARTMFNT; If during th�
constructian of this Praject, it becomes necessary to deactivate, for a period af time,
existing Iines, the Contractor shall be required to coordinate with the Water Department
at ($17) 871-8250, to determine the best times for deactivating and activating those lines.
37. F.�i TAT . F.MPT .��.NT PR C}VT�T{�N,�: The Cnntrae�or shall comply with City
�rdinance Number 7275 as amended by City Ordinance Number 7�00 (Fort Warth City
Code Sections 13-A-21 �hrough 13-A-29) prohibiting discrimination in employment
practices_
The Contractor shall post the requir�d noiice to that e#�ect an the Pro3ect si�e, and, at his
request, will be provided assistance by the Ci#y of Fort Worth's Equa1 Employment
a�ficer who will refer any qualified applicant he may have on file in his office to t.l�e
Contzactar. Appra�riate notices may be acquired from the Equal Employment Officer.
38. �'n �T � MAT_F�I.t.IAL.: Priar to the disposing of any spaill�ll material,
th.e Gontractor shall advise the Director of Department of En�ineering, acting as the City of
Fort Worth's Flood P1ain Administrator ("Administrator"), oi �be locatian of all sites wher�
the Cont�actor intencis to dispose of such material. Contractor shai� not dispose of such
�naterial until the proposed sites have been determined by the Administratar to meet the
requirements of the Flaod P�ain Qrdi�.ance of the City of Fart Worth {Ordina�nce Na.
10056). AlI disposal sites must be appraved by the Adtninistrator to ensure the filling is not
occurring within a fload plain withaut a permit. A flood plain pemut can be issued upon
appraval of necessary e�gineering studies. No fill permit is required if disposal sites are not
in a flood plain. Approval of ihe Cantracto�''s disposal sites shall be evidenced by a lettez'
signed by the Administrator stating that the site is not in a knovtm fload plain or by a Flood
Pla.�n Fiii Permit autharizing fil� �within the flood plain. Any expenses associated with
obtaining the fitl permit, including any necessary engineering studies, shall be at
Cor�tractor's expense. In fihe event tha.t the Contractor di.sposes af spoillf�ll mater�al at a site
withau# a fi�l pernut or a ietter frarn the A�.minist�ratar approving the disposal site, u�on
notif cation by the Director of Transgortation and Public Works, Contractor shall remove
the spoiUfill materia� at its e�pense and dispase af such matenals in acco�dance with #he
Ordinance of the City and this section.
39. EASF.MF.NT� ANi) PERMTT�; The City has attempted to �btain all requ,ired easernents
for this praj�ct and have been made a part thereta. Contractor shall aclhere to all
5-10
requirernents of Para. C6-6.10 of the "General Contract Documents and Spe�cifications for
Water Department Prajects," effective July 1, 1978, with the latest reviszo�s_ The
Contractor's �.ttentzon i� direeted to easements, as containe.� herein {Appendix A), along
w�itl� a.ny special conc�.itions that may have been itnposed on these easements.
For locations where City clzd nat abtain temporary carnstruction easements, the Contractor
shall notify the aff�cted propert� owner to inforrn them of this proposed construction vn
rheir property. Thas shall be subsidiary to contract.
All praperty affected by construction shall be cleaned up after use and restored to their
original eonditions or better and shali be subsicliary to can1�act. Tn the event additional work
roam is requixed by the Contractor, it shall be the Contrac�or's responsibility ta obtain
permission farrn the property ownexs involved for the use o� additional property xequired.
No addi�iro�al payment wilI be allowed fo� this item.
4Q_ TC"TTf�N (�F AC'C"F.SS T(� T7RTVF.� �e Coniractoi
shall pro�ide ingress azid egress ta the praperty being crossed hy this constructaon an�
adjacent property when construction is not in progress and at night. D�rives s�.all be left
accessible at night, on weekends, and during holidays. The Cont�actor shalI conduct his
activities tn minimize obstruction of access ta drives and property during the progress a1f
constniction. Notification shall be made to an owner prior to his driveway being removed
and/or rebe�ilt.
� 11 uE' • : = : � • � 1►�1 ►fi s ►1� . ; Y : ` i : •
a) T�F.�CRTPTION: This item shatl consist of #emporary soil erosiQn, se[3izrnent azxd
water pollut�on control measuires deemed necessary by the Engineer for the duration
of the cant�ract. These control meas�xres shall at no time be used as a substit�tte for
thE permanent control meas�res unless otherwi.se dxrected by the Engineer and they
shall not include measures taken by the Contractar to control co�zditions created by
this constructian operations. The temporary measure sha11 include dikes, dams,
berms, sediment basins, fiber mats, jut nettin�, temporary seedin.g, stz'aw mulch,
� asphalt mulch, piastic linexs, rubble linez�s, baled-hay retards, s�ope drains and otiiet
devices.
b) (,'(iN�TRi Tf`TT(�N RF(�IJTREMENTS: The Engineer has the authority to define
erodible earth and th� authority to limit the surfaee area of erodible-earth materiai
, exposed by excavation, banow and to direct the CONTR.ACTOR to provide
temporary poilu#ion cantral measures to prevent contamination of adjacent streams,
other water eo�rses, �akes, ponds or other areas of water irr�pou�drnent. Such work
� may involve the construction of temporaty bezms, dikes, dams, sediment basins,
slvpe drains and use af temporary mulches, mats, seeding ar other control devices or
methods dxrected by the Engineer as necessary �o contral soil erosion. Temporary
� pollution con�rol sneasures shall be used to prevent or correct erasion that rnay
. develop dwting constn�.ction prior to installation ai perrriaz-�ent pollutian control
f�atures, but are not associated vvith permanent control features on the project.
, �.
5-11
The Engineer wiil limii the area of preparing the right-of-way, clearing and grubbing
e�cavation and bonrow to be praportiozzal to the CONTRACTQR`S capabiIity and
pragress in keeping the fnish grading, mu�ching, seedin.g and ather such permazient
pollution contral rneasures correct in accordance r�vith th� accepted schedtrle.
Should seasonal canditions make such limitations unrealisti�c, temparary sai� erosion
control measures sball be performed as directed by the Engineer.
The contra,ctor shall also conform to thE fotlowing praetaces and controts. AlI labvr,
toois equipz�nent an�. incidezxtals to comp�ete the wark wiIl noi be paid for dzrectly,
but shall be considered as subsid'aary work to the �aanious items incIuded in the
contract.
1) Waste or disposai areas an� construction roads shall be lacated and
constructed in a manner that will minimize the arnount af sediz�rzent entering
streams.
2} When work areas ar material sources are located iti or adjacent ta live
streams, such areas shaIl be separaied fozmi the straarn by a dike or ather
barrier to keep sediment from entering a flowing stream. Care shal� be taken
during the constr�zction and remaval of such barriers tn minimize the
muddyi�ng of a stream.
3) AIl wate�rays shall be cleared as soon as practicab�e of falsewor�C, piling,
debris or other obstruction placed during construct�on operations that are not
part of the fini�hed work.
�4) The CONTR.ACTOR shall take sufFicient precautions to pre�vent poll�tic�n of
stareams, lakes and reservou's w�tix fuels, ail�, biturnents, calcium chlar�de or
other h�fizl materials. He shall conduct and sc�edule his operations so as
to avoid ar minimize siltation of streams, lalces and reservoirs and to avoid
iunterference with movement of migratory fish.
c) MRA4TFRFMF.NT ANI� PAYM�: All wor�C, rnaterials and ec�uipmenfi
necessary to pro�ide temporary erosion control shal� be considered snbsidiary to the
cantract, unless a tump surn pay item is provided, at�c� in either case no extra pay
will be given for this work.
� • u! �
43. �QN'1'RAC".TCIR f'fIMPT,T Wf)RKRR'� C'.fiMPF.N�ATTC�N T.AW:
a) Warkers Compensation Tnsurance Coverage
De�nitians:
Certification of coverage ("Certificate'�. A copy of a certificate of
instiirance, a certif cate of authority to self insure issued by the commission,
or a coverage agreement (TWCC-8k), TWCG82), TWCG83, or TWCC-
5-12
�
84), showing stat�itory warkers' eompansatian covera.ge for the person's or
en�ity's employees providing serviees an a projec�, for the d�xration af the
project.
� Duration of the project-includes the time from the begiiuiing of the wark on th�
� p:roject urztil the contractar'slperson's wark on the project has been
• comp�eted and accepted by the governmental entity.
� Persons prov:iding services on t�ie project ("Subcontractor" in §406.09�)-inc�udes all
persons or entities performing a.11 ar part of ihe serv:ices the contraetor has
� undertaken ta pe�farn�z on the project, regar�less of whetYzer tha.t person �as
. employecs. This includes, without lirnitatian, independent eontractors,
subcontractors, Ieasing cornpanies, motar carrier�, owner-operators,
' employees of any such entity, ar emp�oyees o� az�y entity which furrtishes
�� persons ta pravide sez�ices on the project. "Services" include, withaut
�imitation, providin�, ha.uling, or delivering equipment or materials, or
� providang labor, transportataon, or other services related to a project.
�- "Services" does not include activities unrelated to the project, such as
foodlbeverage vendors, off ce suppiy deliveries, and delivery of partable
toil�ts.
The Cantractor shal.l provide coverage, based on prope� reparting of classification
codes and payiroll amownts and filing af a.ny coverage agreements, which
mee� th� statutory requirements of Texas Labor Code, Section 4Q1.011 (44)
or all empioyees of the contractor providing services on the project, for the
duration ofthe pro}ect.
The contractor rnust prQvide a c�rtificate of coverage fio the governmental entity
prior to baing awarded the contract.
Tf tkie coverage period shown on tne contractor's current certificate of
cove:rage ends during the dza.t�ation of the praject, the contractor must, prior
to the end of the co�erage period, file a new certif cate of coverage with the
gaverrux►�nta� entity shawing ttaat coverage has bee�z extended.
2. The contractor shatl obtain from each persan praviding services on a praject,
and provide #o the governrt�ental entity:
1) a certificate of cove:rage, prior to th�at person beginning work on �he
project, so �e governmental entiiy will have on file certificates of
coverage showing co�erage for all persans providing services on the
proj ect; az�c�
2) no later than seven days after receipt by the contractor, a new
certificate of coverage shawing axt�nsion o�' coverage, i� the
coverage periad sk�own on the c�rrent certificate of coverage ends
during the duration ofthe pro�ect.
5-13
3) The Contractor shall retain all required certaficates of caverage far
the duration of the praject and for one year thez-eafter.
4) The Contractor shall notify the gavernmental en�zty i.zi wri�n� by
cez�ifed mail or persanai deli�very, within ten (1�} days after the
contractor lcnew or should have kno�rn, of azay change that inaterially
affects the provision of covera�e of any persan providizzg services an
the pro� ect.
5) The Contractor shall pos� on each project site a natice, in �he text,
form and manner prescribed by th� Texas Worker's Compensation
Cornrnission, informing a�l. persons� providing services on the project
that they are requzred to be covered, and stating �aw a person may
verify coverage and report lack of coverage.
6} The Contractor sha11 contractua�Iy require each person r�vith w�xom it
contracts to �arovid� servic�s an a praject, to:
1. provide coverage, basEd on proper reporting on classificatzon
codes and payroll amounts and fiiing of azry coverage
agreements, which 3neets the statutory requirements of Texas
labor coda, Section 4Q 1_O l. l(44) fox aIl its employees
providing services on the project, for #he duration of the
project;]
2. provide ta the contractor, prior to that person beginning work
on the praject, a certificate o� coverage showing that
cov�rage is being }�rovided for al� e�npinyees of the person
providing services on ihe project, for the duration of the
project;
3. provide the con�ractor, prior to the ertd of the coverage
period, a new certificate n� coverage showing e�t�nsion of ��_
covezage, if the coverage geriod shown on the cuzrent
certificate of cov�rage ends during the duration of the
project;
4. obtain frorn each other person wi�h whom it contracts, and
provide io the contractor:
a eertificate of cove�rage, pz�or to the othez- person begirming
work on the project; and
a new certificate of coverage showing extension of caverage,
prior to the end af the coverage periad, if the coverage period
shown on the current certificate of caverage ends during the
duratzon ofthe project;
5-14
5. retain all required certificates of caverage on file for the
duratian v� the project and for one year �hereafter.
6. notify the governmental entity in writing by certifzed ma,il or
personal delivery, wit�in ten{10) days after the person knew
ox s�ould have known, of any change that materially affects
the provision of coverage of azzy person providing services
on the project; and
7. contractually require each pe7rsan with whorn it eantracts, to
perform as required by paragraphs (1} �(7), r�rith tl�e
certificxtes af coverage ta be provided to the person for
wham they are providing services.
7) By signirag this contract or providing or causing to be provided a
certificate of coverage, the conCractor is representzng fo the
gQvemmental en#ity that all ernployees of the contractor who will
provida services on the praject vvill be covered l�y worker's
eompensation caverage for the duration vf the project, that the
coverage will be based vz�. prope:r repoarting of classification codes
and payrall amounts, and that a�l coverage agreements will be filed
with the apgropriate insurarice carr.ier or, in the case o�a self-insured,
with the commission's Division of S�if-rnsurance Regula�ion.
Providing false or misleading information may subject the contractor
to admin.istrative, crirninal, civil penalties or other civil actians.
8) T`he contractor's failure to cflmply with any of these pro�isians is a
breach of contract by the contractor which entzt�es the governmental
entity to declare the cont�a.et void if the contractor does not remedy
the breach within �en days after recei�t af notace of breach from the
goveznumental entity.
b} The Contractor shall post a notice on each proj�ct site infornsing al1 persons
' praviding services on the prolect that they a�e required to be covered, and stating
,, haw a person may verify current coverage and report failure to provide coverage.
This notice daes nat satisfy other posting requirements imposed by tl�e Texas
Worker's Campen�ation Act or other Texas Worker's Compensation Commission
., rules. This notice m�st be printed wiih a title in at least 30 point boId type and text
in at Ieast 19 point normal type, and snall be in both English and Sparnish and any
othe:r language camman to the worker papulation. The tex� for the notices shal] be
�. the fo��owzng text, withaut any additional words ar changes:
"REQUII�ED WORKER'S COMPEi�iSATION COVERAGE"
The law requires that each person working on �his site or pro�iding service related to
this constructian project rnust be covered by warkers' compensation insuxance.
�• This inciudes persons provic�ing, �auling, or delivering equipment or materials, or
5-15
providing tabor or transportatian ar other service reIa�ed to the projecf, regardless of
the identity of their employer or status as an em�loyee".
Ca11 the Texas Wprker's Compensation Co�nmission at 512-440-3789 to receive
information on the legal requirement for co�erage, ta verify whether your employer
has pro�ided the requiz'ed eoverage, or to report an employer's failure to provide
caverage".
44. ]��T(�RTTY �,TVT) WC}MF:N� RIT�TNF.�fi F,�iTF.RPRT4F, (M/WRF.I f'.()MPl'.TANC:F.� �
accordance with City of Fort Worth Ordinance No. l I923, the City of Fort Worth has
gaals far the participatian of rninority business enterprises and wamen business
enterprises in City cantracts. The Ordznazace is ineorporated in these specifications by
reference. A copy of the Ord�ance may bE obtained frarn t.�xe Office af the City
�ecretary. Failure to comply with the ord'znance sha.11 be a rr�aterial breach of contract.
In ord�r far a bid to be cansidered responsiv�, the M/WBE LTTTLIZATI�N FORM,
MIWBE GOALS WANER FORM AND GoOD FAITH EFFORT FORM, as applicable,
must be submitted vvithin five (5) city business days after bi� opening. Failure to compXy
shalt render tf�e bid non-responsive.
Upon request, contzactor agrees to provide the City complete and accurate information
regarding actual waxk pe�'ozmed by a Minonity or Wamen Business Enterprise (M/WBE)
on the contract and payment thereof. Contractor further agrees to permit an audit and/or
examination of any b�oks, recards o� files in %ts possession that will substantiate the
actExal ��ork performed by an MB� andlor WBE. The misrepresentation of acts (other
than a negIigent misrepresentation) andlor the cornmission af fraud by the Contractar wi11
be grounds for ter�nination af t.�e confiract and/or initaating action under appropriate
federal, state, or local laws or ordinances reiating �o false statemen�. Further, any such
misrepresentation (other than a negligent mzsrepresentation) and/ar commission of fraud
will result in �he Contractor being determined ta be irresponsible and barred from
participating in City wark far a period of time ofnot Iess than three years.
The City wi11 ct�nsider the con#ractor's �erformance regarding its M/WBE �rogram in the
evaluati.on af bids_ Failure to camply with the City's M/WBE Ordi�ance, or ta
demonstrate "good faith effort", shall result in a bid being renc�ered r�on-responsive to
specif cat�ons.
Cont7raetar shall provide copies of subcontracts or co-signed lettez-s of intent with
approved M/WBE subcontractors prior to assuance of the Notice to Procesd. Cont�r�ctar
shall also provide monthly reparts on utilization of t1Ze subcontractors to the City's
M/WBE office.
The Contarac�ar may count first and second tier subcon�-ac�ors anci/or suppliers tflward
3neeiing the goals. The Contractor may count toward its goal a portion of ��e �otal c€ollar
amount of the contract rnrith a joint venture equal to the percentage of the M/WBE
participation in, the joint venture for a clear�y defined portion of the work to be
peria�ed, Al11VI�VVBE eontractors �sed in meeting the goals must be certifi�d priar to
the awaz�d of the Contract. The M/WBE cantractor{s} must be certified by either the
S-1 b
' North Central Texas Regional Certification Agency {NCTRCA) or Texas Department of
,_ Transportation (TxDOT), Highway D'zvision and must be located in ihe nine {9} county
; marketplaee at time o£ bid. The Contractor shall cantact all such M/WBE subcontractors
' or suppliers pr�or to listing them o� the MIWBE utilization or good faith effort forms as
applicable. Failure fo contact the listed MIV�BE s�tbcontcactor or supplier pr�or to bid
I opening rnay resttlt in the rej�:ct�on of bid as non-responsive.
Whenever a change order affec#s the wvrk of an M/WBE subcontrac�or or supplier, the
M/WBE shall be given an opportunity to p�r�o�m khe wvrk_ Whenever a change order
exceeds 14°/4 of the original co�tract, the M/WBE coordinatar shal� detertr�ine the goals
appiicable �o the wark to be performed undex the change order.
During the term of the contract the cantaract shall:
1. Make no unjustified c�r�xges or dele�zons zn it's M/WBE participation
cornmitments submitted wi�h or s�xbsequent to the bid, and,
2. If substantial subcontracting andlor substantial suppIier opportunities arise during
the tezm of the cont�act which the contractor k�ad repzesented he would pex�ozm
with his forces, the coniractor shall notify the City be�ore subcantracts or purchase
orders are 1et, and shall be requi�red to comply with madafzcations to gvaXs as
determined by the Ciiy, and ,
3. Subrnit a REQUEST FOR APPROVAL OF CHANGE FORM, if the co�tractar
, desires to change or delete arxy of the M/WBE subcontrac�ars ar supplzers.
Justification for change may be granted �or the �ollowing:
a. FaiIurre af Subcontractar to provide evidence of coverage by Worker's
Compensa�ion Insura.nce.
t�. Fa.iiure af Subcontractor to provide required gemerai liability of other
insurance.
c. Failure of �ubcon�-actar to execute a standard subcontract form in the
amount of the proposal used by the Contractor in prepanng his 11�I/WBE
Participatian plan.
d. Default by �he MIWBE subcontractor or supplier in the perfamaas�c� o� the
subcontractax.
Witnin ten {10} days after final payment from the City, the contracior s1na11 prov:ide the
M/WBE Office with docurnentation to reflect fnal participation of each subcontractor
and suppliex used an the project, inclusive of M/WBEs.
45_ {�TTY FTTRNf4HRn Mg„TF.RTAT.�: For water projects, the City wilI furnish "pipe
cleanirig pigs", chlorine gas or chlorinated lime (HTH) and ail water far i.z�itial cleatzing
and sterilization of water lines. All other materials for construction of the project,
including water for caznpaction shall b� furnished by the Contractar.
5-17
46_ DAMAC"TF. Tn PRNATF. PR�IPF.RTV; The Contractox shaIl i�rrxmediately repair or
replace any darnage to private prope�rty, including but not limited to fences, walls,
pavement and water and sawer services, at no cost ta the Owner. This shall he subsidiary
to the contract and not a separate pay item.
47. C:R(�.��TNC'T C3�XTCTTNCY T TTTI- T7'TF.�; Wher� a propose�i water line crosses over a
sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a
water line and the ciear v�rtical distance is less than 9 feet bazz-eI to barrel, the sanitary
sewer or sanita.ry s�wer service line sha,ll be made water tight or be constzucted of ductil�
iro� pipe. The required length of replacement shaI1 be determzned by the Engin�er. The
material for sanitary sevver mains and sanitary sewer laterals shall be Glass 51 Ductile
�t'on Pipe with polyetY�ylene wrapping. The matarial for sanitazy sewer service lines shall
ba extra strength cast iron soil pipe with paiyet�ylene wrapping. Adapt�;r fittings shali be
a uret�ane nz' neoprene cauplan.g ASTM C-425 with series 300 stainless steel coxnpression
straps.
Payment �or work such as backfIl, fittings, tie-ins and all other associated appurte�ances
required, shall be included in the iin�ar foot price of apprapriate bid itezn.
48. F,xT,�TrNC; T rT'n .T'�'r�C g� rn�R n�.��r� ; The plans show the locations of all
known surface and snbsurface structures. However, the Owner assumes no responsibility
for failure to show any or all af these structures on the Plans, or to shaw them zn their
exact location. It is rnutually agre�d that such fail.ure shail not be cvnsidered sufficient
basis far claims for additinnal compezzsation �'or extra wark ar for increasing the pay
quantities in any manner vvhatsoever.
The Contractor shall be responsible for verifying the loc�tions of and protecting all
existing utilities, service lines, ar other properry exposed by his construction operations.
Cantr�.ctor shalI make all necessary provisioz�s for the support, pratection, relocation,
and/or temporary relocation of all utility poles, gas lines, te�ephone cables, utility
services, vvater mains, sanitary se�nrer lines, electrical ca�les, drainage pipes, and all other
utili�ie� and stnzctztres both above and below ground during constructian. The Contractor
is liable foz� a�l damages done to sucl� existing #'aczlitaes as a result of his aperatians and
any and all cost incurred for the protection and/or tempora�y relocation of such facilities
shail be included in the cost bid per linear �oot of pzpe installed. NO A.DDZTIONAL
COMPEN5ATION WILL BE ALLOWED.
Where existing utilities or service Iines are cut, broken or damaged the Contractar s�all
replace or repair tl�e utilities or service lines with the same type of ariginal mate�ial and
constraction, or better, unl�ss otherwise shown or nated on the plans, at hzs awn cost and
expeanse. The Cantractor shall imrr�ediately notify the Owner of th� damaged utiIity or
5BI'VICE line. He shall eoaperate with the Owners of ali utilities to loeate existing
undergro�and facilities and notify �he Engineer of any conflicts in grades and alignment.
A�ny arzd all pe�xnanent struct�.u-es snch as parking Iot surface, fencing, and lik� structures
shall be rcplaced at no cost to the City by material of equal value and quality as that
damaged.
5-18
In case it is necessary to change az mmve t�.e praperty o� any Owner a� a public �ttility,
snch property sha11 rzot be moved or interfered with until ordered to do sa by the
Engineer. The right is reservec� to the awner of public utilities to enter upon the limits of
the project for thc purpose of making such changes or repairs of their property that may
be rnade necessary by perforrnance of tY�is contract.
The utility lines and canduits sh�Qwn on the plans are for in#'orrnation only azid are not
guaranteed by the City of the Engineer to be accurate as io extent, Iocaiion, and de�th;
they a�re shown on th.� plans as the best informatian availahle at the time af design, from
the own�rs of ihe utilities invol�ed and from evidencas %unc� on the ground.
49. MT.�f'.F.T,T.ANF.nYr� PT.AC"F.MFNT_QE_MA.1'ERIAL: Material may have b�;�n allocated
under various bi.d items in the Proposal to establish unit prices for miscellaneous
placement of material. These materials shall be used only when directed by the Engineer,
depending on �"ield conditions. Payment for mis�ellaneous p�acement of material will b�
made for only that amount o� material used, measured to the nearest one-tenth. unit.
Payment far nrziscellaneous placement of rnaterial shall be iz� accordance with tha General
Contract Documents regardless of the actuai amount used for the project.
Sp. Ty.PF 'T(''"' RA(':KFTT.�: Excavated rnaterial used for Type "C" backfill must be
mechanically compacted �ess the Contractc�r can fi�rnish the Engine�r with sa�isfactory
evzdenc� th� P.T. of the excavated rnaterial is less thEn 8.* Such evidence shall be a test
report from an independent testing laboratory and must inclt�de representative sarnples of
soils i� all involved areas, with a map sbowing the Iacation and depth of the various test
holes.
If excavated material is obviously granular in nature, contarning Iittle or no plastie
material, the Engineer may waive the test report requirement.
See E-1.24, T}+pe "C" Backfill, and E2.11 Trench Backfil�.*'�
* Revised 3/20/81
** Revised 4/20/81
SL .("RYL�HF.T� T.iM�.�TC�NR $ArKFTT,T,: Where specified on the plans ar directed by tlie
Engineer, Crushed Limestone shall be used �or trench backfill on this project. The
material shall confor�n to Public Works Si�dard Specif catians far Stxeet and Storm
Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 -
Materials Sources. Trench backfill and coznpactaon shall meet tne rec�uirements oif E2-2
Excavation and Backf 11, Construction Specifications, General Contract Docwnents.
Payment far crushed limestone backfill in place shall lae ma.de at the unit price bid in th�
PrapasaX rnultipIied by the quantity of material used rneasurec� in accordance with
E2-2.16 Measurement of Bac�fill Materials, Cazzstruction Speci�ications, Gene;ral
Contract D€�cuments.
5-19
52. 2•�7 C'(�NrRRTF: Transportation and Pubiic Works Department typic� se�tions for
Pavement and Trench Repair for Utility Cuts Figures 1 tl�rough 5 refer to using 2:27
Cancrete as base repair_ Since this cali-aut includes the worcE "concre�e", the consistent
interpretation of the Transportation and Public Works Department is that this ratio
s�ecifies iwo (2) sacks of cement per cubic yard o� co�crete.
53. TRFNC'.H F.X!';AVATTC7N, RAC:KFI�,I'._ ANTI C�`.f�]�[pAC'.TT()N FnR WATF.R �
,�ANITARY SEW_FR LINES: Trench excavation and backfill �der parking lots,
driveways, gravel surfaced raads, within easements, ax�d vwithin existing or f�zture R.D.W.
shall be in accardance r�vith Sectzon E1-2 Backfill and E2-2 Excavation and BackfiIl of
the General Contract Documents and Specifications, except as specified herein.
