Loading...
HomeMy WebLinkAboutContract 40922'I SPECIFICATIONS AND CONTRACT DOCUMENTS FOR East Harvey Storm Drain Improvements E Davis to E Powell Street between Evans Ave and New York Ave Michael J. Moncrief Mayor CITY PROJECT No. 00477 TPW No. P229-533010-208280047781 June 2010 William A. Verkest, P.E. Dale A. Fisseler, P.E. City Manager Director, Transportation and Public Works Department PREPARED FOR: The City of Fort Worth Freese and Nichols, Inc. TBPE REG #F-2144 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 1 0-0 8 -1 0 AO ; : 5 IN Page 1 of2 City of Fort Worth, Texas Mayor and Council Communication --------·~-------------..._ ____ W _________ WRM _____________________ & COUNCIL ACTION: Approved on 9/21/2010 ---------------,_ --allWl!I~----------- DATE: Tuesday, September 21 , 2010 REFERENCE NO.: **C-24458 LOG NAME: 20CONSTRUCTION_ CONTRACT _EASTHARVEY SUBJECT: Authorize the Execution of a Contract with Tri-tech Construction , Inc., in the Amount of $196 ,454.00 for the East Harvey Storm Drain Improvements (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Tri-Tech Construction, Inc ., in the amount of $196,454 .00 for the construction of the East Harvey Storm Drain lm'provements . DISCUSSION: The Storm Water Management Program was established to reduce flooding in Fort Worth , preserve streams , minimize water pollution, and to operate the sto r m water system in a more effective manner to fully comply with state and federal regulatory requirements . Th is will be accomplished by infrastructure reconstruction and system maintenance, master planning , enhanced development review and increased public education and outreach . On October 16, 2007 , (Ordinance No. 17840-10-2007) City Council authorized the issuance and sale of $25 ,000,000 .00 in Storm Water Capital Projects Revenue Bond Fund 2007 to fund a two-year Storm Water Capital project program. On July 15 , 2008, (M& C C-2292 5 ) the City Council authorized the City Manager to execute an engineering agreement with Freese & Nichols , Inc ., for the design of the East Harvey Storm Drain Improvements (City Project No. 00477) to reduce the risk of home and road flooding in the area . This design resulted in the recommendation for the construction of the follow ing drainage improvements : upsize storm drain between East Davis Avenue and East Harvey Avenue and between East Harvey Avenue and East Powell Avenue and replacement of inlets in East Harvey Avenue and East Powell Avenue . The project was advertised for bid on June 17 , 2010 and June 24 , 2010 in the Fort Worth Star-Telegram. On July 15, 2010, the following bids were received : BIDDERS Tri-Tech Construction , Inc. Jackson Construction, Ltd. 2L Construction Rodgers Construction Burnsco Construction, Inc . AMOUNT $196,454 .00 $219 ,096 .00 $225,823.30 $234 ,299 .67 $266,350.00 TIME OF COMPLETION 90 Calendar Days The low bid for this project consists of $196 ,454 .00 for Tri-tech Construction, Inc. Costs for the implementation of this project will be funded by the Storm Water Capital Projects Revenue Bond 2007 . Funding in the amount of $58 ,000 .00 is included for associated construction survey, project management , materials testing and inspection costs. The contingency fund for possible change orders is $10 ,000 .00 . http://apps.cfwnet.org/ecouncil/printmc.asp?id = 14051 &print=true&Doc Ty pe=Print 9/30/2010 !'age LOIL The low bidder , Tri-tech Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to 25 percent M/WBE participation . The City's goal on this project is 1 O percent. This project is located in COUNCIL DISTRICT 8, Mapsco 77 P & T . FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Storm Water Capital Projects Revenue Bond 2007 Fund . FUND CENTERS: TO Fund/Account/Centers CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 1. 00477 MWBE CornQ.li.I!!.lC~..,.ru;tl (CFW Internal) 2. EAR-00477-00002 -CC -step2 .Rdf (CFW Internal) 3. M&_C map 00477 .pdf (Public) FROM Fund/Account/Centers P229 531400 208280047783 Fernando Costa (6122) William Verkest (7801) Michael Owen (8079) http ://apps .cfwnet.org/ecouncil/printmc.asp?id= 14051 &print=true&Doc Type=Print $196,454 .00 9/30/2010 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 to the Specifications & Contract Documents and Drawings for EAST HARVEY STORM DRAIN IMPROVEMENTS CITY PROJECT NO . 00477 Bid Submittal Due Date: July 15, 2010 Addendum No. 1 Issued: July 9, 2010 The Specifications and Contract Documents and Drawings for the above mentioned project are revised and amended as follows: BIDDING REQUIREMENTS A1-1 BID PROPOSAL : See attached revised bid schedule with the mod ifications described below. A. MODIFICATION : Revise the quantity for Bid Item 25 to 200 SY and the description to read, "Based on 10' trensh width 15' Drainage Easement and 25' Construction Easement.· 8 . MODIFICATION: Revise the quantity for Bid Item 26 to 2000 SY and the description to read , "Based on ~sh \•Jldth 15' Dra inage Easement and 25 ' Construction Easement.· C. MODIFICATION : Revise the quantity for Bid Item 18 to 370 CY and the description to read , "Based on 15' Drainage Easement and 25' Construction Easement". D. MODIFICATION : Revise the description for Bid Item 27 to "This pay item is for installation pressure grout in the existing 30" storm drain pipe ." CONTRACTS, BONDS AND INSURANCE A1 -2 CERTIFICATE OF INSURANCE: A . ADDITION : Section 6.1 -Certificate of Insurance is attached and shall be included in the Contract Documents . A1-3 MAINTENANCE BOND A. ADDITION: Section 6.6 -Maintenance Bond is attached and shall be included in the Contract Documents . SPECIAL PROVISIONS A1-4 B ID ITEM 58 .PAY ITEM -PRESSURE GROUT (BID-00294) A. MODIFICATION: Revise the first paragraph of the specification for Bid Item 58. Pressure Grout to read, "This pay item shall consist of the installation of pressure grout in the existing 30 " clay pipe storm drain at the locations shown on the plans . This pay Item does not Include bore and jack and Is for pressure grout Installation for storm drain only." Addendum No. I 7/712010 PROJECT DRAWINGS: A1-5 SHEET 7 OF 10, SD-1 A . CLARIFICATION: The callout at station 0+00 on Storm Drain Line A in the plan view of this sheet should read , "BEGIN 36" RCP". The Storm Drain line A from station 0+00 to Station 2+33.28 is a 36" Class Ill RCP . 8 . CLARIFICATION: The callout at Station 0+00 on Storm Drain line A In the profil e view of this sheet should read, "BEGIN 36" RCP ". The Storm Drain Li ne A from station 0+00 to Station 2+33.28 is a 36" Class Ill RCP . Th is Addendum No. 1, fo rms part of the Specifications & Contract Documents for the above referenced project and modifies the original Specifications & Contract Documents of the same . Acknowledge your rece ipt of this addendum No . 1 by completing the requested information at the fo llowing locations : ( 1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid enve lop : "RECEIVED & ACKNOWLEDGED ADDENDUM N0.1" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submitta l Failure to c nowledge receipt of the Addendum No . 1 could cause the subject bidder to be considered "NONR P NSIVE", resulting in disquali fi cation. W illiam A. Verkest , P .E. DIRECTOR TRANSPORTATION & PUBLIC WORKS DEPT . Company: _1i-'--l'--=-'-}-'.:rc..---e_di-'-'-~C=~-~-.,~-~~~ Proj ect Manager Addendum No . I 2 717/2010 FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR East Harvey Storm Drain Improvements E Davis to E Powell Street between Evans Ave and New York Ave Michael J. Moncrief Mayor CITY PROJECT No. 00477 TPW No. P229-533010-208280047781 June 2010 William A. Verkest, P.E. Dale A. Fisseler, P. E. City Manager Director, Transportation and Public Works Department PREPARED FOR: The City of Fort Worth Freese and Nichols, Inc. TBPE REG #F-2144 r f~[! ~n~a "} '_'..:: ~~ ~) E :~~~~ i'II 01-11,1:: -:11 , -s~; nm , s Zm .,; 0111 ;i, 1 . ' r;;m r--~-fTl 0 (/) I r+ " I ' 0 l ~' < 1 (D I '< ~ r (J) 0 r+ () () 0 ;:;: 0 l '< •Ir+ :3~ 0 .,, 11:J o3. l s: e. ~ ·1 0 :J g: i. -0 ~ I :3 j -0 l 0 < (D :3 (D :J r+ (/) I ~I ~ g j "' ~ 0 5 lii ---" ,., Cl:'. L.J _.ROE{IW;\1 )j' ~. 14 t;{ _ z .. _.-';SMlllH 4'. ~ ::::i·TUO'.ER o' ...J' I -' ~ PE1""1Sruv w~fA 8 F-" u, _ .co - -00 · <; ANl~O~f PRl, .. HTl ~ ANNOJ..J . CQQPER LEl:,IPA TERRELL O~T -Q. w ::; I -i -?-,-ii:' 3-~~ }'.· T~~REL!c V'l HUMBOLDT• ::>· 5· w!-w ...J ...J I-Q .. -w -·tr)· X 0: G~. ~: ,,..t,y,_ z --8 -·§ _, __ :---I ·c, "' :::, ';'. ,::., iRTH J: ·-PULASl<I:;:; [,ASHWOOD ROSEDALE O~E.A'•Q~R -~ . 'c,ASHwcbo :--1£!; ! ~ -"'' R9a,Eu!\Lt ~Pl/LAS<' -~ 'ft._ a: :th;!: .. -.v~RiaEJit -:j ~ ~ AVE ... ~-1:-Vf. C, AVE' D, AYE ~ I rot . z M_ACl'!OLIA , g_ K-w __ ~ ~¥ij:~ I: >--j,IQ~F-;HY;_.~ 't,f1RlLE: ...J ~· ~· ~-,(/) ii er I-ii ~+ U?. ~:PAR!\ co ~ICHMQ:m 1.A.RLJNGTO~I 'c MITGHE_,..L j JESSAH!NE i -.EUZAB(TH· --0" z J: ::; f--~· "' 3'c .. CAIHEY :{ cr;LOWDEH J: :x_; BOWIE BERRY ~VITT ;~E.Wl~K z,-<r·!Q·~b ~t ~:3!8·:;t. MADQ;: J§ffE~SQN. MORPHY. lt,iGRAM ,. MJs00)( AL~p! z " ::;, BAL T 1'M;jRi ·i re R!_~Hl;'IOl;-!Q HA~THQ~t-lE LILAC w ~r·g~ ·G~.~Og!f 8 ~ ~'·· « V> rt: i I ~ ~ f-->-L{') Ck:; (D !80Wl~5 . ~ w ea . ...Ju,~·. ;d..._ :l]j ~s:a DEl/l"l T •,BE\:'il~K POWELL ~ r Q. 3 ,(/):;!;_ ~ "' . ~ ~HA~ SAJHEY_. -~ ;,-z " "(D :::i:10EV!TT ~ ~;SHAW ;--:, .§[Wt<;_K :n lRMA OLEANDER 1-0,1 ~ ?.:AST IA.lGt-\OllA ~~)..., ~.\RtAA '<o t,·-5, <{ w '<!,J. 0 tAORPHY (D tJ~~~~R!.1_, ,].;:, -3'.MY_RTl~ ~" ~.,ro ,. _ALHNc ::.. gu-.1wooq~. :S :~~ffERSOM :-;R1CHMOMci ~ '.sAL T\MOR~ z !ARLING rof.i ~~ "'Af!DOL_ A~.!--El'I z " ~ a' w· > (D . H~VE( POVIEL.6 .t1ES5AMll•I!:'. :.,.E. RAtASJ ( { M.A.P.!9~ E l,1ULK~Y ii>RQBERT1 Q. COLVIN .....M9~MU,iG~lpE i . ~ .... ~UDD_ ~ ~' C.AtlTEY -t' GLEI~~ G.ARC,EN 001 .lLOWDEI'! SN<ER BOWIE 1/lCl<I D~VlTl I B~RRY -i. 5,--· 1 EL~_\Af900 ~L_ .. f--z ~:i;1, o O ro D!-VIS, ~AR,J(i' Rlt~!1A ,Al ' MULKE> 1 ROBERTI 11"1s_c:u~o·, _COL:_Vll'l f--;. .,g ~_JUDD ~~ ~e±IIT.r. ~ ~I (;; 5 > ii' D[W\TT , J, !-41 .,.'>ti ~ (,.._ ?' ")-Ac, "' i 1' BRlARDALE RO -.\,;,,,~\r -£,{ '¢<§!}· s<:/ .. : .... i:,O~~E; J$.~G LOLL\T 'J:{1' ~ N ' J TABLE OF CONTENTS 1 -Project Information [2J 1.1 -Title Page MS-Word [2J 1.2 -Location Maps pdf 2 -Front End Documents 2.1 -Table of Contents MS-Word [2J 2.2 -Notice to Bidders MS-Word [2J 2 .3 -Comprehensive Notice MS-Word to Bidders D 2 .4 -Special Instructions to pdf Bidders (water-sewer) [2J 2.5 -Special Instructi on to pdf B i dders (paving-dra i nage) D 2.6 -Detailed Project MS-Word Specifications (no drawings prov ided) 3 -MWBE Documentation [2J 3.1 -MWBE Special pdf Instructions [2J 3.2-MWBE pdf Subcontractors/Suppl i ers Utilization Form [2J 3.3 -MWBE Prime Contractor pdf Waiver [2J 3.4 -MWBE Good Faith Effort pdf [2J 3.5 -MWBE Joint Venture pdf 4 -Bid Package [2J 4.1 -Bid Proposal Cover & pdf Signature Sheets [2J 4.2 -Bid Proposal(s) MS-Excel D 4.3 -Green Cement Policy MS-Word Compliance Statement [2J 4.4 -Bid Schedule pdf [2J 4.5 -Vendor Compliance to pdf State Law D 4.6 -List of Fittings pdf D 4.7 -Pre-Qualified Contractor MS-Word List 5 -General and Special Conditions D 5.1 -Part C General pdf Conditions (water -sewer) D 5.2 -Supplementary pdf Conditions to Part C (water - sewer) D 5.3 -Part D -Special MS-Word Conditi ons (water -sewer) D 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) D 5.5 -Part E Specifications pdf [2J 5.6 -Special Provisions (paving -drainage) [2J 5.7 -Wage Rates pdf [2J 5.8 -Compliance with and pdf R e v 2-2-10 TABLE OF CONTENTS 6 -Contracts , Bonds and Insurance 7 -Permits 8 -Easements 9 -Reports 10-Addenda Rev 2-2-10 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Enforcement of Prevailing Wage Rates 5.9 -Standard Details (water- sewer) 5.10 -Standard Details (pavi ng-dra i nage) 6.1 -Certificate of Insurance 6.2 -Contractor Compliance With Workers' Compensation Law 6.3 -Conflict of Interest Questionnaire 6.4 -Performance Bond 6.5 -Payment Bond 6.6 -Maintenance Bond 6.7 -City of Fort Worth Contract 7.1 -TxDOT Permit(s) 7.2 -Railroad Permit(s) 7.3 -Other Permit(s) 8.1 -Easements 9.1 -Geo-tech Report(s) 9.2 -Cathodic Protection Study Report 9.3 -Other Project Specific Study Report(s) 10.1 Addendum dwf dwf MS-Word pdf pdf pdf pdf pdf pdf pdf pdf pdf pdf pdf pdf pdf MS-Word NOTICE TO BIDDERS Sealed proposals for the following : East Harvey Storm Drain Improvements City Project No. 00477 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1 :30 PM, Thursday, July 15, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents , including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http ://www.fortworthgov .org/purchasinq/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site , where the plans and contract documents may be downloaded , viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the office of the design engineer - Freese and Nichols , Inc. -4055 International Plaza Suite 200 , Fort Worth , TX 76109 , at a cost of $80 per full size set and $50 per half size set (non-refundable). The major work will consist of the (approximate) following : 390 LF 30" Class Ill RCP Storm Drain 160 LF 33" Class Ill RCP Storm Drain 235 LF 36" Class Ill RCP Storm Drain Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regard ing the issuance of addenda . It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid . For additional information , please contact Morgan McDermott, PE with Freese & Nichols , Inc. at Telephone Number: (214) 217-2000 or by email: mem@freese.com , and/or Michael Owen , PE , Project Manager, TPW Department at (817) 392-8079 or by email : michae l.owen@fortworthqov.org . A pre-bid conference will be held on Monday, June 28 , 2010 at 10:00 a.m ., in the TPW Conference Room , Rm 270, 1000 Throckmorton St., Ft. Worth, TX 76102. Bidders are encouraged to review the plans and specifications prior to the pre -bid conference. Advertis ing Dates : June 17 , 2010 June 24 , 2010 Rev 2-2-1 0_ TPW NB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: East Harvey Storm Drain Improvements City Project No. 00477 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 PM, Thursday, July 15,2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers . Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth 's Purchasing Division website at http ://www.fortworthgov .org/purchasinq/ and click ing on the project link . This link will take you to the advertised project folders on the City's Buzzsaw site , where the plans and contract documents may be downloaded , v iewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the office of the design engineer-Freese and Nichols, Inc . -4055 International Plaza Suite 200 , Fort Worth , TX 76109 , at a cost of$ 80 per full -size set and$ 50 per half- size set (non-refundable). Copies are also ava ilable online through the City of Forth Worth Autodesk Buzzsaw. The major work will consist of the (approximate) following : 390 LF 30" Class Ill RCP Storm Drain 160 LF 33" Class Ill RCP Storm Drain 235 LF 36" Class Ill RCP Storm Drain Included in the above will be all other miscellaneous items of construction as outlined in the Plans , General Contract Documents and Specifications . NOTICES All bidders will be required to comply with Provision 5159a of "Vernon 's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices . Bid security is required in accordance with the Special Instruction to B idders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities . No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made , will be within ninety (90) days after the opening of bids , but in no case w ill the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line w ith the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid . Rev 2/21 1 o _ TPW CNB -1 COMPREHENSIVE NOTICE TO BIDDERS Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit these executed documents or face rejection of the bid as non-responsive . In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM (with "Documentation ") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5 :00 p .m ., five (5) City of Fort Worth bus iness days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive . SUBMISSION OF BID AND AWARD OF CONTRACT The proposal for Transportation and Public Works Unit with in this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for all the bid items . The Contractor who submits the bid with the lowest total price , will be the apparent successful bidder for the project. The contractor may submit the entire specification book or only the required documentation for bidding purposes . In e ither case , the bid form should be downloaded and completed in Excel. The following items must be submitted with the bid package : a . Appropriate Bid Security b . Completed Bid Form c . Summary of Bid executed d. Proposal Cover and Signature Page with Addenda acknowledged e . Vendor compliance to State Law (executed) A CD containing the Bid Form Excel file must be submitted along with the Bid Package. The submitted hard (paper) copy of the Bid Form and Bid Summary will be used for official bidding purposes. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth . For additional information, please contact Morgan McDermott, PE with Freese & Nichols , Inc. at Telephone Number: (214) 217-2000 or by email: mem@freese.com , and/or Michael Owen , PE, Project Manager, TPW Department at (817) 392-8079 or by email: michael.owen@fortworthgov.org . A pre-bid conference w ill be held on Monday, June 29, 2010 at 10:00 a .m ., in the TPW Conference Room 270 , 2nd floor of the City of Fort Worth City Hall. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. DALE A . FISSELER, P .E . CITY MANAGER Advertising Dates : June 17, 2010 June 24 , 2010 Rev 2/2110 TPW By: ___ ~-----,--,.---=-,=------ Michael Owen , P.E Transportation & Public Works Department CNB-2 MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payabl e to the C ity of Fort Worth, in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (I 0) days after the contract has been awarded. To be an acce ptabl e surety on the bid bond, the surety must be authorized to do bus iness in the state of Texas. In addition , the surety must (I) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations p ermitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a rein surer that is a uthori zed and a dmitted as a rein surer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federa l law. Sati sfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the a dequacy of the proofrequired herein . 2 . PAYMENT , PER FORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the a mount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond an d a paym en t bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furni shed hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations p e rmitted or required under federal law; or (2) have obtained reinsurance for any liabil ity in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the bolder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or requ ired under federa l law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , wi ll determine the adequacy of the proofrequired herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in a ny litiga tion against the City. Should any surety on the contract be determined unsatisfactory at an y time b y the City, notice will be given to the contractor to that effect an d the contractor shall immediately provide a new surety sati sfactory to the City. If the contract amount is in excess of $25 ,000, a Payment Bond shall be executed, in the a mount of the contract, solely for the protection of all claimants supplying la bor and materials in the prosecution of the work. If the contract a mount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithfu l perfomrnnce of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall r eq uire a maintenance bond in the amount of one hundred percent (100%) of th e original contract amount to g u arantee the work for a period of two (2) years after th e date of acceptance of the proj ect from defects in workmanship and/or material. Rev 3-13-09 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part I , Item 8, paragraph 8.6, of the "General Provisions" of the Standard Sp ecifications for Street and Storm Drain Constru ction of the City of Fort Worth , Texas, concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal , the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section I 3-A-21 through J 3-a -29) prohibiting discrimination in employment practices. 6 . WAGE RATES: Section 8.8 of the Standard Specifications for Stre et and Storm Drain Con struction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment of not less than the rates detem1ined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code . Such prevailing wage rates are included in these contract documents. (b) The contractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the specia l provision titled "Right to Audit" pe1tain to this inspection. ( c) The contractor sha ll include in its subcontracts and/or shall otl1erwise require all of its subcontractors to comp ly with paragraphs (a) and (b) above. (d) Witl1 each partial payment estimate or payroll period, whichever is less , an affidavit stating tl1at tl1e contractor has complied with the requirements of Chapter 2258 , Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site oftl1e project at all times . Section 8.9 of the Standard Sp ec ifications for Stree t and Storm Drain Con s truction is hereby deleted. 