A. TRENCH EXCA�IATION: In accordance v�rith Section E2-2 Excavaiion and
Backf'ill, if �he stated maximum trench widths are exceeded, either through
accident or otkxerwise, and if the Engineer determines that the desig�n Ioading of
the pipe wil� be exceec�ed, the Contractar will be required to support th� pipe with
a.n irnproved trench bottarn. The expense af such remedial rneasures shall be
er�tare�y the Contractar's owr�. All trenching o��rations shall be cozzfned to the
width of permanent ri�ts-of-way, permanent easements, and any temporary
canstructxon easernents. AJ.1 excavahon shall be in s#rict compliance with the
Trench Safety Systems Special Conditian of this document.
B. TRENCH BACKFILL: Trenches which lie outside of existing or fi�ture pavement
sha11 be backfilled above the tap o£ the ezrxbednr�ent material with Type "C"
� backfil� matemial. Excavated inateriaI used for Type "C" backfill rnust be
mechanicaily compacted unless the Contractor can fiu�nish the E�g�neer with
satisfactory e�ridence that the P.�. of the excavated material is less than $. Such
evidence shal� be a test report from an indep�ndent testing labvratary and must
includ� representativ� sampies of soils zn all in.volved areas, with a rnap sI�owing
the locatzorz and depth of tkie various test holes. If excavated material is obviously
granular in nature, con�ainin� littte or no plastic tnaterial, the Engineer may waive
the test xeport requirement. See E1-2.3, Type "C" or "D" Backfil�, and E2-2.11
Trench Backfill for additional requirements. Wl�en Type "C" backfill material is
not suitable, at the direction a#` the Engineer, Type "B" backf 1� m�aterial shall be
used.
In general, all backfill material under existing or future streets shall b� in
accordance vuith Figura A or B. Sand rz�ateria� specified in Figures A and B shall
be obtained �rom an approved so�u-ce consisting of durable particles free af thin or
elongated pieces, lumps o� clay, soil, loam ar vegetable matter and shall mEet the
following gradation:
Size % Size %
Sieve Retained ,Sieve Retaaned
#4 D-5 #50 0-50
# 1 C 0-20 # 100 64-95
s-�a
#zoo 90-100
C. TRENCH COMPACT�ON: All tren.ch backfill shail be placed in lifts per E2-2_9
Backfill. Treszches whieh lie o�tside existing or future pavements shaIl be
compacted to a minimum of 90% Standaxd Proctor Density {A�TM D648) by
means of tampin� only.
Trenches which iie under existing or fizture paving shalX �e backfilled to 95%
Standard Proctor Density (ASTM D698) by jetting, tamping, or a combination of
methods.
This density testing v�'ill be perf'orrned hy City persormel at City expense and will
not be charged to the Contracfor. However, the Contractor will be respansible far
provicling aecess and trench safety system to the Ievel of trench b�ckfill to be
tested. No exira carnpensation wiil be allowed fox exposing �he backfill Iayer �o
be tested or provid'uxg trench safety syst�m for tests conducted bX tYre City.
D. MEASUREMENT AND PAYMENT: AIl material and labor costs of excavation
and backfill will be included in the price bid per Iinear �aot of water and sewer
pipe.
54. TRF.NC:T�.AFF.TY �YSTF.M FC7R `�T ATFR aNT),��,�TARY �RWRR i:�,�:
A. GENERAL: This specification cave:rs the tt-�nch safety requirements for all
� trezich e�cavatio�s exceeding depth of five (5) feet in arder to protecfi workers
from cave-ins. The requirements vf this item govern aIl trcnches for mains,
manholes, vaults, service lines, and all other appurtenances. The design �or the
trench safety shail be signed and sealed by a Registered Professiona� Engineer
�icensed in Texas.
B. STANDARDS: The Iate�t version of the U.S. De}�artment of Labar, Occupatianal
Saf�ty and Health Admuus�ration Standards, 29 CFR Part 1926, Sub-Part P-
Excavations, az'e hereby made a part of t.his specification and shall be tf�e
muairnurn goveming requirements for �rench safety.
C. DEFINITTIONS:
� 1. TRENCHES - A trench is referred to as a narrow excavation made belaw
the surface of the graund in which the depth is greater than the width,
where the width mea.sured ai tlae battom is noi greater than f fteen (1 S}
� feet. �
2. BENCHING SYSTEM - Senck�ing means excavating the sides of a trench
to form one or a series of harizontal level or steps, usually with vertical or
near-vertical surfac�s br:tween levels.
5-21
3. 5LOPING SYSTEM - Sloping rnean� excavating ta form sides of a�rench
that az'e inclined away from the excavation.
4. �HIELD SYSTEM - Shields used in trenches axe gezzerally referred to as
"trench boxes" or "trench sl�ields". Shield means a structur� that is able to
withstand the forces imposed on it by a cave-in and protect vvorkers within
the stz�ucture. Shields can he permanent str�zctur�s ar can be designed ta be
portable azid move aIang as the work progresses. Shields can be either
pre-zr�anufactured or job-built in accordance with OSHA sta.ndards.
5. SHORIlVG SYSTEM � Shoring m�ans a structure such as a metal
hydraulic, mechanical or timex system that supports th� sides of a trench
and which is designed to prevent cave-ins. Shoritxg systenas are generally
cornprised of cross-braces, vertical raiis, (uprights}, horizontal ra�J.s
(wales) ancUor sk�eeting_
D. MEASU�REMENT - Trench depth is the vertical measuzem.ent from the top of the
existing ground to the battom of the pzpe or structures. The quantity of trench
safe�y systems shalI be based on the Iinear foot amoun� o#' trench depth greater
than five (5) faet.
E. PAYMENT - Payment shall be fuI1 compensation far safety system design, labor,
toa�s, materials, equipment and incidentals necessary for the installation and
removal of lrench safety systems.
• �d f
56. �ANLT�RY �F.WF.R 4F.RVTC`.�; ,�y reconnection, relocation, replacement, or nevtir
sanitary sewer service shall be rec�uired as shawn on the pla�s, ata,dloz as desczibed iz�
these Spe�ial Cantact Documents in addition to those located in the field and identi�ed
by the Eng�ineer as active sewer taps. The service connections shall be consiruct�d by the
Contractar utilizing standaxd factory manu�actured tees. Factory rn.axa.ufactured saddle �
taps may be used, but only as directed by the Engineer. The decision to use saddle taps as
opposed to tees shall be made on a case hy case basis. The Cantractor sha11 be
r�sponsib�e for caardinaEmg the scheduling of tapping crews wiih building owners and
the Engineer in order that the work be performed in an e�cpeditious manner. A minrmum
of 24 hou�rs ad�vax�ce no�ice shali be given when taps wi�l he required. Severed service
connections sh�.11 be maintained as specifi�d in section C6-6.15.
A. SEVVER SERVICE RECONNECTZON: When sewer service reconnection is
called for the Contractor shall vertically adjust th� existi�tzg sewer setvzce line as
required for recannection and fuz-r�ish a new tap. The fittings used far vertical
adjus�ment shali consist of a maximu� bend of 4S degrees. The tap shall be
tocated so as ta line up �rith. the service line and avoid any lzorizontal adjustrnent.
For open cut applications, aIl sanitary sewer serviee 1�nes shall be zep�aced to the
properiy oz' easement line, or as direc#ed by the Engineer. Sanitary se�ver services
on sewers being rehabilitated u�ing tr�nchless repair methads shall be recorinected
only (no sewer service replacement necessary}. Procedures listed beiow for Sewer
5-22
Service Replacement shali be adhered to for the installa�ion af any sev�rer service
line inclucling the incidental four (4} feet of servrce line which is included in the
price bid far Sanitary Sewer Taps. Payment for work such as back��l, saddles,
tees, fiitings incidental �'our (4} fe�t of service line and all ather associated
appurkenances �equir�d shall be inc�uded in the price bid far San�tary Sewer Taps.
B. SEWER SERVICE REPLACEMENT: AIl building sewer services encoun�ered
during const�ruction shall be adjusted and/or replaced by the Contractar as directed
by the: Engineer as required for there connectian of the sewer service Iine. If the
sewer service line is iui such condition or adjustment necessitates the replacement
of the sewe�r servicE line, aIl work shall be performed by a licensed plumber. The
length of the replacement shall be deterrnined by the En�neer. .A.lt sewer services
shall be installed at a minimum of two (2} percent slope or as approved by the
Engineer. Connection ta the existing sewer service lzne shall be made with
appropriate adapter fitting. The fitting shall be a urethane or neoprene coupling
A.S.T.M. C-425 with series 3aQ stainless steel compression straps.
Si. WATRR SF.RVTC'F.S: The zelocation, replacement, or �econnection of water services will
be req�u'ed as shown on the plans, ancUor as described in these Special Contract
Documents i� addition to those loeat�d in th� feld and identi�ed by the Engineer.
All services shall be constructed by tk�e Contractor utilizing approved factory
manu£actuxed tap saddles (wheri required) and corporation stops, Type K copper watez-
tubing, curb stops with lock wings, meter boxes, and if required, approved manufactured
servic� branches. All materia�s used shall be as specif ed in the Materia.� Standards
(E1-17 and El-1 S) contained iz� the General Contract Documents.
All water services to be replaced shall be installed at a rninimurn d�pth fli 36 inches
below fnal grade.
All exisfing 3/a inch water service lines which are to replaced shall be repiaced wzth 1-inch
Type K copper, 1-inch diameter tap saddle when required, and I-inch corparation.
All servic�s which are to be replaced or relocated sha.11 be u�stalled with the service main
tap and service Iine being :in lin�: with the se:rvice meier un�ess atherwise directed �y the
Engineer.
All existing �-ineh bullhead water service �ines with bullheads which are to be replaced
shall be replaced with two independent 1-inch single services.
A minimurn of 24 haurs adva.nce notice shall be given when service interruption will be
required as s�eci�ied in Section CS-5.15.
INTERRUPTION �F SERVICE: All water service meters shail be rezr�oved, tagged, and
co�lect�d by the Contractor for pic� up by the Water Department for reconditioning a�
replacement. After installation of the water service in the proposed location and receipt
of a meter from the praject inspector, the Con�ract�r shall install the sneter. The meter
box shall be reset as necessary to be flush with existing ground, or as othezwise directed
5-23
by the Ex��ineer. All such work on the outlet side of tl�e service meter sha�l be perforrned
�y a licensed plumber.
A. WATER SERVICE REPLACEMENTS: Water servic� xeplacement or relocation
is required when the existing service i� lead or is tno shallow to avoid breakage
during recanstruction. The Contractar shall replace the �xist�ng sezvice line with
Type K copp�r frorn the main to the m.eter, curb stop with lock wings, and
corporation stap.
B. WATER SERVICE RECONNECTTON: �Vate� servace recvnnection is required
when the existing service is copper and at adequate depth to avaid breakage
duriug reconstruc�ion. The Contractor shalI adjust the existing water service line
as required for reconnectio� and furnish a new tap with carporatian stog_
D. NEW SERVICE: When new sErvices are rec�rxired, the Contractor shaIl install tap
saddle {when requirad)�, carporatian stop, Type K copper service �ine, c�xz-b s�op
witk�. Inck wings, and me�er box.
E. MULTIPLE SERVICES BRANCHES: When multip�e service branches are
required, the Contxactor shall furraish approved factory manufactuz'ed bzanches.
F. MULTI�LE STREET SERVICE LINES TO A SINGLE SERVICE METER:
Any multipla services lines vcriih taps servzcing a szngle service meter encountered
during construction shall be replaced wrth one service iine that is applicable for
� the size of the existing service meter and approved by tbe Engineex.
58. AE,MOVAL, �A�,VAC�F., ANi� ARAN17nT�Tn�r�.NT n��xrcTn�r ; p�y
reznoval, salvaging andlor abandorunent of axisting facilities wili necessarily be required
as shown on the plans, and/or described in these S�ecial eontract Dac�ments in addition
�o those located in the field a.nd identified by the Er�gineer. This work sha�1 be done in
accordance with Section E2-1.5 Salvaging af Material ax�d E2-2.? Removing Pipe, of the
General Contrac� Docuzx�ents and Specifications, unless amended or sup�rseded by
requirements of this Special Condition.
A. SALVAGE OF EXTSTIlVG WATER METER AND METER BOX: Existing
water meter and meter box shall be renrioved and returned ta the Waier
Departmen� warehouse by the Coniractar in accordance wz�h Section E2-1 _5
Salvagi�g o.f Matez`ia�s.
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID:
Existing water meter and concrete vault lid shall be rernoved and reiurned to the
Water Department warehouse �y the Contractor in accardance wrth Section
E2-1.S Salv�aging �fMaierials. The cancrete vauit shall be demolished in place to
a point not less than 18 �nches below f�na] grade. The concrete vauIt shall t�en be
backfi�led and compacted in accoz'dance with backfill method as specified in
Section E2-2.9 �ackfill_ Backf�ll maierial shall b� suitable excavated material
ap}�roved by the Engineer. Surface restoratian shaiI be compatible with existing
suz`3rounding surface and grade.
5-24
C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be
removed and returried to the Water Departt�ent warehouse by the Cantractor in
accordance with Section E2-1.5 Salvagi�g of Materials. The voic� sha11 be
backfilled and compacted in accorda.nce with backfi[1 method as specified in
Section E2-2.9 Backfill. Backfill material shall be suitabl� e�cavated material
approved by the Engineer. S�rface res�oration shall be compatible with existing
suxraunding sur£ace and grad�.
D. SALVAGE �F EXISTIlVG GATE VALVE: Existing gate valv� and valve box
� � and lid shal� be removed and reiurned to the Wa#er Departmen# warehouse by #he
Contractar in accarda�ce with 5ec�ion E2-1..5 Salvaging of Materials. The void
area caused by tbe valve rernaval shall be backflled and compacted in accordanc�
'� with backfill method as specified in Section E2-2.9 Backfill. Bac�fi'ill material
shall be suitable excavated rnaterial approved by the Engineer. Surf`ace restoration
shall be compatib�e with existing surrounding surface anc� grade. If the valve is in
a concrete vauli, the vault shall be demolis�ed in place to a paint no less than �.8"
below final grade.
E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box
lid shall be abandoned �ay first c�.osing the valve to the fully closed position and
demolishir�g the va�ve box in place ta a point nat less than 18 inches below final
grade. Concrete shall then be used as backfill �naterial to match existing grade.
F. � ABANDONMENT OF EXiSTING VAULTS: Vaults to be demolished in place
shali have top slab and 1id remaved and vault walts demolished to a point not less
tha.za. 18" below . fmal grade. The vaid area caused shall then be backfilZed and
compacted in accordance with backfill method as specified in Section E2�2.9
Backfill. Backfll material shal� be suitable excavated rnaterial appra��d by the
Engineer. Surfaee restoratian shall be compatible with the existing suxrounding
grade.
G. ABANDONMENT OF M�NHOLES: Manhales ta be demolished in place shal�
have alI pipes �ntering or exiting the structure pingged with lean concrete.
Manhole top or cone section shall be removed to the top of ihe fiill barre3
d'zameter section, or ta point not less than 18 inches below final grade. The
structure shall then be backfilled and compacted in accordance with backf 11
method as specified �ix� Sect�ion E2-2.9 Backfill. Backfill material may be eithex
clean washed sand af clean, suitable �xcavated material approved by the Engineer.
Surface xestoration shalI be compatible with surrounding service surface.
Payment for work involved in back�Iling, pluggiz�g of pipe(s) an,d all other
appurtenances required, shall be included in tYie appropriatc bid item - Abandon
Existing Sewer Manl�ole.
H. REMOVAL OF MANHOLES: Manholes to Ue removed shall have alI pipes
e�tering or exiting the structure disconnected. The eomplete manhole, incIuding
top ar cone section, axi full barrel diameter section, and base section shall be
remaved. The excavation shail then be backfilled and corripacted in accardance
5-25
vvith backfilZ method as s�ecified in Sectian E2-2.9 Backfii�. Backfill material
rnay be with Type C Back�Il or Type B Backfill, as approved by th� Engineer.
5urface restor�.tion s�a11 be compatible with surrounding surface.
I. CUT°TING .ANT� PLUGGIl�TG EXISTING MAINS: At various �ocations on this
project, it may be required to cut, plug, and black existing �rater mains/services or
sanitary sewer mains/services in order to abandon these lines. Cutting and
plugging existing mains and/or services shall be considered as inciden�ai and all
costs incurred wi1� be considered to be included in fihe linear foot bid price of the
pipe, unless separa.te trenching is required.
REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is
required, it shall be the Contractor's responsibility to properly dispose of all
removed pipe. AlI removed valves, fire hydrants azad zn�eter boxes shall be
delivered tv Watex Department �ield Operation, Storage Yard.
K. PAYMENT: Paymant for all work and rnaterial involved in salvagin�,
abandaning azid/ar removiu�g existing facilities shaFl be included in the linear foot
bid price of the pipe, except as follows: separat� payment will be made �or
rer�oval of all fire hydrants, gate valves, 16 inch ar�d larger, arzd sanitary sewer
manholes, regaxdless of lacation. Payment will be rnade for salvaging,
aban�.aning ancllor removing all other e�cisting facilitzes whe� said �facility is not
being replaced in the same trench (i.e., wl�en removal requires a separate trench).
59. RFTF,C�TABT,F, WARNiN(`�__TAPE�; Detectable underground utility warning tapes
which can be �ocated from the surface by a pipe detector shall be installed directly abo�e
non-rnetallic vcrater anc�. sanitary se�uver pipe. The detectable tape shall be "Detect Tape"
manufaetured by A�Ien Systems, �nc. or approvec}. equal, and shall consist of a minimum
thickness 4.35 mils solid a�umin�n foil encased �n a protectiv� inert plastic jacket th�t is
impe�ious to al� known. alkalis, acids, cheznical reagen.ts ar�d solvenks fouz�d in the soi1.
The rriinimum overall thickness of the tape shall be 5.5 mils, and the width shall not be
less than �a inches with a minimum unit weight of 2%Z pounds/l inch/100'. The tape
shalI be co7or coded and imprinted with the message as follows:
1� r � _� � +,,
��
Water
Safety Blue
_,.,o,
Caution! Buried Water Line Below
Sewer
Saf�ty Green
Caution± Buried Sewer Lin� Below
Installatian of detectable tapes shall b� per man�facturer's recornmendations and shall be
as close to the grade as is practieal for optirnuin protection and detectability. Ailow a
mizaimurn of 1 S�nches betvveen t�e tape and the pipe. Payment for work such as backfzll,
bedding, blocking, detectable tapes, and all other associate� appurtenances reqnired shall
be included in the unit price bid for t1�e apprapriate bid itezrx(s).
PTPF. [-'LEANTNC�; 7oints shall be wiped and �hen inspected for praper installation by the
inspectors. Each joint s�all be swept daily anc� kept cieaza during installatian. A
5-26
temporary nig�t plug shall be installed on al� exposed pipe ends during any period of
, . work stoppage.
��. MFCHANTC'� AN�7 MATF.RTALMEN'� i.iF.N: The Contractar shajl be required to
execute a release of inechanics ar�d materialmen's liens upon receipt o£ payrnent.
62. �I�B�'rT'� rrrn�: The specificatio�s for materials set out the minimum standard of
quality which the City believes necessary �o procux�e a satisfactory project. No
substitu�ions wiil be permitted unti� the Contractor has received written permission of the
Engineer to make a substitutian %r the material which has been specified. Where the
term "or equal", or "oz appraved equal" is used, i� is understood that if a material,
product, or piece of equip�nent bearing th� name sa used is iurnished, it will be
a�provable, as the pa�tic�lar trade name was used for the purpase of establishing a
standard of quality acceptable to the City. If a product of any other name is proposed for
use, the Engineer's approval thereof �nust be abt�ined before the proposed substitut� is
procured by tl�c Conirac#or. Where the term "or equal", or "or approved equ�" is not
tiised ir} the specif cations, this does no� necessarily exelude alternative items ar material
or equipment which may accomp�ish the in�ended puYpose. However, the Contractor
sha�! have �he full responsibility of provzng that the propos�d substitution is, in fact,
equal, and the Engineer, as khe representative of the City, shall be the sole judge of the
acceptability of substitutions. The provisions of this sub-section as related to
"substitutions" shall be applicable to all s�ctiQns of these specif cations.
. •u �
�Z����f1�Y�is�
65. F3YPAS� PTTMP�L�: The Cantractor shall bypass the sewage around the section or
sections of �ewer to be rehabilitaied and/or replaced. The bypass sha11 be made hy
plugging existing upstream manho�e and pumping the sewage into a downstream manhole
or adjacent system or other method as may be approved by the Engineer. The p�.ump and
bypass lines shall be of adequate capacity and size to handle the flow without sewage
backup occurring ta facilities connected to the sewer. Pravisions shall be rnade at
driveways and street crossings to perntit sa.fe vehicuiar travel withot�t intenuptin� flow in
tb.e bypass system. Under no ci�cumstances will the Contractor be permitted tv discharge
sewage into the trenches. Payment sha11 be i.zxcidental ta rehabilitation or replacernent of
the sewer line.
�t •ui r
(�, FRC}TFC"TTC1N f}F TRF,E��P1..A�1'T� AN� �CITf.: All property along and adjacent to
the Contractors' operations including lawns, yards, shn�bs, trees, etc., shall be preserved
or restored after compleiion of the work, to a condition �qual tn or better than existed
prior to start of work_
Any trees or other landscape features scarret� or daxz�agad by the Contractor's operations
shall be restored or replaced at tl�e Contractor's expense. Trimming or pruni�g to
facilitate the work will be pe�nitted oniy by experienced workmen in ar� appz'oved
5-27
manner (Na tz�irnrning or pruning without the property owners' consent). Pruned limbs o�'
1" diameter ar larger shall be thoroughly treated as soon as possible vvith a tree wound
dressing.
68, r�TTF. R RfiTnR ATi�N: 'The contractor sha1l be responsib�e for restoring the srte to
vriginal grad� and conditzan after completion o�his operations subject to approval of the
Eng�ineer. The basis for approval by the Engineer will be grade restoration to plus minus
one-tenth (0.1 } of a foot_
69. i;_LTy�F F{7RT WCIRTH 4TAl�T�ARn PRCInTTC'T LTST; proposed products submitted
in the bid documents must appear in "City af Fort Worth Stazadard Produet List,
Septernber 1996" far the bid to be consider�d responszve. Products and prncesses listed
in the "City of Fort Worth Standard Product List, September 1996" shall be considered to
meet City af Fort Worth minimum techriical specifications as provided in t$e Special
Contract Documents.
70. T[�P�f?TT, fiC�nT� : Thss item shall be periaz-�ed in accordance
with the Ciiy of Fort Worth Parks and Community Services Department Sp�ci�icatinns
for Topsoil, Sodding and Seeding.
1. TOPSOIL
DESCRIPTION: TYtis item will consist of furnisiaing and placing a minimzun of
six (6) inch�s of topsoil, free from rock and fareign mat�rial, in all paarkways and
� mediazxs to the lines and grades as estabIishe� by t.�e Engineer.
C�NSTRUCTION METHODS: Topsail wi�1 be secured fram baz-�raw sources as
required to supplement material secured from street exca�ation. All excavated
matErials from streets wkich is suitable for topsoil will be used in th� parl�ways
and medians before any topsoil is obtained from � bonrow source. Topsoil
material secured frorn strcet excava#ion shall be stocl�piled at locations approved
by the Engineer, and at completion of gradin�g and paving op�rations, topsozl sha�I
be placed on parkway areas sa as to provide a minirrzurn six (6} inches of
compacted dept�i af tapsoil parkways.
2. SODDING
DE,SCRIPTIQN: Sodding will consist of fumisYting and pianting Berrnuda,
Buffalo or St. Augustine grass in the areas between the curbs a.nd walks, on
tez7races, in z�r�edian stnips, on embankments or cut slopes, ar in such areas as
designate� on the Drawings anc� in. accordance vvith t}ze requirements af this
Specification. Recommended B�xffalo grass varieties for sodding are Prairie and
609.
MATERIALS: Sod shaIl cansis� of live and grawing B�rmuda, Buffalo ar St.
Augustine grass secured from sources vc+here the spil is fe;riile. Soc3 to be placed
during the dormant state of tlaese grasses shall be inspectec! by the Engine�r to
verify that the grass is alive and acceptable. Bermuda and Buffalo grass sod shail
�-2$
��
have a healthy, virile root system of dense, thickly matted roots thrnughout a two
(2) inch minirnum thickness of naiive soil attached to the raots. St. Augustine
grass sod shaIl have a healthy, virile roat system of dense, tluckly matted �roots
throughout a ane (1) inch min�imum thickness of native soil attached to the roots.
� The sod shall be free fro�n obnoxious weeds or other grasses and shall nat cpntain
• any matte:r dele#erious to its gxowth or which rr�ight affect its subsistence ox'
hardiness when transplanted. Sod to be placed between curb and walk and on
terraces shall be the same type grass as adjacent grass or existing Iawn.
� Care shall be taken at all times to retain native soil on the roots of the sod dt.�ring
the pracess of excavatir�g, hauling, and p�anting. Sod anateria� shall be kept mois#
from the ti�ne i# is dug until planted. When so directed by the Engineer, the sod
�' existzng at the satu'ce shall be watered to the extent required }�rior to excavating.
Sod materi�l shall be planted within three days a$er it is excavated.
�. CONSTRUCTION METHODS: After the designaied areas have been carzzpleted
to the lines, grades, and cross�sections shown on the Drawings and as provided #'or
in other items af the can�ract, sodding of the t}rpe specified shall be performed in
accordance wzth the requirements hereinafter described. 5ocl.ding shall be either
"spot" or "block"; either Bermuda, Buffalo or St. Augustine grass.
a. Spo# 5odcling
Furrows parallel to the curb line or sidewalk lines, tvvelve {12} inches on
centers c�r �a the dimensians shawn on the Drawings, shall be opened on
areas to be sodded. Tn all fiurows, so�. approximately three (3} inches
square sha�l be placec� on tweive (12) inch centers at proper depth sQ that
the top a� �he sad shall not be more than ane-half (1I2) inch below the
finished grade. Holes of equivaient depth and spacing may be used instead
of furrows. The soil sha11 be f�m around each block and then the entire
sodded area shall be carefully rolled with a heavy, hand roller developing
fifteen (15) to twenty-five {25) paunds per square inch compression. Hand
tair�ping may be required on terraces.
b. Block Soddi�g.
At lacations on the Drawi�gs or whexe directed, sod blocks shall be
careful�y �laced on the prepared areas. The sod shall be so placed that the
entire designated a�rea shaIl be covered, and any voids left in the block
sodding shalI be filied wit1� additional sod and tamped. The en�tz7re sadded
area shall be rolled and tamped to form a thorougl�ly com�act soIid mass.
Surfaces of block sod, which, �aa the opinion of ihe Engineer, may slide
due to the height or slope of the surfac� or nature of the soil, sha11,. upon
directio� of the Engineer, be pegged with wooden pegs driven througl� the
sod block to the firrn earth, sufficiently close to hald the block sad firmly
in piace.
S-29
When necessary, the sodded areas shal� be smoathed a�er plaz�tizxg has
been completed and shaped to conform to the cross-section previously
provided and exis#ing at the time sodding aperativns were begun. Ar�y
excess dirt from planting operatzons shail be spread uniformly ov�r the
adjacent areas or disposed af as d'rrected by tkte Engineer so that the
comple�ed surfaee wiIl present a sightly appearance.
The sodd� areas shall be thoroughly watered imnaec�iately after they are
�lanted and shall be subsequently watered at s�zch times and in a manner
and quantity direct�d by the Engineer until cornplEtion and final
acceptance of the project by the City of Fort VVorth.
�
SEEDIl�iG
DESCRIPTION: "Seedzng" will consist of pregaring ground, praviding
and pla.nting seed ar a mixture nf se�d of the kind specified along and
across such areas as may be designated on �he Drawings a.nd in accordance
with tk�ese Speci�cations.
MATERIALS:
a. General. All se�d us�d mnst carry a Te�as Testing Seed label
showing purity and germination, name, type of s�ed, and tha� th�
seed rneets all �ec�nirem�nts of the Texas Seed Law_ Seed
fuz-n�shed shall be of the gre�io�s season's crop and the date of
analysis sho�vn on each tag shall be within nine (9) months oi time
o�' delivery to the praject. Each variety of seed sha�l be furnished
and de�ivered in separate bags or coniainers. A sample of each
variety of seed shaI1 be furnished far anal�+sis and testing when
diarected by t�Ze Engineer.
T�ie specified s�eed shall equaI or exceed the �allowing percentages
of Purity and germinatian:
.������ �..��-
Cammo�z Bermuda Crass
Annual Rye Grass
Tall �escue
Western Wheatgrass
Bu�'fata Grass Varieties
P��
95°/a
95°/a
95%
95 °/a
-.0 �.i �i
94%
95%
94%
90°/a
Top Gun 9S% 90°/4
Cody 95°/a 90%
Table 120.2.(2}a.
URBAN AREA WA_R1VI-SEA50N SEEDING RATE (Ibs.}; Pure Live Seed (PLS)
j�(fixf��rP f�r Cl�� nr Ti�t ,�nil�
i�ates
Feb 1
(F.aGtern �ectinns) (WPct�rn �e�fiinns�
Bermu�agrass 44 Buffalograss 8Q
Mixt�u-e fnr
San�i�,Snils
(All �ectinn�}
Bez-mud�grass 60
5-30
�
to Buffalograss 60 Bernaudagrass 20 Buifalograss 40
, . May 1
Total: 100 Total: 100 Total: 100
Tab1e,120.2.(2}b
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Puxs Li�ve Seed (PLS)
� T�ates {A11 �PrtinnG�
Aug 1 S Tall Fesctte 50
� ' to Western Wheatgrass 50
_ May 1 Aiznual Rye 50
Total: 100
CONSTRUCTION METHDDS: After the desi�nated areas have been completed
to the lines, grades, and c�oss-sectzons shawn on ihe Drawings and as provided far
in othe� items af this Contract, seeding af the type specif�ed shall be performed in
accordance with #he requirements hereinafter c�escribed.
a. Watering. Seeded areas shall be watered as directed by the Engineer so as
to pre�ent washing of the slopes ar dislodgment of the seed.
b. Finishing. Wl��'� applicable, the shoulders, slopes, and ditches sha11 be
smoothed after seed bed preparation has been completed and shap�d to
co�fornz to the eross-section prewiously provic�ed and existing at the time
planting operations were begun.
BRQADCAST SEEDING: The seed vr seed mixture in the quantity sp�cifi�d
shall be unifarmly distributed ovez th� areas shown on the Drawings and whe�re
directed. If the sowing oi seed is by hand, rather than by z�rAechanical matliods, the
seed shaIl be sawn in two direct�ons at right angl�s to eack other. Seed and
�ertil�zer sha11 be distributed at the same time provided the specified uniform rate
of application for bottz is abtained. "Finisi�ing"' as specified in Section D-46,
Coz�strucGion Methods, is not applicable since no seed bed preparation is required.
DISCED SEEDING: Soil over the area shown on the Drawings as directec� to be
seeded shall be Loosened to a minimum depth of three (3) inches and all particles
in the seed bed shail be a-educed to less than ane {1) inch in diameter or they shall
be removed. The ar�a shail then be finished to line and grade as specified une�er
"Finisbing" in Section D-46, Construction Methods.
I The seed, or seed mixture, specified shaIl then be plat�ted at the rate req�ired an.d
� the application shall be made uz�iformly. I�f the sa�uving of seed is by hand rather
than �y mecha�ical methods, seed shall be raked or harrowed into the soil to a
� depth oF approximately one-eight {1/8) inch. The planted area shall be roll�d with
� a corrugate� roller of the "Cultipacker" type. �h1I rolling af the slope area,s shall
be on the cor�tour.
5-31
ASPHALT MULCH SEEDING: The sail over kb.e area shown on �he Drawings,
or as c�irected to be seeded, shall be loosened to thE minimum depth a�F three {3)
inck�es and all particles in the seed bed sk�a11 be reduced to �ess than one (1) inch in
dia�neter, or they shall be removed. The area shall then be f nished ta line and
grade as specified under "Fanishing" in Sectian D-46, Construction Methods.
Water shall then be ap}�l'zed to the cultivated area of the se�d bed until a minimum
depth of six (6) inche� is thoroughly r�oistened,
After the watering, when the grounc� has becozne sufficien�Iy dry to be loose and
pliable, the seed, or seed mixture specified, shall then be planted at the rate
required and the application shall be made �rnifor�nly. If the saw�ing of seed is by
hand, rather than mechanical methods, tl�e seed shall he sown in tvvo directions at
rig�t ang�es to each other. Seed and fertilizer may b� distributed at tk�e same tizzze,
provided the specified uniform rate af application far both is obtaaned. After
planting, the seed s�a1.I be raked or ha.zrowed into the soil ta a depih of
approximately one-quarter {1/4) inch. The pianied surface area and giving a
sznaoth surface without ruts or tracks. In bet�n+'een the tirne compacting is
completed and the asphalt is applied, the planted area shall be watered sufficiently
ta assure unifortn moisture from the surfac� to a minimum of six (6} inches in
depth.
The applzcation o� asphalt shall fallow the Iast wate�ring as rapidly as passible.
� Asphalt shall be of the type and grade as shown on the Drawings anc€ shal�
conform to the requirern�nts of the item 300, "Asphalts, Oils and Emulsions". If
the type o� asphali to be used is not shown on the Drawings, or if Drawings are
noi included, then MS-2 shall be used. Applicatinns of �he asphalt shall be at a
rate of three-tenths (0.3) gallans per square yaard. It shall be applied ta tk�e az'ea in
such a manner so that a complete film is obtained and the iuushed surface shall be
carnparatively smaoth.
RE-SEEDING OF AREAS PLANTED WITH COOL �EASONS SPECIES:
Areas where temporary caol season species have beez� planted may be replanted
beginni�g Februaty 1 with warm seasan species as iisted in Table i202(2)a. The
re-seedzng will be achieved 'zn the following ma�ner. The cool season species
sha1I be mowed down to a height of one (1) inch to insure that slit-seeding
eq�ipment will be able to cut through the turf and achieve adequate soi]
penetration.
* Slit-seec�ing, is achieved. through the nse of an implement vcrhich cuts a furrow
(slit) in the soii a.nd places tha seed in the slit which is then pressed clase with a
cuitipacker wheel.
CONSTRUCTI�N WITHIN PARK AREAS
TURF RESTQRATI�N OF PARK AREAS: FERTILIZER
5-32
DESCRIPTION: "Fertilizer"' will consist of providing and distributing ferrtzlizer
over such areas as are designated on the Drawings and in accordance with these
Specifications.
MATERIALS: Al� fertilizer used shall be delivered in bags or containers clearly
� labeled sl�owing the analysis. The fertilizer is subject to testing by the City af Fort
• Worth 'sn accordance with the T�xas Fertilizer Law, A pelleted ar grannlated
fertilizer shali be used with an analysis of 16-24-0 or 16-5-$ or having the analysis
, shown an the Drawings. The figu:res in the analysis represent the percezzt of
nitrogen, phosphoric acid, and potash �utrients respecfiveiy as determined by the
� methods of the Assaciarion of Official Agricul�ural Chernists.
In the event it is necessary to substitute a fertilizer of a diiferent analysis, zt shall
� be a pelle#ed or granulated fertiliz�r witl� a l4wer concentration. Total amount oi
nutrients fuinished and applied per acre shall squal or exceed that specified for
each nutrient.
CONSTRUCTION METHODS: When an itern for fertilizar is incltzded in the
Dzawings axzd groposal, pelleted or graxiu.latec� ferti�izer shail be applied uniformIy
over the area specified to be fertilized and in the manner directed far the pariicular
item of work. Fertilizer shat! be dry and in good physica� condition. Fertilizer
that is pawd�red to caked will be rej ected. Distribatiorr of fertilizer as a pariicular
� item of work shall meet the appro�al. of the Engineer.
� Un�ess otherwise indicated on the Drawings, fertilizer shall be applied unifartnly
at the average rate of three hundred {3d0) paunds per acre for all types of
"Sodding" anc� fpur hundred (40Q) pounds per acre for al� �ypes o� "Seec�ing".
� MEASUREMENT: Tapsoil secured from borrow sources will be measured by the
� square yard in place on the project site. Measuremerzt �c7viil �e made anly an
topso�ls secur�d from borraw sources.
Acceptable material for "Seeding" will be measured by the square yard or by the
acre, complete in place_
Acceptable material for "Sodding" will be measured by tlze sc�uare yard or by t�e
acre, complete in place.
Work and acceptable materiaI for "Fet-tilizer" shali be measured by the ton of two
thousand (2,OD0} pounds as determined by approved scales ar guarante�d w�:ight
pf sacks shown by thE rnanufacturer.
PAYMENT: All work p�rforn�ed as ordered and measu�ed as provided under
"Measnrement" shal! be paid far at the unit price bid for each item of work. Its
price shall be fitIl compensation for excavating (exc�pt as nated belaw), Ioading,
hauling, placing and furnishing all labor, equipment, tools, supplies, and
incidentals necessary ta camplete work.
5-33
A11 labor, equipment, tools and incidentals necessary to supply, transport,
stackpile and plaee topsoil or salvage topsoil as specifzed shall be included in
"Seeding" or "Sodding'" bid itezzis and wili nat be paic� for directly.
"Spflt sodding" or "block sodding" as the cas� may be, will b� paid far at the
contraet un�t pMce per square yard, cam�lete i� place, as provided in the proposal
and contract. The contract uriii price shall be the total compensation fvr
furnishing and placzng all sod; far all roliing at�d tamping; for all watering; far
disposal of all surplus materials; and for all materials, labor, equipr�ent, toots anc�
incidentals necessary to cazz7plete the work, all in accordance with the Draw�ngs
and th�se Specifications.
The work gexfarmed and rnatenals furnished and measured as provided under
"Measuremen#" shall be paid for at th� unit price far "Seeding", or "Sodding", of
the type specifted, as the case may be, which price shall each be full compensation
for furnishing all maferials and far performing all operations necessary to
complete the work accepted as follows:
Fertilizer material and application will not be measur�d or paid for dir�ctly, but is
considered subsidiary �o Sodding and Seeding.
71. C"'(7NFINF.T) fiPAC.F. RNTRY PR(�lC'TRAM; Tt shall be'the respo:�5ibility pf the contraeto�
to imglement and maintain a variable "CONFINED SPACE ENTRY PROGR.AM"
which must meet OSHA req�irements for all its employe�s and subcontracto�s at all
times duxzng can�tnaction. All aetive ser�ver manholes, xega�rdless of depth, are defined by
OSHAS as "permit required cozzfined spaces". Contraciors shall subrni� an acceptal�le
`°CONFINED SPACE ENTRY PROGRAM" far alI a�plicab�e manholes and mainfain
an active file for �k�ese. m.anhales. The cost of complying with this program shall be
subsidiary to the pay items involving work in confined spaces.
• ►� s
73. TNSTAT,i,ATTf)N (�F WATER FAC:TT,TTTF.�
?3.I PQl�winyl C`.h1o�Pvc'.) Watel f 11)C;: pOLYVINYL Chloride Plastic Water Pipe
T
and fittings on ihis Proj ect shall be in �ccordance with ihe rnaterial standard
contaiz�ed iz� tlxe General Cont�act Dac�ments. Paymez�t �'ar work such as bac%�11,
bedding, blocking, deEectab�e tapes and all other associated appurtenan# required,
sha�l be inciuded zn the linear foot price bid of the appropriate BID I'TEM(5).
73.2 Rln�: Concrete blocki.ng an this Project will necessarily be required as shawr�
an the Plans and shall be installed in �ccozriance with the General Contract
Docurnents. :411 valves shall have concrete blocking provided for supporting. No
separate payznent will be made for any of the work involved for the item and al�
costs incurred wilt be considered to b�; included in the linear foot bid price of the
pipe ar the bid price of the valve.
n- � � • ' �.
5-34
1. WATER: T�e casing pipe for open cut and bored or tunneled section shail
be AWWA C-200 Fabricated ElectricalIy Welded Steal Water Pipe, and
shall confozn� ta the pzovisions of E1-I5, E1-5 a.r�d El-9 in Material
Speci�cations of General Contraci Docurnents and Specificatians for
Water Department Projects. The steel casing pipe sha11 be supplied as
follows:
Far the inside and ou�side of casin,� pipe, coal-tar prat�ctive coating in
accor�ance wzth the rec�uixe:ments o� Sec. 2.2 and related sections in
AWWA C-203. T�uch-up after fi�ld welds s1�a11 provide coating equal to
those specified above. Minimurr� thickness for casing pipe used shall be
0.375 inch.
Stainless Steel Casing Spacers {centering style} such as rnanufactured by
Cascade Waterworks Manufac#uring Company or an approved equal shall
be used an a�l non-concre�e pipes when installed in casing. Installation
shall be as recamrnendsd by the manu#'acturer.
2. �EWER: Baring used an this project shall be in accordance with #he
� material standard E1-15 �nd Construction standard E2-15 as per Fig. 110
.- of the General Contract Documents.
3. PAYMENT: Payment for alI materials, labor, equipment, excavation,
cancrete grout, backfill, and ineidental work shall be included in the utrit
price bid per foot.
73.4 Ti�n�S: The Contracior shall be responsib�e for �rtaking tie-ins to the existing
vsrater mains. It shall be the responsibility of the Contractor to verify the exact
location and elevation o�'the existing line tie-ins. And any differenees in locatians
and elevation o� e�sting line tie-ins between the contract drawings and what may
be encountered in the field shall b� considered as incidental to construction. '�he
cast of zxza,ki.ng tie-ins ta existing water or sanitar�r sevsrer mains shall be included
in th� linear foot bid price of the pipe.
`� 73 S : The Coniractar shall determine the exact location,
�� elevation, configuration and angulati�n of existing water or sanitary sewer lines
pzior to manufacturing of the connecting piece. Any differences in locations,
� ele�ation, configuration, aiid ar angulation of existing lines between the contract
drawings and vvhat may be encountered in the said wo�k shal� be conszdered as
� irtcidental to construction. Where it is requir�d to shut down existing mains in
, o�der ta rnake proposed connections, such down time shall be cvard.inated with
the Engineer, and a11 efforts sha�l be made to keep this dawrx time to a minimurn.
` In case af shutting down an�xisting main, tn� Coniractor shall notify Mr. J'ames
. Andcrson, Manager, Construction Services, Phone 871-7813, at least 4$-hours
prior to the required sh�tt down time. The Contractor's attention is dir�cted to
Paragraph C5-5.I5 INTERRUPTION OF SERVICE, Page CS-5(S), PART C-
� GENER�IL CONDITIONS OF THE WATER DEPARTMENT GENERAI,
CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The
5-35
Contractar shall notify the custorner both persona�Iy and in writing as ta the
�OC�1f10I2i time, aud sck�edule of the service zz�tenruption.
The cost of reznoving any e�isting cortcrete blocking shal� be included in the cost
oF connection. Unless bid separately all cost incurred shall be included in the
linear foot �rice bid for the apparopriate pipe size.
73.6 V�ive ('.nt-TnG: It may be necessary to cut-in gate va�ves to isoIate the watGr rnain
from which the exfiension andlor replacement is to be connected. This may require
closing valves in other lines and putting consumers out �f service for that period
of time necessary to cut in th� new valve; the work must be expedited to the
utmost and all s�ch cut-ins must be coordinatsd with the engineer in chazge of
inspection. All consumers shall be individually advised prior to the shut �ut and
advised of the appraximate lengt�Z of time they may be without service.
Payment �or tivaz'k suc$ as backfill, bedding, �'ittings, blacking artd atl other
associatec� appurtenants rec�uired, shall be included in the price of the appropriate
bid items.
73.7 W�ter �erviceG: The relocation, replacement, or reconnection of water services
will be required as shown on the plans, and/or as described in tl�ese Special
�antract Documents in adc�ition to those locaiec� in the field ana identif ed by the
Engineer.
� All SETVICE�S shall be constructed by the contractor utilizing approved factory
man�xfactured tap saddles (when requirec�) and cot-pora.�ion staps, type K coppe�r
water tubing, ci.�rb stops with lock wings, meter boxes, and if required approved
manufactured service branches. All materials used shall be as speci�ed in the
Material Standaz'ds (E1-I.7 & E1-1&) contained in the General Con#�act
Documents.
All water services io be replaced sha11 be installed at a minimum dep�h of 36
inches belovv �nal grade.
.Ali existing 314-inch water ser�ice lines which are to be rep�aced shall be replaced
with 1-inch Type K copper, t-inch diaxneter tap sadale when required, and 1-incix
corporation.
All services wluch are to b� replac�d or relocated shalI be instalIed with the
serv�ce main tap and service line being in lane with the service meter unless
otherwise directed by the ,
Engineer.
A minimum of 24 hours advance no�ice� shall be given wh�n service interr�ption +
wi1l be requzred as specified in Section CS-5.1 S INTERRUPTION OF SERVICE.
All water service meters sha11 be r�mo�ed, tagged, and collected by the contractor
for pickup by the Water Departrnent for reconditioning or replacement. After
S-3b
installation of the water service in tk�e proposed lacation and receipt of a rxieter
froxn the project inspector the contractor shall install the meter. The meter box
shaIl be reset as necessary to be flush witI� exist�ng gz'aund ar as oth�rwise
directed by the Engzn.eer. All such warK on the outle� side of the servica meter
sha11 be pexformed by a licensed plumber.
• 1, WATER SERVZCE REPLACEMENTS: Water service replacemen� or
�� relocation is required when the existing service is lead or is too shallow to
avoid breakage during street reconsizuction. The contrac#or sha11 replace
the exist�ng service Iine with Typ� K copper frvrn th� mai� to th�; mcter,
'� curb stop with lock wings, and corporation stop.
Payment for all work and materials such as backf ll, fittings, type K copper
tubing, curb stop with lock wir�gs, service line adjustment, and any
relocation of up to 12-inches frorr� center line exis�ing meter iocation to
center �ine proposed metcr locatian shalX be incladed in the Linear Foot
price bid for Copper Seivice Line from Mai� to five (5) feet behind Meter.
Any vertical adjustment o€ cnsto�ner serviee line within the 5 foa# area
shall be subsidiary to the service ins�allation.
Payment for ali work and materials such as tap saddle {if required},
corporation staps, and fi�tings shall be included in the price bid for Service
Taps to Main.
� 2. WATER SERVICE RECONNECTION: Water service recpnnection is
required when the existing service is copper and at adequate depth to avoid
breakage d�.ring street reconstivction. The cont�ractor shall adjust the
existing water service line as rec{uired for reconnection and furnish a new
tap with corporation stop. The contractor will be paid for one (1} Serwice
Tap to Main for each service reconnec�ed plus for any copper service line
used in excess of five {5) feet from Main ta five {5) fee� behind the Meter.
3. WATER SEI�VTCE METER AND METER B�X RELOCATTONS:
When the replacemen# and relacafiian of a water s�rvice and meter box is
required and the location of the meter and meter box is moved more than
twelve (I2) inches, as measured from the center line of the e�isting mefer
to center line of the proposed rneter 1oca�ion separate payment will be
allowed fo�r the relocation af service meter and meter bax relocation.
Whe� relocatian of service met�r and meter box is rec�uired payrnenf far
all work and materials such as backfill, fittings, five (Sj feet of type K
copper service and all materials, labar, and equipment used by arid for the
licensed plumber shall be includ�d in th�; price bid far ihe service meter
relocation. AIl other cos�s will be incl�ded in other appropriate bid
it�m{s}.
This itern will also be used to pay for all service meter and meter box
relocations as required by the Engineer when t�e service line is not being
5-37
replacec�. Adjustment of only �e meter box and customer service line
within 5 feet distance behind the meter will not justify separate payrnent at
any time. Locatians witn multiple service branches will be paid for as one
service meter and meter box relocation.
4. NEW SERVICE: When new services are required the contractar shall
install tap sac�dle (when requzred), carporation stap, type K copper service
line, c�rh stop with lock wings, and. rneter box.
Payment for all work and materials such as backfill, fittings, type K copper
tubing, and curb stop with lock wings shall be inclnded in the L�inear Foot
price bid �or Service Line from Main ta Meter five (5) feet behind the
meter.
Payment for all work and materials such as �ap saddle, corporation stops, '
and f ttings shall be i�zcluded in the price bid for Service Taps to Mains.
Paym.ent for all work and matez�als such as furnishing azzd setting new
meter t�ox shall be inc�uded in the p�ce bi� for furnish and s�et meter box.
5. MULTIl'LE SERVICE BRANCHES: When m�ltiple service branches are
required the contractor shall furnish approved factory manuiactured
branches.
� Pay�ment lfox multiple service branches wi�1 include fu�rnishing and i:�stalling the
mul�iple service branch anly a.�nd al� other cost will be included in other
apprvpriate bid itern(s}.
6. Mi.TLTIPLE STREET SERV�CE LINES TO SINGLE SERVICE METER:
Any nr�ultiple service tines with t�.ps se:rvicing a sing�e service meter
enco�ntered dur'vng construction shall be replaced with one servzce li.n.e
that xs applicable far the size of the e�isting servace rneter and approved by
the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s}.
73.$ Ar�inct M�nhn�e�, �nd Vaults RTtili�y (�'nt�: Contractor wzll be responsible �or
adjusting water valve boxes, manholes and vaults to match new pavement grade.
The unit price bid will he full payment far materials including all labor,
equipznent, tools and incidentals nec�ssary to complete the wark_
'73.9 A�j�ist Water Valve Roxes_ Contractor will be responsible for adjusYing water
valve boxes to match new pavement grade. The water valves themsel�es will be
adj�xsted, if necessazy, by Ciry ofFoz-t Warth Water Depart�nen� forces.
Prior to the begiz�z�ing o:f work, the Contractar shall make an znventory of the
condition of existin� water valve boxes_ The Construction Engineer will field
verify this inventary atad provide the Confiractor replacements for braken valv�
5-38
boxes. The contractor shall replace the valv� boxes wluch are damaged during
construction at no cost to the City.
Tk�e unit p�ice bid per each will be futl compensation for aIl labor, materials,
equipment, tools, and incidentals necessary to complete t�.e work.
73.10 P��,rgz�g ��,�i �t�iz�x�n n�' W�rer T.in�s: Befare being placed into service ail
newly consttucted water lines sha11 be purged and sterilized in accordarice with
E2-24 of the General Confiraci Dacuments and Specif cations except as rnodified
hc�rein. The City will furnish a11 water for IlVITIAL cleaning arid steril:t�atia�x of
water lines. All other rnaterials for construction of �he project, including
appropria.tely sized "pipe cleaning pigs" and chlorinated lime (HTHj shall be
furnished by the Contractor. Chlorinated lime {HTH) shall be used in sufficient
quantities to provide a chlorine residr�al of fifty {50) PPM. The residual o� free
chlorine shall be measured aftez 24 hours azid shall not be less than 10 parts per
million of free chlorine. Chlarinated water shall be dispased of in the sanitary
sewer system. Should a saz�i.tary sewer nat be available, chlorinated rnrater shall be
"de-chlorinated" prior to disposal. The line �nxy not be placed in service until two
suceessive sets of sa.mples, taken 24 hours apart, have met the established
standards of purity.
Purging and st�rilizaiian of the water lines shall be considered as incidental to the
�rojec� and all costs incunred will be considered �o be included in the linear %at
bid price of the pipe.
73.11 Work .ar Pre. s 3r�tp1����rnmr3ariFG: Contractor shall ta�e note that the water
� �ine to be replaced under this cantract crosses or is in close pro�imity to an
- existing pressure plane boun�ary. Care sha11 be taken to ensure all "pressure
plane" valves installed are installe�. closed and no cross conr�ectians are made
� between pre�suz'e planes. A Iocataon rnap has been included to heip keep
temporary services from crossing pressure plane boun.da.ri�es.
73.12 ��ter iarnnT� �tatinn:
GENERAL:
All water sampling stat�an installations will �e per attached Figure 34 or as
required in large water rnetar vaults as per Figure 33 un�ess o�herwise di:recfied by
the Engineer.
� f The appropriate water sampling station will be furnished to the Contractor free of
� charge; hawever, the Contractor will be required to pick up this item at the Field
Operat�ans Warehouse.
PAYMENT FOR FIGLJRE 34 IlVSTALLATIONS: Payment fo�- all work and
nr�ateriais necessary for the installation of the 3/4-inch type K copper service line
will be shali be
included in the p�ice bid for copper Service Line from Main ta Metar.
5-39
Payznent for all work and materials necessary for the installation tap saddle (if
required), carporation stops, and fiitings shall be included in the price bid for
Ser�ice Taps to Main.
Payment for all work and materia�s necessary for the installatian of the sampling
statian, concrete supp�rt block, curb stap, �ittings, and an incidental5-%et af type
K copger service line which are requixed to provide a cornplete and fiu�ctipnal
watear sampli.ng station shatl be included in the price bid for Water Sampl�
Stations.
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for alX work and
rnateri«ls necessaty �'or the installation tap sat�dle, gate valve, and fittings shall be
included in t�e price bid for Sezvice Taps tfl Main.
Payment for aIl waz'k and materials ztecessaay for the installation of the samplir�g
station, modification to the vault, fittmgs, and alI kype K copper service line which
are requ�xed to provide a complete and functional water sampIing statio� sha�1 be
incIuded in the price bid �or Water Sample Statzons.
74. SPRTNKT.IN� F(� . All applicable provisions of Standard
Specifications Ttem 200, "Sprinkling for Dust Control" shall apply. However, no d'zrect
payznent will be made £or this item and it shall be considered to this contract.
'��. p�V4rATF.RT1�; The Contractor s1�a11 be responsib�e �or determining the method of
dewatering operation for the water or sewage fln�rs fram tk�.e existing inains and ground
water. The Contractar shall be responsible for damage of any nature resulting from tb.e
devvatering operatians. .