7 . FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works ifrequired for use by the CITY OF FORT WORTH in detem1ining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid pem1it issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten ( I 0) days of receipt of notice of award of contract, the Contractor must provide , a long with executed contract documents and appropriate bonds , proof of insurance fo r Worker's Compen sation and Compre hensive General Liability (Bodily Injury-$500 ,000 each person, $1 ,000 ,000 each occurrence ($2 ,000 ,000 aggregate limit); Property Damage -$250 ,000 ea ch occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. Rev 3-13 -09 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting emp loyer's liability insurance coverage under Contractor's workers ' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, I 000 Throckmorton Street, Fort Worth , TX 76 I 02, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required in surance documentation shall not constitute a waiver of the insurance requirements specified herein . d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal , an d/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current AM. Best rating of A: VII or equiva lent measure of financia l strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless oth erwise approved by the City . g . Other than worker's compensation insurance, in lieu of traditional in surance, City may consider a lt ernative coverage or risk treatment measures through insurance pools or risk retention groups . The City mus t approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights ofrecovery in favor of the City. 1. City shall not be responsib le for the direct payment of insurance premiun1 costs for contractor's insurance. j. Contractor's insw-ance policies shall each be endorsed to provide that such insw-ance is primary protection and any se lf-funded or commercial coverage maintained by City sha ll not be call ed upon to contribute to loss recovery. k. In the course of the project, Contractor sh a ll report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which cou ld result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein. 111. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS: Pursuant to Artic le 60 1g, Texas Revised Civil Statutes, the City of Fort Worth wi ll not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder wou ld be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. Rev 3 -1 3-09 "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state . "Texas resident bidder" means a bidder whose principa l p lace of busin ess is in th is state, and includes a contractor whose ultim ate parent compan y or majority owner has its p1incipal place of business in this state . TI1is provision does not apply if this contract invo lves federa l funds. The appropriate blanks of the Propos a l must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MI NORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder sha ll submit the MBE /WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and /or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p .111 ., five (5) City business days after the bid opening date. The bidder sh a ll obtain a receipt from the appropriate emp loyee of the managing de p artment to whom delivery was made. Such receipt sha ll be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal , State or local laws or ordinances relating to fa lse statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud wi ll result in the Contractor being detem1ined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years. 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City r eserves the r ight to reject any and/or all bids and waive any and/or all irregu larities. No bid may be withdrawn W1til the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made , will be within ninety (90) days after this documentation is received, but in no case will the award be made W1ti l all the responsibi lity of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT : The Contractor w ill receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shal l be made with the final payment, and upon acceptance of the project. Rev 3-13-09 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Inforn1ation regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A . Workers Compensation Insurance Coverage a. Definitions: Rev 3-13-09 Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83 , or TWCC-84), showing statutory worker's compensation insurance coverage for the per son 's or entity's employees providin g services on a project , for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees . This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation , providing, hauling, or delivering equipment or materials, or providing labor , transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . b . The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providin g services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all p ersons providing services on the project ; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g . The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report Jack of coverage. I. The contractor shall contractually require each person wi th whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from ea ch other person with whom it contracts , and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project ; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten ( I 0) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project ; and (7) contractually require each person with whom it contracts, to perform as required b y paragra phs (I)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. Rev 3-13-09 J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured , with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity . B . The contractor shall post a notice on each project site infonning all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compen sation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project , regardless of the identity of their employer or status as an employee". Contact the Texas Workers' Compensation Conm1ission to receive infom1ation on the legal requirement for coverage , to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". I 6 . NON DJSCRJMTNA TION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through I3A-29), prohibiting discrimination in employment practices . I 7 . AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers , members , agents, or employees , will engage in performing this contract, shall , in connection with the employment, advancement or discharge of employees or in connection with the terms , conditions or privileges of their employment, discrin1inate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents , or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract , a maximum age limit for such employment unless the specified maximun1 age limit is based upon a bona fide occupational qualification , retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend , indemnify and hold City harmless against any and all claims or all egations asserted by third parties against City arising out of Rev 3-13-09 Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabi lities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or cunent employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other app licable federal state and local laws concerning disability and will defend inde11111ify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS , F INAL PAYMENT , PROJE CT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by tbe City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City . d. The warranty period shall begin as of the date that the final punch list has been completed. e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable . f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . Rev3 -13-09 FORT WORTH ~ I PRIME COMPANY ~AME: T!l 1-Tf cih_ PROJECT NAME: City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 oi 4 Check applicable block to describe prime <! () N c;, r II_ l( (Y,; znJ I I "<.I(! . I M/W/DBE IX I NON-M/W/DBE East Harv e y St orm Drain Imp r ove me n ts BID DATE July 15, 2 010 City's M/WBE Project Goal : Prime's M/WBE Project Utilization: I PROJECT NUMBER 1 0 % f lf, 5 % 00477 Identify gU subcontractors/suppliers you will use on this project Failure to complete this fo rm , in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p .m . five (5 ) City business days after bid opening , exclusive of bid opening date , will result in the bid being considered non-responsive to bid specifications . The undersigned Offerer agrees to enter into a formal agreement w ith the M/WBE fi rm (s ) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth. The intentional and /or knowing misrepresentation of facts is grounds for consideration of disqua lification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid . Marketplace is the geographic area of Tarrant , Parker, Johnson, Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties. Identify each Tier level. Tier is t he level of subcontracting be low the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier , a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Ma rk etplace , th at ha ve been determined to be bonafide minority or women businesses by the North Centra l Texas Regiona l Certification Agency (NCTRCA ), or the Texas Department of Transportation (TX DOT ), highwa y division . Disadvantaged Business Enterp ri se (DBE ) is synonymous with Minority/Women Business Enterprise (M/WBE ). tf hauling services are utilized , the prime wil l be given credit as long as the M/WBE li sted owns and o perates at least one fully licensed and operationa l truck to be used on t he contract. The M/WBE ma y lease trucks from another M/WBE firm , including M/WBE owner-operators , and receive full M/\N BE credit. The M/WBE may lease trucks from non-M/WBEs , incl uding owner-operators, but will on ly receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aqreement. Rev. 5130 /03 foRTWORTH ~ ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MMIBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D w R 0 B E E C T E A J )l.i M ft--,..e;.c_ , lt-l 5 5A-wb ?-s ()(!) .oo p_o. PJo y l/q~ r,t hJe-k A-LuortO 1)1c 7~zz5 r f I !.f-000.00 q t.[O -Cf '??-'J'fJ '3 3 T !Luck ,'w/::, ~000.00 9ljo-</r7 -J-789 r:-L.4 t-Z. QDwS~r~,,. ,.-t Cr!>,-,...,.,r~,-e P .o. f;,l,y /00 ;i__'7 ?J wo-c..-k l='e>.iT w&t-tL 17J:7bf /JS r J \ 1-9, 655°" .00 8t7-Cf?f-0'19o ( s Trl. ~ 1{.{ A-e s FA-t ~/7-'/,-f -0 9qo J' ' C<Ju/r-(1).»N' /Le , -~,~ ' I. P-o. Pio y f h;,--s~, /Lf_j I -ft I)< R),0-LVI!),<.,£,.. 1't't 7(, I~ f t vf X c tJ >«'Mre (p1 I) tJo, o"tJ 8 17-488-7)~ F-~ g 11-77--q-17 Ila Cu 7 T0"'-< C tu. "'t-e J .t1 ~ y 0,,.... 'rlJ "?.. (:, ?-<( Td e ,::., e /11, JOh f4J; 5'0!)-0C> \) l'\-Ll A. S tl'f 7 ~?:,-e;' 11 'j \. Jt1 I y ~ /7-33 7 -l/1/ 'IO p 4 '1..r\--tvf O 7,tu.,~b CtJ JA)C' fl.e 7yD l, '3 I/ (Lrri, ive lLR ft-v--{? ft I; D ~F>i-'7 )i{ 17/17 I ' i< c urr,'w& /; 000 . tJ 0 'J-1 l/ -?J9 9 -/ ~ 3 3 :::y-. L /?J c_o ~?>ut-~r/wl. ' p O . 0o '!.. ;;-(f I =3 I I / -F-7: (.).) ",c:;--L_ , ')' 7 3 I;. y I I' frPlil/t, c..-11 tJOO-o o {8 /7-?4 /-r/1/ FA-/ 8n -r,, ... 3o cf tf Rev. 5/30/03 fORTWORTH ~ ATTACHMENT 1A Page 3 oi4 Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e., Minority, Women and non-M/WBEs . Please li st M/WBE firm s first, use add itional sheets if necessary. Certifi cation N (check one ) D SUBCONTRACTOR/SUPPLIER T n Company Name N T Detail Detail i X Subcontracting Wo r k Supp l ies Purchased Dollar Amount Addre s s e M w C M T D w Telephone/Fax r B B R 0 B E E C T E A (l.. e 1 ;v() Js frsP11«1 p.o . ho'( ~70 ,~ v A-5//i1tcr 7; 000.00 £: u Lt'~? N 76 6 Yl> lX 8 /7-?lP 0 3f 3( PA-'P 917 -J--//1 -/ 8 7 8 ff~()W I D bO /v . M/JC ~~ C{) wc~,-p 0 IL;,} Pfl.A-, ,~ e, -r-y it ~ X Pr1ec~1 /" j I ;J-CXJ, D c) q 75057> 7~-" 3-,,~, FA-v:" ' ~ --;;.I.() -""3£, 1/1 ~ C~1-7 ~L (J t> ·b~y 7 1lf/ ;; ~ y" ftre L :z., 000,00 FtJ,t..T w t7,t_)t"\ ) .,,.. b ;?-0 -{(Joo I 8 u.. f tA .... S !;~,.(.J('l{,1t ~ 3705 f:c. I ~ P9,c.'r wo'l tL-1 )-y. 71, 1/) / ~ lY bA-tttl ;c,t/Jf s 31 e;O o, OD 8 n-s---~s--3 93'9 F-l't-y e 11-t~ 1-,, 1 l Rev. 5/30103 I. FORT WORTH -....,..,.- Total Dollar Amount of M/WBE Subcontractors/Suppliers Tota l Dollar Amount of Non -M/WBE Subcontract ors /Supp liers $ $ ATTA CHMENT 1A Page 4 of 4 t/8>1 I S-S, o o t/7, 700 .oo TOTAL DO L LAR AMOUNT OF ALL S U BCONTRAC TORS /SUPPLIERS $ q;, 8~5 -00 The Contractor will not make additions, deletions , or substitutions to this cert ified list withou t t he prior approva l of the Minority and Women Business Enterprise Office Manager or designee through th e submittal of a Request fo r A ppr-ov al o f Change/A d dition. Any unjustified change or de letion shal l be a materia l breach of contract and may result in debarment in acco rd with the procedures outlined in the ord inance . The contracto r shall submit a detai led exp lanation of how the requested change/addition or de letion w ill affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the fi na l compl iance determination . By affixing a signature to this form , the Offeror further agrees t o pro v ide , d i rect ly t o t he C ity upon request, complete and accurate information regarding actual work performed by all subcontract ors , includ ing M/W/DBE (s ) arra ngements submitted with the bid. The Offeror also agrees to a llow an aud it and/or examination of any books , records and files held by their compan y. The bidder ag rees t o .allow the transmission of interviews with owners , p r incipals , officers , employ ees and applicable subcontractors/suppliers/contra ctors participating on the contract that will substantiate the actua l work performed by the M/W/DBE (s ) on this contract, by an authorized officer or employee of the City . Any intentiona l and /or knowing misrepresentation of f a cts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3 ) years and for initiating action under Federa l, State or Loca l laws c ncerning false statements . Any fa ilure to compl y w ith t his ordinance and create a materia l breach of on ract may result in a determination of an irresponsible Offeror and barred f rom participating in City work or pe riod of t ime not less than one (1) yea r. Printed Signature /J1te s . Title Contact Name/Title (if d ifferent) Compa ny Name Telephone a n d/or Fax t;µ?qtJY ;,£; ~~t. eG µ4-/L .Col"t E-mail Address Addres s c;iy~ta~:,1,._,el /l{f' I 'Ty 71:,M{) 2-1 {{-J D Date Rev. 5/30/0 3 TO: The Purchasing Department City of Fort Worth, Texas PROPOSAL FOR: East Harvey Storm Drain Improvements City Project No.: 00477 Fort Worth , Texas Pursuant to the foregoing ''Notice to Bidders," the undersigned has examined the plans, specifications . and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, but represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. City of Fort Worth Projec t Manager: MIC HAELOWEN Project 00477 -EAST HARVEY STORM DRAIN IMPROVEMENTS Unit/Section : Date City Project # Your Ve ndo r Number Your Company Name Bid Items Line Number 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 STORM WATER P229 533010 208280047781 26 7(7/2010 477 TRI-TE CH CONSTRUCTION.INC. CPMS Record Number 810-00414 810-00504 810-00372 810-00181 810-00080 810-00901 810-00083 810-00084 810-00081 810-00085 810-00111 810-00102 810-00127 810-00128 810-00451 810-00121 810-00844 810-00147 810-00401 810-00402 810-00528 810-00529 810-00183 810-00841 810-00137 810-00131 810-00294 810-00117 810-00104 Material ServiceCS Steel ServiceCS ServiceCS ServiceCS ServiceCS Concrete Concrete Concrete Concrete Concrete ServiceCS ServiceCS Steel Asphalt Other Concrete Soil Other ServiceCS Concrete ServiceCS ServiceCS Concrete Veaetation Vegetation Iron Concrete Concrete Contractor Instructions: Fill in gree n cells w ith your CFW Vendor ID, your Company Name and your bid amounts. When your bid i s c omplete, save and close, start Buzzsaw and Add your proposal to the folder with your Co mpany Name within project's Bid Responses folders . You may now submit this bid Un it of Description Measure Utility Adjustment -Repair Lumo Sum Sign-Project Designation -Install (Construct and Install two (2) Project Designation Signs) Each Trench Safety System 5 Foot Depth -Install (Install 5 foot depth Trench Safety for 875 LF) Linear Foot Traffic Control -Install Lump Sum Pipe -Remove (Remove Existino Storm Drain 30" RCP) Linear Foot Pioe -Abandon (Cut and olua of existina storm drain svstem is subsidiarv to this oav item} Linear Foot Pioe.30 Inch-CL Ill -Install (Concrete Collar connections are subsidiarv to oioe installation) Linear Foot Pioe-33 Inch-CL Ill -Install <Concrete Collar connections are subsidiarv to oioe installation) Linear Foot Pioe-2 1 Inch-CL Ill -Install Linear Foot Pipe-36 Inch-CL Ill -Install (Concrete Collar connections are subsidiary to pipe installation) Linear Foot lnlet-Recessed-10 Ft -Install Each Inlet -Remove Each Fence -Remove Linear Foot Fence-Chain Link -Install Linear Foot Pavement-6 Inch HMAC -Install (Removal of existing asphalt is considered susidiary to this pav item) Square Yard Miscellaneous Time & Materials -Install (Concrete Collar for Arch Pipe Tie-in -Construct and Install per details provided in plans) Each Curb-Curb & Gutter as di rected by Inspector -Replace Linear Foot Topsoil -Install (Based on 15' Drainage Easement and 25' Construction Easement) Cubic Yard Driveway -Install Square Foot Driveway -Remove Square Foot Walk -Install Square Foot Walk -Remove Square Foot Tree -Remove Each Concrete-Encasement -Install (Encase 8" Sanitary Sewer Line) Linear Foot Grass-Sod -Install (For Lot on address 939 E. Harvey Ave and based on 15 ' Drainage Easement and 25' Construction Easement) Sauare Yard Grass-Bermuda Hydromulch -Install (For city-owed vacant lots based on 15' Drainage Easement and 25' construction easement.) Square Yard Pipe-Sewer-30 Inch-Bore & Jack w/Pressure Grout -Install (For 30" RCP Storm Drain Pipe) Linear Foot Manhole-> Than 4 Ft -Install Each lnlet-Drop-4 Ft -Install (This pay item is for a standard 4'x4' Grate Inlet in the location shown on the clan s.) Each Quantity 1.00 2.00 900.00 1.00 40.00 690.00 390.00 175.00 65.00 224 .00 4 .00 4.00 125.00 125.00 485.00 1.00 225 .00 370 .00 250 .00 250 .00 240.00 240.00 3.00 20 .00 200.00 2000 .00 700.00 3.00 1.00 Total Bid This Unit • Your Unit Price Your Bid $5,000.00 $5 ,000.00 ' $350.00 $700 .00 $1.00 $900 .00 $5,000.00 $5 ,000.00 $15.00 $600.00 $8.00 $5 ,520.00 $89.00 $34 ,710 .00 $99.00 $17 .325 .00 $73.00 $4 ,745.00 $111.00 $24,864 .00 $2 ,500 .00 $10 ,000 .00 $250.00 $1 ,000.00 $4.00 $500 .00 $20 .00 $2 ,500 .00 $55.00 $26 ,675.00 $2 ,500.00 $2 ,500.00 $21.00 $4 ,725 .00 $17.00 $6 ,290.00 $5.00 $1 ,250.00 $3.00 $750.00 $5.00 $1 ,200.00 $2 .50 $600.00 $3 ,000.00 $9 ,000.00 $30.00 $600.00 $4 .00 $800 .00 $1 .00 $2 ,000.00 $22 .00 $15,400.00 $3,700 .00 $11 ,100.00 $200 .00 $200 .00 $196,454 .00 Addendum No. 1 Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 90 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or B below, as applicable) A. The principal place of business of our company is in the State of _______ _ a. Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law. A copy of the statute is attached. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. ace of business of our company or our parent any or majority owner is . llowing addenda: Addendum No. 1: ----+IV--~IL.------ A d den du m No. 2: ---------- Addendum No. 3: ---------- Addendum No . 4: ---------- Addendum No. 5 : ---------- Addendum No. 6: ---------- [ Affix Corporate Seal} Respectfully s By: Title: Company: 'ri.,-,ec '-C()w57J{t.( ~ ...,..~"..v.,:Ia(>, Address: ~ 0 Jt;cvu__ /;,<_),1f . k-ew,velJ1f-/.f 11t'Pf-5 7(,a;,O Date: ?-/S--(0 -VENDOR COMPLIANCE TO STATE LAW ' The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. BIDDER: Address Jc,e ~,ve ~lft{J. "l'f{lf'} 16P60 Title: __ ...._/~_'5_, ____ _ City/State/Zip ' (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK ................................................................................................... SP-4 2. AWARD OF CONTRACT ......................................................................................... SP-4 3. PRECONSTRUCTION CONFERENCE .................................................................... SP-4 4. EXAMINATION OF SITE ......................................................................................... SP-4 5. BID SUBMITTAL ........................................................................................... : ........... SP-4 6. WATER FOR CONSTRUCTION .............................................................................. SP-4 7. SANITARY FACILITIES FOR WORKERS ................................................................ SP-5 8. PAYMENT ................................................................................................................ SP-5 9. SUBSIDIARY WORK ................................................................................................ SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-5 11. WAGE RATES .......................................................................................................... SP-5 12 . EXISTING UTILITIES ............................................................................................... SP -6 13. PARKWAY CONSTRUCTION .................................................................................. SP·? 14. MATERIAL STORAGE .................... · ......................................................................... SP-7 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ............................................................................................. SP-7 16 . INCREASE OR DECREASE IN QUANTITIES .......................................................... SP-7 17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ................................. SP-7 18. EQUAL EMPLOYMENT PROVISIONS ..................................................................... SP-8 19 . MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) CO-MPLIANCE ........................................................................................... SP-8 20 . FINAL CLEAN UP ................................................................................................... SP-10 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW .......................................................................................... SP-10 22. SUBSTITUTIONS ..................................................................................................... SP-13 23. MECHANICS AND MATERIALS MEN'S LIEN .......................................................... SP-13 24. WORK ORDER DELAY ........................................................................................... SP-13 25. CALENDAR DAYS ................................................................................................... SP-13 26. RIGHT TO ABANDO·N ............................................................................................. SP-13 27. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-13 28 . MAINTENANCE STATEMENT ................................................................................ SP-14 29. DELAYS ....................................................................................................... SP-14 30 . DETOURS AND BARRICADES ............................................................................... SP-14 31. DISPOSAL OF SPOIUFILL MATERIAL ................................................................... SP-14 32 . QUALITY CONTROL TESTING .............................................................................. SP-15 33 . PROPERTY ACCESS ............................................................................................. SP-15 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ....................... SP-16 35. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-16 36. RIGHT TO AUDIT .................................................................................................... SP-16 37. CONSTRUCTION ST AKES ................................................... SP-17 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17 39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17 40 . AIR POLLUTION WATCH DAYS .............................................................................. SP-18 Rev 2-19-10 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM-CURB-CURB AND GUTTER AS DIRECTED BY INSPECTOR- REPLACE .................................................................................................. SP-19 42. PAY ITEM -PAVEMENT -TRANSITION -MIN 6 INCH HMAC ............................... SP-19 43. PAY ITEM -SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL ................................ SP-19 44. PAY ITEM -PAVEMENT - 6 INCH HMAC -INSTALL ............................................. SP-20 45. PAY ITEMS -WALK-INSTALL, CURB & GUTTER -INSTALL, WALK-ADA WHEELCHAIR RAMP -INSTALL, AND DRIVEWAY-INSTALL ............................ SP-21 46. PAY ITEMS-WALK-REMOVE, CURB & GUTTER-REMOVE, WALK-ADA WHEELCHAIR RAMP-REMOVE, AND DRIVEWAY-REMOVE ............................ SP-21 47. PAY ITEMS-FENCE -REMOVE and FENCE -INSTALL ..................................... SP-21 48. PAY ITEM-FENCE-CHAIN LINK-INSTALL ......................................................... SP-22 49. PAY ITEM-FILL MATERIAL-BORROW-INSTALL ............................................. SP-22 50. PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL-INSTALLSP-22 51. PAY ITEM-TRAFFIC CONTROL-INSTALL .......................................................... SP-22 52. PAY ITEM -CLASS Ill REINFORCED CONCRETE PIPE ....................................... SP-23 53. PAY ITEM -MANHOLES -INSTALL. ...................................................................... SP-23 54. PAY ITEM-INLETS -INSTALL .............................................................................. SP-24 55. PAY ITEM -REMOVE CONCTRETE STRUCTURES .............................................. SP-24 56. PAY ITEM-SOD -INSTALL. .................................................................................. SP-24 57. PAY ITEM -SEEDIN -HYDROMULCH -INSTALL. ................................................ SP-24 58. PAY ITEM -PRESSURE GROUT ............................................................................ SP-24 59 . PAY ITEM-CONCRETE COLLAR ARCH PIPE CONNECTION ............................. SP-25 60. PAY ITEM-CONCRETE ENCASEMENT ................................................................ SP-25 61. PAY ITEM-TREE REMOVAL ................................................................................. SP-25 62 . PRE BID ITEM-SIGN -PROJECT DESIGNATION -INSTALL. ............................. SP-25 63 . PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR ............................................. SP-26 64. PRE BID ITEM -TOP SOIL -INSTALL ................................................................. SP-26 65. NON-PAY ITEM-CLEARING AND GRUBBING ...................................................... SP-26 66. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL .......................................... SP-26 67. NON-PAY ITEM -PROTECTION OF TREES , PLANTS AND SOIL ......................... SP-26 68. NON-PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-27 69. NON-PAY ITEM -PROJECT SCHEDULE ................................................................ SP-27 70. SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-30 71. NON-PAY ITEM -NOTIFICATION OF RESIDENTS ................................................ SP-30 72 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ..................................................................................................... SP-30 73. NON-PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-31 74. NON-PAY ITEM -WASHED ROCK .......................................................................... SP-31 75. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE ........................................ SP-31 Rev 2-19-10 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 76. NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .................................................................................................. SP-31 77. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-32 78. NON PAY ITEM-SPRINKLER HEAD ADJUSTMENT ............................................. SP-32 79. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-32 80. NON PAY ITEM -TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-32 Rev 2-19-10 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR : EAST HARVEY STORM DRAIN IMPROVEMENTS CITY PROJECT NO.: 00477 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: <INSTALL 230 LF 36" RCP AND 160 LF 33 " STORM DRAIN AND 388 LF 30" STORM DRAIN> and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT : Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. 4 . EXAMINATION OF SITE : It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5. BID SUBMITTAL: Bidders shall submit a complete package , including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law . Failure to provide a complete bid package may be grounds for designating bids as "non-responsive " and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense . Rev 2-19-10 SP-4 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site . Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans , the General Contract Documents or these special Contract Documents , in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RA TES: Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents. Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258 .023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination , before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City 's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages Rev 2-19-10 SP-5 paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll ' period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) 12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. Rev 2-19-10 SP-6 13 . PARKWAY CONSTRUCTION : During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department 14 . MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes. 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities , which may be encountered . The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground . 16 . INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories . 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and agrees to indemnify City's Design Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees, subcontractors, licensees or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise cqvenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. Rev 2-19-10 SP-7 In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistance by the City of Fort Worth 's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further, any such m isrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications . Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. Rev 2-19-10 SP-8 The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: Rev 2-19-10 a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. SP-9 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and R.OW. is cleaned up to the satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general restoring the worksite to an orderly appearance. 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include , without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: Rev 2-19-10 SP-10 (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: Rev 2-19-10 (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) (b) a certificate of coverage, prior to the other person beginning work on the project; and a new certificate of coverage showing extension of coverage, prior to the end of the coverage period , if the coverage period SP-11 j. k. B. shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter . (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions . The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" Rev 2-19-10 The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance . This includes persons providing, hauling, or delivering equipment SP-12 or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used , it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed, the substitution must be approved by the City. Where the term "or equal", or "approved equal " is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the ENGINEER, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen 's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities , right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. CALENDAR DAYS : The Contractor agrees to complete the Contract within the allotted number of calendar days . 26. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City . 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications , except as modified by these Special Provisions: STANDARD SPECIF/CATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIF/CATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS Rev 2-19-10 SP-13 A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2°d Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both , for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the ENGINEER to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by ENGINEER by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" 31. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit , including any Rev 2-19-10 SP-14 necessary engineering studies, shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Transportation and Public Works, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33 . PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. Rev 2-19-10 SP-15 34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus . The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company which 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 City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case . (d) The Contractor is required to make arrangements with the power company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section . The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and Rev 2-19-10 SP-16 I records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed . 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage , etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is Rev 2-19-10 SP-17 received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Transportation and Public Works and the Water Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion , be required to be provided to interested individuals will distributed by the Transportation and Publ ic Works Department's Public Information Officer. 4 . Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Transportation and Public Works Department will , if necessary, then forward updated notices to the interested individuals . 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately . 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1 through OCTOBER 31, with 6 :00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION . The Texas Commission on Environmental Quality {TCEQ), in coordination with the Nationa l · Weather Serv ice, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days , the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10 :00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7 :00 a .m. -6:00 p.m., on a designated Air Pollution Watch Day, the calendar days allowed may be adjusted . Rev 2-19-10 SP-18 CONSTRUCTION 41. PAY ITEM -CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE (BID-00844 ): This item is included for the purpose and removing and replacing existing curb and gutter in transi t ion areas as determined by the ENGINEER in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "CURB -CURB & GUTIER AS DIRECTED BY INSPECTOR -REPLACE " as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work. 42. PAY ITEM -PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL (BID-00471): This item will consist of the furnishing and placing an HMAC surface in transition areas where indicated on the plans , as specified in these specifications and at other locations as may be directed by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 43. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (BID-00372): Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federa l, State and local rules , regulations and ordinances . Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal , which shall be total compensation for furnish ing design , materials, tools, labor, equipment and incidentals necessary, including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. Rev 2-19-10 SP-19 44. PAY ITEM -PAVEMENT -6 INCH HMAC -INSTALL {BID -00451): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard Specification No . 312 .7 'Construction Tolerance' shall apply except as modified herein : 1) After completion of each asphalt paving course, core tests will be made to de t ermine compliance with the contract specifications . The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the ENGINEER. The thickness of individual cores will be determ ined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction unti l cores are obtained which are at least of specified thickness. The width of such area shall not be less than % of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness , the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness w ith surface course material. 3) The surface course must be the plan thickness . This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense . 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications . 6) HMAC Testing Procedure : The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated , for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placemen t to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities . The required Density for Type "B" and for Type "D " asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. Rev 2-19-10 SP-20 After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is appl ied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied t hickness. 45. PAY ITEMS -WALK -INSTALL (BID-00528), CURB & GUTTER -INSTALL (BID- 00423), WALK -ADA WHEELCHAIR RAMP -INSTALL (BID-01227), AND DRIVEWAY -INSTALL (BID-00401) Concrete flatwork is defined as curb, curb and gutter, sidewalks , leadwalks , wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. The Contractor shall not remove any regulatory sign , instruction s ign, street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. The price bid per square foot for "WALK -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The price bid per linear foot for "CURB & GUTTER -INSTALL " as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The price bid per square foot for "DRIVEWAY -INSTALL " as shown in the Proposal will be full payment for materials necessary to complete the work for that item. 46. PAY ITEMS -WALK -REMOVE (BID-00529), CURB & GUTTER -REMOVE (BID- 00424), WALK -ADA WHEELCHAIR RAMP -REMOVE (BID-00533), AND DRIVEWAY -REMOVE (BID-00402): These items include removal of existing concrete sidewalks , driveways , steps, leadwalks and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No. 104 "Removing Old Concrete ", for Spec ifications governing this item . 47. PAY ITEMS-FENCE -REMOVE (BID-00127) and FENCE -INSTALL (BID-00126): This item shall include the removal and reconstruction (or installation of new)of the existing fence at the locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence . Their constructed fence shall be equal in every way , or superior, to the fence removed. The Contractor shall be Rev 2-19-10 SP-21 responsible for keep ing livestock within the fenced areas during construction operation and while removing and relocating the fence , and for any damage or injury sustained by persons , livestock or property on account of any act of omission, neglect or misconduct of his agents, employees , or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equ ipments , tools and incidentals necessary to complete t he work for each. 48. PAY ITEM -FENCE-CHAIN LINK -INSTALL (BID-00128) This pay item shall include the installation of the chain link fence at the location shown on the plans and in accordance with the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item 510, "Chain Link Fence ". Measurement and Payment shall be made on a linear foot (LF) basis and shall be in accordance with the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item 510.6 and 510.7. 49 . PAY ITEM -FILL MATERIAL -BORROW-INSTALL (00543): The non-expansive earth fill should consist of soil materials with a liquid l imit of 35 or less , a plasticity index between 8 and 20 , a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials . When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec , as determined by laboratory testing of remolded specimens of the actual materials proposed for the non- expansive earth fil l. The price bid per cubic yard for "FILL MATERIAL -BORROW-INSTALL" as shown in the Proposal will be full payment for materia ls necessary to complete the work for that item . 50. PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALL (BID - 00101 ): Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area (if any). Payment will be made for the quantity of earth excavated/backfilled from the trench in cubic yards. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications and approval of the ENGINEER. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to: rocks , concrete , asphalt , debris , etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 51 . PAY ITEM -TRAFFIC CONTROL-INSTALL (BID-00181): The contractor will be required to obtain a "Street Use Permit " prior to starting work . As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Rev 2-19-10 SP-22 Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29 , 30 and 31 . Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770) at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals " on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods· as determination by the City Traffic Engineer. The lump sum pay item for traffic control shall cover design, and / or installation and maintenance of the traffic control plans. 52. PAY ITEM -CLASS Ill REINFORCED CONCRETE PIPE (BID-00083, BID-00084, BID- 00081, B1D00085) This pay item shall consist of the installation of storm drain class Ill reinforced concrete pipes (RCP) (sizes 36 ", 33", 30 ", and 21") depths from 5 to 15 feet. Storm drain shall be pre-cast according to the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 440, "Reinforced Concrete Pipe ". Cost for plugging the existing system and for concrete collar connections in locations shown on the plans shall be subsidiary to this item . Measurement and Payment shall be made on the· basis of price bid per linear foot (LF) of storm drain RCP installed and in accordance with the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 440.4 and 440 .5. 53 . PAY ITEM -4'x4' STANDARD MANHOLE DEPTH> 4 ' -INSTALL (BID-00117) This pay item shall consist of the installation of 4'x4 ' standard manholes at the locations and depths shown on the plans and according to the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 444, "Manholes and Inlets". Manhole steps shall be used if the depth exceeds 5'. Cost for steps shall be subsidiary to this item . Cost for cast iron manhole covers shall be subsidiary to this item as well. Rev 2-19-10 SP-23 Measurement and Payment shall be made on the basis of price bid per each (EA) of manhole installed according to the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 444.4 and 444 .5. 54. PAY ITEM -INLET-RECESSED-10FT and GRATE INLET -INSTALL (BID-00111 1 BID- 00104) This pay item shall consist of the installation of 10 ft standard recessed inlets and 4'x4' grate inlets at the locations shown on the plans and according to the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 444, "Manholes and Inlets". Measurement and Payment shall be made on the basis of price bid per each (EA) of manhole installed according to the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 444.4 and 444.5. 55. PAY ITEM -REMOVE CONCRETE STRUCTURES (BID-00102, BID-00080, BID-00901) This pay item shall consist of the removal of existing concrete structures (pipe and inlets) as indicated on the plans and according to the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 452, "Removing Old Structures". Measurement and Payment shall be made on a basis of price bid per linear foot (LF) of pipe removed and per each (EA) of inlets removed and shall be in accordance with the City of Fort Worth Standard Specification for .Street and Storm Drain Construction Item number 452.5 and 452.6. 