The DTSCHARGE from any dewatering operation shall be conducted as ap�roved by th.e
Engineer. Ground water sh.a.11 zaot be d'zschaz'ged znto sar�itary sewers.
Dewa#ering sha11 be consider�d as incidentai ta a, eonstruction and all costs incurred will
be considerea to be included zn the pxoj ect price.
'%�. �A C. TF.CTTN[-`z PR [�CF.T3i TRF.: Pnnr to any asphalt paving, at least 24 hours in
advance, the cant�ractor is rEquired to submit a Mix Design far both Type "B" and "D"
asphalt that will be used for each project. This design sha11 not be mare than twa (2)
yeaz's old. Upon submittal o�the design mix a Marshal {Proctar) will be calcuIated, if one
has not bEen previousty calculated, far the use during density testing. Faz �.ype "B"
asphalt a maacimurn of 20% rap may be used. Na Rap may be used in type "D".
Upon approval of an asphalt rnix design and the ca�culatian of the Marshal (proctor) the
contrac�or is approved for placemant of the asphalt. The contractor shall contact the City
Laboratory, through the inspector, ai least 24 ho�rs in advance of the asphait placement to
schedule a technician tp assist in the monrtoring af the number of passes by a rollex to
establish a rolling pattern that will provide the required densities.
After a rolling pattem is established, densities should be taken at locations not rnare than
5-40
300 feet apart. The above requirement a�p�ies to both Type "B" and "D" asphalt.
Dansities on type `B" must be dane bef�z`e Type "D" asphalt is applied.
Cores to determine thickness of Type `B" asphalt rritzst be taken before Type "D" asphalt
is applied. Upon completion afthe application ofType "D" asghalt additional cores must
a be taken to determine the applied thickness.
s
i
�
5-41
(THI� PAGE INTENTIONAL,LY BLANK)
5-42
7'7. CONSTRUCTION ITEMS:
1VON PAYITEMS'
NON-PAY ITEM NO. 1- ADNST �XISTING WATER OR SANTTARY SEWER SERVICE
LTNE:
The Cantractor shall be responsible for adjusting existing water service Iines a.nd sanitary sewer
service lines located in the right-of-way due to conflic� with proposed eonsiruction. Adjustment
w�ill include alI coruiection, reconnection, raising, Iowering, reroufing, and ze-aligning to provide
service to th� right-of-way Iine at the ea�isting poznt nf service and shall inclnde alI matezi�al,
components, labor, and appurtenances required to accomplish this item. Tf required, no direct
payment will �e made far this item and it sha11 be consideared subsidiary to the project price bid.
NON-PAY ITEM NO. 2- ADNST W.AT�A VALVE BOXES:
Coniractnr wiIl be responsible for adjusting water vaive baxes to match new pavement grade or as
otherwise directed by the Engineer. The water valr+es themselves will be adjusted by City of Fort
Worth Water Depattment forccs. I£ req�ired, tt�is item is subsidiary to all street re-construction
and as such shail not be paid for directly.
NON PAY ITEM NO. 3- AD7UST13EAL EXISTI]�1G MANHOLE:
E�cisting manhole adjustments and/or sealing, if required, shall be subsidiary to aII street re-
corisiruction and as such shall not be paid for directly. Sealing and/or adjusting sl�all be in
accardance v�zth Water Deparhnent 5peci€'ications.
NON-PAY TTEM NO. 4- DUCTILE IItON PIPE AND FITTINGS:
Ductile Iron Pipe and Fittings an this Pro�eet sha11 5e in accardance with the material staudard
eQntained in �e Water Department's General Contract Docunnents and Specificafio3ns, except far
the changes listed below:
Reference Part E2 - Constructioz� Specifzcations, 5ection E2-7 TnstaIling Cast Iron Pipe, Fittings,
and Specia�s, Paragrap$ E2-7.11 Cast Trnn Fittin�s. Del�te this paxa�raph in its entirety and
replace with the following.
"E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductiie-iron and gray-iron %ttings
,, shall b� furnished with c�ment mortar lining as stated in Sectaon El 7. No payment sha]l be made
for aIl fittings, joint accessories, polyethylene wrapping and conczete blocIdng necessary fox
construction as designed.
AIl ductile-iron and gray-irou fittings, vaives and specials shall be wragped with Polyethylene
wrapping confoz�miung to Mateziai Specification EI-13 and. Coristruction Speci%�cation E2-13.
� Wrapping shaIl precede concrete blocking, No direct payment wiIl �e made for this item and it sha11
be considered incidental to this contract."
5-43
�z
NON-PAY ITEM NO. 5- BYPASS FUM�'ING FOR SArTITARY SEWER:
The Caniractor shall bypass sewage around tY�e section or se�tions of sewer to be repaired ."The
bypass shall be made by pjugging existing upstream manho�e and puznpin�g the sewage inta a
tiownstream manhoIe or adjacent system Qr other method as may be approved by the Engineer.
The pump anc� bypass livaes shaEl be of adequate capacity and si�ze ta handle tb.e flow without
sewage backup occurring to facilities connected to the sewer. Provisions shal� be made at
driveways and street crassimgs ta pern►it safe v�hzcular tzavel without interrupting flow in the
bypass system. Under no circumstances wi11 the Contractor be pernutted to c�ischarge sewage irito
the treuch�es. If required, payment shall be incidental to the repair of the sewer line.
NON-PAY ITEM NO. b-'TEMPORARY FENCING:
Coniractor shall be respons�'61e far the installation of temporary fencing, at the request af the
�ngi.neec, to prevent citizens and animals from entering the construct�on area. Contractar shail be
responsihle for maintaisung the �en.eral safely of the public and affecied properties. No direct
payment wiIl be tnade fnr this item and it shall be considered incidental to this contract.
NON-PAY ITEM NO. 7- COORDINATION OF FRANCHISE UTII.ITY ADNSTMENTS:
Contractor shall pra�vide protection af all franchise utility overhead, surface, ar undexground lines and
struchues, an.d fizmis� all labnr, sharing, shoring design, support, tools, and equiprnent necessary to
provide such protection in arder ta co�leEe tlae work. Conhactor shall cooard'zn.ate requi�ed �Zaucluse
utility zelacatians vr�th his woric. Na direct payment �rili be made for this item and it shal� be
cansidered incidental to this cvntract.
NO'N-PAY ITEM NO. S- FURNISH AND INSTALL EXCAVA'I'ION AND TRENCH SAFETY
AND SHORING:
Contractor sha.11 be soleZy responsihle for all excavation and trench safety provisians zr�ee#ing the
reqwurezn.ents of the United States Department of Labar Occupahonal Safety and Health
Adrninistration (OSHA). 'I'he contractor's excavation and trencl� safety system shall include ali
necessary shoring and/or bracing to adequately provide a safe excavation andlar trench situation for
all constructian az►d avoid damage to adjacent structuzes. Contractor sha11 be responsible far ali
datnages to e�s.isting struciures due to exea�atians %r the praject. An.y daz�nages mcurred due ta
excavation shail be repaired at the eontractor's expense. The coni�actor must subm�it an excavatiaz�
and tcench safety plan prepared signed and sealed by a registered professianal engineer prior to
constructian. No direct payment wiil be made far this item {except for storm dtain tzench safety if
pro�ided for by specific pay item itx the pragosai} and it shall be cozzsidered incidernal to this contract
NON-PAY ITEM NO. 9- LANDSCAPE RESTORATION fIN RIGHT-OF-WAY OR
EASENiENTI:
Tha purchasing and instaIlatinn of trees, shrubs, flowers, vaIuable plants, and iz�rigation systems
i�aat are ren:zo�ed or dazraaged vv�thin the rig4�t af-way or inside the permanenc utiiity andlor
drainage easersient or at the locatior�s shown on the plans (including remo�al and disposal of
existing} shall be subsid'zary to the contract price bid. The Contractor shail be responsible for
restaring ancl/or repairing landscape (trees, shrubs, flowers, valuable plant�,...) axid inrigation systenis
damaged by his caza�truction activities, unless provided for othenvise by speciiic pay items in the
propasai. All landscape restoration shall be done #o the satisfaction of the City.
5-44
9(03,�2
NON-PAY I'I'EM NO. IO - SA,WCUT CONCRETE:
This pay item shali include all m.atezial, eq�iprnent, and Iabbr ta sawcut all cvnczete to be zemoved,
aud or a11 sawc�ts required for joints, etc... Sawcuts shall be neat and in accordance with City of
Fort Worth Standard Specifcation Item 520, "Sawing".
NON-PAY ITEM NO. 11 - C�ORDINATION WITH TEXAS DEPARTMENT (3F
TRA.NSPORTATION:
Contractor shall coordi.zaate aU. work and inspections nccurring in state highway right-of-way wikh the
app�opriate Texas DeparTrnent of Transportaiion authorities. All wark in state highway night-of-way
shall be governed by applicahle Texas Deparlxnent af Transportation Specifications. Contractor
shall supply aIl labor, materia4, and equip�nen# necessary to comply with said Texas De�arnnent of
Transportation Speeifications, authorities, and inspectors in order to cort�lete the wor�c. Con#ractor
shall contact and schedule a pre-construction meetmg with TxDOT be%re begitming work in highway
right-of-way. At tlais zn.eet�zzg, contractor shall submit ccspies of sboring details, sec�uenc� of wozk,
and traffic control plan. Contraetor shali comply with T�cDO'I' pemut ineluded in Appendix "C". No
d'uect pay�ent will be made for this item and it shall be considered incidental, to this contract.
NON-PAY ITEM NO. 12 - CONTRO� OF WATER:
Contractor shall be responsible far con�rolli�g dtainage water and shall determine the methad and
rneans to provide a suitable working platForm t�ai will permit construction to be carried out under
satisfactory conditions. Coniractoz shall d'zv�rt waiez, by means det�rmined by the Contracior and
approved by the Cify, around and/or away from work areas so it wiIl not interfere with the intended
construction. Dir+erted water sk�all not damage ar harm eacis4ng buildings, struciures, thoranghfares,
or �arivate progerty_ If necessary, Contractor shall remove controls so large storm evenks wiii not be
impeded. No direct payment will be made for this item and it shall be conssrIered incidental ta tt�is
GOntcaCt.
PAYITEMS
PAY ITEM NO. 1- PROdECT DESIGNATION SIGN:
The Contractaz shall construct and install a Project Desigr�tian Sign at each end af the Project site
and it wiii be the responsibiliiy of t�ze Cantractor to maintaiu the signs isz a presentable condiiian at
aII tirnes d�.ring project cansl�ction. Maintenance will include painting and repairs as directed by
the Engineer. Refer to City of Fort Woz-tli Standazd Speci�ication for S�reet and StQr�n Drain
Construction, pages 4U0�05.
PAY ITEM N�. 2- ER05ION, 3EDIMENTATION, AND WATER POLLU'I'ION
PREVENTION:
Con.tractor shall �rovide all necessary means and �easures to prevent soil erosion, sedimenta#ion, aud
water pollation which may degrade receiving wa[ers, and furnish all lahor, tools, and equipment
necassary to provide such protec�ion in order tv earriplete the work. Conshuction slaall be in
aceordance with article 41 of �hese Special Frovisions and NCTCOG Specitication ICem 3.12. Runoff
tlischarges d'uectly into T�tl]OT right-of-way and thus Coniractor sl�all also cozr�ply wit� all
requirements and request of T�OT inspectors as well as City af Forf Wvrth inspectors. Contractor
5-45
��2
uziderstands that po�lutian preventian rneas�res wiIl need ta be restorad, cha�ged, and adjusted as
project progresses, and no adjustrnent shall be rnade Co Lump 5umprzce bid. Dishnrbed area for tf-�is
project is estimated at 4.5 acres. If Contractar's waric requires disfurbit�g an area nf 5.0 acres or more,
it is the sole responsihiiity af the contractor to prepare a SWPPP and �le a NOI and �eet a�l cwrrent
EPA guidelines of the NPDES program. Contractor shall include owner as co-pertnittee. No direet
payment uWi1l be made fvz preparation of a SWPPP or NPDES cannpi�ance and i# shall be considered
incidental ta this pay item Payment for this item sl�all be at the unit price hid per �,ump Sunn, pro-
rated over the length, of the con�racted as set forth in the nwmber of calendar ar working days
called for in this prapnsal.
PAY IT�M N�. 3-'TR�.FFIC C(]NTROL:
`�'k�is itezz� s1aall iz�clude all material, equiprnent, and labor to provic�e traffic control during tt�e
construction of Cityview Deten�ion Pond praject, and includes all striping, barricades, signs, cones,
barrels, flagman, etc.. an� any otlter incidentals necessary to complete the work. The Contractor
shall comply with alI requuernents for tra�fzc cantrol stated in the plans and elsewhere in this
Project Marinal, alt requirements of the Texas Department of Transportatinn, and aII requirements
of City of Fort Worth Standard Speci�cation Item S24_ Contractoz uz�derstands that tr�c control
measures may need to be changed, adjusted, or zestored as project pxogresses, and no adjustrr�ent shaIl
be made to Lump Sum price bid for said changes, adjustments, and restorations. Pay�ent for this
itenn sk�a�l be at the w�it pzice bid par Lump Surn, pro-zated avez the length o#'the contracted as set
farth in the number of calendar or working days called for in this proposal.
PAY �'i'EM NO. 4- CLEARING AND GRUBSING:
All abjectianable items within the iimits of this project and nat otherwise provided for shall be
temqve� under this item in aceordance with City of Fort Worth Standard Specification Item 1 Q2,
"C1'earing and Grubbing". Thais itezn shall also include rerrio�ing and disposing of all trees, stiunps,
and roots neeessary For the cnnstruct�on of this project, as shown on the plaris or as directeci by the
�ngiz�eer. .
The C4ntractar shali nptify the appropriate property ownez rega�ding those trees which ihe
Contractor and Engineer feel must be zerrAoved or substantially pruned to aceomplish the zequixed
woric of this groject.
If it is determined that a tree that is not inside the right-of-way ar the permanent utality and/o�r
drau�age aasemant must be rernoved ns' substantially pruned to accnmpIish the required work far
this project, the Contractor s1�a11 replace said tree in kind.
Payment for tfiis item shall be at the wa.it pxice bid per Acre and sha11 �clude all labor, material,
equiprnent, excavation, dispvsing of vvaste, hauling, and incidentals necessary far a comp�ete job.
PAY ITEM NO. 5- REMOVE EXISTING CURB (AND CURB & GUTTER WHERE
EXISTING}:
T�uis pay item shaii izzciude all tnatezial, equuipment, and labor to sa�ucut (if required} and remove
existing conerete curb (and curh & guiter where exis#ing) where shown o� the plans or as directed
by the Engineer, and dispased of i� a manner satisfactory ta ti�e E�gineer. This ite� shall be
governed hy City of Fort Worth Standard Specif cation Item I04, "Rernoving Old Concrete".
Sawcuts shall be neat and in accordance with Ciry of Fort Worth Standard Speci#ica�ion Item 5Z0,
"Sawing". Work in IH-20 right-of-way shall also be governed by applicable Texas Departmeni of
�-46
��oz
'Tra�sportation Specifications. Payment for this item shall be at the unit price bid per Linear Foot
of curb rem.oved.
PAY �TEM NO. 6- REM4VE EXIS'CING CONCRETB 1'AVEM�NT:
This pay item shalf include all material, equipment, and labar to sawcut and remo�e existing
. concrete pavement where shown on the plans or as directed by the Engineer, and disposed of in a
manner satisfactory ta the Engineer. Tk�is itenn shall be governed by City of Fort Worth Standazd
Speci£'ication Item 104, "A�maving Olci Concrete". Sawcuts shall be neat and in accordance witl�
.. City of Fort Worth Standard Speci�cation Item 520, "5awing". Work in IH-20 right-of-way shalt
also be governed by applicable Texas Deparnnent of Transporta#ion Speciiications. Payment for
this item shall be at the unit price bid per Squaie Foat of concrete pavement removed.
PAY ITEMS NO. 7& 8— CUT, REMOVE, AND DISPOSE �OF EXISTING RCP:
This pay item sha11 iunclude all rnaterial, equipment, and labor to rernove cancrete starm drazn in its
entirety where shawsi an the plans and as directed by the Er�gineer aczd c�ispased of in a m�anx�er
satisfactory tv the Engineer. This item shall be governed 6y City af Fart Worth Sta�nc3ard
Spec�cation Item 452, "Rernovir�g Otd 5tructures". Sawcuts shal! be neat aud in accordance with
Czty of Fart Worth Standard 5pecifieation Item 520, "Sawing". This item shall include required
excavatian and back#ill and shall be govemed by City of Fort Worth Standard Speciiication Item
400, "5tnictural Excavation". Af1 work in IH-20 right-of-way shall be govemed by applicable
Texas Depa�nent of Transportation Speciiicarions, including but not limited to Item 400,
"Excavation and Backfill for 5tructures", Item 496, "Removing Old �tructures", and Item 430,
"Extending Cancrete 5tructuz�s." Payment for this item shall be at the unit price bid per Linear
Faot far storm drain size removed.
PAY ITEM NO. 9- UNCT ASSIFIED BXCAVATION:
, . --
This item shall include all eaccavatian, shaping, and co�rstruction oi detention pond floor, slopes, and
all surrounding area in accardance wi#h the drawings and as shown on the pla�s. This ikem shall be
,, governed by the City of Fort Worth Standard Specification Itetns I10, "Unclassified Channel
�xcavation", and 114, "Embanlrnient". Paynnent for this item shall be at tlae unit price bid per
• G�bic Yard and shalt in.clude all labor, material, equipment, excavation, backfill and compaction,
disposing of waste, hauling, and irncidentals necessary to complete the work. Work in TH-20 righi-
' of-way sha11 also be governed by applicable Texas Department of Transportation Speci�cations.
Con�actor �nust provide for a suifable and approved disposal site. All excavation shall be recnoved
. &ozrn the site Tt is anricipated that an undetezmined amount af excavalaan shall be in rock. See
Geotechnical Report in Appendi�c "B." 'The contractor shall anticipate rock and include it in his unit
� pnice bid. NO ADDI'TZON ALLOWANCE SHALL BE MADE.
'I'he proposal quantzlies stated in Part B are computed from grades, dimensions, and limits shown on
the plans. Payment shall be made at the unit pr�ce bid for tFae quarztity sta#ed in Part B(plan quantity
payinent). Said quantity sk�all cover ail excavation required to complete this project (except for storfn
� drain trench excavation an� ba�kfill as provided for by pay item no 19 in the proposal). If the
Contiactar believes this quantity to be zn ezrar, ik shaIl be the Contractor's responsibility ta provide
revised qnantities for approval and conection before bi.dding the project. Con�actor wilI be
, responsible for supplying ali data necessary to support a change iu the sta#ed quantity. Said change, if
agreed upon, shal� be made by addendurn befnre bid opening. AFTER BID OPEIVING, N�
CHANGE iN THE STATED QiIANT�TY WILL BE MADE.
5-4�7
BlU3l02
PAY ITEM NO. 10 - 24" x 24" SINGLE GIZATE INLET:
'Fkxis pay item shall include all material, equipxnent, and labor ta construct a storm drain inlet to th�
size, lines, dimensions, and �ayout as shown on the plans and details and as directed hy the
�ngineer coz�npleted and in-place. The fnlet shaIl he govemed by Gity of Fort Worth Staadazd
Specificatian Item 444, "Manlxoles and Inlets". This item shall include required excava#inn and
backfill and shall be governed by City of Fort Worth 5#andard 5pecification Item 400, "Structural
�xca�a�ian". Payment for t1�is item shaII be at the unit pzice bid per Each far a completed and in-
pIace structure.
PAY ITEM NO. 1 I- SPEGIAi. SEXTUPI<ET INLET:_
This pay item shall include all material, equipment, and labor to construct a special storm drain
curb inlek to the size, lines, dimensions, and Iayout as shown on the plans and details and as
directec� by the Engizieez completed and in-place. Fnlet construction shalI be per City of Part
Worth Standard detail sheet for storm drain intets S-5D 1 through S-SD 4 modif'ied to meet the
degths and dimensions shown in the plans. The inlet shall be go�emed hy City of Fart Warth
Standard Specificarion �tem 444, "Manholes and Inlets". This item shall include required
excavation and backfill and sha�I be govern�d by City of Fort Worth Stanaard Speci�cafion Item
406, "Strttctuzai Excavation". Payment for this item shall be at the unit price bid per Each for a
cornpleted and in-place structur�.
PAY iTEM NO. 12 - MODIFIBD MANHQLE TYPE 7:
This pay item s�all include aIl material, equipment, and labor to construct a storm drain manhole to
the sizc, Iines, dimensions, and layout as s�awz� on the plans and details and as directed by the
Engineer completed and in-place. The manhole shall be constructed in accordance with City of
Fart Worth �#anc3ard Detaii Drawing S-SD 10, and as modified on detail sheet C8.1. The ma�hole
shal� be go�erned by City of Fort Worth Standard Speciffcation Item 444, "Manholes and Inlets".
This item s�all include required excavafion and backfill and shall be governed by City of Fort
Worth Standard Specification Item 400, "Stzucfuza� Excavation". Paym�nt %r thfs item shall be at
the uuit grice bid per Each far a completed and in place structure.
PAY ITEM NO. 13 - MANHOLE TYPE 6:
This pay itezn s�all include all rr�teriat, equipment, and labor to cans�uct a storm� drain rnanhole to
the size, lines, dimensions, anci Iayout as shown on the plans and details and as directed by the
Engineer coznpleted and in-place. The manhole shxIl be constructed in accordance �vitii City of
�ort Worth Standard Detail Dzawu�g S-SD kQ. The manhoIe shall be governed by City of Fart
Worth Standard Speci�cation Ttem 444, "Manhoies and Inlets". This item shall include requ�red
excavatian and backfi�l and shall be govez�ed by City vf Fort �orth Standard Specifica%on Iten:z
400, "Structucal Excavatian". Payrrient %r this item shail be at the unit price bid per Eac$ far a
completed and in-place structure.
PAY ITEMS NO. 14. 15. 16, 17, & 18 - GLA55 III RCP STORM DRAIN:
This pay item shall include all material, equipment, and labor to construct storm drain lines to the
linas, dirnensions, and iayout as shown on the plans and detai�s and as directed by the �ngineer
compieted and in-pl�ce. Construction shall be governed by City of Fort 1Warth StAndard
Specification Item 4�FQ, "Reinfozced Concrete Pipe" and shall include all required pipe, fittings,
5-48
���
joints, collars, l�ends, connections and/or re-connections ta new or existing drainage structures,
and incidentals necessary to complete the work. Payment for Yhis itern shall be at the unit price bid
� � per Linear Foot for a completed and z�a-place structure.
PAY ITEM NO_ 19 - TRENCH EXCAVATION �.ND BACK.k'ILL FOR STORM DRAIN:
�. This pay item shall include all materzal, equipmen#, and labor for trench excavation for
. construction of out�FaII storm drain pipe and For all subgrade prapazat�on, bedding, and backfilling
required to t�e lines, dimensioxxs, and layout as shown on the plans and detazls a.nd as dizected hy
'� the �ngineer completed and in place_ This item shaIl be governed by City of Fort Wo�th Standard
5pecification Item 402, `"Trench Excavation and Backfill f�r Staz� Drain". All work in IH-ZO
right of way shall be goverzzed by applicable Texas Deparhnent of Transportation Specifications,
' � including but not iimited ta Item �00, "Excavation and Backfi�I for Sizuctures". All excavated
material which is unacceptable as fill ma.terial, or in� axcess of fi3i requirements. shall become the
. property af the Cantractor to be hauled off the site and disposed of pzoperly, Unacceptable
rnatezial shall be, but not limited to: rocks, cancz�te, asphalt, debris, etc. "I'he cost for removal aud
� disposai of unacceptabie or excess material shail be subsidiary ta ihe unit ptices.
�
PAY TTEM NO. 20 - TRENCH SAF�TY SYSTEM FOR STORM DRAIN:
This pay item shaIl include all maierial, equ'rpment, and labor 4o provide tranch safety systezn for
storm drain cor�structiox�. This item shall be governed by City of Fort Worth Standard
Speci�cation Item 525, "Trench Safety System". All wor�C in IH-20 ri�t-of-way shall be
gor+erned by applicable Texas Departiment of Tzanspartation Spec�cations, including but not
limited to Item 4U2, "Trench Excavation Protection".
PA� TTEM NO. 2I — 18" HEADWALL WITH CONCRETE REPRAP:
This pay item shall inclnde all material, equipment, and �aboz to constFuct a headwall for 18" RCP
ta the lines, dimensians, and layout as shown on the plans and details and as directed by the
Engzn.eer connpleted aad in.-plac�. The headwall sb�all be conshucted in accordance with City of
Fort Worth Standard Detail Drawing S-SD i3. Tl�e s#rucitire shall be go�erned by City oF Fort
Wo� Standard Speci�icarion Ttem 410, "Canczete Sductures" ar�d shall incluc�e ail required de-
watering, excava#ion, backfIl, forms, shoring, shoring design, bracing, underdrain or drain system,
zeinforceznenk, connections and/ar re-connections to new or existing drainage struGt�res, azxd
incidentals necessary to cflrnplete the work. Excavation and baelcfill shall be governed by City of
Fart Worth Standard Speeification Ttem 40Q, "Struetural Excavatian". 'I'his i.fem shal� also include
additional canerete riprap in front of the apron as shown on the plans and as directed by tl�e
Engin�eez complekeci azzd in-place_ Cancrete riprap s�all be govemed by City of Fort Worth
Standard Specification Item 418, "Riprap". Payment for this item shall be at the unit price bid per
Each for a completed and in-place structure.
PAY ITEM NO. 22 -- 48" HEADWAL�, WITH ORIFICE STRUCTLIRE:
This pay item shall include alI znatezial, equipment, an:d �ahor to construct a headwaIl for 48" RCP
ko the lines, dimensions, and layont as shown on the plans and details and as dizected by the
Eng�eer cflmpleted and in-place. The headwall shall be constructed in accordance �rith City nf
Fort Wortii Standard Dstail Drawing S-SD l3, and as �odified on detai� sbeet G8.1. The structure
shall be governed by City of Fort Worth Standard 5pecification Item �1I0, "Concrete Structeu�es"
and shal.l include aIl required de-watering, excevatinn, back#ill, farms, sharing, shoring design,
bracing, underdrain or drain system, reinforcement, connect�ons and/or re-connections to new or
5-49
sraaraz
e�cisting drainage structares, and incidentals necessary to complete the work. E�cavatioz► and
backfill shall be goverried by City af Fazt Worth Standard S�ecification Item 404, "Structurai
Excavarion". This item shall also include installation nf an ori�ce plate to the dimensions and
Iocation as shown on the plans azzd details completed and in-place. The arifice plate shall be
governed by City of Fort Warth Standard Speeification Item 42b, "Steel Structures". Payment for
this item shall be at tiie unit price bid ger Each Eor a completed and in-place structure.
PAY I'FEM NO. �3 - PLUG INLET AT EXISTING PIPE OUTLET:
This pay itern shaII iaclude all materiaI, eq�ipmen�, and labor to plug e�isting starm drain inlets at
their pipe o�tlet as shown on the pZans and as directed by the Engineer completec3 and �n-place.
Plug stzall include a]] xequired pipe, fittings, joints, collars, bends, coz�nections and/or re-
connections to new ar existing drainage structures, and incidentals necessary to complete the work.
Paynnent for t.kus item shall be at the unit price bid per Each for a completed anc� in-place structure.
PA3t ITEM NOS. 24 & 25 - PLUG EXTSTING RCP:
Tiiis pay item shall include aII material, equipment, and labor #o pl�g exs,sting starm drain at
locations shown on th.e pians and as directed by the Engineer completed and in-place. Plug sha11
include ail required pipe, fittings, joints, collars, bends, connections and/or re-connections to new
oz existing drainage structuzes, and incidentals necessary to complete the work. Payment for this
item shaIl be at the unit price �id pez Each foz a coznpleted an.d in-place stxucfure.
PAY ITEM NO. 26 - 6-INCH LIIv� STABILIZED SUBGRAF�E:
This pay item shall include all material, equipzaaent, and Iaboar ta #xeat, znix, an.d compaet lime to
the'�epths called far an the plans. This item shall be go�erned by Ci#y of Port Worth Standard
Specif'ication ItemE 214, "I.ixne Treatment".
PAY ITEM NO. 27 - LIME F�R STABII.,I7ATION:
This pay item shall be furnished iit the gua�tity called for on the plans. Tnis item shafI he
governe$ �y City of Fort Worth Standard Specification Item 212, "Hydzated Lime and Lime
Slurry".
PAY ITEM NO. 28 - 8-1NCH REINFORCED CONCRETE PAVEMENT:
This pay item shall include all matezial, equipme�zt, and lab�r to replace remowed cancrete
pavement to the originai existing line and grade and as callad for on .the plans and details, at the
thickness shown on the plans an.d detaiXs, as speei�ed axz thes� specificatians, and at other iocations
as zn.ay be diracted by the Engineer. No extra payment s�all he made to match thickness greater
than 8 inches. Replaced concrete shall i.r�clude all curing cozrapound, rainforcement, dowels, sawcuts,
jaints, expansian jaint �naterial, testing, and incidentals necessary ta cnrrfplete the work. This itern
shall be governed by City of Fort Worth Standarci Speci#ication Item 314, "Concrete Pavement and
Concrete Base".
5-50
��o�
PAY ITEM NO. 29 - 7-INCH ATTACHED CONCRETE CURB:
Thfs pay item shall �a.clude all material, equipment, and labar to construet new attached concrete
�urb to the Iine, grade, size and slaape as shown in the plans or as directed by the Engineer, and
shall include all sawcuts, joiu�ts, expansion joint material, reinforcement, and iuncidez�tals necessary to
complete tUe wark. TfYis item shall be govemed by City of �ort �Vorth Standard Specification Item
502, "Concrete Curb and Gutter".
PAY iTEM NO. 30 - 6-iNCH RL�INFORCED CONCRETE FLUME:
This pay item shaIl it�clude a11 matezial, equipment, and labor to construct a concre#e flume to the
lines, dimensions, and layout as shown an the plans and detaiis and as d'zrected by the Engineer
completed and in-place. The cast in-placc s�ucture shall be governed by City af Fort VkTorth
Standard 5peczfication Item 410, "Concrete Structures" azi.d Standazd Specif'icatian Item 314,
"Concrete 1'avement and Cancxete Base", and shall include alI required forrns, reinforcement,
toewalls, curhed edgEs, subgrade and subgrade preparation, sawcats, joints, cemng compound, and
incidentais necessary to complete the wark. Pa�rment %r t�is item shall be at the uni# price bid per
Square Yazd for a completed and in-place st�ructure.
PAY ITEM NO. 31 - 6-INCH REINFORCED CONCRETE SLOPE PROTECTION:
This pay item shall include all naaterial, equipment, and labar to construct the sloped ban%
protection for the detention pond to the lines, dimensions, and layout as shown on the plans and
detaiis and as directed by the Engzz�eer comp�eted and in-place. The cast-in-plaee structure shall
be governed by Ciiy of Fort Worth Standard Specification Item 410, "Concrate Structures" and
Standaxd 5pecif'ication Itern 314, "Concrete Pavernent and Concrete Base", and shall include a11
required de-watering, farms, shoring, shonng desigr►, reimfozcement, toewaIls, curbed edges,
undezdrains, weepholes, sawcuts, jaints, curing compound, and incidentals necessary tv comglete
the`wark. Payment foz t.�is item shall be at the unit price bid per Square Yard for a co�npieted and
�-place structure. Underdraini/weephole system shall he as fallows:
MATERfALS:
a) Plastic Pipe:
I. Perforated p�astic pipe shall conform to ASTM D I785. Pi�pa shall be 5chedule 4Q minimum
thicla7ess. Fittings shall confozzn ta ASTM D 246fs. Solvents used 'un salvent weld�d joints
shail confornn to ASTM D 2564. Polyethylene pipe sha11 conform to ASTM F 405-855 and
shall he a�equate for H20 �oading.
� � 2. Perforations: Perforat�ons in PVC pipe shall be circular, no# more than 3/8 inch or less ti�an
. 1/4 inch in diamet�er, and azranged in rows para�lel to the longitudinal axis of the pipe.
Pezforations shall be appmxiz�rkately 3 inch�s, center-to-ceater, aiong rawa The rows shall be a
m;n;mum of 1-1/2 incttes apart and arranged in a staggered pattezn so that all perforatians !ie at
the mid point between perforations in adjac�nt xows. The rows shall be spaced closer than ar
� equal ta 9a degrees of circuznference apart. The spigot or tongue ez�d v£ the pipe shall not be
perforated for a length equal to �e depth af the socket and pert'orations shall contiz�ue at
wniform spacing aver tf�e enEire length of the pipe. Manufacturer's standard perforated PVC
• pipe which esseniially naeats thase requirements may be subs�ztuted when approved; 3�owever,
the filter �material thickness shall 6e inczeased by the same amount of pipe diameter increase.
Unless ott�ernvise specified, the zesultant open area (area of perfoxatioz�s) shal� be not less than
0.5 percent per linear faot of perforated pipe.
3. Slotted Perforations: Circumfe�rential slots shall be cleanly cut so as nQt to restrict the inflaw
�i water and uniforrr�y spaced along the length and circumference of the tubing. Width of slots
S-Sl
9,�y02
shall not exceed I18-inch nor be less than 1/32-iuch. Length of slots shall be 10 pexcent of tk�e
tuhing insi�e nominal c�cumference on 4�a 6 inch diameter tubing, anc3 2-112 inches on I�-inch
diamet�r tubing. Rows of sIots shalI be syrz�m�tricalTy spac�d. Slats shail be centered in the
valleys of corrugations of polyethylene pipe. Area of perforations as above.
b) Drain Material:
Drain material slzall be graded witkv,zx #he following lirrssts:
Sieve Size Percentage hy
(Square Mesh} Weight Passing
1-inch 100
314-inch 9� -140
318-inch 20 - 55
No.4 0-5
c} Plastic Filter C�otYi:
'T'he plastic filter cIoth which i� to be wrapped arouttd the drain material sha�l be "Filter-X" or
appro�ed equal, manufactured by the Erosion Controt Division of Carthage Mills, Inc.,
Cincinnati, Ohio 45216. Supac (hea�y grade) ar Mixa� 14�N axe also acc�ptable. The plastic
flter clnth shaIl provide an Equi.valent Opening Size (EOS} no finer tfian the U.S. Skandard
Sieve No. 14p and no coarser than the U.S. Sta�dard Sieve No. 7p.
d) Samples of pipe, iilter materiat, and filter eloth znnst be subtrutted faz approval.
INBTAL�,A'TION OF FILT�R FABRIC AND PIPE FOR SUBDR.AINS:
a) Installat�on of Filtez Fahric:
Oxie iayer of filter cloth shall be vvrappe� aroimd dxainage matenia� as shawn on the plans. .
Drain�age material s�aII be placed on the fi1tEr cloth in a rnanrier that will not damage az displace
#he filter c�oth Longitudinal o�verlaps shatl be at least 4 izkches and the fabric sha�l be secured in
such a mauner that bac�ll material wil� no# infiltrate through any fabric averlaps.
b} Installation ofPipe fnr Subdrains:
1} Pipelayimg: Each pipe shall be carefully snspected before it is Iaid. Any defect�i�e ar
damaged pipe shall be xejectad. 'The laying of pipe sha�l proeeed upgxa�e beginning at the lower
end of the pipeline. T'ipe sha11 not be laid in water, and rio pipe shall he laid when the trench
canditions or weather is unsuitable for such work. Water shall be z-�znov�d frQm trenches by
sumg pumping or other apgroved rnethods. Pipe shall be laid to the grades az�d alignment as
indicated. Fipe shall be bedded to the established gradeline. Perfozations shatl be centered on
the bvttQm of the pipe. AlI pipe in place sk�all be approved befnre bac�Cf"ijling.
2) 7ointing: PVC pipe joints shall be in accardance with the requirements ofASTM D 3212.
INSTA�.LATION OF �II.TER MATERIAL AND BACKFII.LING FOR SUBDRAINS:
After pipe for snbdzains has been 1aid, inspected and approved, drainage mater�al shall be
car�fully placed around and aver th� pipe to the depth indicated. Fiacement of drainage
m.aterial shall not al�er the alignment of the pipe. The drainage materiai shall be compacted and
wrapping in filter cloth shall be completed. Corr�paction of drainage material and the placement
and compaction �af overlying backfiIl material shaIl be in accordance with the applicable
pro�isions specified in Ta�DOT Specification Itern 132, "Embank�nent "
S-S2
sra3ioz
PAY IT�M NO. 32 - 6-INCH REINFORC�D CONCRETE APRON:
This pay item shall inelude al1 material, equipment, and lahQr to construct the 6" reinforcet3
cox�creta apron on the flaor af the deten#�ion pond to the Iines, dimerisions, and Iayout as shown on
the plans and details amd as di�rected by the Engineer completed and in-pIace. The cast-in-place
structure shall be governed by City of Fort Worth Staiadard Specification Item 410, "Concrete
Structures" and 5tandard Specificat�on Itezn 314, "Cotzcrete Pavement and Concrete Base", and
shall include all required de-watering, forms, reinforcement, toewalls, subg�rade and suhgrade
preparati.on, sawcuts, joints, curing compound, and incidentals necessary to complete ihe wark.
Payrnent for this item sbalI be at the unit price bid per 5quare Yard for a completed and 'xn-ptae�
structure.
PAY IT�M N0. 33 - SILICONE JOINT SEALING:
This pay item includes the installa#ion of a class I ox class II low-module si�icone joint seaIant
system where calfed for in the plans or Standard 5pecificat�ons. This item shall be governed by
City o£Fort Warth Standard Specificatiozzs. Payment for this itern sl�all be at the unit price bid per
Linear Foot for a conuglete installatian.
PAY ITEM NO. 34 - ThTSTAL,L NEW METAL BE.AM GU�1,RD FENCE AT FLUME:.
This pay item shall include all material, equipment, and labor to construct a metal beam guaxd
� fence to the Iines, dimensions, and layout as shown on the plans and detail sheets and as directed
by the Engineec. Work sha11 also be governed by City of �ort Worth Standard Specification Itern
' SQfi, "Steei Guard Rail," and s�a11 include all required posts, rails, eonnectians, and incidentals
necessary to coznplete the work. Payment for this itern shall he at the unit price bid per Lineaz
Foot for a eompieted and in-place structzus
PAY ITEM NO. 35 - 6". TOPSOIL:
The proposal quantities shown are caIculated to pxovide six (6) inci�es in depth {compacted) over
the area disturbed by constructian, in the �aarkway and rnedian and does not inciude rnaterial
deeper than design depth. The pay itexr� is intended to pay for topsail khat must be imported where
suitable material is either not a�aiiable on the job or cannot reasonably be stored on-site. Payment
will be made on tl�e basis of loose truck �olunrze (full tzuck with sidebaards up} tickets and material
must meet City of F'ort Worth Standards Specification Item 116, "Top Soi�". On1y the volume
irYrported wi11 be paid for and may be substantially less than the proposal quantiti.es Iisted. Pay
item shall include all material, equipment, and labor for placing top soil. A�dirionally alI worlc i.x�
IH-20 right�of-way shall be goaerned by applicabie Texas Department of Transportation
Speczf`ications, including but not limited to Item 16D, "Furnishing and Placing Tnpsoil".
PAY T'I'�M NO. 36 — HYDROMULCH SEEDING FOR MEDIAN, PARKWAY, POND, AND
SURROUNDING AREAS:
This pay itam shall include ali rmatezial, equiprnent, and labor to provide a1I distur6ed areas with
h�drnmulch seeding. Construction shall be in accordance with article 70 of these Special Provisions.
The unit price bid per square yard shall be full payment for this item. Work in IH-20 nght-vf-way
s�all also be governed by app�icab2e Texas Department of Tza�nspartation Specificatsons.
5-53
9103102
PAY ITEM NO. 37 - UTILTTY ADJUSTMENT:
This item is included far the basic purpose of esiablishing a contract price which wi�I be
com�arable to tha finai cnst csi �naking necessary adjustments reqnired (due to street and/or storm
drain improvements) to wa#er, sanitary ser�ver, and natural gas service line attd appurtenances
where such s�zvi.ce line and appurtenances are the property ownar's responsibility ta m.aintain.
T�is item shall also include tlYe necessary adlustrnents and/az zelocations of sprinkler heads a�zd/ar
izrigat�io� lizxes. An arbiirary figu�e has been placed in the ProposaI; hawever, this does not
guarantee any payment fox utslity adjustments, neithez does it confine utility adlusiments to the
amount shown in the Pragnsal. It sktall be tlie Con�ractor's responsihility to provide the services of
a Iicensed glumber to make the utility adjustments detenn�zned necessary by th� Engineer. Na --
payrnent will be made for utility adjus�nents except those adlustments detemuned necessary and
appro�ved by the City. Shauld the Contractor damage service lines due to his n�gligence, where
such li,nes would not have reqnired adjus#znent or repair othetvvise, the lines s�aall be repaired and
adjusted by the Contractor at the Con�actor's expense. 'I'i�e paynnent to the Contractor fnr utility
adjustments sha� be the actual cast of �he adjustnnents plus ten percent {10%) to cover the cost of
bond and overhead incurred by t�e Contractar in hand�ing the utility adjusiznents.
5-54
&�2
:f
CIiY aF ��R� WO��'H
bIC�fV�AY C�PlSiFtIJCiEON
���d��i�� �v�,�� ��°� �oR �aoa
cL�ssr��c���c�w
' Air �onditioning Mechanic
P Air C�onditianing Mech�nEc �lelper
Aeoustic Ceiiing lnstaiEer
AG�usti� Geiling Ir�stalfer Hel�er
As�estas W�rker
B�'icE�fayerfSione Masan
Brickl�yerl�tone Mason Helper
Garpenter
C�r�ent�r Help�r
Goncrete �inish��
Goncrete Fintsher H�Ip�r
�on�r�te Form Build�r
Gancrete Form ��i[der Helper
Qtywall T�per
Rryw�lt Taper Helper
• �lectrici�n .�ourr�eyman
Efectriciart H�lper
�lectronic T'��hr�ician
Elecfironic Tec�nician �l�lper
�inar Layer {�arpet}
' Flbar Layer (Resilient)
Ffoor Layer HeEper
Gla�er
�la�ier H�lper
Insutator
[nsulator Helper
- Labarer Common
c�ss���c��io�
���
$1 �.3�
$1 Q.7`5
$14�.Q2
$1 �,��
$1 Q.SQ
$17.21
$10.'� 6
$fi 3.92
�1 Q.�B
$'t 2,6$
$ 9,��
$1 '! .97
$ 9.42
$11.33
$ 8.OQ
$1 �.46
$11.3Q
�12.50
$ �.SQ
$1 �.�1(?
�16.Q0
$1 �.50
$1 ��02
$1 Q.90
$12.{�4
$ 3.�40
$ 7.85
c�assi�i����o�
Labare� Sl�iiled
Lather
Lather Helper
Metal �€�ilding Assem�i��
Me#a! Buildir�g Ass�emb�er Helper
Pa�nter
�ainter Helper
F�ipe�itter
Pipeftter Help�
Pla�t�:rer
Pla�t�rer F�elper
Plumber
Plumber Helper
ReGnfareing �teel Setter
R�fe�
�ovfec H�fi�er
She�t iutetal Wor�C�r
Shee# Metal Wor[cer Helper
Shee�rock H�nger
5heetrock Har�ger FEetp�r
S�rir��ler S�rstern Ins#aller
Sprinkl�r System In�taller Fielper
Ste�l 11Vorker �tructural
Ste�l Vliarker Struct�raf M�I�er
VVelefer
Welder Helper
���
$1 Q.35
$14.Q0
$11.OQ
$1 Q.(}0
$ 8.70
$1�.83
$ 8.35
$17.6�
$10,1�
$18.fl0
$11,OQ
$1 �.91
$ 9.��
$10.40
$1'f.�7
$ 8.33
$44.45
$ 3.57'
$12.45
$ 9.64
$'� 6.�7
$��.13
$� 1.�6
� s.�a
$14�.i0
$11.74
€t�.T�
CLASSIFIC►�TIOfd
HEAVY EQUIPMENT OPERATORS
Crane, Clamshell, Backho�, Derrick $12.50 �oundation Drill Operatar
Dragiin�, Shovef Front End Loader �perator
Forklift Operator $ 9.83 Truck Dri�e�
�r�
$13.00
$1 'f .22
$1 Q.31
�
HEGHWAY (HEAVY] GONSTR�CTI�N
Asphalt Ra�ker
As�halt Shavel�r
' Batching Plant Weigher
CarFenter (Rqt�gh�
� Gor�creie Fic�ish�r-Pa�ing
� CQr�cre#� �inisher Helper
(Pavi�g�
Gnn�r�te �inisher-Structures
Flagger
I�orm �uitder-5tru�tures
Form Sett�r Pavirtg & �ufbs
�arm Setter-Struct[ar�s
Lal�orer-�c�mmc��
Lat�or�r-UtiFity
Mechan�c
S�tvicer
Pip� Lay�r
�'fp� �ayer H�Iper
� Aspha{t [Jistributc�r Qp�ratar
, Asphaif Paving M�chine
Op�fatcar
� Gc�nc�te �'avang Sa►nr
, Cr�ne, Glams�ell, Backhoe,
Qerric�, �r�glir�e, Shovel
(e � �E�'cv�
Crane, ClamsheEl, Bac�h�e,
�erricl�, [�ragEine, Sf�ovel-
(� 1 1f2 CY)
$10.32
$ �.7�
$ 9.65
$13.C4
$10,16
� �.7Q
$13.44
$ 7.OQ
$1 �,44
$ 9 0.25
$ 9.T5
$ 7.64
$ 8,64
$13.25
$1fl.13
$ 7.3�
$ fi.�5
$11.45
$�'I .09
$10.�3
�� a.00
$'E 1.52
Frortt End Lo�der (� � GY & Les�) � 8.84
�r4nt End Le�ader (��er 2% CY} $ 9.32
Mlfing Machine Qperaior � �,�0
Miac�r $11.40
Mvtor Geader aperator (Fine Grade} $� 2,31
Mo#or Grader Op�rator $13.75
€�avement Mar#�ing [��Ghine $11.Q0
Ro#ler, St��l Whe�� Plant-Mix
Ravernents $ 9.�H
RoEler, St��l llllheel Other F�atwhe�l
ar Tam�inc� $12.1�
Ro�ler, Pneumatic, 5ei�-PrQpeiled
Scraper $ B.Q�
iraveiing Mixer $1 a.QO
Reinforcing Steel Se�ter (Ra�i�g) $ 9.��
T�uck Qriver-Single Axle (Lir�ht} $ 8.00
iruck Dr�ver-T�nden Axle
�emi-Trai�er $1 Q.22
Truck Driver-low�oylFtoat $1Q.54
1'ruck Dri�er-Trartsit Mix $9 Q.63
Truek Dr�ver-UVineh $ 9.8Q
�
j1
� I
Zaf.
i '
Pftd.��Ci ��5 �G �I�,il @!V 5 f� N
. � t ��� � _
, . ._� �� � � - � _ ' � � �� � ' ��� � . �vs� z
. .- � ._. . . � ' � f �
� � • ,
. . • � '— -! _ `-•
♦
��� ���� �'� . ���� �������, '�a ?� s*�� .
t � _ � � -
t � �._ �� - -� . - , i��eo
, � � � . 4 . _ � �. - - � .. ,
. �t�� . . "_ � .
. . � � • - '` -� r_ ' . ' ..-- -- --Ye
' � - • ��. � • �� 1
: I . • t� �- ' . ' � - ' � • � +. ' '
� , -. - � � _ _ �°�� ���- . ��:����. . � . . .
- � -----_ . _ . ., _ � . .
��.�..�-. . -- -.� :.
. � .� ._ - . . . . � . , �
��� i��� --- -_-_-,-----�--- -' ;�����a�t��: . � .� - . �
� � .
�. � - .- . _ ' � � -- - �����'��f�r�. h��r�� . .
. ���� . .. _ -
� . _. - �• �- . � . - . _ . . . . . - � . . .
0
..- .� �,�� - . . - :. � � : � � - . � .
�, � , . � - . � . . . � �. . � . � .
; : . . �t � :_� �� � _����d���� �.� �������;��_����� .' .
� .� ,� — . . � : . �
: ��,� .- _ . _ ___ .._� ____Ye� �° . � . � . c . .
. -� : �� . . � � . � . . �
: � . ' _� � � . � � -.-_-- _ - � _ � - � - : _ -- � -! --=; �- � � -
� ' - w—.�� -� -- . . . . _ . . ' _ _ � — . '
� � � ��� . � � : � .
. : . � _ , _ _, . .— � . . - . f- - �.._ �n _ - � .— _ - _ � �
I' , � • . '
� . �t,T tI��Y� i �13� ��C10EitgSF�i� �f �ifq� �i��R� } � .
' 6g��ii6=� � F�I� '�ei��1���OC}Kktbtd �ldt 1=.Wg
� . .����i SiT� ,f,'Qt�±�i'�OE1 � bA'i� 1Fi it��,Y'�i1�JL ' . . .
�. • - . . � . .
�'� � .
� I' . .
r. . ti • . •
._ .._- -
��
r
�
�ERTIFICATE OF g1�7SURAI�ICE
Cerfrficate HaZder: City of Fort WorEh
Date: 1VIay 30, �000
Project Name: Cityview Detention Project at Overton Ridge Boulevard and Eastbaund
Interstate Highway 20 Frontage Road
Project 1�lamber: CllS/�41�00/02011.�13G31'�
This is ta certify that: Site Concre#e, Inc.
Add�ress: 3340 Roy Orr Boulevard
Grand Prairie, Tx 7SDa0
is at the date of this certificate, insured by this carnpany with r��pect to the business operations hereinaf'ter described, for
the type of insurance and in accordance with the provisions of the standard policies used by this Company, and furth�r
hereinafter desceibed. Exaepiions ta s#andard policy noted on reverse side thereof.
Tvpe of Insurance
POLICY 1�0. EFFECTIVE EXPIRE�
` Warkers Compensatian
° Comprehensive General
Liability Insurance
� ��1i17�1C 1..18171j1��
I Blasting
I '
Callapse of Buildings
�' or structures adjacent to
� ' exca�ations
1 Datnage to underground
' � Utilities
� Suilder's Risk
I Comprehensive
� Automobiie Liability
' Contractual Liability
Other
L��rs o� Lra�rLY�
Bodily Injury;
�AC}1 OGG1717?�IICe:
Property Da�nage:
Each Occurrenee:
Each Occurrence
Ea�eh Occurrence
$
$
$
$
Each Occurrence
Bodily Tnjury
Each Persnn
Ear,ti Oacurrence
Prnperty Damage
Each Occurrence
Bodily Injury
Eseh Occurrence
Property Damage
Each Occurrence
$
$
$
$
$
$
� Locations covered:
. Descripiion of aperations covered: ,
The a6ov� policies either ia the body t�ereof or �iy appropriate endorsement provide that they may not be changed or canceled by the
'� insurer in less than five (5} days after the insured has recei�ed written notice of such change or cancelia�ions.
' Where applicable local iaws or regulations require more than fve ($} days actuai notice of change or cancellation to be assured, the
�
aba�e policies contain such special reyuiremenis, either in the body thereof or by appropriate endorsement thereta attached.
Agency
Fort Worth Agent
Address
By:
Title:
i�
PERFORMAI�CE BOl'+TD Bond No. 063923
THE STATE OF. TEXAS §
§ KNC1W ALL BY �'H�SE PRES�NTS:
COUNTY OF TARRANT §
Tha.t we, {1} Site Concrete, Inc. . as Principal herei.n, afiad (�}
:��- ., �, , , ,,��,..,
. a corpora.tian organized nnder fihe laws of
the Siate o� (3) I 1 l i noi s , and who is a�thorized to issue surety bonds in t�e �tate of
Te�s, �ur�ty herein, are held and fi�mly bound un�o the City af Ftirt Warth, a municipal
corporation located in Tarrant and Denton Counties, Texas, Obligee herein, zn the sum af
5even Hnndred Twentv Five Thansand, Three Hundred_One Dollars and SevenLv�,
Five Cents Dollars {$ '���.301.75 1 for the payme�i o� which sum we bant�
Ol]I'SEIV05� our heirs, executors, adminis�c'ators, successors and assigns, jointly and s�verally,
firmly by these prese�.ts.
'WHEREAS, Principal has ent�red 'znfo a certain written contract nv�ith the Obligee dated
the 14� day of January , 2Q03 , a copy of which is attached hereta and
made a part hereof for al�. pl.upc�ses, for �.he constructian of Citvview Detention Praiee� at
Qvarton Rid �e Boulevarci a.nd Eastbound Interstate Hi�hway 2Q Fronta�e Road _
Project No. C715l54120U7�20t15t36317 �-- _ — -
NOW, THEREFORE, the condition of this obligatiozz is such, ii the saic� Principal shall
faitl�ully perform the work i.n accordan.ce w�.th #he plans, specificatians, and contract documents
and sha11 fUll� ixideinnify and hold harmless the Obligee from alt costs and damages which
�bligee may suffex by reason of Principal's deiault, and reimburse and repay Obligee far aIl
outlay and expense that Ol�ligee may incur in making goad such defauli, then tlus obligatian
shall be void; otherwise, to remain in full farce ar�d effect.
PR4VIDED, H4WEVER, that this l�ond i� executed pursua�t ta C�.apter 2253 a� the
Te�cas Gov�rnment Code, a.s arnended, and aJ.l liabilities on. tkus bond shall be determined in
accord�c� wrth the �rovi�ions of such statute, to the sam.e e�tent as if it �nrere copied at length
herein.
IN VJITNESS '�VHER.E4F, the duly authorized representatives oi the Principal and the
5uxet� have executed this xnstrument.
�ICrNED and SEALED this 1�th _ day of January _ � 2003 .