56 . PAY ITEM -SODDING (BID-00137) This pay item shall consist of sodding as indicated on plans and shall be in accordance with the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 118, "Sodding". Measurement and Payment shall be made on a basis of price bid per square yard (SY) of sodding placed and in accordance with the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 118.4 and 118.5. 57. PAY ITEM-SEEDING-HYDROMULCH (BID-00131) This pay item shall consist of seeding as indicated on plans and shall be in accordance with the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 120, "Seeding". Measurement and Payment shall be made on a basis of price bid per square yard (SY) of seeding placed and in accordance with the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 120.7 and 120.8. 58. PAY ITEM -PRESSURE GROUT (BID-00294) This pay item shall consist of the installation of pressure grout in the abandoned existing 30 " clay pipe system at locations shown on plans . Measurement and Payment shall be made on a basis of price bid per linear foot (LF) of pressure grout installed. Included shall be full compensation or furnishing all materials , Rev 2-19-10 SP-24 tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment, backfill, and dewatering . 59. PAY ITEM -CONCRETE COLLAR ARCH PIPE CONNECTION (BID-00121) This pay item shall consist of the construction and installation of the concrete collar for the connection of the proposed 36 " RCP to the existing 72 " arch pipe . Construction and installation shall be in accordance with the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 410, "Concrete Structures" and the detail in the plans. Measurement and Payment shall be made on a basis of price bid per each (EA) collar installed. Included shall be full compensation or furnishing all materials, tools , equipment , labor, and any other incidentals necessary to complete the work, including all excavation, embedment, backfill , and dewatering. 60 . PAY ITEM-CONCRETE ENCASEMENT-INSTALL This pay item shall consist of the concrete encasement of the 8" water line, as shown in the plans and in accordance with the City of Fort Worth Standard Specification for Street and Storm Drain Construction Item number 410 , "Concrete Structures". Measurement and Payment shall be made on a basis of price bid per linear foot (LF) of concrete encasement installed. Included shall be full compensation or furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment, backfill, and dewatering. 61. PAY ITEM-TREE -REMOVE {BID-00183) This item shall consist of removing the trees in the locations specified on the plans. Work shall be in accordance with North Central Texas Council of Governments Specification 202.1 , "Removal , Protection, and Replacement of Trees, Shrubbery, Plants, Sod, and other Vegetation ". Measurement and Payment shall be made on the basis of price bid per each (EA) tree removed and shall be full compensation for furnishing all materials, tools, equipment , labor, and any other incidentals necessary to complete the work . 62. PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL {BID-00504): The Contractor shall construct and install two (2) Project Designation S igns and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint , painting and lettering on the signs shall be approved by the ENGINEER. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of %" fir plywood , grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the ENGINEER and in place at the project site upon commencement of construction . Rev 2-19-10 SP-25 The work, which includes the painting of the signs, installing and remov ing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 63. PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR (BID-00414): This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arb itrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the ENGINEER. No payment will be made for utility adjustments except those adjustments determined necessary by the ENGINEER. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 64. PRE BID ITEM -TOP SOIL -INSTALL (BID-00147): The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not ava ilable on the job or cannot reasonably be stored on-site . Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 65 . NON-PAY ITEM -CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 66. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 67 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees , etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. Rev 2-19-10 SP-26 By ordinance , the Contractor must obta i n a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercia l pruning paint. This is the only instance when pruning paint is recommended. 68. NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsid iary to the appropriate bid items. Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed. If, in the opinion of the ENGINEER it is necessary, clean up shall be done on a daily basis . Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any k ind off other properties . If the ENGINEER does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the ENGINEER. 69 . NON-PAY ITEM -PROJECT SCHEDULE: Before commencing any work under this contract , the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format , and schedule files shall also be submitted in native file format (i.e . file formats associated with the schedu ling software). The approved scheduling software systems for creating the schedule files are : -Primavera (Version 6 .1 or later or approved by OWNER) -Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3 .x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) Rev 2-19-10 SP-27 It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining_ detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration , resource allocation, and logic issues. c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained , and progressed that accurately represents the scope of work performed. 69.(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any . The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and completion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days . Fabrication , delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM . Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section. For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre-acceptance activities, and events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: Rev 2-19-10 SP-28 1. Milestone for formal Notice to Proceed 2. Mi lestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5. Shop fabrication and delivery 6 . Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if app licable) 10 . Final inspection 11 . Operational testing 69. (b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and subm it monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive . As the Work progresses , the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall , also include a concise narrative report that highlights the following , if appropriate and applicable: • Changes in the critical path , • Expected schedule changes , • Potential delays , • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with , • Other schedule-re lated issues t hat the CONTRACTOR wishes to communicate to the OWNER. a . The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document , and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with t he Schedule Guidance Document and this specification. c. Failure to maintain the Schedu le in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted . 69 (c) PERFORMANCE AND CONSTRUCTION SCHEDULE : If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition , the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work with in the allotted Contract time . Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the t ime specified in the Contract. Rev 2-19-10 SP-29 70. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents . The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents . TIER 3 COST LOADING SPECIAL INSTRUCTIONS : 1. At a minimum, each Activity Breakdown Structwe (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements . TIER 4 COST LOADING SPECIAL INSTRUCTIONS : 1. Adhere to all Tier 3 requirements , and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software us ing the "NON-LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars . It is intended that Earned Value will be calculated as the schedule resources are progressed . TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements, and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. 71. NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents , in writing , at least 48 hours in advance of saw-cutting joints during the construction of paving projects . All costs involved with providing such written notice shall be considered subsidiary to th is contract. 72. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION : Prior to beginning construction on any block in the project , the Contractor shall, on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information : Name of Project , City Project No., Scope of Project (i.e . type of construction activity), actual construction duration within the block , the name of the Contractor's foreman and his phone number, Rev 2-19-10 SP-30 the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 73. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 74. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. 75 . NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 76. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before repaving commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before repaving begins on any street. Marking the Rev 2-19-10 SP-31 curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the repaving is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 77 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 78. NON PAY ITEM .:... SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT" in the proposal section. No other compensation will be provided . 79. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas . Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. 80. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A . DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the ENGINEER for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the ENGINEER and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting , temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, slope drains and other devices. All inlet protection measures shall be designed to allow for runoff to freely overflow into the inlet during a flood event. B. Further, erosion control measures placed in front of inlets, or in channels, drainageways or barrow ditches will be at the risk of the contractor. Contractor shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage. At the conclusion of any Rev 2-19-10 SP-32 project, all channels, drainageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures. Any such dredging must comply with all Federal, State and local regulations. C. CONSTRUCTION REQUIREMENTS: The ENGINEER has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the ENGINEER as necessary to control soil erosion. Temporary pollution- control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The ENGINEER will limit the area of preparing right-of-way, clearing and grubbing , excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the ENGINEER. Rev 2-19-10 Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 1. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the ENGINEER, mechanized equipment shall not be operated in live streams. 2. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 3. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 4 . The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens , calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. SP-33 D. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials . No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work . Rev 2-19-10 SP-34 (To b e printed on Contractor's Letterhead) D ate: ----- CityNo: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Sto rm Drain Improvements for: MAPSCO LOCATIO N : -- LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. Rev 2-19-10 SP-35 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. ( c) Complaints of Violations and City Determination of Good Cause . On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code,' by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) . Subcontractor Compliance. The contractor shall include in its · subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RA TES SUBJECT: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey . FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds . TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & IIlGHW A Y CONSTRUCTION PREY AILING WAGE RA TES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber - Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipe layer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12.85 $13.27 $12 .00 $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13 .67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15.20 $14.50 $14 .98 $13 .17 $10.04 $11.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12 .91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13 .57 $10 .09 Classification AC Mechanic AC Mechanic Helper Acoustical Ceilinl! Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer {Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I I Hrly Rate Classification $21.69 Plumber $12.00 Plumber Heloer $15 .24 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sorinkler Svstem Installer $13.12 Spri nkler Svstem Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pumo Crane, Clamsheet, Backhoe, Derrick, D'Line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20 .00 $13.00 $18.00 $13.00 $14.78 $11.25 $10.27 $13.18 $16.10 $14.83 $8.00 $18 .85 $12.83 $17.25 $12.25 I I Hrly Rate $20.43 $14.90 $10.00 $14 .00 $10.00 $16.96 $12 .31 $18 .00 $9 .00 $17 .43 $20.50 $17. 76 $12.63 $10.50 $14.91 $16.06 $9.75 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T .C .A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project No. P229-533010-208280047781 . STATE OF TEXAS COUNTY OF TARRANT § § § CONT Name: -~D~A-_K/ ___ W'---oc_«1_Y __ Title: 1~ <, ----------- 0 ate : _ __.9._-___ ;;;._7_,-__,_!_0 ___ _ Be re me, the undersigned authority , on this day personally appeared ........,..___......_....,..,.,....a....:;;..,,.;::;::;l'r--' known to me to be the person whose name is subscribed to the t , and ack owled ed to me tha e executed the same as the act --4-.-...'--L...=;..:~"'-'""""~......., ........ Ol?::..:l<!:::lli:·~~::.....:::c==----for the purposes and consideration herein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this J;? day of ~LJ20 /o : Notary Public ®' SHARON RIDDLE STATE OF TEXAS My Comm . ~P 02128/2011 £414,,JA~ Notaryublic in and for the State of Texas Bond No. 8219-05-95 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS : That we, (1) Tri-Tech Construction, Inc ., as Principal herein , and (2) Vigilant Insurance _C_o_m__.p_an ____ y __________ , a corporation organized under the laws of the State of (3) N=-=e~w_Y~o=r=k'-------' and who is authorized to issue surety bonds in the State of Texas , Surety herein , are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein , in the sum of One Hundred Ninety-Six Thousand Four Hundred and Fifi -,Four Dollars ($196,454.00) for the payment of which sum we bind ourselves , our heirs, e severally, firmly by these presents. WHEREAS"'-Rri.nci pal has e ,.,,,-~ ,") ,'I (' "I the __ day of ~·-'J L. L -·- utors, administrators , successors and assigns , jointly and r~~n written contract with the Obligee dated , 201.Q__, a copy of which is attached hereto and made a part hereof for all purposes , for the construction of: East Harvey Strom Drain Improvements NOW, THEREFORE , the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans , specifications and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal' s default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default , then this obligation shall be void; otherwise , to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute , to the same extent as if it were copied at length herein. IN WITNESS WHEREOF , the duly authorized representatives of the Princip and the Surety have executed this instrument. /J / / s~r 21 2~m we\\~) SIGNED and SEALED this ___ day of __________ , 20i:_. ~ ~ Bond No. 8219-05-95 PRIN Name: _ ____:b ,f.v__,____LV_d_~J__,_7 __ Title: __ ____i__f_rl..t------=-~_;_· ____ _ (SEAL) Address: 650 Tower Drive Kennedale, Texas 7 6060 Witness as to Principal ATTEST: Secretary VIGILANT INSURANCE COMPANY SURETY (SE~~ Address: 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Witness as to Surety Gala Harris Telephone Number: 214-754-0777 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. TH E STATE OF TEXAS COUNTY OF TARRANT § § § Bond No. 8219-05-95 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we , (1) Tri-Tech Construction, Inc., as Principal herein , and (2) Vigilant Insurance ~C~o_m_...p~an__,__y ______________ , a corporation organized and existing under the laws of the State of (3) New York , as surety , are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties , Texas , Obligee herein , in the amount of One Hundred Ninety-Six Thousand, Four Hundred and Fifty-Four Dollars ($196,454 .00) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors , administrators , successlls ~y assi n , · intly and severally , firmly by these presents: mff WHEREAS , the Principal has entered into a certain itten contract with the Obligee dated the day of __ . ~:_...., Z. '". '.:~'J , 201.Q__, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: East Harvey Strom Drain Improvements NOW , THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code , as amended) supplying labor or materials in the prosecution of the work under the contract , then this obligation shall be void ; otherwise , to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended , and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Princ q~, "'f the Surety have executed this instrument. srJ1 ·) ·1 '~'D /J<-1/1 (\ \l) SIGNED and SEALED this day of , 20.lQ_. 't;- Bond No. 8219-05-95 Name: __ D---=~'----~-~-dJ'----'7'----- Title: --tt-/_lU_--=5 ______ _ (SEAL) Address: 650 Tower Drive Kennedale, Texas 76060 WitnssastoPrincipal ATTEST: Secretary VIGILANT INSURANCE COMP ANY SURETY B~T Q)J~~ Name: Je~:M: Attorney in Fact (SEAL) ~ kk1A . Address: 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Witness as to Surety Gala Harris Telephone Number: 214-754-0777 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No. 8219-05-95 MAINTENANCE BOND THE STATE OF TEXAS § § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That Tri-Tech Construction, Inc . ("Contractor"), as principal , and -'-V--=-ig=i=lan=t-=In=sc..cu=-ran=cc..cce_C"""o""-"m=p=an=-y~---a corporation organized under the laws of the State of New York, ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Hundred Ninety-Six Thousand, Four Hundred Fifty-Four Dollars ($196,454.00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Con actor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and succes 1s, 1 j:ftly and · This obligation is conditioned, however, that ~ WHEREAS, said Contractor has this day entered into a ritten Contract with the City of Fort Worth, dated the of ~'~'.1 ~ L '~, 20l.Q___, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: East Harvey Storm Drain Improvements the same being referred to herein and in said contract as the Work and being designated as project number(s) P229-533010-208280047781 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during the period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work m good repa1r and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Transportation/Public Works, it be necessary; and , Bond No. 8219-05-95 WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided. NOW THEREFORE , if said Contractor shall keep and perform its said agreement to maintain , repair or reconstruct said work in accordance with all the terms and conditions of said Contract , these presents shall be null and void , and have no force or effect. Otherwise , this Bond shall be and remain in full force and effect , and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. ~ This obligation shall be a continuing one and successive recoveri s/ r:J'7 be had hereon for successive breaches until the full amount hereof is exhausted. 1.)IJ/ ~ IN WITNESS WHEREOF , this instrument is executPrl in eight counterp ~, each of which shall be deemed an original , this day of , A.D. 20.lQ_. ATTEST: (SE AL) Secretary ::e:J ~-~Q~~ Title : Attorney in Fact 2001 Bryan Street, Suite 3400 Dallas Texas 75201 Address Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll-free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Form 99-10 -0299 (Rev. 1-08) AV/SO IMPORTANTE Para obtener informaci6n o para someter una queja: Usted puede Hamar al numero de telefono gratis de Chubb's para informaci6n o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informaci6n acerca de compafiias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AV/SO A SU POLIZA: Este aviso es solo para prop6sito de informaci6n y no se convierte en parte o condici6n del documento adjunto. Chubb Surety POWER OF ATTORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn: Surety Department 15 Mountain View Road Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New Yori<. corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jennifer R. Marsh, Charles D. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas----- each as their true and lawful Attorney-In-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof ( other than bail bonds) given or executed in the course of business, and any Instruments amending or altering the same , and consents to the modiflcatJon or alteration of any instrument referred to In said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested ~·~-:;-;;::; ,,,m Sep~mber,2009. (_/ ennethC.Wendel. Assistant Secrelart STATE OF NEW JERSEY County of Somerset ss . On this 3rd day of September, 2009 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C . Wendel, being by me duly sworn . did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authorlty of the By-Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acqua inteQ with David B. Norris, Jr .