I
�
�
I
ATTEST:
� �
- �
cipal} Secretary
(S E A L)
i ness as o Pr cipal
Site Cancrete, Inc.
PRINCIPAL _ _ _
� � � `1
By: .� � �,
� ,. �.� ....
Na111e: Jean S. Boney
�1'��E: Presi dent '
Ad(;fESS; �3�0 Ftoy Orr glvd.
Grand Prairie, TX 75050
American FZotorists Insurance C�npanY
SURETY
B �,�...��� �
Y � -v
Name: �Ton�e� s. HTi�
Attomey in Fact
Acfdress: 1z3�7 �er;t a�.
Uallas, TR 75?5'i
'� ATTEST:
����+ � �
Secre#ary ✓
.�
(S E A L)
. . ��
� Witness as fia urety
Teiephone Numher: ��2-33�-��ro6
N�TE: (1) Carrect name of Principal (Cantractor}.
(2) Correct name of Surety.
(3) State of incor�aration af Surety
Telephone number af surety must be staied. fn addition, an origi�al capy of
Power �f Attorney shall be attached to Bond by the Attorney-in-Fact.
The date af bond shall not be priar to date of Contract.
THE STATE OF TEXAS
C�U�fTY OF TARRANT
Pr�Y���� ��i'�� Band No. 463923
§
� KN4W ALI� BY THESE PRESENTS:
§
That we, ('1) — ---. Si�c� �oncre�e. Inc,- - - - — — _ , as Principal
herei n, aRC� �Z� Ameri can No�ori sts I nsurance C000apnv _ __ ._ __ _
, a corporation organized and existi�g under tF�e laws af the State af (3) ����n°'� _
,
as surety, are heid and firmly bound unto the Ciiy of Fort Worth, a municipal carpora�ion
Ioca�ed in Tarrant and Dentan Counti�s, Texas, Obligee hereiR, in tY�e amount of Seyen
i�undred iwenty Fi�e ihousand. `�hree E�und�°ed One �ollars and �edeni;V Fi�e
Cen�s Doliars {� 'i2�,30fi.�'S) for the payment whereof, the sai� Princi�al and S�rety
bind �i�emselves and their heirs, executars, administrators, successors and assigns,
jointly and se�erally, firmiy by these presents:
WHEREAS, tt�e Principal has entered 'rt�to a certain written contract with the
Qbligee dated the 14�h day of J�nuary , Z003, which coniract Es hereby referred to
and made a part hereof as ifi fu�ly and fio the same e�ent as if copied at
length, for the following project: �i�vview De�enrion_ ��o�ec� at Overion _Ridae
�oule�ard and �as�bound Infie�s���e �liahw�v 20 �eon�aae �oad ��oiee4 l�o.
C1 � 5lg�� ���lD��'i 15� 383� �.
N4W, THEREFORE, TNE C�NDITION OF THIS QBLIGATIO�I IS SUCN, that if
the said Principal shal� faifhfully make �ayment to �ach� and every claimant (as def�ned
in Chapter 2253, Texas Government Code, as amended) suppfying labo� or mate�ials in
the prosecution of the work under the cvntract, �hen this obligation shall be void;
ofherwise, to rem�ir� in full force and e�fect.
PROVIDED, HQWEVER, tha� tt�is bond is executed pursuant fio Chapter 2253 af
the Texas Go�ernment Code, as amended, and aN liabilities or� this bond shall �e
cletermined ir� accardance with the pro�visions of said statute, to the same extent as if it
were eopied at leng�� herein.
IN WiTNESS WHER�OF, the duly aufhorized represen�a�i�es o�F the Principaf
and t�e Surety have �xecufied this instrument.
SIGNED an� SEALEQ �his �4th day of Ja�uatv , 2003.
I
�
O
�, A S T:
�� ���
�, (P ci�al) S�c��tary
'` (S E A �)
f � �
. �. � BSS �O 1[lClj]3�
ATTEST:
� ��
Secretary
(5 E A L)
� �r• _'
Witness as tn Sura �
5ite Concrete, lnc.
PRINClPAL _ - '
By: +�r.: .,
.�, „ � ,
N�me: 3ean S. Boney
T1�1�: President '
Adtiress: �3�n Roy ar� a�va.
Grand Prairie, iX T5050
American Ma�aris�s lnsurance Canpanv
S U RETY
BY' � �r �
Name: �' �na�i s. H; � �
Aftamey in �act
AC�C{f@S5: 12377 i�arit Dr.
bal�as, TX 75?5�
Telephone N�mber; 97g-337 �3706
NOTE: {1) Carrect name of Principai (Contractor).
(2} Correc# name of 5urety.
(3} �ta�e of incorparation af Sure�y
ie[ephone number of sur�ty m�st be stated. In a�dition, an orig�nal copy of
Power of Attorn�y shall be attached to Bond �y the Attorney-in-Fact.
The date of bond si�all �ot be prEor ta dat� af Cantract.
i
����������� ���� eond No. 063923
TH� STATE OF TEXAS §
§
COUNTY OF TARRANT §
KN4W ALL BY THESE PRESENTS:�
That �it� Gonc�efe, lnc. f"Contractor"), as principal, and,
M�erican Mo�oris�s [nsurance Ca�npanV
a
corporation ❑rganized under the iaws of fhe 5tafe of ���iR075 ,("Surety"), do h�reby acknowledge
themsetves to �e held and baund to pay unto the �ity of Fatt Worth, a Municipal Carporatian chartered by
virtue of Canstitution and laws af the 5tate of Texas, ("City"} in Tarrant County, Texas, the s�m of Seven
�undred '�wcentv Fiv� �housand, ihree Hundred On� �o[ta�s &�eventv Five Cenfis , Dolfars
(�'���,30�.75), lawful mor�ey of the United States, for payment ofi whici� sum well and truly be made unto said
City and its successors, said Cantrac�or and Surety do hereby bind themselves, ti�eir heirs, executors,
a�minisirators, assigns and successors, jaint[y and se�erally.
This obligatior� is condi�ivned, howe�er, tf�at:
WHEF�EAS, said Contractar has ih�s day entered into a written Contract with the City af Fort Worth,
dated the ���" o� JanuaN, 2� 03, a capy af whic� is hereto attached and made a part hereaf, fior the
pertormance of the following d�scribed public improvements: Gitvview �etenti�or� Proiect a� Over°�on
Ridae �oWe�ard and Easibound Inteps�a�e f�idhwav 20 �r�on�aqe Road the same being re�erred
to h�rein and in said contraci as the Work and heing designated as pro�ecfi number(s)
C1'951�4�2Q0102��9�1363�� anc� saiid contract, including all of the specifications, canditians, addenda,
change ordars and writ#en instruments referred to therein as Contract Dacumer�ts being incorparated fi�erein
and beRng made a parf hereof; and,
WHEREAS, in said Contract, Con�ractor binds itseif #a use such maferials ar�d to sa construct the
- • Two (2) Years
work that it will remairt in goQd repair and condition for and cluring a p�riod o� a#ter the dafe of the final
accepiance of the work by the City; and
WHEREAS, said Contractor �inds itself to maintain said work in good repair and conditio� for
said terrn of Tr�o (2) Years ��d
WH�REAS, said Contractar binds itself to repair or reconstruct ihe V11ark in whole or in paek at
any time wi�hin said period, if in the opinion of the Director of the Gity of Fort W�rth D�partment of
Enginaering, it ba necessary; and,
WHEREAS, said Contractor binds itself, upon receiving natice of the �eed therefare to repair
or reconsfruct said Wor4c as herein provided.
NOW THEREF�RE, if said Contractor shall keep and pertorm its said agreemant #o mainiain,
repair or reconstruct said Work i� accordance wiih all the terms and canditions of safd Gontract, fhes�
presents st�all be r�ull and voic�, and have no force or effect, Otherwise, this Bond shall be and remain
i
,
Q
I
in full fo�ce and effec�, ar�d the Cify s�all ha�e and recover fror-n Confractor and Surety damages in
the prem�ses as prescri6ed by said Contract.
This obliga�ian shaA be a contin�ing one and successive reco�eri�s may be had her�on for
successi�e breaches untif the fufl amount �er�of is cx�austed. �
1N WfTNESS WHEREOF, this i�strument is exec�ted in B co�hterparts, each of whicf� sl�all
be deemed an original, this t��n ___ day of ____ __�a��a�v , A.D. 2403.
5T:
C
(Pr ipa[) Sec�etary
{5 E A L)
�r�.��• t
� -� • �' •'
ATTEST:
Secr�tary -
(S E A L)
5ite Concrete, Inc.
PR[NCIPAL
,
By: � � � �
Name: ��ean S. Bon�y
Tltl�: President
' �,.
AC�C�f955: 3340 Rnv Qrr B3vd_
Grand Prairie, TX 75050
" v
5U RETY
�...�,�.� � y - ---
By: �
Name: _�;�haP� R_ �;,,
Attorney in Fact
ACIC�fBSS: 12377 �erit dr.
�allas, iX 7525i
�
/ �
, � Wit�ess as ta urety �
7eiep�one Number: g��-3�i-3�o6
NOTE: (1) Correct name of Principal {Contractor).
(2) Correct name of Surety.
(3) Sta#e of incorporation of Sure#y
Telephone number of surety rrt�s# be stated. In acldition, an original copy of Pow�r of
A�torr�ey shall be attached to Bond by the Attorney-in-�'acf.
The daie of bond shall not be prior to date o�F Confract.
I �
���� �� �������
1�r�ow All Men By Tl�ese Pres�nts:
That the �urnt�ermar�s Mutual Casualty Cam�any, the Arneric�n Motarists Insurance Company, and the Arnerican
Man�facturers ll�luival 1nsu�ance Company, corporatiQns organized and �x�sting under the laws nf tF�e 5t�te of
llflnafs, having tS�sir prin�ipal affice in Lang Grove, lillnois (hereir�afifer co�le�tively referred to as th� ° Campany" ) do
her�by appaint
Mict��el B. Hi�� , Gittdy Fowler , William a. �aldwin and Suzanne C. �al�lsrv9rt
of RtCHARDS�N , TX (FACH}
s*�+�ar*t+�a+r# *
their true and iawful agent{sj and Attarney(s1-in-�aat, to mafte, execute, sea1, arid de[iver from the date af tssuaric�
of this power for ar�d on its �ehaif as svrety, ar�d as thelr act anr� de�d: '
At�y �nd all �aartds and undertakings
�XCEPTfON: NO AUTFfORiTY Is granted to make, execuie, seal and deliver any bond ar undertaking rnrhich
guararttee� tne payment or caf[ection af any prom�ssary note, check, draft or {etter a# credit. .
This authQrity dc�e� not permit the same obligatian to be sp�it in#o twa ar mare bonds in order to bring �ach such
t�ond witi�in the d�llar limit af authority as set forth her�in.
ThEs appointment may �� revaked at any tlme by the Gampany.
The �xecution of such bonds and undertakings in pursuance of these prese�ts shaN be as �inding upor� the said
Cnmpany as fuViy and amply to afl irttents and purpases, as if the same Y�ad been duly ex�cuied and acknowledged
by #he�r regu�arly ele�ted offfcers at their principal o#fice in L�ng Grave, iHinais.
This I'ower of Attarney Is execut�rf by authority oi resolution� edo�#ed by t1�e �seG�tive Commit#eas of the 8oard�
of Direciors of the Company an �ebru�ry 23, 1988 af Chicagfl, IlElnais, tr�a� and accurate copies of which are
hereinaft$r set fnrth and are her�by certified t� by the undersigned Secretary as being in fuli farce and e#f�ct:
- "V�TE.Q, That the Chairman af the Board, the President, or any Vice Presiden#, ar theEr appaintees dasigriated in
.. writing and filed witt� the 5eeret�€y, or the Secretary s1�a11 hava the power and authority ia appoint agents and
attomeys�in-fact, and to autharize them ta execute or� b�l�alf nf the Gompany, and att�ch the ssai of the �m�a�y
t�ereto, �onds and undertakings, �recag�izanc$s, contracts a€ indemr�ity end ather writings, crbllgatory in the nature
thareof, artd �ny 5uc[� offi��rs vf th� C,ampany may a�apaint agents for acce�tance of pr�cess."
This Power of Attorney i� signeri, sea[ad ar��f certifiad by facsirnile under and by ��thority 4F fiil8 ��II4lNIng
resalutiQn adap#ed !�y the Fxecuttve Comrnittee of the Boards af Directars af the Company at a m�eiing dUly ea�Ied
and held an the �3rd day of February, 13�8:
°VOTm� That �hs. signatur� of the Chairrnan n# the �ard, the �resideni, any Vice I�resi�en�, or their ap�aintees
desigr�ated in writing and filed with the Secr�tary, and the s9gnature of the 5ecretary, the seal af the �ampany, and
ce�ifications by the Secret�ry, m�y be af�ixed by facsimile an any power af attorney ar hon� executed pursuant to
resolutian adopted by tF�e Executive Cammlttee af the Bo�rd of Dlrectors -nn February 23, i 988 and any s�eh
p�wer sa executad, seafed �nd certlfied wlth respect to any bond ar undertak[ng ta 3ruhich it is attached, s�all
con4inue ta be vaiid and binding upan the Campany."
FIrC a� 75 {t�cl. 09 a�) Page � nf 2 Prirtted in 13.S.A.
[n Te�t3mnny Whereaf, the Company F�as caused thi5 instrume�t ta �e signed and thei� corporate seals ts� be
affixed by th�ir auth�rizeo� afficers, this 5eptember26, 2001.
Attested and Certifiad: Lumbarmens Mutt�al Casua[ty Company
Am�rican Moforists InsUrance Company
American Manufacturers Mutual Insurance Company
M�y,v,a c, ��K�ei. r,�� � ��
$ a $ 1Wfltunols �'
� I i� 1�1�fIF1 9 � COiiPIlXIVTF �7
iaw n i�n sEhl '` r�n�oa�noa �
�? LIY74J L+U =G ,, � ' �
tOntl tlNj° �eawy t� �°rttr C+�na� .
ah K. Cnnway, Corpor� Seeretary G�ry J. ly, r�ior Vice Pres' t
STATE OF ILLIN�IS ��
GouN-r`t o� �a+� ss
1, Maria 1. Omorl, a N�tary Publlc, da F�ereby certify thai Gary J, Tully and Jflhn K. Conwey p�rsonalfy knov�n to
me to be th� same persnns whose names are �espectively as Seniar Viae �resident and Cnrparate Secr�tary af the
tumbermens Mutual Casualty C�rnpany, the Arnerican AAotorists lnsurar��e Com�arsy, and t�e Amarica�
Manufacturers Mutual Insurar�ce Com�►sny, Corparations organhzsd and exfsting under the laws of the Siate of
Illfnnis� s�abscribed to ihe faregoing inst�ment, appear�d be�ore me �hls day ln person and sevarally acknow�edge�4
that th�y �eing there�[nto duEy authorized signed, snaled with tha corporate seais and ci�Iivered the said instrumen�
as the free and voiuntary act af sa�d corparatians and as their own free and volur�fiary acts for ti�e uses a�►d
purpases th�r�in set farti�.
"f3FFi�lAL SEA�"
f�rtAfl1A E. �nA�RI
Nf1tAR1f PlJ9LIL, StATE tlF ILLIiVOIS
MY C��n+u�55�crr ��sp�s 9Jy �/zaas
��]�2�.�. � �.'
Maria l. �mari, No�a�y i'ublic�����
My comrnissfan expires 9-i7�03
C�RT1F[ CATl�N
1, J. K. Conway, Corparate Secretary of the l.urnbermens Mcatual Casualty Gnrrfparsy, the American Motaris#s
Insurance CornQ�ny, and the American Manu#act�rers Muival Insuranca Ctsrnpany, r�o f��;reby ceriify that the
attacl�ed Pawer of Attarney dat�d Se�ternber26, 2�0� an b�haif o# the persnrr(s) as lisied above is a true and
carrect c�py and that the sam� h�s been in fu�1 #oroe and effect s�nce the date there�f arsd [s in f�ll force anti effect
on the date of this oer�ific�te; ar�d 1 da further cerk[fy that the said Gary J. iuily, who executed tf�s Power af
Attorney as 5en3nr Viae �'resident, was on the date of �xecution af the atteched �ower a# Attarney the duly
clacted �enior Vic� President of th� Lumberrnens Mutual Casuaity CornPany, th� Amerlcan Matorists Insurance
Gr�mpany, and ti�e Arnerican Manufacturers Muival Insurance Com�any.
!CV T�STIMdNY WHEFI�DF, ! havc� h�reunta s�bscribed rny name �nd affixed the curpc�rate seal c�f the l.umbermens
l�llutual Gasuatty Cflmpany, the American Matorlsts Ir�surance Campany, and the Rm�r�nan Manufaaturers Mutuai
Insurance Campany on �his °�4t� day of Jan�ar� ,��03
y� a�MNi.i,hc ,���
r� 4�
F�li� I� � a CORPOR6SE 6 ����uH41s
� SEJIL � �[aA�on�7to� �
��L�YlU4�J g �
i�Q Q�p G�pwY � tOha �°y�
Jah K. nway, Corparat� retary
This Power of Attorney lirnits #he acts �f those �arned therein t❑ the bonds and undertakings specifically named
tl�erain and they hav� na author€ty to bind the Company exce{�t Irt the mann�r and �o the �xte�� i�e�ein stated.
Home £]ffice: Lvng �rove, 1L 60049
FkC L39 7� (�. U9 0'1) Aage 2 ot 2 Printed in Cl.S.A.
���O��A�� N�il��
1�0 0��'AIN IN�ORIVIATIQN OR MRK� A COMP�AINT:
.. You may contact American Manufacturers Mutual Insurance Company, American
' Motorists Insurance Company, andlor lumbermens Mutual Casuaity Company for
Information or to make a complaint at:
Kemper [nsurance Companies
�►t�n: 5u�ety Claims
1 Kemper Drive, K-7
�ong CroWe, f� 6��49-0001
f�47) 3��-5996
t84i) 32o-�82s �ax
You may contac� tihe iexas Departmen� vf Insurance tio obtain information on
companies, coverages, rights or complaints at:
�exas �epartment of Insurance
�.0. �O�c 149104
Austin, iX 7�714-9104
f$00) 252-3439
RiiACH YbIS NOTIC� i0 YOUR �OND. ihls notice is for information only and does not
become a part or a condition of �he attached document and is given to comply with
Section 2253-048, Go�ernment Code, and section 53-202, Property Code, effective
Septer�ber 1, 2�Q�a
.� � . . �
CO�liR��TO� C�{V���l�4N�� Id�lib
{i�OR.I�E�S' CO�fl��NS/�TI�N L�IAI
Pursuant to V.T.C.A. Labar Cade �406.96 (2000}, as amend�d, Contractor cer#ifies that
it pro�ides workers' campensation insurance co�erage for all af its employees empioyed
on City of Fort Warth Project �i�d�+iewa I�e�eniion �roieat a� Od�r�on Ftidq�
�ouleva�d and ��sibound Inte����te biahv�+�v 20 Fpon4�ae �o�d and City of
FartWa�th Project Na. G��5I5�12�OIa�09q�13�3�! .
CONTRACTOR:
�1T� ����� t iaC�
� By: +, �,
,
. � Name: �i S ���
, Title: � l� E9�T�
- � Date: �' 1 � � ! � �
STATE OF TEXAS §
§
COUNTY �F TARRANT §
Betore me, the undersigned authority, on this day persanally appeared
�� ���� �����
. ,
known to me to be the persor► whose name is subscribed to the foregoing instrument,
and acknowledged to me that he executed the same as the act and deed of
`�tz.� up � i _
for the purposes and consideration therein expressed ar�d in the capacity th��ein stated.
Given U�der My Hand and 5eal of �ffice this ��t" day of Januarv, �403.
� `
� ��
fI �. ': °. .,,`,` ` `. ,�J . .,,.,^� „ ,,.,�� �� � � �� �� N ry Public in and for the State of
I ;:•"'� JODI� C. CDU�F9 = Texas
- � t�,� � MY COMINI9$FaN �fi�l��7 ;
. •..., oaouer �z, 2ao� :
�.:.�_.�.3���r.����.,.���:
�
crry o� �o�� wo�Tb, ��x��
co�����r
THE STATE OF TEXAS
ICAlOW ALL MEI� BY THESE PRESENTS:
COUNTY OF TARRANT
THIS agceement made and entered into this the ��`� day of J�nuary , 2�03 by
and between the CITY OF FORT WORTH, a municipal corporatian of Tarrant County, Texas, organized
and existing under and by �irtue of a special charter adopted by the qualifed voters w�thin said City on
the 11th day of December, A.D., 1924, un�er the authority (�ested in said �oters by the "Home Rule"
pro�vision) of the Constitu#ion of Texas, and in accordance wifh a re�olution duly passed at a regular
meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, and
���e Conc�e��, In�. HEREINAFTER CALLED Contractor.
W[TNESSETH: That said parties ha�e agreed as #ollows:
1.
That for and in eonsideration o'� the paymer�ts and agreements hereir�after mentioned to �e mad�
and performed by the Owner, and under the conditions exp�essed in the bond bearing even da#e
herewith, the said Contractor hereby agrees with the said �wner to commence and camplete tfi�e
eonstruction of certain improvements described as fo�lows:
��`TY�I�l� ��Y�IV I i�hl �ROJ�CT
AY �l���i�fV l�I��� ��UL�!l��i� �R��
���i���l[�� IN��I�ST°�►i� bI�H�AY �0 FRONi�4�� �3�A�
Designated as project number, C1'i 5tr�49 2a0m0��� 1�� 3��17 .
2.
That the wor� herein contemplated shall consist of furnishing as an independenf cor�tractor afl
labor, tools, appliances and materials necessary for the construction and eompletion of said project in
accordance with all #he Plans, Speci�cations and Contract Documents prepared by the Transportation
and Public Works Department of tF�e City of Fort Worth adopted by the City Council of the Gity of Fo�t
Worth, which Plans, Specifications and Contract Documents are hereto attached and made a part of
fihis contract the same as if written herein.
3.
The Contractor hereby agrees and binds himself io commence the const�uction o� said work
within ten ('i0) days after being natified in writing to do so by the Transportation and Pubiic Works
Department of the City of Fort Worth.
G-'�
4.
The Contrac�or hereby agrees to prosecute said work witi� reasonable diligence after the
commencement thereof and to fully comp{ete and finish the same ready fior the inspection and appro�al
of the Transportation and Public Wor�cs Aepartment of the Ciiy of Fort Worth and the City Counci! vf the
Csty of Fort Worth within a period of �0� {�ne bundredl working days.
If the Contractor should fail io complete the worEc as set forth in the Plans, Specifications and
Contract Documents within the time so stipulated, plus any additional fiime allowed as pravided in the
General Conditions, there shall be deducted from any monies due or which may thereafter become due
him, the sum of $ 39 �,00 � per working day, not as a penalty but as liquidaied damages, t�e
Confractor and his Surety shall be liable to the Owner for such deficiency.
5.
Should the Cor�tractor �ail ta begin the work herein pro�ided for withit� �he time herein �xed or to
carry on and complete the same according to the true meaning af the intent and terms of said P�ans,
Specifications and Contract Docume�ts, then the Owner shall ha�e the right to either demand the
su;ety #o ta�e o�er the work and complete the same in accordance with the Contract Documents or #o
take charge of and complete �he vuork in such a manner as it may deem proper, and if, in the completion
thereof, the cost to the said City shall exceed fihe contract price or prices set forth in the said Plans and
Specifications made a part hereof, the Cor�tractor andlor its Surety shall pay said City on demand in
writing, setting farth and specifjring an itemized statement oF the tota� cost thereof, said excess cost.
[:�
Contractor co�enants and agrees #o indemnify City's engineer and architect, and their personnel
at the project site for Contraetor's sole negligence. In addition, Gontractor covenants and agrees to
indemnify, hold harmless and defend, at its own expense, the Owner, its ofFicers, servar�ts and
employees, fram and against any and alf claims or suits for property loss, property damage, perso�al
injury, including death, arising out of, or alleged to arise out of, the worl� ar�d serrrices to be performed
hereunder by Contractor, its oificers, agents, employees, subcontractors, lieensees or in�itees,
wh��h�r �r r��� anv suci� iniurf.�. rlamaQ� or deagh i� c�us�d. ih ��ol� or i� va�#. b�r ifr�
nec�Ii_qence or alle�rea[ negli�ence of ��a+ner, if� o�ic�r�. ��rvanfs, or e�a�l�dee�, Contractor
lil�ewise co�enants and agrees to indemnify and hold harmless the Owner from and against any and all
in�uries to Owner's officers, senrants and employees and any damage, loss or destruction to property of
the Owner arising from the per€ormance oi any ofi the terms and conditions af this Contraet, �rh��h�r �r
nof an� �u�h iniur� or dama�e is �au�ed in �+hole or in part bd �he neqliaence �r �ll�qed
ne�lr'�ence o� O�+ner, i�s of�ic�rs. servan�s or �rnolov�es..
f n the ev�nt Owner recei�es a written claim for damages against the Contractor or its subcontractors
prior to final payment, final payment shall not be made ur�til Contrac#or either (a) submits to Owner
satisfactory e�idence that the claim has been settled andlor a release from the claimant in�olrred, or (b}
pro�ides Owner wi�h a letter from Con�rac#or's liability insurance carrier that the claim has been referred
�o the insuranee carrier.
C��
T�e Directar may, if he deems it appropriate, refuse to accept bids on ather City of Fort Warth public
work from a Gontractor against whom a claim for damages is outstanding as a result of war� per�ormed
under a City Contrac�.
7.
The Contractor agrees, on the execution of tt�is Contract, and be#ore beginning work, ta ma�e, execute
and deli�er to said City of Fort Worth good and sufficient sure#y �onds for the faithful perFormance af
the terms and stipulations of the Contract and for the payment to all claimants for labor andlor materials
E furnished in the prosecution of the work, such f�ands being as provided and required in Article 5160 of
the Revised Civil Statutes of Texas, as amended, in t�e form included in t�e Contract Documents, and
�� such bonds shall be One Hundred Percen# {100%} of the total contract price, and the said surety shall
be a surety campany duly and legally authorized to do business in the State of Texas, and acceptable
io the City Council ofi the City of Fort Worth.
�
�
Said City agrees and binc�s itself to pay, and the said agrees to recei�e, for all of tl�e aforesaid wor�,
ar�d for all additions thereto or �eductions therefrom, ihe price shown on the Proposa[ submitted by the
successful bidder fi�ereto attached and made a part hereof. Payment wilf be made in monthly
installments upon actual wor� completed by Con#ractor and accepted by the Owner and receipt of
in�oice from the Co�tractor. The agreed upon total contract amount {includinglexcludingj alternates
shafl be:
S�V�N i�UNC?I��� �F�l�NTY FIV� ibDUSAId�, iF;RE� HUND��� BiV� ��LL�RS AND
��Y�PdiY-FI�� C�td�S
����.30� .7�
�
it is further agreed that the perFormance of this Contract, either ir� whoie or in part, s�all not be
sublet ar assigned to anyone else by said Con�racfor without the written consent of the Director of �he
Transportation and Public Works Department.