• and knows him to be Vice President of said -Companies: and that the Signature of David B. Norris, Jr., subscrlbed to said Power of Attorney Is in the genuine handwriting of David B. Norris , Jr., and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal KATHERINE J. ADElMR NOTARY PUBLIC OF NEW JERSEY No 2316685 Commission Expires July 16, 201 ~ CERTIFICATION ~~/iv~ / Notary Public Extract from the By-Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACiFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved. printed or lithographed . The signature of each of the following officers : Chairman, President. any Vice President. any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affoced by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executJng and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsim ile seal shall be valid and binding upon the Company and any such powef so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which ii is attached ." I, Kenneth C. Wendel. Assistant Secretary of FEDERAL INSURANCE COMPANY , VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that ( I) the foregoing extract of the By-Laws of the Companies is true and correct , {II) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the Distnct of Columbia and are authorlzed by the U.S. Treasuy Department; further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Pnnce Edward Island : and (iii) the foregoing Power of Attorney Is true , correct and In full force and effect Given under my hand and seals of said Companies at Warren. NJ this September 21, 2010 IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATIER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3493 Fax (908) 903-3656 e-mail: surety@chubb.com Form 15-10-0225B-U (Ed . 5-03) CONSENT CITY OF FORT WORTH. TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL PRESENTS COUNTY OFT ARRANT SEP 2 1 2DJJ This Contract made and entered into this the day of A.D ., 2010 , by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County , Denton , Parker, and Wise Counties , Texas , by an through its duly authorized Assistant City Manager, ("Owner"), and Tri -Tech Construction , Inc . ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectivel y as the "Parties." WITNESSETH : That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: East Harvey Storm Drain Im p rovements 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein . 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 90 Calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $210 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5 . Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor 's sole negligence. In addition , Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees, subcontractors , licensees or invitees , whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employ ees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier . The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code , as amended. A . If the total contract price is $25 ,000 or less , payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B . If the contract amount is in excess of $25 ,000 , a Payment Bond shall be executed , in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C . If the Contract amount is in excess of $100 ,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents . Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8. The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the foresaid work, and for all additions thereto or deductions there from , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be One Hundred Ninety-six Thousand, Four Hundred and Fifty-four Dollars, ($196,454.00). 9 . It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified , promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrum t to be signed in eight counterparts in its name and on its behalf by the City Manager and atte cl by its Secretary, with the corporate seal of the City of Fort Worth attached. The Co ~tor has executed this instrument through its duly authorized officers in eiehLcounterp . it its corporate seal attached. . SEP 2 20U Done in Fort Worth, Texas, this the ____ day of ___ ~A.D., 2010. . .. . .. APPROVAL RECOMMENDED: Transportation Public Works ATTEST: Tri-Tech Construction, Inc. 650 Tower Drive Kennedale, TX 76060 CONTRACTOR TITLE ?-'2.~ ~'"-~ ~.t,:;r0-z?4 (. 0 ADDRESS CITY OF FORT WORTH contract Authorizatioa Da t e o, t d) ,iao, o APPROVE D AS TO FORM AND LEGALITY: OFFICIAL RECORD CITY SECRETARY Ft WORTH, TX Ramsey, Amy From: Ramsey , Amy Sent: Wednesday , October 06 , 201011 :57 AM To: 'Jennifer Marsh'; Mcleroy, Nikki Cc: woodytritech@gmail.com ; Smith , Kathryn W . Subject: RE : Bonds 8219 -05 -95 for East Harvey Storm Drain Improvements T h a nk y ou a ll for veri fy in g. I w ill co ntinue routin g th e d o cume nts fo r execu tio n . Amy J. Rams ey As sistant Ci ty Attorney Ci ty of Fort Worth 817-392 -7617 amy.ramsey@fortworthgov.org . "\ This message and all attachments are confidential and are intended solely for the use by the individual or entity to which they are addressed. This communication may contain material protected by the attorney-client privilege. Any review, use , distribution, forwarding, printing or copying by persons other than the intended recipients is strictly prohibited. If you believe this email was sent to you in error, please notify the sender by replying to this transmission or by calling Amy Ramsey at 817-392-7617 and delete this message or any copy. Unless expressly stated in this email, nothing in the message should be construed as a digital or electronic signature . From: Jennifer Marsh [mailto:jennifer@thesweeneyco.com] Sent: Wednesday, October 06, 2010 11:57 AM To: Mcleroy, Nikki Cc: Ramsey, Amy; woodytritech@gmail.com Subject: RE: Bonds 8219-05-95 for East Harvey Storm Drain Improvements Importance: High Tara. This mornin g Mr. Dan Woody of Tri-Tech Cons tru cti o n. Inc . broug ht th e Ft Worth contrac t boo ks for th e Eas t Harvey Strom Drain Imp rovemen ts project to my o ffice . I initi a led th e a lt e red dates o n the Perfo rm a nc e. Payment & Maintenance Bond s for th e East Ha rv ey Strom Drain Imp rove men ts projec t und er Bond No. 8219-05-95 in blue ink to correspo nd \,\ ith my sig na tur es o n each. If yo u have any qu es ti ons or nee d anything further please let me kn ow. Tha nk yo u, Jennifer R. Marsh The Swee ney Compa ny P.O. Box 8720 Port Worth. Texas 76124 Ph # 817-457 -6700 Metro # 817-429-1 202 Fax # 817-45 7-7246 ***********************************PLEASE NOTE ********************************** 10/6/2 010 • • 'ti. This e-fl'ia i l7 t elefax message a nd any documents accompanying th is transmission may contain privileged and/or confidential information and is intended solely for the addressee(s) named above. If you are not the intended addressee/recipient, you are he r eby notified-that'arly use of, disclosure, copying, distribution , or reliance on the contents of this e-mail/telefax information is strictly prohibited and may result in legal action against you. Please reply to Hie se·nder advising of the error i n transmission and immediately delete/destroy the message and any accompanying documents . Thank you. From: Mcleroy, Nikki [mailto:Nikki.McLeroy@fortworthgov.org] Sent: Wednesday, October 06, 2010 11:46 AM To: woodytritech@gmail.com Cc: Jennifer Marsh; Ramsey, Amy Subject: Bonds 8219-05-95 for East Harvey Storm Drain Improvements Woody & Jennifer: Today you initialed some revised dates and our attorney is requesting verification that they were initialed by you. Could you please verify the authenticity of your initials on the altered dates for bonds 8219-05-95 (East Harvey Storm Drain Improvements) by responding to this e-mail? Thank you, Tara Fishback Please forward me emails from the Surety and Contractor that acknowledging that he or she has agreed to and initialed the changes to the payment bond , performance bond, maintenance bond , POA and Contract as appropriate . It is imperative that the authentic ity of the bonds be beyond reproach in the event the City must seek performance as well as to be in compliance with Chapter 2253 of the Texas Government Code. Amy J. Rams ey Assistant City Attorney City of Fort Worth 817-392-7617 amy .rarnsey@fortworthgov.org 10/6/2010 EASEMENT 'DOCUMENTS East Harvey Storm Drain Improvements 'I - ,. NO. 09-75242-1 CITY OF FORT WORTII V. § § § § § § § § § § § § § § § § CONDEMNATION PROCEEDINGS IN 11IB COUNTY COURT AT LAW NO. 1 EXIE DEGRATE, AND/OR TI-IE UNKNOWN LEGAL HEIRS AND LEGAL REPRESENTATIVES OF TI-IE ESTATE OF EXIE DEGRATE; CITY OF FORT WORTII; FORT WORTII INDEPENDENT SCHOOL DISTRICT; TARRANT COUNTY, TEXAS; TARRANT COUNTY REGIONAL WATER DISTRICT; JPS HOSPITAL DISTRICT AND TARRANT COUNTY COLLEGE DISTRICT TARRANT COUNfY, TEXAS AW ARD OF COMMISSIONERS On the 261h day of April, 2010, the undersigned special commissioners heard the first amended original petition of the City of Fort Worth, a municipal corporation and petitioner, filed with the Judge on April 6, 20 I 0, to acquire a permanent and temporary easement for use in connection with the construction, maintenance, operation, and repair of storm drain improvements as part of the East Davis Storm Drain System Improvement Project. The property is located at 932 East Davis Avenue, and described as Lot 9, Block 29, Southland Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas a~d recorded in Volume 310 , Page 11 of the Plat Records of Tarrant County, Texas. The easements the City is taking are described in Exhibit "A" a ttached hereto. The petitioner and defendants having been duly notified as required by law of the time and place of meeting, appeared as follows: petitioner, by and through its duly authorized Assistant City Attorney; defendants, by: IJ-;;-7~)-t=y 111:> ?J;~l'tl-~K ::fY,E:( L~ ~ We, the commissioners, after fully hearing the parties at the appointed time and place and all of the evidence about the value of the property sought to be acquired and of damages that will be sustained by defendants by reason of the acquisition of the in terests in the described property, find that the total amount to be paid to defendants for the acquisition is $ '.i; Sc).::r C!'-5::. . And we further find that the petitioner and defendants have been unable to agree as to the value of the property to be taken and do, therefore , reduce this decision to writing; and we further order that all costs be adjudged against the petitioner. We have signed this award and dated it the 26th day of April , 2010. Ben Dyess, Commissioner DeG rate -Awa rd of Co mm issio ners Page 2 of 4 -~{tL FILED the~ day of April , 2008. Please send conformed copies to: Christopher B. Mosley Department of Law City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Cora "Candy" Lewis 3324 Lookout Drive Forest Hill, Texas 76140 Irvin Ray Wallace 5701 Division San Diego, CA 92114 Jeralene James 4777 Nelson Street Littleton, CO 80127 Robert Mennefee 16207 Wimbledon Forest Drive Spring, Texas 77379 Frank M. Newman, Jr. PO Box 470772 Fort Worth, Texas 76147 Stephen T . Meeks Linebarger, Goggan, Blair & Sampson, L.L.P . 309 West 7lh Street, Suite 1300 Fort Worth , Texas 76102-5113 Elizabeth Parmer Perdue , Brackett, Flores , Utt & Bums 307 West th Street, Suite 1225 Fort Worth, Texas 76102 DeG ra te -Awa rd of Com m issione rs Page 3 of 4 J.R. Kimball J. R. Kimball, Inc. 210 Main Street, Suite 1260 Fort Worth, Texas 76102 Jennifer Hall D FW Advisors 7516 Bunker Court Fort Worth, Texas 76126-4615 Willie Ingram Michael Owen DeGrate -Awar d of Commissioner s Page 4 of 4 Storm Drain Improvements at East Harvey Avenue Parcel, tPe ooe,~n 932 e. Oavfa Awnue lot 9. Block 29 Southland Subdivision EXHIBIT"A" ) ) Bein1 a 13 .0" permanenc dnlnap ea.semen& ouc of Loe 9, Block 29 of Southland SubdJvislon. an addition lo the City of For1 Worth. Tamnr County, Teu, 11 recorded in Volume l 10. Pip 11 of the .PTII Records of TIITln& County, Tuu. said Lot 9 bei.n1 deeded to EAi• Oeante recorded in Volume 7804, Ptae 119 of the Deed Records d Tunnc County, Texas. said U.O' permanent drt.lnap easement bcin1 more particularly dexribed by metea and bounds u follows COMMENCING IC a point (o, the northeUI comer of lot 10, Block 29 of said Southland Subdivision. said pain& belna the northwest comer of Loe 11, Block 29 ol said Southland Subd1vlsloo. said point also bcin1 in the south rf&fll-ol-way llne of Eua 01vl1 Avenue (a 60.o• ri&ht-of-way), rrom whlcb a 5/8 Inch iron rod found for relerenc:e bean North 8l dep-ees .53 minutes 09 ,econda East, a distance of 0 .33 feet; THENCB South 81 dep-ees 5CS minutes I J secondl Eut. pualn1 al a dlJtance of .50.00 fecc a "8 Inch iron rod round for the n«thwaa comer of said Lot 10, said "8 inc:b Iron rod bcfn1 the northeast comer ot saJd Lot 9, In all, a dist.Ila of 8'.00 f~ to the POINT o, BEGINNING of thl herein described 13.0' permanenc dnfnap easement; TIUNCB South 00 depeea 13 mlnutea 47 ,econds Eut. a distance of 132 . .50 feet to a point in the south II~ of said Loe 9, said poinc bein1 In the north line ol a 2'.o• alley: THENCB South 81 depeft 56 minutes lJ xconda West, with the south line o( saict'Lot 9 and with the nortb lhw of said 2'.o· alley, a dlstanc• ol I $.00 rect to a point ror the sou&hwesc c:orncr of said Lot 9, said point beln1 the southeuc comer of Loe I, Blocll 29 of said South.land Subdivision; THENCB North 00 dep-ees I 3 minute, 47 .1ec:onda We,t. with the wesc line of said Loe 9 and with the eua line of said Lot S, a distance of I Jl.50 feet to a point for the northwca comer of said Lot 9, said point bein1 the northeast c:omet of said Loe 9, said poln& also bcin1 in the soudl right-of-way line of said EaJ& Davis A venue. l'rom which 1 1/2 inch iron rod rowid ror n=ferenc:e bears South 26 ~arees 1, minute.I ,2 seconds Eut. a distance of 0.92 rcet: THE.~CE :-.forth 38 dep-ces .56 minutes 1.3 seconds Eut. with the north line of said Loe 9 and with the 50uth ria},1-of-way line of said E1JI Davis Avenue. a dbtance ol 13.00 feet to the POINT or BEGINMNG, llld conuinin1 1.981 ,qum f~r or 0.04d 3cres of land. more °' fc.u. Exhibit_A_ J Storm Drain Improvements at East Harvey Avenue Parcel I 1PE ooe,o~n 932 e. Oavf• Avenue lot 9. Block 29 Southland SubdMslon ) ) Note: All bearinp •~ based on the Te.us Coordinate System_ NAD-83, North Central Zone, utilizin1 WD.S YRS system. All bearinp and di1tanccs are surface. Date: :'lo .. cmeer 12, 200S ~~6? . Truett Wil.son Regi.srertd Pro(euionaJ Land SW"'1c:yor :-lo. 5l ~ ?1·se Z •>f 2 ) l EXHIBIT "B*' S. DA VIS A YB. (liO.o'' AIC;HT-Of"-~Aj) .. -,,..!a" N .. '8'.13-W _.,,,.A~ .. ·r: ,. -,.,.. · ----. . . .9'1"11 P.O. C • . P.O.B. - LQt ·t I I l I I I I I --~·-J s -~i:s-. ,s:;ocr LOT 10 LOT 11 -------------..... ;.;...---- lO' d ~ J _ --,-! -----............ , SOt;1 iiifim -""·-.,,.;:. ~=~=.·~ ... f I ------. ---·. 11 ~ ........ AMOilfflfal_,..~ fffflllo .U . __ " . . .. -. . ,. . ... -.. . ------- -City or Fort WOrth ··'xii. :,.....ocww;·» ~ ........ , ..... ,-.. -' ) Storm Drain Improvements at East Harvey Avenua Parcel I 1TE DOE ,oo-4n 932 E. Davis Street . Lot 9, Block 29 Southland SubdMslon Bcln1 a 2.5 .0' tcmporvy construction eucmcnt ouc of Lot 9, Block 29 of Southland Subdivision, an addition to the City of Fort Worth, Tamnc County, Te.llu u recorded In Volume 310, Pip 11 of the Plat Recordl of Tamnt County, Te.llU. said Lot 9 beln1 deeded to Exie Dep-ate rttorded in Volume 78().1, Pip I 19 of the Deed Records ofTunnt County, Texas. said 2.5 .0' temporary construction euement bein1 more pasdcularly d.exribcd by metes and bounds u follows: COMMENCING &ta point ror the northeasc comer oft.Ol 10. Block 29 of said Southland Subdivision, said point beln1 the nonhwest comet of Loe · 11, B Ioele 29 of said Southland Subdivision, said point also beln1 in the south rf&ht~f-way line of f!ut Davis Avenue (1 60.0' riaht~f-way), from which 1 5/1 inch Iron rod found for reference bean North 82 d.e&recs .s, minutes 09 seconds E.IJt, a dbunce of 0.3, feet: nmNca Sowb 81 dearee• ,~ mlnuces 13 seconds West, puaina at I distance of 50.00 feet a j/l Inch Iron rod found ror the northwest c:cmcr of said Loe I 0. said ,ti inch iron rod beina the northeast comet of said Lot 9, in all, a dl.ttance of 60.00 feet to the POINT o.r BEGINNING of the herein dexribed 25.0' temporvy coiutrucdon eucment; THENCE South 00 dep-cu 13 minute, 47 secondl East. a distance of 132 . .50 feet to a point for comer in _ the soutb line ol said Lot 9, said poln& bein1 in the north line of a 2'.0' alley. THENCE South 81 depees .56 minutes 13 seconds West. with the south line of sa.ld Lot 9 and with the north lfn• ol said 2'.0' alley, a disc.nee of 2'.00 feet to a poinl for comer; TIIENCK North 00 depee, I J minutes 47 ~onds We,t. a distance of I 32..50 feet to a polr1' for comer in the north line of said Loe 9, said point beina in the south righc~f-way line of said Eu& Davis A venue, from which a 1/2 inch iron found for reference bean South s., degree, 40 minutes 4d s«ondl West. a distance ol 14.63 feet; THENCE ~orth 81 deirees ,6 minutes 13 seconds East. with the north line of ~id Loe 9 and with the south ri&Jtt-ol-way line of uid East Davis A~enu.e. 1 <.li.sUnce of 2'.00 fed to the POINT or BEGINNING, and containin1 3,J 13 ,qtaR (e:t or 0.076 xres of land., more or lesa. ?15el o f2 Stonn Drain Improvements at East Harvey Avenue Parcel• 1TE DOE 1004n 932 E. Oavf1 Street Lot g, Block 29 Soothland Subdivision ) ) Note: All burinp :in, b:ued on the Tellu Coordinate System. NAD-83, North Central Zone. utilizln1 WD.5 YRS sy,tcm. All bearinp and di.st~et a.re surface . .. W. Truett Wihon RegiJrered Profes.siorw Lind Suneyor No . 5146 ?,,el tJf ! .J 5 EXHIBIT ''D" 8., !}A YI$ .{YE. (80.0 RtCHT-c,-WAl} .o.c. LOT 10 25.0~ ~LEY --~ --------· --------~ 20 a .iO ,__ -I...-__ .............,. __ f !CM.I ,,.:·m CITY OF FORT \VORTH V. DA YID BONNER; ET AL. NO. 2009-075484-3 § § § § § § § CONDEMNATION PROCEEDINGS IN THE COUNTY COURT AT LAW N0.3 TARRANT COUNTY, TEXAS A WARD OF COMMISSIONERS On the 12th day of April, 20 l 0, the undersigned special commissioners heard the original petition of the City of Fort Worth, a municipal corporation and petitioner, filed with the Judge on September 4, 2009, to acquire for the East Davis Storm Drain System Improvements: one permanent storm-drainage easement and one temporary-construction easement in a portion of the property described more particularly in the land conveyed to David Bonner and Thomas Martin Bonner by deed recorded in Volume 10223, Page 2219, Deed Records, Tarrant County, Texas, more commonly known as 933 East Powell Avenue, according to a plat thereof recorded in Volume 310, Page 11, Plat Records, Tarrant County , Texas. The permanent stonn-drainage easement is described in Ex hibit A and dep icted in F xhibit B a nd the temp o rary -c ons tru c ti o n eas ement is d e scribed in Exhibit C and depicted in Exhibit D, a ll a ttached and inc o rp o rated by reference. T he petitioner and defendants ha v in g been dul y no tified as require d by la w o f the t ime Jn<l p l aci.! 0f rm:etin g , ;l p pe a r e J i..lS fu ll ll \vs: pdi ti o ncr, by ;.ind throug h its July authorized Assistant City Attorney ; defendants, by: L4#-;? 6 Miz:10 0 ~ i=:::;: e1:d!!L7X k Ch,/z·d We, the commissioners, after fully hearing the parties at the appointed time and place and all of the evidence about the value of the property sought to be acquired and of damages that will be sustained by defendants by reason of the acquisition of the interests in the described property, find that the total amount to be paid to defendants for the acquisition is $ 4; tz/(), tJJ? And we further find that the petitioner and defendants have been unable to agree as to the value of the property to be taken and do, therefore, reduce this decision to writing; and we further order that all costs be adjudged against the petitioner. We have signed this award and dated it the I th day of April, SPECTA FILED the J )fl;_ Jay o l Apr i:7 Ho;-.;;,ffR -.\W .\RD OF C0.\1 .\IISSIO ,'\'ERS ·-.__,,..· l'\CE ! Please send conformed copy to: Theodore P. Gorski, Jr. City Attorney's Office City of Fort Worth l 000 Throckmorton Fort Worth, Texas 76102 Mr. Lateph A. Adeniji Attorney-at-Law 619 West Main Street, Suite B Arlington, Texas 76010-1052 Mr. Stephen T. Meeks Linebarger, Goggan, Blair & Sampson, LLP l 00 Throckmorton Street, Suite 300 Fort Worth, Texas 76102 Ms. Elizabeth Parmer Perdue, Brackett, Flores, Utt & Bums 307 West th Street, Suite 1225 Fort Worth, Texas 76102 BONNER -.\ \V .\l{D Of C O ,'\.t'.\llSSIO .'liERS P .\GE J • E. Davia Storm Drain System, Burchill Channel Improvements Parcel I 4PE DOE# 5417 933 E. Powel Avenue lot 22. Bled( 30 Southland SubdMslon KXHIBIT"A" • Bein1 a 1'.0' pennanenl drainage easement out of Loi 22, Block 30 of Southland Subdivision, an addition lo the City of Pon Worth, Tamnt County, Teua u m:orded in Volumo 310, Pap 11 of the Pill Records <:JI Tmant County, Texu, said Loi 22 bein1 deeded lo David 8onoor u recorded in County Clerk'• F'tle No. 0191056661 of the Deed Recorda ofTam.nt County, Te:ua, said 15 .0' permanent drainap euement bein1 more particularly described by rnec. and bounda u follow,: COMMENCING at a point for the northweai comer of said Loe 22, said point bein1 the northeut comer of Loi 23, <:JI said Block 30 of Southland Subdivision, said point also bein1 in the aouth line of a 25.0' alley, from which a 1/l inc:11 iron rod found for reference bean North 81 dep-cca 35 minllllea 19 sec:onda West, a distance of 0. 72 feet: TIIENCB North 81 desniet 56 miawa 13 ,ecooda Eut, with the north line of said Lot 22 and with Iha south lino of said 25.0' alley, a diatanc:e of 3-'.00 feet lo the POINT OP BEGINNING of the herein delcribed 1".0' pennanenl drainage eue.meot; THENCE North 88 de,reea 56 minute. 