10_
The Contrac�or agrees to pay at least ihe minimum wage per hour for all labar as the same is
classified, promu#gated and set out by the City of Fark Warth, Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copies werbatim herein.
'� 1.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to fhe existing Charter and Or�inances of the City of Fort Wo�th and the laws of
the State of Texa� with references to and gaverning all matters affecting th�s Contract, and the
Cor�tractor agrees to fully compfy with all the prouisions of the same.
�-3
IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in ��x (6l
counterparts in its name and on its behalf by the Cifiy Manager and attested by its Secretary, with the
� icorporate seal of the City of Fori Worth attached. The Contractor has executed this instrument through
its duly authorized officers in Six IG1 counterparts with its corporate seal attached.
{
�
�
Dor�e in Fort Worth, Texas, #his the
�t�COf�INi�F����:
'i4�' day of
���1� ,���
(Con#ractar}
=
. !�;�,,�,, . �
(Representati�e)
�
�A-� S �����-� o��
�TITLE)
��''ii1� ��� �.,li.�
(Address)
�2�-�n � �.te ,��Z �
_�
(CitylStatelZip}
IVovembe� 1960
Reuised May � 986
Re��sed September 199�
Re�ised January 1993
Revised April 7999
Re�ised June 1999
Janu�ev , 20 03 .
ClT � �� l���
/� r .� .
ASSISTAP�T C1TY I�FA�GER
APPROVED:
��
��
DIRECTOR, TR/aNSP�RTATION AND PUBLIC
WORKS ��
ATTEST: ` �
� �'�� � • �, �. _, . :, _
�` - -s- '
CITY SECRET Y
. �� �
(SEAL)
������1�
cantract 14u��a����'ti�r�
---�r�-'-1 L'--�_ _-�.-�------.
Date
APPRO Q AS TO FORM & LEGALITY:
�
AS�IST ATTORNEY
C-4
THE STATE OF TEKAS §
§
COUNTY OF TARRANT §
PERMAI�TE�1T DRAINAGE EASEiVIENT
THAT UWE, CITY�IEW PART�TERS, L.P., a Te�cas Limited Partnership, whase
mailing address is c/o City Center Developmen� Co., attent�on R�bert E Kolba, 201 Main
Street, Snite 300, Fort Worth, Texas, 76102, hereinafter referred to as "Grantar", far and
in consideratian af One Dollar {$1.00) and other valuable consid�ration paid to �rantar
by the City vf Fort Worth, a municipal corporation of Tarrant Counfiy, Texas, t1�e receipt
of vvhich is hereby ael�owledg�d, do grant, bargain, atid convey ta said City of Fort
Worth, its suceessors and assigns, fhe use and passage in, over, aaxoss, beinw and alvng
the followi�g parcel or tract of land situa#ed i� Tarrant County, Texas, �in accardance with
the plat hereto attached:
SEE ATTACHED EXHIBiT `�A"
It is further agreed and understood that the City af Fort Wortlt rn+ill be permitted the �se af
the abov� d�scribed strip of land for the purpose of �e constnzction and maintenance af
5torm Drainage facilities. An ingress axid e�-ess eas�ment shall be gra�ted in order tha.t
access may be gain�d to #he a6ove dascribed PErmanent Drainage Eas�m�nt.
TO HAVE A1�TD TO H4LD the above described premises, together with, all and
singular, the �ights and appurtenances thereto in anywise belanging, unto said City oFFort
•� Worth, its� successors and assigns, forever. And Uwe do hereby bind myselflo�xrselves,
my/nur heirs, successors and assigns, to warran� and farever defend, aIl and singula.r, the
� said prerr�s�es unto the said Ciiy of Fart Worth, its successvrs and assigns, against every
; person whomsoeve� lawfully clairning ar to claim the same or any part thereof.
�t is intended by tnese presents to convey a righ#-of way to the said City of Fort Warth to
maintain, �onstruct and repair the above described improvements, wxth the usual rights of
�iz�garess and egress in the necessary use af such right-of-way, �in and al.ang said premises.
WTTNESS our hand(s) this, the day of
A.D. �U . �
Signature
Signatture
ADDRESS OF GRAk�iTEE:
CITY UF FURT WORTH
REAL PROPERTY li�A1�TAGEIVIENT
927 TAYLOR ST
FORT WORTH, TX 761Q�
��
F
A.K�OWLEDGE1�El�'T
T�TE STATE QF TEXAS §
CUiJI�iTY OF TARRANT §
SEFORE 1VIE, , the undersigned auth�rity,
on this day pez�sanally appeared ,
kn�wn to me, or proved to me to be the person whose name is subscribed to the foregoing
instttzmen#, and acknowledged to me that he/she elcecuted the same for the purposes and
consaderation therein expressed.
BEFORE 1VIE, , the undersigned au#hority,
on this day p�rsonally appeared ,
known to me, or provefl to me ta be the person whose name is subscribed to the faregoing
instn�ment, and acknowledged to me that he/she executed the same forr the purpos�s and
cvnsiderahon therein expressed,
GIVEI� i71�1DER 1VIY HAND A1�D 5E.AL OF OFFICE, this tl�e day of
, zo .
Notary Public, State of Texas
I �1
My Commission expires on the day af , Za .
EXHIBIT "A"
DRAINAGE EASEMENT
BEING a 2.4G4 acre drainage easement situated in the James Rogers Survey, Abstract No. I264, Tarrant
Caunty, Texas, and being part of a tract of tand conveyed by deed dated December 14, 1993 io Ciiyview
Partners, L.P., traet 20, recarded in Vflluxine 113b9, Page I437 of the Deed Records of Tarrant Cnunty,
Teacas (D.R.T.C.T.), and being mvre particularly descx ibe� as follovvs:
� COMMENCING at a 518" i�on rod fo�md �rith cap for the �zartheast corner of said trac# 20, said point
� being at the intersect�on of �he south right-of-way line af Interstate Highway 20 (variable width right-of-
. �way) and #he west rigk�t of-way line of Overton Ridge Bou�evard (variable width right-of-way);
I THENCE South Q6 degrees 31 rninutes 31 secands East, departir�g said soutl� and rvest right-of-way
lines, 33.26 feet to the POIlVT OF BEGINNIlVG, said point being at the intersection of the south line of a
20' sani�ary sewer and electric easement as recorded in Volume 3$8-193, Page 61 of the Plat Records of
Tarrant County, Texas (P.R.T.C.T.) and the west line of a 15' sanitary sewez easenaent as recorded in
Volume 3$8-193, Page 61 of the Plat Records of Tamant Counfy, Texas (P.RT.C.T.), said point being
the beginning of a non-tangent curve to the right haysng a radius of 55.00 feet anc� a long chord bearing
South 08 degzees 28 zniuzutes 57 secands East a distance af 22.19 feet;
THENCE South�rly alon� said curv� and along said we�st easernent line thraugh a central angle of 23
degrees 16 z�nutes 16 seconds an arc lengt� of 2234 %et to a point for coa�ae�r, said point being the
beginning af a non-tangen,t curve to the right having a radius of 895.37 feet and a long chard bearing
South 48 degrees 29 minutes 42 seconds W�st a distance of 171.45 feet;
THENCE Southerly along said curve a,xad continuing alon�g said west easemesat tine through a centraI
angle of 10 degrees S9 xninutes 18 s�conds an arc length o£ 17i.72 �eet to a point for comer;
THENCE Soutli 13 degrees S4 minutes 3S seoonds West, continuung along said west easement line,
�00.44 feet to a poivat, said point being �he bea nning of a non-tangent curve to the right having a radius
of 1,429.48 feet and a long chord bearing South 14 degrees 54 min�tes �Z seconds West a distance of
53.3b feet;
THENCE Southerly along said cizrve and cantin�ing alang said west easement line through a central
angle of 02 degrees 08 xniz�utes 22 seconds an arc length af 53.36 feet to a point for corner;
THENCE South 15 degtees 57 minu#es Ofl secon�s West, cont�uing a�ong said �avest easement line, a
distance of 3.75 fe�t to a point for a corner;
THENCE North 89 degr�es I 1�ninutes 55 secorzds West, departing said west easement line, a distance af
273.86 feet ta a point for a carner;
THENCE North 00 degrees 48 minutes OS secone�s East a distarice af 345A0 feet to a goint on the south
Iine of said 24' sanitary sewer and e�ectr�c easemEent;
TI-�NCE South 89 degrees 1I minutes 55 seconds East, along said south easement line, 330AQ feet to
the POINT OF BEGINNING AND CONTAIlVING 2.464 acres (107,314 square feet) af iand more or
Iess.
Basis of bearing is #he north line of Cityview Partners, L.P. Tract 20 as recorded �n Volume 11369, Page
1437 of the Deed Records of Tarrant County, Texas.
INT�RSTAT� ��GHV�AY N�. �0
(VARIABLE WIDTFi R.o.w,�
VOL. 5074. PG. 76
PARC�L 43
�
o �',
��,
a o',
��
z'
� ,
10' SOLiTHWESTERN BELf�-
TELEPHONE EAS�ME�I� 20' SANITARY SEWER &----
VOL. 6576, PG. 677 �LECTRICAL EASEMENT
VOL. 388-1g3, PG. 6i
�a�Nr oF
GOMM�iVCEMEN7
POINT OF
CM BEGINN4NG
5/a' IRF
454.82' S �6'31'31' E
5 B9'fl'S3��E ,� 5 DO'47'43" W 33.26'
-- ----�----- "._"� 100A1
----------- � �� 5 84'11'55'E
_.-----�---�� I 330.fl0'
� I� S 89'T1'55' E 576.40'
E �-�-,�.J�_'-;:._------- ---
`_-i� %���T-�' - ---
(�' %�' 2� ��/ ��'�� ' L�
r'' /' � , � 1 �-,_..�-- 40'x40' J
� ��/,�,/,J`-' . SI�NAGE
CITYVIEW PARTiV�ftS, L.P. ;;�;% ���� ���� ,aREa
VOL. 11369, PG. t437 i.�' ,,�;, , � �' �;�;:. . .
TRACT 20 `,`�f; .."�� ` pRaINAGE
; � ��il
+,r'%: �, ,�iN�r. ' �ASEMEI�T
��� �,�, �,.��''�,�;- �,.464� ACRES
����� � E%.���[� - �
�o__------------ �'%%r.� : i' //; �- �
� N 89'12'19" W
� 500,52'
I
�iQTE:
ALL IRF ARE WITH CAP
ti
T2
C�1RV�
N0.
C1
C2
C3
�EE� GALLS
5 13'54'35' W 1 Q3.83'
S 15'57'Od' W 135.01'
� R T �
49'34'44' 7Q.Q�' 32.33'
11'0032' 9�0.37' 87.73'
02'00'14" f 444.08' 25.25'
z�% ��:is��%�✓%���h�-
�w��J �' ����4- N 89'11'55' W
� �' 273.85'
�4 •
k 85'16'O7' lY
437.4i'
CfTYVIEW !'ARTNERS, L.P.
VOL. 11369, PG. 1437
TRACT 19
L CHB CHQ
60.57' S2t'56'37'E 58.70'
174.92' S08'29'03"W 174.65'
50.5Q' Sl4"58`4�'W 50.50'
1
�
!�
�, i�
�
�
rj
r� '
r1
rj
��
I�
��
�+
�,
��
t,
i'
I�
BA515 OF BEARING• � �
•� L1NE BETWEEN A FOL1Nti IRON ROD AT TK� NORTH�AST CORIVER OF C1TYV1EIN
PAR7NERS, L.f'. TRACT, (TRACT 20 AS RECORflE� IN VdLUME 11369, PAGE 1437,
�EE� R�CORDS, TARI�ANT COUNTY, TEXAS) AND A FOUND IfiON ROD AT THE END
OF CURVE C3 (SAED IROEV ROR BY DEE� BE�NC N15'S7'00"W 135.01 fEET FROM
jWE SOUTHEAST COFiNER 0�' SAID TRACT 20? BEARING & DISTANCE BETWEEN
' IRON RODS = Sfl6'20`15'W 379.07'
❑RAINAGE EA5�M�N7
avo: zoosz
aATE: APRIL 2402
EXHIBIT nA��
�RAINAGE EASEMENT
CJCi'OS5 a
TRACT
tn the
JAMES ROGER SIJRVEY
ABSTRACT N�.�264 �
TARRA�IT COl1NTY. TEXAS
ir� the
ci�Y OF �aR7 WORTFi
SCALE: 1' = 200'
�SMTEXHB.DCN
PARCEL DE-1 I
� d = Z3'16'16'
fi = 55.00'
T = 11.33'
L = 22.34`
CH8 = 50B'28'57'E
' Sfa' INF CHD = 22.19'
f �Cz e = to-ss��a�
I j R = ess.37�
r = as.ir
L = 17T.T2'
� �' IftF CHB = S08"29'A2'�f
� CHO = 171.45'
� Ti 5 13'S4'35" W
100.44'
r %g IRF
I A = 2'OB'22'
R = 1429.08'
T = 25.68'
�C3 � = S3.3fi'
CM c�e = s�a•s4-az•w
5/s' IRF C�id = 53.36'
-- S 15'S7'00' W
T2 �.75'
---15' SANITARY SEWER
EASE�EENT
VOi. �88-193, PG. 61
L'O
�
.� �
�
�~�
C9 �
��m
oa
�N�
�Y"�
t� �
� �
�
�
N
a ,00 xao
� - �k ��
SCA�E IN FEET
� �.i�'��
�.� HalffAssociates� �F�
Cityview Detention Pond
DOE#
SW corner II��20 and Overion Ridge Blvd
Tract 1, Abstract i�G4, .�ames Rogers Su�rvey
TE�IPORARY CONSTRUCT�ON EASEME1vT
THAT I/VVE, CITYVIEW PARTIV'ERS, L.P., a Texas Limited Partnership, whose mailing
address is c/o City Center Development Ca., attention Robert E Kolba, 201 Main Street,
Suite 300, Fort Worth, Texas, 76102, hereinafter referred to as "Grantor" for and in
consideration of One Dallar ($1.00} and other valuable consideration paid �y the Ciiy of Fort
Warth, a municipal corporation of Tarrant County, Texas receipt of which is hereby
acknowledged, do gra�t, bargain a.�nd convey unta said City, its successors and assig�s, the
use and passage in, over, across, below and along the foIlowing parcel or tract of land
situated in Tarrant County, Texas, in accordance with the pla# hereto attached, to-wit:
SEE ATTACFIED EXHIBIT "A"
It is furthex agreed and understood tha# the City of Fort Worth will be pernutted the use of the
abo�+e desczibed ship of land for the purpose of the construcfiion, maintenance and repair of a
Brainage Easement. An ingress and egress easement shall be granted in order that access
may be gained to the above described Temporary Coz�struction Easement.
TO HAVE .AND TU HOLD the above described premises, tagether with, all and singeilar,
the zights and appurtenance� fhereto in anywise belongfng, unto the said City of Fort Worth,
its successors and assigt�s, farever. And Uwe� do hereby bind rnyself/ourselves, mylour heirs,
successoxs,�' and assigns, to warrant and forever defend, all and singular, the said premises
unto the said City of Fart Warth, its successors and assigns, a�ains# every person
whon�a.�oever tawfully claimin.g or to clairn the sa�e or any part thereof
It is intended by these presents to convey a rig�t-of-way to the said City oi Fort Worth tfl
maintain, construc� an� repair #he above desc�ribed izr�grovements, with the usual rights of
ingress and �gress in the n�c�ssary use of such right-Qf-way, in and alang said premises.
Tlze City af Fort Worth agrees that in the event any af the existing improvements located
vc+ith the d�escribed Tezrigorary Construction Easemea�, are damaged by tb.e City construction
crew or by the contractar responsible for the City�view Detentyon Pand contract, the City
vi+iil repair tl�e damage to a condition comparable to when construcfiion began.
IN WITNESS WHEREQF, Grasttors have caused this instrument to be e�cecuted o� this the
day of , 19 ____
Owner(s)
� Owner(s)
TEMI'ESMT.DOC
.�ow�,EnGE�Errr
THE STATE OF TEXAS §
COU�TTY ClF TARRAI�T §
� ,
BEFORE 1VIE,
, #he undersigned authority,
on this day persanal�y appeared ,
� lrnown t� me, oz proved to nze to be the person whose nama is subscribed �o the foregoing
. instrument, and aclrnowl�dged to me that helshe executed the same for the purposes and
, consideration therein expressed.
BEFORE ME, , the undersigned authority,
on this day persvnaIly appeared ,
� kno� to me, or proved to me to be the person whose narne is subscribed to the foregoing
' instrument, and acknowledged to me #ha# helshe executed the same for the purposes and
� consideratian therein �xpressed.
GIYEI�T iJNDER 1�IY HAIiTD Ai�D SEAL OF OFF'ICE, this the _ day of
, 2Q .
Notary Public, State of Texas
My Commission expires on the day of , 20 .
��1TER�iA�� bIGHWAY iVOo 20
tVAREA$L� W4DTH R,O.W.1
VOL. 5074, I'G. 76
PARCEL 43
�
#
o�
o a,
�a
a
z
1Q' SQUTHWESTERN B�LL---
TELEPHON� EASEt��NT
VOI. 6576, PG. 677
20' SANITARY S�4YER &
�LECiRICAL �ASE�lENT
VOL. 388-193, �G. 61
PO1NT o�
COMMENCEMENT
P�1NT OF
CM BEGI�INING
5�g' IRF r
464.82' S 06'31'3i' E 1
5 89"11'53' E , 5 00'47'43" W 33.26'
- - - - - - 'a"� TOO.Q1' �
------.--T��--- �o ji 5 89'1T'S5'E
-----_._..��___� I 330.QD'
��� S 89'11'55' E 576.90'
� �; �T o�T _� -� u �w.,a� _--� i -
r`,, ,� �.�.� _ ______
� Ka ,,. a _ ao�X4a�y
CITYVIEW PARTNERS, �.P.
VOL. 11359, PG. 1437
TRAC�f 20
� � N 89'12'19' W
� 500.52'
I
NOTE:
� ALL IRF ARE WITM CAP
DEER CALLS
T1 S 13'S4'35' W 1a�.83'
r2 s t�•5��ao� w �3�.01�
CURVE
Nfl. � R
SIGNAGE
AREA
!]RAINAGE
EAS�MEIVT
�.464 ACRES �
�/��
�.1 .
�� N 89'1P55' W
273.86`
N 85'16'OT 1�
437.41'
CITYVI�W QARTNERS, L.P.
VflL. 31364, PG, i437
�RACT 19
T L CHB GHD
!
1
�+
�� �
r
�
�
�!
i�
�r
1�
1�
f�
r�
// fl � = 23'16'16'
// R = 55.Oa'
� T= i1.33'
L = 22.34'
CHB = 50B'26'57`E
�5/a` IRF CHO = 22.19'
C2 � = 10'59'IB'
�r' R = 895.37'
f = ss.,2•
L = 171.72'
s�a' I�� CH8 = 508'29'42'W
CHD = i71.45'
-Ti 5 13'S4'35'�H
_r 100.4q'
� �s' �RF
'� , .
r' R = 429.08'
T = 26.88'
C3 L = 53.36'
� CM CH8 = S14'54'42'W
, 5/e' IRF CHD = 53.36'
`- 5 15'5'f'00' W
`T� 3.T5'
15` 5ANITARY S@WER
EASEMENT
YOL. 389-T93. PG. SI
C!
�
� �
�
� � a.
C1 49'3q'44' 70.00' 32.33' 60.57' S21'56'�7"� 58.70' �� ��� N
C2 i1'00'32' 91Q.37' 87.73' 174.92' S�8`29'03'W 174.65` � j � a i
C3 02'00'14" 1444.08' 25.25' 50.50' S14'S8'4S'W 50.50' i{ A N�
� � � ^�
BAS15 QF BEARINGs � � �
LINE 8E7WEEN A FOUND IR01� RQD AT �HE iVORTHEAST CORNER OF ClTYVIEW e
PARTNERS, L.P. TRACT, tTRAC7 20 A5 RECORQED IN VOLIlME 11369, PAGE 1437.
DEED RECDR4S. TARRANT CQU�VTY, T�XAS� ANp A FOIJN� IRQN ROD Ai THE ENQ
OF CURVE C3 iSAID IRON RQD BY DEED BEING. N15'57'OQ'4V ]35.03 FEET F'ROiN v iao zon
7HE SOUiNEASi CORNER OF SAID �RACT 20) BEARING & FJlSTANCE BETWEEN
IRQN RODS = S06'20'15'W 379.07' SCALE IN FEET
EXHIBlT "A° _.� �
DRAINAGE EASEMENT •�
aora�s a �� ,a r
TRACT �' �..••G� 5 �,� •F f
in the � ' � '� �°�' �
... . . ... ..........:....
JAMES ROGER SURVEY soiv a�
ABSTRACT N0.1264 ' ''���� �:'�
0
TARRANT COU{VTY. TEXAS 'q � ���
tn fhe a•:�� s s°•'�
s'u���
ClTY OF FORT WOR7H ; ,
pRAINAG� EASEM�EV7 -- - ---� -- - � �,i('� �B�
AVO: 20082 5CALE: 1' = 200' �ARCE� OE-1 +� HalffAssociates
DATE: APRlL 20d2 �ESMTEXNBAGN .._I _ _ � �� ���.��Frs.sav1m+s_n1rous.swn+a�s
APR-15-2802 1.�:'�33 FROf''I:CMJ ENCIN�ERIhl�a 8175$�33993
�� ��C`ir�����.A1�� Y��.
. . � _ � .� . ���� �. . .
April 16, �092
�'+try o# �enbr�ak
• P.�. �nx 266G9
, �enbrab4�, ieX�S �'�126
Atin: �u9r, ��vic� C�a�tis
7�:817 23� 9�84 P.0@3f01Z
(���) �� ��a�r
�a�7� ��4s92 ARaSr�
(8t� g88o9983 Fws
�� � ..� . �
��,: R�� � �������
�j�Vi�l� ��T�hd'f��i� P�R�
�v���a� ����� ��u��v�e�� �� ���o ��e��� �o��
�e��ar� ���w�v, ����
D��r Mr. �at�ei�:
a
iA�iRODIJ�YI�l�
CRA.1 �ngineerir�g. Er�a� i� 'pt��s�ti to pr�sent h�reir� the results o� tihe g�ata�hnical
invest�gati�n t�r �he pra�o�ed de��ntio� po�d �I�ng ����a� I�idg� �oulevard �� ��20
acces� rr��d, Ti�i� r�roek w�as pe�formed in g��eeal acc�rdance wi�eh CNiJ WPo��sal
0�-�f� dat� April 90, 2Q0�. ��thori�a�i�n to �poce� wi�h �t�is ir►ves�iga�ti�n was
prvdid�d by iVlr. ��vid Ga=ti� o� the City ot ��nbroak.
Ti�e p��jec# rwill consis4 af ar� a�p�oxim�te 2�-�cr� �1e�ent�on �ond. Th� d�e��iort
po�ci wi�[ be on eh� arder ��� to �5 ieex d�p. �n a�de� te maximir� 4he s�a�ag0
cap�city at �h� d���ntian ��nd, th� sidewall� ��a desir�d to be �s �te�p �� �o�sib�e.
��sec! a� s�il cgnditions.
'�he si�e slbp�s up �o �he vot�st wit� an ap�rvxim�t� ��� to i�-faat rise in el��a�ian
fr�m e�st t� w+est. The site is sCigi��ly waoded vvith srr:all �r��� �n� �a��ve geasses
and v+reeds. Lim�stione f���rrer�ts wePe nvted, �lo�g the �ave��Pn porti�n of �he sit�.
- — --� - — .. _ � , �� _ . .� _ - . -,
I�rs� ��tr�r� ���v� .��c wa�,. Te�c�s ►�99� o r,ww:vw.�i��..��
APR-16-c�'0@2 1�:03 FRQP1: CMJ' EhI�INEER2f�iC'a
City of �enbroai�
ProJ�c� No. 1 � 3-0�-��
Aprii '1 B, �QB�
Pag� 2
82r������3 T�:8�7 23� 9784 P.0�4'011
�vb��►iface ���diti�ra.�
I�I bPd�� t4 c��[Cf1�111�� �h2 ��JbSU�aG� �dfYf�itiot�3, twv expE�t�tian� bor�ngs we�e oondu�t��
at ci�e site. '!`he bo�in�s wree� driffetf to dep��s a� �0 to 30 fee� b�law �xis��ng grades.
One boring wa� cond�cted on �Fre uphirl side and vR� vra�� ennd��#�d on �h� daw�hill ���e
af �h� site, ihe �orings v��r� dri�l� u�i�g contin�ous �ligh� �ug�rs in orcler to det�rrnifle
g�ot�ndnwae�r condiieions du�ing dri�ling, ihe �en�r�! location �fi the barings is shvwn or�
�late /�. g , P[an o� �ar�n�s.
il�� �xplor�#�an b�r��s�� r�present tw� dif�er�n�C subs�rrFace �on�i�ians. �oring ��f
encoun�ered primarily rock, w�iile �aring �-2 ene�ur�t�r�d primapily ��its. �oring ��9
eonsi�ts of �ppraxima��l�e �+r�� f�t �� �oils underlain tar� limes�on� and gray s�afe, 1�
ad�i��nn, an appr�xirm��e 5�foot shaly el�y Is�ysr w�� no�ed b�we�n #he I�mes�ane �r�d
sha1� lay�r�. �as�d vn iax�� Flighway ��p�rtm�n� +cone penet�ome�tsr �est �+alues. ttre
limes�vne en+���neer�d �►�s �enePaqy �i�rd #o very� hard �nd �i�� gray shale was g�ner�lly
hard.
��pings �2 consi��s �f silfy clays �nd �x�remely weatl�ered ��me�t�ne w�tl1 varying
am�u��s o# 1i�11��t�n� 4P�gt�nents �ander��En by shaly cl�y, T'i�� �pper clayey soils a���
g+sner�lfy to�� pl�stic witi� li�uid �rtd p�a�ii� limits v�rying �rom �� �0 42 and 14 �� a3,
r�s�ectively. Alet�uugh �o t�s�€ng w�s cond��ted �s con�Firma�i�n, ii i� �ssum�d �iat �he
shalY ei�ys are highly plasr�G. `�h� unen�fined �om�r���lv� s�rength af tested s�mpl�s
r�nged from 1��0 �0 390� ��un�s p�r sqe�a�ee f�ot {psf)_
(sround-water �e�p�ge wa� �ncc�untered in boti� �a�ings at depths �# 1��o �$ feet. UVa���
at eompl�Cion w►as �t����i at t9ep�hs �f 1�%z �nd 9� fi�et w�il� water at the end o�F dmy was
ncated at '91 and 1� f�e�,
���re�l
R�Ct��f11lIEf����i�Rl�
Due �q �he vari��s�� soii candi4i��s e�cc��ntere� in �he i�a�ings, iY i� appare�t thai twd
�epar�t� r�commen�a�ions wili be r�quired� ba�ed Dr� the cand�t�ons ��coun�er�d du�ing
construc��►�. �n� recomm��dstior� will b� fa� � conditic�n wi�¢h � prir��rify Pock s��pe wHile
� t�a �econtJ recomm��d�°�iar� will be for � condigion revit#� soi15 vr �om�ination o� s�ils ar�d
rack.
RPR-16-�002 �4:g3 FROM:CMJ Ehf�INEERING
Ci�y o� Benbra$k
�roj�ct No. � 1 �-�2�05
Ap�r�J 16, ��02
P�g� �
8175859993 T0.817 23� 9784 P,0H5�012
Ra�ck SIQpe�
I� a�eas r�h�r� t�e slvpe con�i�es primarily o� �o��r, th� slap� of �he s�d�wall� �an be
�xc�avated t� n��r� v�reical. It i�. h�wever, recnmm�nded �ha� t,�� sfo}�� be stair-$�eppe�,
�o n�a�ximurn heig�rt vf � fee� is r�cnmrrrended t�etwe�� tFi� s�eps.
�a,7 �1���
In vrder t$ ���t�rmine ti�e ms�e �f�icient �sa�e� ��v#ae fap �h�e �oil poriion of tt�� dsta�eion
Rvr�d. simpli#i� s{ope� s�abiiity �nai�+��� �w�r� p+erF+armed �as�� u�an assusnad siape
��i�nt�4ians, l�bora�vryl ��s4�, �rot! gener�l �flEl� condi�ior�s �nCoc�ntered in tf�e borings. �'h�
slope �tability �nalyses reveee ca�duct�d using a c�amput�p prog��rn, C�TA��1. ��TA��7
utili�es limi� er�uilibrium m�thQd� i� 4rd�r ta det�rmis�� �lapa st�bility fac�oes o� �af��y.
$�sed oR ti�e �loqe sta�bility analys�s, � maxirn�arn sl��r� �� 2:7 {2 �a�zvr���f �e� 1 ver�ic�ij is
re�ot�nmen�l �Qp sid�w�l! cugs in�t� soils, ii�� a.1 slop� pepresents a f�ctar of sa��ey against
sliding o� 9.52. which i� g�����r �hafi the gen�ralfy �cee}��ed "safe" mirti��rr�n f�ctar ��
safety v� �.5. Sl��aes steepeP �a� �:'9 resuft in fac��r� af �a��ty of fess than 1 �� a�d are
therefore ��� r�camr��nded,
�he 2:1 slap�s ��ould be used i� �r�as wf�e�e al1 ��it� �re �ricoun#eeed or �pe�s w�ier� �
mix of soiFs and P�cte atc� �nc�untepe�. �iep�/�rosion pro�sc�ior� s�ou�d f�� prC�ide �Ipr�g
th� soil s[ap�s. TFiis ov�rall ��:9 �lape c�n kze act�ievec# d1a ��air-���pp�r�g with rn�xi�n��n
�#�p �ei�hts of � fe�t. �f d�sir�d.
��re��a��ien
�xcav�ti�n a� �he soil� can �g easiiy �c�ompli�i�e� wi�h r�Q�rlar�duty constru��ion
equipmer�t: hevu�ver, �Fie r��� wil! r�quire heavy-d��ey �qu�prnent fv� �emav�l. !rt a�Idi�ior�,
t#�e �r�sen�e o� g��r�d w►�eer in t�� �orings int�icates a��ter��i�l far wateP in#iEtrati��
during excav�tiar�. Due to �'�� Ilrr�'l�ed n8'�ur� of �ur g�olrt►d�wrater Peading�, t�e �rreaunt o�
wra�er ingif�retian canRBt �a d��e�mined. it is �i��refo�e recc�r�nmended that the cvn��t�P
b� pre�ap�d �a de�r�er excavati�r�s if necess��lr.
i
i��6G��5[�R�
We apprec�a4� �h� eppvrtuni�y eo perform tFiese �rraiys�s and p�avide reeomm�r�c�a�ions ¢or
the �ityvi�w Det�n��an Pond_ ih� a����s�s pra�uc� t�e�eirr �r� based on a�t��l �nd
assum�d �ai� conditi�ns, soil p�r�me�ers, and slepe �arttlit+ans and ge�rn�e�y. '�he �ea��r
APR-15-��2 �4.03 �R��:CMJ EN�INEERING
�itY trF �enbr�ok
Pr�]�L� �lo. � 1 �-C3�af3�
��ril � �, 280�
Pag� �
817S8�9S93 Ta:8S7 23� 9784 �.006�012
�hould �ar�d�rstand t�a� chan�es in any �f ��s� abo�e informati�n wrll dir$��ly r�flec� ��
revisi�s to the ss,fe� fa��ac of t�e av�r�ll slop� �nd it� insi�u cvndi��on,
This repart has bee� �r�paPed fo� t�se irt d�sveiapirt9 �n �verafl d�s'rgn cv��ept. �'aragra�Hs,
���t�t�'►ents, �r ntFier Inform��tivn shauld no�i' i�e ���en v�ae af the te7cC nor utifized witha�t
acknowledgement �r�� awrar�n�ss fvr t1��iP i��Rerrt vrr�hir� �he �v�r�lt eon��p� of ��e ar+erap
concept o� �his repo�. iNis pepo�t has 6eer� �r�g�red f�[� �h� �xcl�siv+� �se of th� Gi4y �f
�nbrook f�vP specif� aP�iic�tion to #�� desigr� a� 4F�is pr�j�a��. TH� pnly v9r�rran�y ma�s �y
us m car�nection rwith �the �e�vicss p�avi��d is th�t w� hav� �sed th�# d��ree af care a�+c�
�I�iil �,rdinarify �ex�rcised ur►der �i�nilar con�i�io� by e��u��ble m�mf��r� of ouP pr�f�ssipn,
practicing �n th� s�m� oP �imil�r iocalitY. f�a other w�rranrty, expr�s$ed or impli�r�, is rr��d�
inx�nded.
ihe foll�wing �t[a��s �rra �t�ach�d $nc� cam�l�t� 1�his rep�rt.
P�a#� A.7 = Plan vf �opi�gs
Plat� f�.z - Uni�ied �oii Classi�ie�eior� Sys���
�I�te A.� � K�y �� Classi�ie�tion and ��ml�ols
�late !�►,4��1�� v LO$5 e� �s�ing5
V€!�l tl'l�ly y�l�!'3,
Cl1ARJ gir��erin�.l�c.
- � - - -�
Jarnes A. M��a�i��. �.�.i.
Ct�a�fes Nf. ,la�kson, P.�.
Preside�lt
capies ��bmitt�d� ti) h11P, D�vid �a�i�: �i�y of �r��raok i�y rr��it?
S'�? Mr. I�ich��! �r�n�haw. P.�.; i���u� �lall an� Perlcir�s. 1r��c. Iby fax}
�1 j Il�e. Mio���1 Crer��hsw, P,E., i��gue �iaH �r�t� �ePkir�s, �nc, iby �naill
(i ! I�'r, Rus�ell Killen, P.E.; balff A�soci�tes, ���. Iby fax)
�Pl�-16-200� 14: H3 Fl2'Di"I: CMJ EN�INEERIhE�a 8�.758995'33
J�6b F�i4��t7� i7�Iq�
♦ � ,�.�,,,,r �
�
(
t PF���S��3
� E�ETEN1�f��
�O�D
�9
�
�
�'�
T0:817 232 9784
.� . �
1
�
i m
�
—�
�
� �
�
�
��� � �
�
�
e
�
�
� �
.. _ �
P.0�7�011
_ , �JY►� ANCiiNC�1[N0. INC -_
1���iW
�
5��4L�: 1 " � 1 �0`
�
CliY1/1�11� l?�T�i��'IBF! �rdB —i�a�ti��11l�T C�t�R1iY,'1°�X�S —
't '13-��-05
�l�AP� 4� �����lGS
. �E�14iE A.9
RP3�2-16-20� 14: 04 FROM: CM,T EN�aINEERZNC"a 8li5�9=J993
.�.
N�
_y
m
�
0
�
0
�
� �
,� �
� �
�� N
� �
� �
O �
�
�
v
m
g
.�7
0
..�
�
�`�o
�
�
a
�
��
� �
� �
H
•� a�
�m
� �
'�
W
�
�
�
0
�
M�jar Di�isia�s T ��'
Syrs.
7y�tql N�mes
TQ:817 232 9784 P.008�011
�aboratory Classi�cation Crit�rf�
welingra�ed gra�els, gr��el� �
�' }� CrW ��nd m�xtt�res, �9ttle ar no N Cw �°0 g�ter t�an a: c�S {�'?�� --- tr�t.+�+aan � ana s
� �� �1E1L5 r� 8,o Dtq x D� �
d'� c`- � Q V^^ w. —,
� � � � Paoriy gr�ded gravels, grav�! �v � � � -
��� c� � GP' �ar�� mix#ur�s, !ltde or n� � � v� �a Not rrteeting all gradation require�errt� far CW
�, � � " fines � ,�; ti �
� �� -- --.— , _ � �c�� _
��� _� Silty gr�v�lg, grave�-san�silt N � c��, � Uq�Ed artd Plas�o fimits
��� W� �M m�xrures o m '� belorv''A" lirte or P.[.
� � � � � _ � � : � greater than 4
� -
� y � se � � ..
.� E1 � `- t b�
�' � � ° Clayey graveis, grauel�sarsd- ' � � � ; � �Equi� an�i PEastic Ifmi�s
a � a GC � e I? m ebOV� "P�n Eine wit�t la.l.
� c� ¢ �lay mixtures � z = : �
_ . a,� : : � 9rea�r than 7
m �� i z�- - -,
f�o�anic sllts an� �erry f��
sa�ds. rock flour, siliy w
dayey fin� sands. or GaY�Y
si�ts with sli��t pi�s�ic�ty
;� � � �w We��g�ed s�nds, graveily '� -- : °n a�, co
€ � � sands, Ii#t!e �r n� fines } � � � �■ �t� $�� �" B. �� � x � �� 1 ond 3
,� N � � C ! : . 7A m �
� � i � . �. - — � .� ; _ ` - -
� N � � �4or1y geaded S2nds: � d i � � '
L� �-�„�-,s �� 9��+��y �Rds, litt�e or r�a � m �� ; Wot meeting all g�datin� re�y�rem�i�t� fq� SW
� � � '" fl�eS �, ,� �
� � '� d o7 � �A � Gf
�� o �, c � w �� w Ziquid and Plast�c lir�its
� � � � Sl411 �i�y sands, sar�d-silt rrs�C#ure� � � � � ¢ belaw �a tF�a� 4r P.I. less
�� � � a� ��. m�d
� ���� _ g��� v�.
m �� g�� Liquid and Piastic limits
o �� 5� Clayey sands, �ar�d-clay ��� abo� pA" line with P.I.
� � mixtu�es � �
�, _ _ _ � � � greater t�an �
� M�
�
E
��� __
� �
� � CL
�_
N g -
` OL
"� MF�
s
��
��
u W
� � CW
���
� � �
�, OM
Liq�id and plaslic limits
�iottin� ir� �at�h�d z�en�
loetw��n 4 and 7 �re
E7ard�rti�o c���s
raquirin� use of dual
symbBls
biquld �nd plastia limits
ptotti�� �efu�aen 4 and 7
are bard�rfine c�ses
requiri�p uaa af dusl
symbofs
lnaryanle e�ys of tow lo �� --~, �— f
med��m p�as�a�+, �raveiry �
clays, sandy �lays� s�ty �lays, �c /
and fean clays "' � .
GH /Organia �ilts �nd �rganiC siiiy
- .' c,tays of Ic3w piastici�y � . . _. ,
�3
fnarganic silts, mie�Ce�us or � _ . _ .a..__. _
diatomaeeous fine �a�dy ar � �. g� aia �re
�ilty soil�, �las�ic silts m
� -� - - --
In�rganic clays af flEg�
�IaSGCity, �t cia�ys
Or'ganic alays aC me�ium tv
higN pla�ticity, otganic siE#s
�L �
�� � --
���-�� ��. �,d o�
d 1Q 20 30 dQ 5t1 60 i8 BC 90 1Qp
�iquid Limit
��� Pe�t ar�d otF��r highly arganis
� D � �t ��i� Flastici#y C�art
UfVlFI�� 5�1� G�,SSIFI�Aaii�N �YSi��l1 - _
Pl�i� A,�
APR-1�-2002 14:04 FROM:CMJ EN�INEERTN� 8175899993 TQ:817 23� 9784
�i��, �� Ri���C iY��� —. . . _..
� � _ ._� - — - .
� ��G�AV�L � /'LEf4N GIAY I�IM�SiOH� �
� �// —.
* d � �,SANR � � � SANeY '-" Si�AL�
� � �� � � �
— _ � r�.
si�.T �- s��nr F � .: �sArv�sTon�� � �
,.�..,�
� l�IGH�Y -�4�.��"" S�elby 5pQt �ar.k
� ' ' ��CI.AYL�Y �taOMGL�M�Rl4'T� Auger
PLASTIC CLI�Y ��� ,-�;�•� ' 1Fub� 5paon Go►�
����� ���e�i���� c���i����v, c�����ri��, �e�� �������� a� ��i�
�ine �rained Saiis Lw�o� t�� �a� �ss�� ua. 2oa �� ' _ — -
1�0SCPi�Sti^�e l�aam ��nmtpar�et�r Reading► (tsfl
�b€� o.a r� �.o
���„ �.o ta �.�
StifF 1.S ta 3.Q
Very StifF 3A to 4.�
F;ard R.S�
�O�T52 �P�IR�� ����5 (Moce tltan �% �ed on Pb_ 200 S':au9) — .
��n�-a4ion F$�Si��anc� - C]a��c�i�it+� 1��
(F�lowslfaot)
� bo 4 Ve�y ��ose
� ta 10 toose
1� i0 34 MEdiurr� D�#�s�
3t� t� 5o Q�rtse
�ver �Q Very 8ense
�ela4ld� Dert�tty
� tD 20%
20 to a0%
40 to �Oa/o
70 ta 90%
90 t� 100%
�oll ��ru�ure . . _ _ . ._ — —
P.��9�011
�
GaAo �lo.
� Recavery
�alcareaus � Confaan� appr�ciabte depo�it� �f caicium carbonate; generally naduEaP
�lickens�ded �avir►g indined pfan� �f waakr�e�s that are �licf� an� �Ivssy irz aRpea��rtce
t_arnin�ted Composer! nf thin E�y�� �f varyirig cvFve e� i��cturc�
Fissured Containing crack�. sornatirtres fl[ed witf� fl�e sar�d or stit
Interbedded Compras�d of �It�maia layef� pt diFf�rent soil ty�pes. u�u�lly in �pproximately �qu� pr�p�rtions
i��fVl� �3�S�Ri��NC P�Y�i�AL ��O�E��l�S C�F �(��K -_ �- - -.- —
�lard�ess a�� D�re¢ o� C��entation � _�,— _ _ .� — -
Very Soft o� �lastic �a� �e remotded ir� ��d; carr�sponds ir� eor�sist�ncy up to very stiFf in Soiis
�� Can 6� scratched with fingemai!
Maderate}y Hard Gar� I'� scratch�� e�sily with �criife; cannot i�e scratct�ed with tin��mail
F�ar� Diific�tlt to �cr�tch w�t� knlf�
Veey �tard �an��t �e scratche� wiEiy �riife
�ovriy Cem�rrted ar ��ia�i�r �asily crur�bl�d
Cerflent�d �our� toge#her by �"�mically preci�itat�d matari�i; t�u�riz, c�leif�, daf�mi�e�, SidePit�,
�d iran oxitie �re camman �;e�ne�tina m�teri�ls.
De�ree a� li�e��ering — -_. - . -- - , —_.„,. . _ .-- - - - -- --
1lnweatt�ered �t�ic in its nat�al sEate befo�e being exposed fa atr����F�e�ic agents
�ligiltiy 1N�ttt�r�d iVoted predaminar�tly by cel�° �anp� witl� no �isintegr�ted zane�
WeatFrered GompietB cflla� change wttf� zanes af, sEi��try decampnsed rack
�ctrerr�ely We�thered Ci0ii1}1i8�9 CpIOP CM�11$8 WI�1 CORSiS��11C}(. t�xture, and ge�►e�al appearance appro�ching saN
��Y i0 ���IF1���141d f�i�D ��I�OI.o� s -. .— �.- - -
{
�L�iE �.3
� �
APF2-i6-20�2 14:�4 FROM:CM,T ENC.tiZNE�RTNCa 8175899993 T0:81� 232 9784 P.O�.@��11
Pmjecs Na. Borin� �vo. hmjcoc Gttyview Dete�tioa Poud �� �OINBII1UN41t�C. —
1Y3-0���� � �-�, � 'ia�nt Coanh', Te�€as
Locacian watee 06se�rrvatians - _— '� .� . . -
Se�e Pfate,�.1 Seepa�e at 1�* �ureng �ri�lling; watc� at lOS' at ca�rp�eeian; water �� 1i'
Co�n�tetion Complction at en� of dS�
� ��� 3U.�' � �ata qo�0�Q2
Sut?aCe �levetion —Type ~ � - . . _., .— - - - — ,
� �
�
� � �
� ��
� �
�
��
--■
�
�_
+ ��'
:■
�
■
�
� ii
���.
���.
�� i
.�.
� r�,
���
,7-
� !
t
!
�
Au�er
� � � ��
�t��trarn l�e���� �ia� � � ° � �'� � ° °'
� � o � � �.� a� P .� � �r � � ���
V Q ��k7 �� y b ��y ."'.. �..Z X �
�' o�v� `�aa ��i ra� �'� Q '� ���
_ � A: �eiF �v� d.� ��.3 A+� �V :� ���
[' AY• brown ar�d light tuuws:, W/ a6u�td�r�t . "-- - - q 5+ � 4
lim�,tqrae fragmear�s, v�y stitC W l�r� � -
- w/ la�e lirttestoa� fr�,mept�,1' to �'
�- �d�s to tan, w/ Faegc lim�sstonc fia�cais. so� tn ` l.q � 6 _
• ,' �n, v�ry hard 10071 ° �. _ _ _
til�.��v t' .sY. �ddi�fi tan and gray, w� silt s�m�,
very sliEPtc hsrd
� � t0 �#1'�C S�%Y� h�Td
�
�
a
�
v
�
�
c�
�
�
�
�
�
�
LL
�
J �.oG oF aoturr� �o. ��1
�
i �/D.5'r �
_ .- . �-- — -
4S�F 2�
� -
, i
--j���� . ._.. . � � .
i
�V�� �,.. _.� -�— --I
ioa�.s. - _ .� , — _ . _ ,
. . ..�.,...�., , . -�
i � � -�
- — — ��1�.�'�+ A.4
APR-i6-�@@2 14:�5 FRDM:C�� �y�IH�ERIN� 817SB99993 T0:817 232 9784 P.011�011
Projeat No. Bnriri� No_ .. . Pro�cxc .---- _�?,� aHa�H�aeartua rnrc �
Cr�ew Detc�iiaa Pond
X13�d15 B� Tae�°a�t Caaaty, Texss
Loc�rtson W� 4bsciva�ous — - -
5ee Ptate A.1 �Va�ee at ��8' at cQmpfetioa; wate�r at �.S' �4 end of day
t:ompletiou .. Ca�np�ction
�R� �#1,0' � Da�a 401�
Surfacc �icvmion 1 Typa - . . - - . � _
i ��s�er�
i +
I ,
� q
g x
� ��
�� � � ��°��t�, Ill�c���ion
—5�
�iA.-
-y15�
��It'1'y (`Y.,AY, �rotvn atid taq, r,�l c�lesrcotas tsodulcs
�d limcsta�c ir�gmeng. s�ff fla v�ery sal� (�assiht�
�
-�atde9 Oo t�n� w/ oul�weous d�p�sits. vc�Y �ilY; 3` W 4' s
4�['!Y �`I.A��B.��Y W�TiaER�a
L114�i�.�`I'd �, s vqiy sA
S'ILTY [:La►Y, brown, w/ 8bundant calcaswua
-nodalcs. silt d�sits. and limcsWn� tragmcats. Fr� m
v�ry �ti(r
SRAE 'Y �'X�6Y, li�lst b�we, red�h braw�� t�d
�, w�s�li s�a�ls. blOck, slitk6nsided, vfxy siilitu
N
�
�
�
� .
�
�
N
�
�
�
�
m
d - ----
� LOG QF BORT�TG NO. �-Z
a
o� � � ��
� � �� .�� �� �� � �� �� � ��
`� a .� ��? �.� �� ��� ,�� 'o � � � ��
� 06 maar� a.,v, a� c�'a r�5 �d �� �e�n°e
� 3.p �� ' _ -
2S 17
3.5 28 I O -18 I I —� --
35 - t�--
3.0 - 3tl la 1$ i b �-
^ k
2n ' i � —
4,5 42 i9 23 I7 Ill 190f�
IS - - -� 28 14 14 �
. _ ,. . -- -
� — �
- 4:S _ -- . `- 34'� 9� IH60 �
.��.� . , r �
��.,1��� 1�,.J _I
��
�JC �l�l �� �
�I���� ��+ ���
�
i�
�
I ` �
�
�
�
;�
�r
l
������� ���
�_
C'xty of �`ort Wo�th9 T'exas
i�l�y�r ��d Cou��il Co�mu�����i��
DATE REFE�ENCE NUMBER I LOG NAME � PAGE
1/i4/03 �*��19�13 2oC�os��r�� i � af 2
5�����' AWARD OF CONTRACT TO �ifi� �C�E�GI�TE, I��, FOR THE CITYVIEW
DETENTION PR�JECT, AN❑ THE TEMPORARY STREET CLOSURE OF QVERTON
RIDGE BOULEVARD FROM IH2� TO A MED[AN OPENING 600 FEET SOUTH OF
IH2O FQR THE DURATION OF CONSTRUCT�QN �
RECOMMENDATION:
It is recommended that the Gity Council: ,
1. Author�z� the City Manag�r ta execute a contract with Site Co�crete, Inc. in the amount of
$725,301.75 for 10a worf�ing days for the Cityview Detentior� Project; and . � •
2. Appro�e the temporary street cios�re of Ove�ton Ridge Bo�levard from IH2O to a mecfian apening
600 feet south af IH2O beginnfng Tuesday, January 21, 2003, through Monday, July 14, 20Q3.
; DfSCU5SIQN:
On 4ctober 17, 2000 (M&C C-� 8308), the cities af Fort Worth and Benbrook entered into an Interlocal
Agreement in whEch each city agreed �a contribute up to $175,000.00 to fund the Cityview Detentian
project. Project c�sts� l�ave subs#antialfy incr�ased, and the City of Benbrook has agreed to fund all
costs in excess of the City of Fort Worth's contribution of $175,OOQ.Oa. The City of Benbrook submitted
its portion of the fUnding in the amount of $550,301.75 �toward this project to Fort Worth on N�vemb�r 8,
2002. .
These recommendatians are subject to ,City Cauncil approval of the dedication af a 2.464-acre drainage
easement by Gityview. Partners, �..P. as out�ined in M&C L-1 �492 dated January �4, 2003. 8ase Bid
work w�li include canstruction of the detention pond and storm drain improvements. The alternate bid
was �or alterr�ate disposal af the exca�ated rac� for reuse in City projects. It is recommend�d that the
Base Bid amo�nt of $725,301.75, as submitted by Site Concrete, Inc., be approved for award af
cantract. Contract tim� wi[I be 7 a� working days.
This project was advertised far bid on September 5 and 12, 2p02. On Oc#ober 10, 2002, tF�e foilowing
bids were received: �
BIDDER�
BASE BID AMOUNT
ALTERNATE BID
5ite Concrete. Inc. �
�rval Hafl Excavating Company
SRO General �Contracting, Inc.
Earth Builders, lnc.
J RJ Payir�g, LP
M-CO Constructian, Inc.
Northstar Canstr�ction, Inc.
Coaper Excarration, Inc.
Linder Construction, inc.
AUI Contractors, L,.P. �
Tri-Dal Excavation, Lt�.
Gilco Cantracting, Inc.
� 725.�a� .7�
$ 822,791.06
$ 850,OOO.QD
$ �886,45�.OE}
$ 92i,684.27
$ 985,�66.10
$ 988,563.00
$ 998,��4.77
$1,065,716.00
$ � ,172, 87�.Q�
$�,�81,110.76
$1,272,312.6a
$ � 756, D81.75
$ 941, 807Afi
$ $�O,OOO.OQ
$ 95�, 85 i AO
$ 805, 932.27
$ 985,4fi6.10
$ 923,583:00
$1,735,1 �4.77
$ 935,756.00
$1,172,876.00
$1,251,562.i6
$� ,272,312.6Q
�
City of �'ort �arth, Texas
l��y�r ��d �CQ��c�l ����u�i���1��
DATE REFERENC� NUMBER LOG NAM� PAGE �
�/� 4Io� **��� 94� 3 1 2oc�.osUR� 1 � o� 2
SLIBJEC7 AWARD �F C�NTRACT TO SITE CQNCRETE, fNC. FdR THE CiTYV1EW
DETENTiON PROJECT, AND THE TEMP�RARY STREET CLOSURE OF OVERTON
RlDGE BOULEVARD FROM IH2O TO A MEDIAN �PEhJING 600 FEET S�UTH OF
IH2O FOR THE DURATION OF CONSTRUCTION �
5ite Concrefie, Irrc. is in com�liance wit� the City's M1WBE Ordinance by committing to 20% MiWBE
patticipation. The City's goal on this prolect is 20°fo.
In order to install related storm drain lin�s in tha street, City staff is requesting approval� from tf�e Gity
Counci! io #emporarily close ��e�ton Ridge Baulevard from 1H2O ta a median opening 600 feet south'�f
iH2O begfnning Tuesday, January 21, 2003, thrQugh Monday, July 14, 2043. �ia home ar busin�ss
access �is affected by the ciosure. APpropria�e .traffic control d�vices w�il b�: instaNed tt�at inform
matorists af the closure. This request requires City Council ap�rova! since it exceeds the 10-day time
limit far administratirre a�proval as provided within the Traffic Engineering Desian Standards and Pal�cw
Guidelines. The poiicy was designec! to keep t�� City Counci! informed of major street closures in the
City.
Th� projec# is located in COUNCIE. DISTRICT 3.
FlSCAL INFORMATION/CERTIFICATl�]N:
Tha Finance []irectar certifies tha# fiunds are avaitable in the current ca�ita! budget, as appropriated, of
the Street improvemer�ts Funcl. i
M�:k
Su�mitted for City Man�ger's
Office by:
Marc orr
� Originating Department Head:
Rohert Gonde
CITY �ECRETAR�'
APPR�VED 1/I4l03
r� � .�ccouNx �
(to}
�
s4�s �
- -- (
I I
78q�4 � (from)
C�NT`ER ' AMOUNT
C115 54�2C10 020i�5i363i7' $725,301.75
Additional Infor�mation Contact: ' ' i - - -
� � I �
Robert Goode 7$Q�4 + �