13 ,econdl Eut. with the north line of said Loe 22 and with the soutll line of said 25.0' alley, a distance of U.00 feel to a point for the northeut comer of said Lot 22, said point bein1 the northwelt comer of Lot 21 of said Block 30 of Southland Subdivision; TIIENCX South 00 degree, 13 minute& 47 seconda But, with the east line of said Loi 22 and with the west line of said Lot 21, a dlatanc:e of 120.00 feet to a 5/8 inch iron rod found for the IOUtheut corner of said Lot 22, said 5/8 inch iron rod bein1 the southWCII comer of aaJd Lot 21, aid 5/8 inch iron rod al,o beln1 in the uonh right-of-way line of EUI Powel) A venue (a 60.0' right-of-way); THENCE Soutll 88 degreea 56 minutea 13 sec:Ollda Wea. with the south line of said Loi 22 and with the north right-of-way line of said Eut Powell Avenue, a distance of 15.00 feet to a point for comer, THENCE North 00 degreea 13 minute. 47 seconda West.. a distADce of 120.00 feet to the POINT OF BEGINNING, and contalnin1 1,800 square feet or 0.041 acru o( land. more or lea,. Note: All bearinp are based on the Texu Coordinate System, NAD-83, Nonh Central Zone, urilizin1 WDS YRS system. AJI bearinp and disu.nce, are surface. Cuiti1 Smith Registemi Professional Land Surveyor No . 5494 ... e· • • E. Davis Storm Drain System, Burchill Channel Improvements Parcel II 4TE DOE f 5417 933 E. Powen Avenue Lot 22, Blodc 30 Southland Subdivision • Bein1 a 2-'.0' temporary conltr'Dction eucmcnt out of Lot 22. Block 30 of Soathland Subdivision. an additioa to the City of Port Worth, Tarrant County, Texu u m-:orded in Volume 310, Pap 11 of tho Plat Rec:orda d Tamnt County, Tex.u, said Lot 22 bein1 deeded to David Bonner u ~ordcd in County Cledt'a File No. 0191056661 of the Deed Recorda of Tammt County, Tcua. said 2'.0' temporary construction euement bein1 more pa,ticulady described by rnete1 uid bounds u foUowa: COMMENCING at a point for the northwest comer of said Lot 22, said point bein1 the northeut comer of Lot 23, of said Block 30 of Southland Subdivision, uid point being in the south line of a 2j,O' alley, from which 1/2 !.nch Iron rod found for refen:oc:e bean North 81 dep-ee1 3-' minut.ea 19 sec:onda West. 1 discanas of 0.72 feet; TIIENCB Nooh 88 dep,:ea 56 minutea 13 second, Eut, with the north line of said Lot 22 and with the south line of said 2j,Q' alley, a dhtance of 10.00 feet to tho POINT 0¥ BEGINNING of tho be.rein deacribod 2,.0· mmporuy cooatraction easement; THENCE North 88 desri,ea 56 minutes 13 secondl Eul. with the north line of aaid Lot 22 and with the south line of said 2'.0' alley, 1 dlllancc of 2'.00 feet to I point for c~r;. THENCE South 00 depeea 13 minutes 47 seconda Eut, 1 distance of 120.00 feet to a point for corner in the JOUth line of said Lot 22. said point bein1 in the north ript-of-way line of Eut Powell Avenue (a 60.0' right-of-way), from which a 5/8 inch iron rod found for the southeul comer of said Lot 22 bean North 88 degmea S6 miautea 13 secondl East. a distance of 15 .00 feet; THENCE South 88 degree, S6 minutes 13 sec:onda Weat. with the south lino of said Lot 22 and with tho north right-of-way line of said But Powell Avenue, a distance of 2'.00 feet lo a point for comer; THENCE North 00 desrcc, 13 minute• 47 seconda West, a distance of 120.00 feet to the POINT OF BEGINNING, and containing 3,000 square f'cet or 0.069 aaea of land. mon, or Jen. Note : All bevinp an, b&Sed on the Texu Coordin.ue Sy1tern. '.'#AD-83 , North Centn.l Zone, Li l i lizins WDS YRS iy stem. All bcarinp and d i st&t1Ce1 ilJ'"e ,url'ace . D!!e: April 30, 2009 Cuni1 Smith Regi,tcred Ptofeuional Land Surveyor 'Jo ~4 94 • • 26.0' ALLBY I I l I l UW21 l:t ~~~' ~11,--·· ,l{t>· lD'f 24 : 4.Q , 20 o 40 '-.--·, --. . . . SCA&:Eit '~ r-. City o ·f Fort ·worttf E Davis Storm Drain System, Burchill Channel Improvements Parcel # 2PE-2TCE Doe# 5417 939 E Harvey Avenue Lot-21, Block-29, Southland Subdivision STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT SEWER AND DRAINAGE (PIPE} FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT GRANTOR: Jose Manuel Macias and Margarita Macias GRANTOR'S MAILING ADDRESS (including County): 939 E. Harvey Ave Fort Worth, Tarrant County, TX 76104 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged . PROPERTY: Being a 15.0' permanent drainage easement and a 25.0' temporary construction easement out of Lot 21, Block 29 of Southland Subdivision , an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 310, Page 11 of the Plat Records of Tarrant County, Texas , and being more particularly described in a Permanent Drainage Easement in Exhibits "A" and "B", and a Temporary Construction Easement in Exhib its "C" and "D". Grantor, for the Consideration paid to Grantor and other good and valuable consideration , hereby grants, sells, and conveys to Grantee , its successors and assigns, an exclusive, perpetual easement for the construction , operation, maintenance, replacement , upgrade, and repair of a Permanent Sewer and Drainage Facility, hereafter referred to as "Facility". The Facility includes all PERMANENT DRAINAGE FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev. 06/2008 portion of the Property and more fully described in Exhibits "A" and "B", attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating , maintaining, replacing, upgrading, and repairing said Facility; and a temporary construction easement, as described in Exhibits "C" and "D", attached hereto and made a part hereof, to use in connection with the construction of said Facility, said temporary construction easement to expire upon completion of construction and acceptance by Grantee of said Facility . In no event shall Grantor (I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (I I) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, or any structure not requiring a buildi11g per rr ,it but wflicli may ti II eaten ti re str actor al integrity or capacity of the storm drain and its appurtenances . However, Granter shall be permitted to install and maintain driveways and parking lots across the easement. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways , or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Gral")tee's use of the easement granted hereunder provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of th is Easement. TO HAVE AND TO HOLD the above-described permanent easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Granter does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns , against every person whomsoever lawfully claiming or to claim the same, or any part thereof. TO HAVE AND TO HOLD the above described temporary construction easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee . Granter hereby bind themselves , their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same , or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) AND TEMPORARY CONSTRUCTION EASEMENT Rev. 06/2008 GRANTOR: Manuel Macias GRANTEE: City of Fort Worth ~ .. h s Fernando Costa · Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney M'. l \.;"\~14~ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared Jose Manuel Macias, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Jose Manuel Macias and that he/she executed the same as the act of said Jose Manuel Macias for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 6.f~ day of ....... f1__.~ ....... b--~-'-~~o..-~-~------· 2009. PERMANENT DRAINAGE FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev . 06/2008 .,-· GRANTOR: Margarita Macias U atM Ma?:A~ Macias ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this ~ day Q,r personally appeared Margarita Macias, known to me to be the same person '-'!'hose na ~ subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Margarita Macias and that he/she executed the same as the act of said Margarita Macias for the purposes and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this / S- ~(1""""~"""'-i-:-1:----· 2009 . ..,1; L O GR!FFIN PERMANENT DRAINAGE FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev . 06/2008 day of ACKNOWLEDGEMENT STATE OF TEXAS § COUNTYOFTARRANT § BEFORE ME , the undersigned authority, a Notary Public in and for the State of Texas, on this~~y ~~ personally appeared Fernando Costa, Assistant City Manager of the City of Fort Wort~known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this J., I ~ day of ~~ ----r--=--~~" ____ ,, 2009. HETTIE LANE 'v1Y CO MMISSION EXPIR ES July 26. 2011 after recording return to: City of Fort Worth Transportation and PW Dept. Right-of-Way & Easements 8851 Camp Bowie Blvd . West 3rd Floor Fort Worth , TX 76116-6085 -ATTN: Jill Griffin PERMANENT DRAINAGE FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev. 06/2008 __ N_6l_t~ Storm Drain Improvements at East Harvey Avenue . Parcel # 2PE DOE# 00477 939 E. Harvey Avenue Lot 21, Block 29 Southland Subdivision EXIIlBIT "A'' Being a 15.0' pennanent drainage easement out of Lot 21, Block 29 of Southland Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 310, Page 11 of the Plat Records of Tarrant Cowity, Texas, said Lot 21 being deeded to Manuel Macias recorded in County Clerk's Ele No D207423123 of the Deed Records of Tarrant County, Texas, said 15.0' permanent drainage easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the southeast comer of Lot 20, Block 29 of said Southland Subdivision, said point being the southwest corner of Lot 19, Block 29 of said Southland Subdivision, said point also being in the north right-of-way line of East Harvey Avenue (a 60.0' right-of-way), from which a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for reference bears South 84 degrees 08 minutes 38 seconds West, a distance of 0.46 feet; THENCE South 88 degrees 56 minutes 13 seconds West, passing at a distance of 50.00 feet a point for the southwest corner of said Lot 20, said point being the southeast corner of said Lot 21, in aJI, a distance of 85 .00 feet to the POINT OF BEGINNING of the herein described 15.0' permanent drainage easement; THENCE South 88 degrees 56 minutes 13 seconds West, with the south line of said Lot 21 and with the north right-of-way line of said East Harvey Avenue, a distance of 15 .00 feet to a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for the southwest comer of said Lot 21, said .1 n inch iron rod with cap stamped "Grant Eng. 4151" being the southeast corner of Lot 22, Block 29 of said Southland Subdivision; THENCE North 00 degrees 13 minutes 47 seconds West, with the west line of said Lot 21 and with the east line of said Lot 22, a distance of 120.00 feet to a point for the northwest corner of said Lot 21, said point being the northeast corner of said Lot 22, said point also being in the south line of a 25 .0' alley; THENCE North 88 degrees 56 minutes 13 seconds East, with the north line of said Lot 21 and with the south line of said 25.0' alley, a distance of 15.00 feet to a point for comer; THENCE Sout.h 00 degrees 13 minutes 47 seconds East, a distance of 120.00 feet the POINT OF BEGINNING, and containing 1,800 square feet or 0.041 acres of land, more or less. Page 1 of 2 - - Storm Drain Improvements at East Harvey Avenue ·Parcel# 2PE DOE# 00477 939 E. Harvey Avenue Lot 21, Block 29 Southland Subdivision Note: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing WDS VRS system. All bearings and distances are surface. Date: November 12, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of2 - EXHIBIT "B" '4,0 20 0 I r I - SCALE IN FEET -----· -~· ----'---·- N B8"56' 13"E 2s~o· ALLEY 1 LOT 23 LOT 20 U)T 19 Clty or Fort -worth f~IJ1~7A Storm Drain Improvements at East Harvey Avenue · Parcel # 2TE DOE#00477 939 E. Harvey Avenue Lot 21, Block 29 Southland Subdivision EXHIBIT "C" Being a 25.0' temporary construction easement out of Lot 21, Block 29 of Southland Subdivision, an add1t1on to the City of Fort Worth, Tarrant County, Texas as recorded m Volume 310, Page I I of the Plat Records of Tarrant County, Texas, said Lot 21 being deeded to Manuel Macias recorded in County Clerk's File No. D207423123 of the Deed Records of Tarrant County, Texas, said 25.0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the southeast comer of Lot 20, Block 29 of said Southland Subdivision, said point being the southwest comer of Lot 19, Block 29 of said Southland Subdivision, said point also being in the north right-of-way line of East Harvey A venue (a 60.0' right-of-way), from which a 5/8 inch iron rod with cap stamped "Grant Eng. 4151" found for reference bears South 84 degrees 08 minutes 38 seconds West, a distance of 0.46 feet; THENCE South 88 degrees 56 minutes 13 seconds West;passing at a distance of 50.00 feet a point for the southwest comer of said Lot 20, said point being the southeast corner of said Lot 21, in all, a distance of 60.00 feet to the POINT OF BEGINNING of the herein described 25.0' temporary construction easement; THENCE South 88 degrees 56 minutes 13 seconds West, with the south line of said Lot 21 and with the north right-of-way line of said East Harvey Avenue, a distance of 25.00 feet to a point for corner, from which a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for the southwest comer of said Lot 21, bears South 88 degrees 56 minutes 13 seconds West, a distance of 15.00 feet; THENCE North 00 degrees 13 minutes 47 seconds West, a distance of 120.00 feet to a point for comer in the north line of said Lot 21, said point being in the south line of a 25.0' alley; THENCE North 88 degrees 56 minutes 13 seconds East, with the north line of said Lot 21 and with the south line of said 25.0' alley, a distance of 25 .00 feet to a point for comer; THENCE South 00 degrees 13 minutes 47 seconds East, a distance of 120.00 feet to the POINT OF BEGINNING, and containing 3,000 square feet or 0.069 acres of land, more or less. Page 1 of 2 Storm Drain Improvements at East Harvey Avenue Parcel# 2TE D0E#00477 939 E. Harvey Avenue Lot 21, Block 29 Southland Subdivision Note: All bearings are based on the Texas Coordinate System, NAD-83, North Central Z.One, utilizing WDS VRS system. All bearings and distances are surface. Date: November 12, 2008 Registered Professional Land Surveyor No. 5146 Page 2 of 2 .r EXHIBIT ''D·" N 88"56'13~ 25.00' _ 1 LOT ·-~ LOT 22 40 20 0 40 ..-----,_ 1 -le------,;· I '! ,_,;,,,., __ 25.0' ALLEY T tot 20 • LOT 19 , ~oi--~~~\ .~~: l~~---~.o ____ \$i• H ·it-· ~-~-··· .. ·. -_ -.... 0;.C. ~· ..... ·· -. s IIS'!li;1:fw" . . . ·_ 00 1/2"1R !50.00:' "CIWIT DICi -~151• --. B£fiRS POB s-~ -·-• • 0.48' S 88"56'l3"W 25.00' CitY or-Fort ·worth - ,ooo ~ ST1UT f?'T. WOR'1H, .]'.El!:AS 7'102 QHIBIT~ A 25.0' TEMPO.AAJrf · CONSTAUCTION E"ASEMENT oul\l:iF'.. • . _ LOT i 1., BL9.0K 29 S0Ul1U.AN_D . SUBO.MSION --... · ---N4 ADDIIION -.l'O -ll-lE CIT¥ OF FORT WORTH, TARRANT -COUNTY, row; . .. • VOLU.M'E -J l O,, PA.GE 1J .. _ ... PLAT RECOROS 'i.Of' TARIWtt :COUNTY; m<AS _ _ __ .. I . I •, CITY OF FORT WORTH 8851 CAMP BOWIE BLVD W 3RD FL FT WORTH TX 76116 Submitter: ALAMO TITLE SUZANNE HENDERSON TARRANT COUNTY CLERK , TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY ········ /~-~c~~~ .. ifii -,t· -. . . . )C \ :~ ... ' . ·.. ~= :'c" ''.. ~; •. I · ..•. , . -..... · •••••••• ········•· WARNING -THIS IS PART OF THE OFFICIAL RECORD. PGS $56.00 D209126478 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: CA M&C: DATE Dlq.\J\Q~ AGENT "'~,s~\, D0E#B2:\ (] E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3PE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision CITY OF FORT WORTH PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) DATE: January 23, 2009 GRANTOR: CITY OF FORT WORTH GRANTOR'S MAILING ADDRESS: 1000 THROCKMORTON STREET FORT WORTH, TARRANT COUNTY, TX 76102 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 15.0' permanent drainage easement out of Lot 9, Block 30 of Southland Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 310, Page 11 of the Plat Records of Tarrant County, Texas, said Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Tarrant County, Texas, said 15.0' permanent drainage easement being more particularly described in Exhibits "A" and "B". Granter, for the consideration paid to Granter and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation , maintenance, replacement, upgrade, and repair of a Permanent Drainage Facility, hereafter referred to as "Facility''. The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, pipelines, junction boxes, inlets, flumes, headwalls, wingwalls, slope pavement, gabions, rock rip-rap and other erosion control measures in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) Rev . 06/2008 hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating , maintaining, replacing , upgrading, and repairing said Facility. In no event shall Granter (I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building , including , but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, or any structure not requiring a building permit but which may threaten the structural integrity or capacity of the storm drain and its appurtenances. However, Granter shall be permitted to install and maintain driveways and parking lots across the easement. Grantee shall be obligated to restore the surface of the Property at Grantee 's sole cost and expense, including the restoration of any sidewalks, driveways, or sim ilar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easemen t granted hereunder provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and s ingular the rights and appurtenances thereto in anyway belonging unto Grantee , and Grantee's successors and assigns forever; and Granter does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee , its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. PERMANENT DRAINAGE FACil.JTY EASEMENT (Pipe) Rev . 06/2008 GRANTOR: City of Fort Worth Fernando Costa Assistant City Manager STATE OF _____ _ COUNTY OF ____ _ GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of ______ , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein exp ressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this ___ day of PERMANENT DRAINAGE FACILITY EASEMEN T (Pipe) Rev . 06/2008 Notary Public in and for the State of ____ _ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she execu ted the same as the act of the City of Fort Worth for the purposes and considerat ion therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ day of PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) Rev. 06/2008 Notary Public in and for the State of Texas E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3PE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision EXHIBIT "A" Being a 15.0' permanent drainage easement out of Lot 9, Block 30 of Southland Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 310, Page 11 of the Plat Records of Tarrant County, Texas, said Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Tarrant County, Texas, said 15.0' permanent drainage easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northeast comer of Lot 11, Block 30 of said Southland Subdivision, said point being the northwest comer of Lot 12, Block 30 of said Southland Subdivision, said point also being in the south right-of-way line of East Harvey Avenue (a 60.0' right-of-way), from which a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for reference bears North 88 degrees 56 minutes 13 seconds East, a distance of 49.41 feet; THENCE South 88 degrees 56 minutes 13 seconds West, passing a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for reference, at a distance of 0.56 feet, passing a point for the northwest corner of said Lot 11, at a distance of 50.00 feet, said point being the northeast comer of Lot 10, Block 30 of said Southland Subdivision, passing a point for the northwest corner of said Lot 10 at a distance of 100.00 feet, said point being the northeast corner of said Lot 9, in all, a distance of 135.00 feet to the POINT OF BEGINNING of the herein described 15.0' permanent drainage easement; THENCE South 00 degrees 13 minutes 47 seconds East, a distance of 120.00 feet to a point in the south line of said Lot 9, said point being in the north line of a 25.0' alley; THENCE South "88 degrees 56 minutes 13 seconds West, with the south line of said Lot 9 and with the north line of said 25.0 ' alley, a distance of 15.00 feet to a point for the southwest corner of said Lot 9, said point being the southeast corner of Lot 8, Block 30 of said Southland Subdivision; THENCE North 00 degrees 13 minutes 47 seconds West, with the we st line of said Lot 9 and with the east line of said Lot 8, a distance of 120.00 feet to a point for the northwest corner of said Lot 9, said point being the northeast comer of said Lot 8, said point also being in the south right-of-way line of said East Harvey A venue; THENCE North 88 degrees 56 minutes 13 seconds East, with the north line of said Lot 9 and with the south right-of-way line of said East Harvey Avenue, a distance of 15.00 to the POINT OF BEGINNING, and containing 1,800 square feet or 0 .041 acres of land, more or less. Page 1 of 2 E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3PE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision Note: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing WDS VRS system. All bearings and distances are surface . Date: January 23, 2009 df-~ Curtis Smith Registered Professional Land Surveyor No. 5494 Page 2 of 2 EXHIBIT "B" 40 20 0 40 I I I E. HARVEY AVE. FIND 1/2"1R (60.0' RIGHT-OF-WAY) /GRANTB~s 4151 • SCALE IN FEET S 86"56'13"W 0 .56' I N 88'56'13"E 15.00' :•:•:•:•:•:•:•:···:1 \:::::::::::::::·l •:•:•:•:•:•:•:•:•:•:•1 S 86"56'13"W 135.00' _ -~ ~ sci.oo· -v,o.oo· ,,,I 0 C FIND 1/2"1R • • "GRANT ENG . 4151" BEARS LOT 7 LOT 8 J_ ·-::::::::::::::::~:::1 -t:·::::::::::11. Q ......•..... Q Ol···········IO a :::::::::::10 N ············lN ... ::::::::::.1 ... .,. ........... t L.,.J ~ ;;:~~7:!l~ 81:::::::::::jo z .......... :Iv, l···········l -::1 :::::::::::::::::::1 S 88'56'13"W 15.00' NOTE: All BEARINGS ARE BASED ON lliE TEXAS COORDINATE SYSTEM, NAD-83, NORTH CENTRAL ZONE, UTILIZING WDS VRS SYSTEM. All BEARINGS AND DISTANCES ARE SURFACE. 15.0' PERMANENT DRAINAGE EASEMENT 1,800 SQ. FT. OR 0 .041 AC. 25.0' ALLEY N 88'56'13"E 49.41' 1 City or Fort Worth 1000 lliROCKMORTON STREET FORT WORTH, TEXAS 761 02 EXHIBIT SHOWING A 15.0' PERMANENT DRAINAGE EASEMENT OUT OF LOT 9, BLOCK 30 SOUTHLAND SUBDIVISION AN ADDmoN TO THE CITY OF FORT WORTH , TARRANT COUNTY, TEXAS VOLUME 310, PAGE 11 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: E. DAVIS STORM DRAIN SYSTEM , BURCHILL CHANNEL SCALE: 1 = 40 IMPROVEMENTS PARCEL No.: 3PE EASEMENT AC UISITION AREA 1 800 SQUARE FEET OR 0.041 ACRES JOB NO . 0809-3347 DRAWN BY: TTW CAOD FILE: 3347A-ESMT.DWG DATE: JANUARY 23, 2009 PAGE 1 OF 1 DOE No.: 5417 GORRONDDNA & ASSOCIATES, INC . 6707 BREl'ITWOOO STAIR ROAD, SUITE 50 FORT WORTH , TX. 76112 817-496-1424 F/vl. 817-496-1768 E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3PE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision CITY OF FORT WORTH PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) DATE : January 23, 2009 GRANTOR: CITY OF FORT WORTH GRANTOR'S MAILING ADDRESS : 1000 THROCKMORTON STREET FORT WORTH, TARRANT COUNTY, TX 76102 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged . PROPERTY: Being a 15 .0' permanent drainage easement out of Lot 9, Block 30 of Southland Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Vo lume 31 O, Page 11 of the Plat Records of Tarrant County, Texas, sa id Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Tarrant County, Texas, said 15 .0' permanent drainage easement being more particula rly described in Exhibits "A" and "B". Granter, for the cons iderat ion paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns , an exclusive , perpetual easement for the construction, operation , maintenance , replacement, upgrade, and repair of a Permanent Drainage Facil ity , hereafter refer.red to as "Facil ity''. The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, pipelines, junction boxes , inlets , f lumes , headwalls , wingwalls, slope pavement, gabions, rock rip-rap and other erosion control measures in , upon, under and across a portion of the Property and more fully described in Exhibit "A" attached PERMANENT DRAINAGE FACILJTY EASEMENT (Pipe) Rev . 06/2008 hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing , upgrading, and repairing said Facility. In no event shall Granter (I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard , brick or masonry fences or walls or other structures that require a bu ilding permit, or any structure not requiring a building permit but which may threaten the structural integrity or capacity of the storm drain and its appurtenances . However, Granter shall be permitted to install and maintain driveways and park ing lots across the easement. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restorat ion of any sidewalks, driveways , or similar su·rface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee 's use of the easement granted hereunde r provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or ot her · improvements installed in violation of the provisions ar,d intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Granter does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires , singular nouns and pronouns include the plural. PERMANENT DRAINAGE FAC ILITY EASEME NT (Pipe) Rev . 06/2008 GRANTOR: City of Fort Worth Fernando Costa Assistant City Manager STATE OF _____ _ COUNTY OF ____ _ GRANTEE : City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of ______ , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ___ day of PERMANENT DRAINAGE FAClLITY EASEMENT (Pipe) Rev. 06/2008 Notary Public in and for the State of ____ _ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Pub lic in and for the State of Texas, on this day personally appeared Fernando Costa , Assistant City Manager of t he City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity the rein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ day of PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) Rev. 06/2 008 Notary Public in and for the State of Texas E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3PE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision EXHIBIT "A" Being a 15.0' permanent drainage easement out of Lot 9, Block 30 of Southland Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 310, Page 11 of the Plat Records of Tarrant County, Texas, said Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Tarrant County, Texas, said 15.0' permanent drainage easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northeast comer of Lot 11, Block 30 of said Southland Subdivision, said point being the northwest comer of Lot 12, Block 30 of said Southland Subdivision, said point also being in the south right-of-way line of East Harvey Avenue (a 60.0' right-of-way), from which a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for reference bears North 88 degrees 56 minutes 13 seconds East, a distance of 49.41 feet; THENCE South 88 degrees 56 minutes 13 seconds West, passing a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for reference, at a distance of 0.56 feet, passing a point for the northwest corner of said Lot 11, at a distance of 50.00 feet, said point being the northeast comer of Lot 10, Block 30 of said Southland Subdivision, passing a point for the northwest corner of said Lot 10 at a distance of 100.00 feet, said point being the northeast corner of said Lot 9, in all, a distance of 135.00 feet to the POINT OF BEGINNING of the herein described 15.0' permanent drainage easement; THENCE South 00 degrees 13 minutes 47 seconds East, a distance of 120.00 feet to a point in the south line of said Lot 9, said point being in the north line of a 25.0' alley; THENCE South 88 degrees 56 minutes 13 seconds West, with the south line of said Lot 9 and with the north line of said 25.0' alley, a distance of 15.00 feet to a point for the southwest corner of said Lot 9, said point being the southeast corner of Lot 8, Block 30 of said Southland Subdivision; THENCE North 00 degrees 13 minutes 47 seconds West, with the west line of said Lot 9 and with the east line of said Lot 8, a distance of 120.00 feet to a point for the northwest comer of said Lot 9, said point being the northeast corner of said Lot 8, said point also being in the south right-of-way line of said East Harvey A venue; THENCE North 88 degrees 56 minutes 13 seconds East, with the north line of said Lot 9 and with the south right-of-way line of said East Harvey A venue, a distance of 15.00 to the POINT OF BEGINNING, and containing 1,800 square feet or 0.041 acres of land, more or less. Page 1 of 2 E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3PE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision Note: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing WDS VRS system. All bearings and distances are surface. Date: January 23, 2009 Curtis Smith Registered Professional Land Surveyor No. 5494 '\ Page 2 of 2 EXHIBIT "B" 40 20 0 40 I I E HARVEY A VE. FIND 1/2iR SCALE IN FEET S 88"56'13"W 0.56' I N B8'56'13"E 15.00' • (60.0' RIGHT-OF-WAY) IGRANTB~S 41510 s 88"56'~~0, ~.oo~· so.oo' ~ ~ P O C FIND 1 /2"1R • • • "GRANT ENG . 4151" BEARS N 88"56'13"E LOT 7 LOT B 15.0' PERMANENT DRAINAGE EASEMENT 1,800 SQ. FT. OR 0 .041 AC . 49.41' LOT 12 I I _l J_ _l S 88'56'13"W 15.00' NOTE: ALL BEARINGS ARE BASED ON THE TEXAS COORDINATE SYSTEM, NAO-BJ, NORTH CENTRAL ZONE, UTILIZING WDS YRS SYSTEM . ALL BEARINGS AND DISTANCES ARE SURFACE. 25.0' ALLEY City or Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EJ<HIBIT SHOWING A 15.0' PERMANENT DRAINAGE EASEMENT OUT OF LOT 9, BLOCK 30 SOUTHLAND SUBDIVISION AN ADDmON TO THE CllY OF FORT WORTH, TARRANT COUNTY, TEXAS VOLUME 310, PAGE 11 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: E. DA VIS STORM DRAIN SYSTEM, BURCHILL CHANNEL IMPROVEMENTS SCALE : 1 = 40 PARCEL No.: 3PE ACRES JOB NO. 0809-3347 DRAWN BY: TIW CADD FILE: 3347A-ESMT.DWG DATE: JANUARY 23 , 2009 PAGE 1 OF 1 DOE No.: 5417 GORRONDONA & ASSOCIATES, INC. 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH, nc. 76112 817-496-1424 FAX 817-496-1768 E. Davis Storm Drain System , Burchill Channel Improvements Parcel# 3PE DOE# 54 17 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision CITY OF FORT WORTH PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) DATE: January 23, 2009 GRANTOR: CITY OF FORT WORTH GRANTOR'S MAILING ADDRESS: 1000 THROCKMORTON STREET FORT WORTH, TARRANT COUNTY, TX 76102 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10 .00) and other good · and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Be ing a 15.0' permanent drainage easement out of Lot 9, Block 30 of Southland Subd ivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 31 O, Page 11 of_ the Plat Records of Tarrant County, Texas , said Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Ta rrant County, Texas, sa id 15.0' permanent drainage easement being more particularly described in Exhibits "A " and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration , hereby grants , sells , and conveys to · Grantee, its successors and assigns , an exclusive , pe rpetual easement for the co nstruction, operation, maintenance , replacement, upgrade, and repair of a Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equ fpment and appurtenances, including , but not limited to manholes, pipelines, junction boxes, inlets, flumes, headwalls, wingwalls , slope pavement, gabions, rock rip-rap and other erosion control measures in, upon , under and across a portion of the Property and more fully described in Exhibit "A" attached PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) Rev. 0612008 .r hereto and incorporated here in for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining , replac ing, upgrading, and repairing said Facility. In no event shall Granter (I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected with in the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building perm it, or any structure not requiring a building permit but which may threaten the structural integrity or capacity of the storm drain and its appurtenances. However, Granter shall be permitted to install and maintain driveways and parking lots across the easement. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense , including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered , damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder provided , however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Granter does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. PERMANENT DRAINAGE FACILITY EASEMENT (Pipe ) Rev. 06/2008 GRANTOR: City of Fort Worth Fernando Costa Assistant City Manager STATE OF _____ _ COUNTY OF ____ _ GRANTEE: City of Fort Worth Fernando Costa Ass istant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT § § BEFORE ME, the unde rsigned authority, a Notary Public in and for the State of ______ , on this day personally appeared , known to me to be the same person whose name is subsc ribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE th is ___ day of ----------· 20_. PERMANENT DRAINAGE FACILJTY EASEMENT (Pipe ) Rev . 06/2008 Notary Public in and for the State of ____ _ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ day of _________ , 20_. PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) Rev. 0612008 Notary Public in and for the State of Texas E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3PE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision EXHIBIT "A" Being a 15.0' permanent drainage easement out of Lot 9, Block 30 of Southland Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 310, Page 11 of the Plat Records of Tarrant County, Texas, said Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Tarrant County, Texas, said 15 .0' permanent drainage easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northeast corner of Lot 11, Block 30 of said Southland Subdivision, said point being the northwest corner of Lot 12, Block 30 of said Southland Subdivision, said point also being in the south right-of-way line of East Harvey Avenue (a 60.0' right-of-way), from which a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for reference bears North 88 degrees 56 minutes 13 seconds East, a distance of 49.41 feet; THENCE South 88 degrees 56 minutes 13 seconds West, passing a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for reference, at a distance of 0.56 feet, passing a point for the northwest corner of said Lot 11, at a distance of 50.00 feet, said point being the northeast corner of Lot 10, Block 30 of said Southland Subdivision, passing a point for the northwest corner of said Lot 10 at a distance of 100.00 feet, said point being the northeast corner of said Lot 9, in all, a distance of 135.00 feet to the POINT OF BEGINNING of the herein described 15 .0' permanent drainage easement; THENCE South 00 degrees 13 minutes 47 seconds East, a distance of 120.00 feet to a point in the south line of said Lot 9, said point being in the north line of a 25.0' alley; THENCE South 88 degrees 56 minutes 13 seconds West, with the south line of said Lot 9 and with the north line of said 25.0' a1Jey, a distance of 15.00 feet to a point for the southwest corner of said Lot 9, said point being the southeast corner of Lot 8, Block 30 of said Southland Subdivision; THENCE North 00 degrees 13 minutes 47 seconds West, with the west line of said Lot 9 and with the east line of said Lot 8, a distance of 120.00 feet to a point for the northwest corner of said Lot 9, said point being the northeast corner of said Lot 8, said point also being in the south right-of-way line of said East Harvey A venue; THENCE North 88 degrees 56 minutes 13 seconds East, with the north line of said Lot 9 and with the south right-of-way line of said East Harvey Avenue, a distance of 15 .00 to the POINT OF BEGINNING, and containing 1,800 square feet or 0.041 acres of land, more or less. Page 1 of 2 E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3PE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision Note: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing WDS YRS system. All bearings and distances are surface. Date: January 23, 2009 Curtis Smith Registered Professional Land Surveyor No. 5494 Page 2 of 2 EXHIBIT "B" 40 20 0 40 I I ,----,, (60.0' RIGHT-OF-WAY) "GRANTB~S 4151 " S 88"56'13"W SCALE IN FEET 0.56' N E. HARVEY A VE. I FIND 1/2"1R S 88"56'~~0' 135.00~' 50.00' ~ ~ P O C FIND 1/2"1R • • • "GRANT ENG. 4151" BfARS N 88"56' 13"E ........ ::.t ........... : .·.·.·.·.·.·.·.·.·.·-1 ............ t I . t ·.·.·.·.·.·.·.·.·.·:11· 0 ............ 0 0 ............ 10 of ·:·····:·10 -.t-N ............ 1 N i!:,:::: ,-.......... i.... 0::: 15.0' PERMANENT DRAINAGE EASEMENT 1,800 SQ . FT . OR 0.041 AC . 4 9.41' I") ,- LOT 7 LOT 8 I ~d . .,. ........... iw o, o. ~ LOT 10 LOT 11 LOT 12 b ; :::::::::::/::)}~ g ~ ~ ~ ~()~ _J _l b r ................. l b O ;: 0 '!,() ~~~ ... ~l::::::::J ~ 5~ ~§)~$~~i\. ~;.;j $.~it~~;~~-_L 1 --~;,;.:.;.;,;.;~~----4t---s aa·s5• 3"W 1s .oo· 25.0' ALLEY NOTE: ALL BfARINGS ARE BASED ON THE TEXAS COORD INATE SYSTEM, NAD-83, NORTH CENTRAL ZONE, UTILIZING WDS YRS SYSTEM . ALL BEARINGS AND DISTANCES ARE SURFACE. City or Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A 15.0' PERMANENT DRAINAGE EASEMENT OUT OF LOT 9, BLOCK 30 SOUTHLAND SUBDIVISION AN ADDmON TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS VOLUME 310, PAGE 11 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: E. DA VIS STORM DRAIN SYSTEM, BURCHILL CHANNEL IMPROVEMENTS EASEMENT AC UISITION AREA 1 800 S UARE FEET OR 0.041 SCALE: 1 = 40' PARCEL No.: 3PE ACRES JOB NO. 0809-3347 DRAWN BY: TTW CADD FILE: 3347A-ESMT.DWG DATE: JANUARY 23, 2009 PAGE 1 OF 1 DOE No .: 5417 GORRONDONA & ASSOCIATES, INC. 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WPRTH , TX. 761 12 817-496-1424 FAX 817-496-1768 E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3TE DOE #5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: January 23, 2009 GRANTOR : CITY OF FORT WORTH GRANTOR 'S MAILING ADDRESS: 1000 THROCKMORTON STREET FORT WORTH, TARRANT COUNTY, TX 76102 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10 .00) and other good and valuable considerat ion, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 25.0' temporary construction easement out of Lot 9, Block 30 of Southland Subdivision , an addition to the City of Fort Worth , Tarrant County , Texas as recorded in Volume 31 O, Page 11 of the Plat Records of Tarrant County, Texas , said Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Tarrant County, Texas , said 25.0' temporary construction easement being more particularly described i n Exhib its "A" and "B". Granter, for the cons ideration paid to Gran tor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in , over, and ac ross, below and along the easement situated in Tarrant County, Texas, in accordance with the legai description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of constru cting ro adway fa cilities. Upon completion of improvements and its Temporary Construction Easement 0 1/09/2007 acceptance by Grantee, all rights granted with in the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee . Grantor hereby bind themselves, the ir heirs , successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns , against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Te mporary Co nstru cti on Easement 0 1/09/2007 GRANTOR: City of Fort Worth Fernando Costa Assistant City Manager STATE OF _____ _ COUNTY OF ____ _ GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of ______ , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said ------------------for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ___ day of __________ ,20~. Temporary Construct ion Easement 0 1/09/2007 Notary Public in and for the State of ____ _ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § " BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ day of ---------· 20_. Temporary Construc tion Easement 01/09/2007 Notary Public in and for the State of Texas E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3TE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision EXHIBIT "A" Being a 25.0' temporary construction easement out of Lot 9, Block 30 of Southland Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 310, Page 11 of the Plat Records of Tarrant County, Texas, said Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Tarrant County, Texas, said 25.0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northeast comer of Lot 11, Block 30 of said Southland Subdivision, said point being the northwest comer of Lot 12, Block 30 of said Southland Subdivision, said point also being in the south right-of-way line of East Harvey Avenue (a 60.0' right-of-way), from which a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for reference bears North 88 degrees 56 minutes I 3 seconds East, a distance of 49.41 feet; THENCE South 88 degrees 56 minutes 13 seconds West, passing a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for reference, at a distance of 0.56 feet, passing a point for the northwest corner of said Lot 11, at a distance of 50.00 feet, said point being the northeast comer of Lot 10, Block 30 of said Southland Subdivision, passing a point for the northwest comer of said Lot 10 at a distance of 100.00 feet, said point being the northeast corner of said Lot 9, in all, a distance of 110.00 feet to the POINT OF BEGINNING of the herein described 25.0' temporary construction easement; THENCE South 00 degrees 13 minutes 47 seconds East, a distance of 120.00 feet to a point for comer in the south line of said Lot 9, said point being in the north line of a 25 .0' alley; THENCE South 88 degrees 56 minutes 13 seconds West, with the south line of said Lot 9 and with the north line of said 25.0' alley, a distance of 25.00 feet to a point for corner; THENCE North 00 degrees 13 minutes 47 seconds West, a distance of 120.00 feet to a point for corner in the north line of said Lot 9, said point being in the south right-of-way line of said East Harvey Avenue; THENCE North 88 degrees 56 minutes I 3 seconds East, a distance of 25.00 feet to the POINT OF BEGINNING, and containing 3,000 square feet or 0.069 acres of land, more or less . Page 1 of 2 E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3TE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision Note: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing WDS YRS system. All bearings and distances are surface. Date: January 23, 2009 Curtis Smith Registered Professional Land Surveyor No. 5494 Page 2 of 2 40 20 0 40 I I 1------., SCALE IN FEET EXHIBIT "B" E. HARVEY AVE. • FlND 1/2'1R • S BB"56'13"W 0.56' (60.0' RIGHT-OF-WAY) /RANT8 ~ 4151 S B8'56'13"W 110.00·_ -~ _ ~ 50.0o' 50.00' FlND 1/2'1R . 0. C. 'GRANT ENG. 4151' BEARS I LOT 7 LOT 8 J_ NOTE: ALL BEARINGS ARE BASED ON TilE TEXAS COORDINATE SYSTEM, NAD-83, NORTI-l CENTRAL ZONE, UTILIZING WDS VRS SYSTEM . ALL BEARINGS AND DISTANCES ARE SURFACE. 25.0' TEMPORARY CONSTRUCTION EASEMENT 3,000 SQ. FT. OR 0.069 AC. LOT 11 LOT 10 25.0' ALLEY N BB"56'13'E 49.41' LOT 12 L l_ City ot= Fort Worth 1000 THROCKMORTON STREET FORT WORTI-l, TEXAS 76102 EXHIBIT SHOWING A 25.0' TEMPORARY CONSTRUCTION EASEMENT OUT OF LOT 9, BLOCK 30 SOUTHLAND SUBDIVISION AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS VOLUME 310, PAGE 11 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: E. DAVIS STORM DRAIN SYSTEM, BURCHILL CHANNEL SCALE: 1 = 40 IMPROVEMENTS PARCEL No .: 3TE EASEMENT AC UISITION AREA 3 000 S UARE FEET OR 0.069 ACRES JOB NO. 0809-3347 DRAWN BY: TTW CADD FILE: 3347A-ESt.lT.DWG DATE: JANUARY 23, 2009 PAGE 1 OF 1 DOE No.: 5417 GORRONDONA & ASSOCIATES, INC. 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTI-l, TX. 76112 817-496-1424 FAX 817-496-1768 E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3TE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: January 23, 2009 GRANTOR: CITY OF FORT WORTH GRANTOR'S MAILING ADDRESS: 1000 THROCKMORTON STREET FORT WORTH, TARRANT COUNTY, TX 76102 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS : 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION : Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged . PROPERTY: Be ing a 25.0' temporary construction easement out of Lot 9, Block 30 of Southland Subdivision , an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 310, Page 11 of the Plat Records of Tarrant County, Texas, said Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Tarrant County, Texas , said 25 .0' temporary construction easeme nt being more particularly described in Exhibits "A" and "B". Granter, for the consideration paid to Granter, hereby grant, bargain and convey unto Grantee , its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of c on struc ting ro adway fa cilities . Upon completion of improvements and its Temporary Construc ti on Easement 01/09/2007 acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with , all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Granter hereby bind themselves, their heirs, successors, and ass igns, to warrant and defend, all and si ngular, said easement unto Grantee, its successors and assigns , aga inst every person whomsoever lawfully claiming or to claim the same, or any part thereof. Temporary Co nstructio n Easemen t 01/09/2007 GRANTOR: City of Fort Worth Fernando Costa Assistant City Manager STATE OF _____ _ COUNTY OF ____ _ GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT § § BEFORE ME, the unde rsigned authority, a Notary Public in and for the State of ______ , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said ------------------for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ___ day of __________ , 20_. Temporary Construc tion Easeme nt 0 1/09/2007 Notary Public in and for the State of ____ _ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the unders igned authority, a Notary Public in and fo r t he Stat e of Texas, on th is day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be t he same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity t herein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ day of ---------· 20_. Temporary Construction Ea sement 0 1/09/2007 Notary Public in and for the State of Texas E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3TE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision EXHIBIT "A" Being a 25 .0' temporary construction easement out of Lot 9, Block 30 of Southland Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 310, Page 11 of the Plat Records of Tarrant County, Texas, said Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Tarrant County, Texas, said 25.0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northeast corner of Lot 11, Block 30 of said Southland Subdivision, said point being the northwest comer of Lot 12, Block 30 of said Southland Subdivision, said point also being in the south right-of-way line of East Harvey Avenue (a 60.0' right-of-way), from which a 1/2 inch iron rod with cap stamped "Grant Eng . 4151" found for reference bears North 88 degrees 56 minutes 13 seconds East, a distance of 49.41 feet; TIIENCE South 88 degrees 56 minutes 13 seconds West, passing a 1/2 inch iron rod with cap stamped "Grant Eng . 4151" found for reference, at a distance of 0.56 feet, passing a point for the northwest corner of said Lot 11, at a distance of 50.00 feet, said point being the northeast corner of Lot 10, Block 30 of said Southland Subdivision, passing a point for the northwest corner of said Lot 10 at a distance of 100.00 feet, said point being the northeast comer of said Lot 9, in all, a distance of 110.00 feet to the POINT OF BEGINNING of the herein described 25.0' temporary construction easement; THENCE South 00 degrees 13 minutes 47 seconds East, a distance of 120.00 feet to a point for corner in the south line of said Lot 9, said point being in the north line of a 25.0' alley; THENCE South 88 degrees 56 minutes 13 seconds West, with the south line of said Lot 9 and with the north line of said 25.0' alley, a distance of 25.00 feet to a point for comer; THENCE North 00 degrees 13 minutes 47 seconds West, a distance of 120.00 feet to a point for comer in the north line of said Lot 9, said point being in the south right-of-way line of said East Harvey Avenue; THENCE North 88 degrees 56 minutes 13 seconds East, a distance of 25.00 feet to the POINT OF BEGINNING, and containing 3,000 square feet or 0.069 acres of land, more or less. Page 1 of 2 E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3TE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision Note: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing WDS YRS system. All bearings and distances are surface. Date: January 23, 2009 ~ Curtis Smith Registered Professional Land Surveyor No. 5494 ) Page 2 of 2 EXHIBIT "B" 40 20 0 40 I 1_:--~, (60.0' RIGHT-OF-WAY) cRANT9~ 4151 SCALE IN FEET S 88"56'1J"W I E. HARVEY A VE. I FIND 1/2iR • N 88"56' 13"E , 1.00 [;~2;g~~I ,,:,~"'"~I 11 ·~~:·~-~~;~~?r r ··············· N 88"56'1J"E 21:::--:::::::.~::::.:~g CON~iR~c+~M:~~1 ENT 49 • 410 ~f ~ ;:_ ::I~ 3,000 SQ. FT. OR 0.069 AC. LOT 7 LOT 8 ..... ,:·: 0. :., .... •:• ~ (!) .•:t ~1:·:o, o.. l-::·lw ~f:::.._ t c-;~::111' """·:o I'>···""" • : - ' LL. ... o::·.1· l")f-' ~ ·:·JI") .,....f o ..... c .-1::-8f E...1 {18 I LOT 11 LOT 10 z(: u §? ::IV> I I t: ................ :.I _Lf ................. U--.: r············· .... 1 {\:::\::•:•:•:•:•:•:•:•:•:t !-················:~ s 88'56'1.3 _l 25.00' NOTE: All BEARINGS ARE BASED ON 1HE TEXAS COORDINATE SYSTEM, NAO-BJ, NORlli CENTRAL ZONE. UTILIZING WDS VRS SYSTEM . ALL BEARINGS AND DISTANCES ARE SURFACE. 25.0' ALLEY LOT 12 L I I I") ..... J_ City or Fort Worth 1000 1HROCKMORTON STREET FORT WOR1H, TEXAS 76102 EXHIBIT SHOWING A 25.0' TEMPORARY CONSTRUCTION EASEMENT OUT OF LOT 9, BLOCK 30 SOUTHLAND SUBDIVISION AN ADDmON TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS VOLUME 310, PAGE 11 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: E. DAVIS STORM DRAIN SYSTEM, BURCHILL CHANNEL SCALE: 1" = 40 IMPROVEMENTS PARCEL No .: 3TE a,.....;E=A...:.:S=E=M=EN"""T.:....:..A=C-=-Q-=-Ul=S'-'111.:.;:0;,.:,.;N~ARc.:;E=A..:.....:.3=0=0-=-0-'Sa.aQ=U"'"'A"""R=E...;.F-=E=ET""--"O""'R __ 0=·=0=69~A=C ... R=ES,.__ ____ .....,uRTIS SMITH -~JO'---B--'N __ o __ . ___ 08 ___ 0---9--cJ .... 34 ___ 7 _______ oRA .......... WN.......c.BY ...... : __ nw ____ +CAD-'---D~Fl=L£:-· _334 _____ 7A ___ -___ ES ___ M __ T.D ___ W_G _______ '.EG1STERED PROFESSIONAL LAND SURVEYOR DATE: JANUARY 23, 2009 PAGE 1 OF 1 DOE No.: 5417 O. 5494 GORRONDONA & ASSOCIATES, INC. 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORlli, TX. 76112 817-496-1424 FAX 817-496-1768 E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3TE DOE #5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DA TE: January 23, 2009 GRANTOR: CITY OF FORT WORTH GRANTOR'S MAILING ADDRESS: 1000 THROCKMORTON STREET FORT WORTH, TARRANT COUNTY, TX 76102 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 25.0' temporary construction easement out of Lot 9, Block 30 of Southland Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 310, Page 11 of the Plat Records of Tarrant County, Texas, said Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Tarrant County, Texas, said 25.0' temporary construction easement being more particularly described in Exhibits "A" and "B". Granter, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of constructing roadway facilities. Upon completion of improvements and its Temporary Construction Easement 01/09/2007 acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with , all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and s ingular, said easement unto Grantee, its successors and assigns , against every person whomsoever lawfully claiming or to claim the same, or any part thereof . Temporary Construction Easement 0 1/09/2007 GRANTOR: City of Fort Worth Fernando Costa Assistant City Manager STATE OF _____ _ COUNTY OF ____ _ GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of ______ , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said ------------------for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ___ day of Temporary Construction fasement 01/09/2007 Notary Public in and for the State of ____ _ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTYOFTARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE th is __ day of _________ , 20_. Tem porary Construction Ease men t 0 1/09/2007 Notary Public in and for the State of Texas E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3TE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision EXHIBIT "A" Being a 25.0' temporary construction easement out of Lot 9, Block 30 of Southland Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 310, Page 11 of the Plat Records of Tarrant County, Texas, said Lot 9 being deeded to The City of Fort Worth recorded in Volume 11732, Page 714 of the Deed Records of Tarrant County, Texas, said 25 .0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northeast comer of Lot 11, Block 30 of said Southland Subdivision, said point being the northwest comer of Lot 12, Block 30 of said Southland Subdivision, said point also being in the south right-of-way line of East Harvey Avenue (a 60 .0' right-of-way), from which a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for reference bears North 88 degrees 56 minutes 13 seconds East, a distance of 49.41 feet; THENCE South 88 degrees 56 minutes 13 seconds West, passing a 1/2 inch iron rod with cap stamped "Grant Eng. 4151" found for reference, at a distance of 0.56 feet, passing a point for the northwest comer of said Lot 11, at a distance of 50.00 feet, said point being the northeast comer of Lot 10, Block 30 of said Southland Subdivision, passing a point for the northwest comer of said Lot 10 at a distance of 100.00 feet, said point being the northeast comer of said Lot 9, in all, a distance of 110 .00 feet to the POINT OF BEGINNING of the herein described 25.0' temporary construction easement; THENCE South 00 degrees 13 minutes 47 seconds East, a distance of 120.00 feet to a point for comer in the south line of said Lot 9, said point being in the north line of a 25 .0' alley; THENCE South 88 degrees 56 minutes 13 seconds West, with the south line of said Lot 9 and with the north line of said 25.0' alley, a distance of 25.00 feet to a point for comer; THENCE North 00 degrees 13 minutes 47 seconds West, a distance of 120.00 feet to a point for comer in the north line of said Lot 9 , said point being in the south right-of-way line of said East Harvey Avenue; THENCE North 88 degrees 56 minutes 13 seconds East, a distance of 25.00 feet to the POINT OF BEGINNING, and containing 3,000 square feet or 0.069 acres of land, more or less. Page 1 of 2 E. Davis Storm Drain System, Burchill Channel Improvements Parcel# 3TE DOE# 5417 934 E. Harvey Avenue Lot 9, Block 30 Southland Subdivision Note: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing WDS VRS system. All bearings and distances are surface. Date: January 23, 2009 /--~ ~fa' Curtis Smith - Registered Professional Land Surveyor No. 5494 Page 2 of 2 40 20 0 I i I SCALE IN FEET 40 I EXHIBIT "B" E. HARVEY A VE. . FlND 1/2"1R • S 8B'56'13"W 0.56' I N BB'56'13"E 25.00' (60.0' RIGHT-OF-WAY) IRANTB~S 4151 S 8B'56'13"W 110.00'_ -~ _ ~ 50.0o' 50.00' FlND 1/2"1R . 0. C. "GRANT ENG . 4151" BEARS LOT 7 LOT B _J NOTE: ALL BEARINGS ARE BASED ON "THE TEXAS COORDINATE SYSTEM, NAD-83, NORTH CENTRAL ZONE, UTILIZING WDS VRS SYSTEM . ALL BEARINGS AND DISTANCES AAE SURFACE. 25.0' TEMPORARY CONSTRUCTION EASEMENT 3,000 SQ . FT . OR 0.069 AC. LOT 11 LOT 10 25.0' ALLEY N BB'56'13"E 49.41' LOT 12 L I I L City or Fort Worth 100D "THROCKMORTON STREET FORT WORTH, TEXAS 76102 E)(HIBIT SHOWING A 25.0' TEMPORARY CONSTRUCTION EASEMENT OUT OF LOT 9, BLOCK 30 SOUTHLAND SUBDIVISION AN ADDmON TO THE CITY OF FORT WORTH , TARRANT COUNTY, TEXAS VOLUME 310, PAGE 11 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: E. DAVIS STORM DRAIN SYSTEM, BURCHILL CHANNEL SCALE: 1 = 40 IMPROVEMENTS PARCEL No.: 3TE GORRONDONA & ASSOCIATES, INC . 67D7 BRENTWOOD STAIR RDAD, SUITE 50 FORT WORTH, TX. 76112 817-496-1424 FAX 617-496-1768 x - ooaoo � ���T MIKE MONCRIEF i�dAYOR I�I�l��Ci7 DALE A. FISS�LER, P. E. CITY 1�i�NAGER WILLIAIv� A. VERKEST, P. E. DIRECTO�, TftANSPORTATIflAt AI�1D PUBLIC WO�KS DEPAFiTi�f�NT CITY F�fl.��T l�Q. 5417 00477 ��.� c.��� o.� .��.�� �o��� , �.�.�.�,� .�'�� �,� .fo.� �.� e C"�� ,� t.� u� t� Q.� o.f �.��VEY �z o� � � y ' � � 'i � � �f�� �� �'' �f ; �� '� , ,lil'�fII � .'i���;;'y,l �� '� i �!i:'; r'� ,�;, :,,, AT ' :iU ' CAIy�rA 1,'r�l� �iis''' �: � N \ ��'�R� �►�AI1� I�i�'�Q����I'�T� Z Y�� HATTIE 7 ! a ��k � I `� ; Q F.pr � � CANNON � � � � LEUDA � � � � Q � TERRELL AVE. F1 � � HUMBOLDT Glen�xdod AVE C z `� pqSHW00D �'�rk , PULASK� � � �. � AVE D YER�ENA � �` �" AYE E AVE E R A EANDER �_T�' l Y � U � \ � b y�' Sycomore w o X Golf ' p vi Course � 3 ,,`^� II 1 � I�` Sycomore / Pork % / � �� � � � w .� ` � �� � x � ` ��� I� tA Ol IRMA W � EASi MAGNOLIA `F�^ �? ��A ' � �o � � � ; � � �P#i'Y a �1 �i ! �w � � H�e � - �rIH1YRT1�� KELLY �� �b1YRTl€� � �, iA�YRTLE � � �; �++��ox ALLEN �1.6M � Z� � � ELAkW1l�' ELMWOOD o � o -. � JEFFER�O�i r _ �Y F- �' ( Q } R���� � � J � RICHMOND � ;� W �ALTNAORE � � � � N � >yy/ x ARLINGTON � � � � J �VVV��� � OAVtS DAVIS H/RVEY 4 . HARVEY `� POWf�L � POWELL � JE35AWt� i JESSAMINE E RMd�Y � SITE E ►�,�eioa LOCATION E. MULK�Y � MULKEY a Ri1d�RT � RO��T McCUlFOY LOC"ATION MAP , s a � , .:i ' • Fii���E �tD MlCH01.�, lNC. 4fl�� f�ITERNATIt}#��t� PL�ZA, �Uli� 20� FT. IAIpRT�I, TX 76109 � 17-735-73i�0 �17-i��-7�9 (fex) � ��� G, ! Cobb 1 Pork �OUt�IL DiST��CT _� �i S� � � (' � �J',l G �t� a>F � f�! � �� �� SHEET LIST � IDESCRIPTIDN � COVER GENERAL NOTES � GENERAL NOTES 2 HORIZONTAI CONTROL AND PROJECT lAYOUT � DRAINAGE AREA MAP STORM DRAIN CALCULATIONS STORM DRAIN PLAN ANO PRO�ILE �+00 TO 4+50 � STORM DRAIN PIAN AND PROFILE 4+50 TO END I LATEI�AI PROfI�ES AND DETAIIS 1 EROSION CONTROL � '''���"'� .:� .. ,�. �NL.....r............A:: . r.+oa@µ uooFxutmr a :.� 1Q0499••• �� •• ���Nsg4: � ,,p,�� o� Frease ond Nichols, Inc. Texos Regrstered Engineennq Frm F-2744 </,�n +lli A .$. YRkdi9FORTATI0i1 A� PU8L1C 1PORiQ BSPhR'19�NT A1E '19 1HC1iA61. OF�t7'P.B, PItOdB� 68R ISHT. SNEET I -- I CV-1 � 2 � GN-1 �3 I Gtd-2 4 � HC—t � S � D!A-1 � s � sc—� � � s��—� 8 I SD-2 I s I �P—� I I 10 � PC-1 � 6 - l7-l0 DA1T x-Q�o ' .. •��r•1. .. 1. PRIOR TO ANY CONSTRUCTION THE CONTRACTOR SHALL FAMILIARIZE HIA�SELF WITH THE CONTRACT DOCUME:NTS AND SPECIFICATIONS. THE PLANS INCLUDING ALL NOTES, AND ANY OTHER APPLICABLE STANDARDS AND SPECIFICATIONS REIEVANT TO THE PROPER COMPLETION OF THE WORK SPECIFIED. FAILURE ON THE PART OF THE CONTRACTOR TO FAMILIARIZE HIMSEIF WITH All STANDARDS OR SPECIFICATIONS PERTAINING TO THIS WORK SHALL IN NO WAY RELIEVE THE CONTRACTOR O� RESPONSI8ILITY FOR PERFORMING THE WORK IN ACCORDANCE WITH AlL SUCH APPLICABLE STANDARDS AND SPECIFICATIONS. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR THE MEANS, METHODS, TECHNIQUES, SEQUENCES, AND PROCEDURES OF CONSTRUCTION, AND ANY SAFETY Pt�ECAUTIONS AND PROGRAMS RELA7ING IN ANY WAY TO THE CONDITIONS OF THE PREMISES. , 2.CONTRACTOR SHALL HAVE , IN HIS POSSESSION, PRIOR TO THE CONSTRUCTION, AL� NECESSARY PERMITS, LICENSES, ETC. CONTRACTOR SHALL HAVE AT IEAST ONE SEf Of APPROVED, CONFORMED ENGINEERING PLANS AND SPECIFICATIONS ON-SITE AT ALL TIMES. PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITIES, THE CON,TRACTOR SHALL CAREFUI.�Y REVIEW AND BECOME FAMILIAR W�TH ALL SITE CERTIFICATES ASSOCIATED WITH TNE PROJECT. THE SITE CERTIFICA7ES CONTAIN SPECIAL CONDITION� THAT THE �ONTRACTOR WIIL BE REQUIRED TO FOLIOW. 3.THE PRESENCE OR ABSENCE OF A REPRESENTATIVE OF THE OWNER ON THE CONSTRUCTION SITE WILL NOT RELIEVE THE CONTRACTOR FROM HIS RESPONSIBILITY TO COMPIEf� ALL WORK IN ACCORDANCE WITH CIlY STANDARDS ANb GOOD CONSTRUCTION PRACTICES. 4.CONSTRUCTION OBSERVATION Wlll 8E FERFORME� BY REPRESENTATNES OF THE ENGINEER OR OWNER, GCOTECHNICAL TESTING LAB ENGWEER, AND REVIEWING AUTHORITIES AND AGENCIES. UNRESTRICTED ACCESS SHALL BE PROVIDED TO THEM AT ALL TIMES. CONTRACTOR IS RESPONSIBLE FOR UNDERSTANDING AND SCHEDULING REQUIRED INSPECTIONS. THE OWNER SHALL BE RESPONSIBLE FOR MATERIALS TESTING COSTS. S.CONTRACTOR SHALL BECOME FAMILIAR WITH THE TERMS AND CONDITIONS SEf FORTH IN TEMPORARY CONSTRUCTION EASEMENTS. INGRESS AND EGRESS IS ALLOWED ON PRIVATE PROPERIY IN ORDER TO ACCESS TEMPORARY CONSTRUCTION EASEMENTS. IN THE AREAS WHERE NO CONSTRUCTION EASEMENTS ARE AVAILABLE, THE CONTRACTOR SHAL� LIMIT ACTIVITIES TO WITHIN THE EXISTING UTILIT( EASEMENT. 6.WORK IN EASEMENTS SHALL 8E IN ACCORDANCE WITH THE REQUIREMENTS OF SPECIA� CONDITIONS, "EASEMENTS AND PERMITS" AND 'EXISTING STRUCTURES AND WORK WITHIN EASEMENTS'. ` 7.VERTICAL CONTROL FOR THESE PLANS IS BASED ON THE OFFICIAL CITY OF FORT WORTH SURVEY SYSTEM. THE BENCHMARKS USED FOR THIS CONTRACT ARC SHOWN ON THE PLANS.IT SHALL BE THE CONTRACTOR'S RESPONS181LIN TO VERIFY TEMPORARY BENCHMARK ELEVATIONS AND AL� EXISTING ANO PROPOSED UTILI7Y ELEVATIONS PRIOR 70 UNDERTAKING ANY WORK. B.TH� PROPOSEO STORM DRAIN AT TIMES WILL BE L41D CLOSE TO THE OTHER EXISTING UTIIITIES AND STRUCTURES BOTH A80VE AND BELOW GROUND. THE CONTRACTOR SHALI MAKE NECESSARY PROVISIONS FOR THE SUPPORT AND PROTECTION Of ALL UTILIN POLES, FENCES, TREES, SHRUBS, GAS MAINS, TEIEPHONE CABLES, TEE CABLES, DRAINAGE PIPES, UTILITY SERVICES ANO ALL OTHER UTILITIES AND STRUCTURES 80TH ABOVE AND BELOW THE GROUND DURING CONSTRUCTION. IT IS THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY ALL UTILIN OWNERS PRIOR TO ANY CONSTRUCTION IN THE AREA AND VERIfY. THE ACTUAL LOCATION OF ALl BURIED UTILITIES THAT MAY OR MAY NOT BE SHOWN ON THE PLANS. THE CONTRACTOR SHALI PRESERVE AND PROTEGT ALL UNDERGROUND AND OVERHEAD FACIIITIES AND BE RESPONSIBLE FOR ANY DAMAGE HE MNY CAUSE TO THEM. THE CONTRACTOR SHALL CONTACT THE FOL�OWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION: FORT WORTH WATER DEPARTMENT 817-871-8275 FORT WORTH TRANSPORTATION & PUBLIC WORKS 817-392-810D ONCOR ELECTRIC 800-344-8377 ATMOS ENERGY 888-286-6700 ATdcT 800--395-0440 CHARTER COMMUNICATIONS 500-344-8377 �'ORT WORTH LIGHT A�1D SIGNAL DIVISION 817-392-8100 TEXAS EXCAVATION SAFEiY SYSTEM 800-DIG-TESS PARKS AND COMMUNI7Y SERVICES DEPT. 817-392-7275 9.WHEN IT IS REQUIRED THAT A CONTi2ACTOR WORK IN A PRIVATE PROPERiY, THE CONTRACTOR SHAIL DISTRIBUTE LETTERS TO ALL PROPERN OWNERS PRIOR TO EEGINNING WORK ON EAGH PROPERTY. THE LETTER SHALL INCLUDE NAMES AND PHONE NUMBERS OF CONTRACTOR CONTACTS, A DESCRIPTION OF THE WORK TO BE DONE. AND THE TIME FRAME FOR DOING THE WORK. COPIES OF THE LETTER SHALL BE FORWARDED TO THE CITY INSPECTOR. THE CONTRACTOR SHALL NOTIFY RESIDENTS 48 HOURS BEFORE PERFORMING ANY WORK ON THE PRIVATE PRtlPERN. DISTRIBUTION OF LETTERS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT AND NO ADDITIONAL COMPENSATION WILL BE ALIOWED. tO.CON'fRACTOR SHAL� SUBMIT WRITTEN REQUEST TO THE OWNER'S REPRESENTATIVE FOR APPROVAL OF AlL AREAS TO BE USED FOR STAGING, MOBILIZATION, EQUIPMENT AND MATERIAL STORAGE AND GENERAL PROJECT CONSTRUCTION EQUIPMENT. REQUEST SHALI BE SUBMITfED TO THE ENGINEER WITHIN FIVE (5) OAYS OF THE NOTICE TO PROCEED. 1 t. EXISTING UTILIlY DATA IS PROVIDEO FOR IIJFORMATION ONLY. ALTHOUGH THIS DATA IS SHOWN AS ACCURATEIY AS POSSIBLE, THE CONTRACTOR IS CAUTIONED THAT THE CITY AND THE ENGINEER NEITHER ASSUMES NOR IMPLIES ANY RESPONSIBILITY FOR THE ACCURACY OF THIS DATA. THE CONTRACTOR SHALL VERIFY THE LOCATION ELEVATION OF EXISTING UTILITIES PRI01� TO CON5TRUCTION. EXISTING UTILIN CROSSING SHOWN ON THE INCLUDED PROFIIES ARE FROM RECORD DRAWINGS AND FROM INFORMATION OBTAINED FORM UTILITY COMPANIES. IT SHALL BE THE CONTRACTOR'S RESPONSIBILIN TO FIELD-VERIFY THE HORIZONTAL AND VERTICAL IOCATIONS OF THESE UTIIITIES. 12.THE LOGATION OF ALL SANITARY SEWER,.WATER, STORM_ SEWER, TELEPHONE, GAS, ELECTRIC, CABLE TELEVISION UTILITIES, DRIVEWAYS, RETAINING WALLS, STRUCTURES, EfC., WHICli MAY BE SHOWN ON THESE PLANS ARE APPROXIMATES. THE CONTRACTOR SHALI VERIFY THE EXACT SIZE, IOCATION, EIEVATION; AND CONFIGURATION OF AlL UTILITIES AND STRUCTURES PRIOR TO CCNSTRUCTION. THE CONTRACTOR SHALL BE -RESPONSIB�E FOR, RECONNECTING 'ALL ACTIVE SERVICE$ THAT ARE NOT SHOWN. CONTRACTOR SHALL COORDINATE WITH APPROPRIATE UTILITY COMPANIES AND PROPERTY OWNERS, TO MARK AND LOCAT� ALL UNDERGROUND FACIUTIES PRIOR TO CONSTRUCTION. SUCH VERIFICATION CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT AND NO ADDITIONAL COMPENSATION WI�L 8E AII.OWED. 13. THE CONTRACTOR SHALL MAKE. NECESSARY.'PROVISION FO(2 THE SUPPORT AND PROTECTION OF AL� UTIL�TY POLES, GAS MAINS, TELEPHONE CABLES, SANI€ARY SEWER IINES, ELECTRIC CABLES, DRAINqGE PIPES, UTILIN SERVICES, AND ALL OTHER UTILITIES, AND THE STRUCTURES BOTH ABOVE AND BELOW �ROUND DURING. CONSTRUCTION. THE �ONTRACTOR IS LIABLE FOR AL� DAMAGES DONE TO SUCH EXISTING FACILITIES AS A RESULT OF THE CONTRACTOR'S OPERATIONS. 14. CONTRACTOR SHALL HAVE UTILITY COMPANIES LOCATE ANQ MARK ALL UNDERGROUND FACIlIT1ES BEFORE BEGINNING EXCAVATION. 15.CONTRACTOR IS RESPONSIBLE FOR ALL TRENCH SAFETY. THE CONTRACTOR SHALL CONSTRUCT THE PROPOSED WORK UTILIZING A TRENCH SAFEfY PIAN, PREPARED BY A PROFESSIONAL ENGINEER LiCENSED IN TEXAS FOR THIS PROJECT. A TRENCH SAFEIY PIAN SHALL 8E SUBMITTED AT THE PRE-CONSTRUCTION MEEfING. 76.TRENCHES WHICH LAY OUTSIDE EXISTING OR FUTURE PAV�MENTS SHA�L BE BACK FIILED A�OVE THE TOP OF THE EMBEDMENT WITH 7YPE 'C' BACK FILL MATERIALS. WHEN TYPE 'C BACK FIIL MATERIAL, IS NOT SUITABLE AND AT THE DIRECTION OF THE ENGINEER NPE 'B' MATERIAL SHALL BE USED. ALL BACK FIIL MATERIAL SHALI NE COMRACTED TO A MINIMUM OF 90% Of THE MAXIMUM DRY DENSIN BY MEANS,OF TAlAPING ONLY. TRENCHES THAT CROSS UNDER; EXISTING O�fi FUTURE PAVEMENT SHALL BE BACK FIILED AND COMPACTED TO A MINIMUM OF 95� OF THE MAXIMUM DRY OENSITY WITH MbISTURE CONT�NT -2 AND +4% OF OPTIMUI� MQISTURE CONTENT. 17. DUE TO EXISTING STRUCTURES, WHERE NbTEO, CONTRACTQR IS REQUIRED TO USE AN ACTIV� SHORING METHOD DUR�NG TRENCH OPERATIONS. CONTRACTOR SHALL SUBMIT AC71V� SHORING DESIGN COMPLETED 8Y A LICENSED PROFESSIONAI ENGINEER AT CONTRACTOR'S EXPENSE. 18.AL1 GRASS AREAS DAMAGED BY_CONSTRIICTION SHALL R�CEIVE 4' OF TOPSOIL AND SOLID �ODDING. CONTRACTOR SHALI REMOVE AND REPIACE EXISTING TOPSOIL WHENEVER POSSIBLE. TOPSOIL IS DEFINED AS FRIABIE SURFACE &OILS COMMONLY OCCURRWG IN THE VICINITY OF THE PROJECT. REMOVE SOD, 'ROOTS; WEEDS, STICKS STONE, COVER TWO INCHES IN DIAMETER, AND OTHER FOREIGN MATERIA� FROM THE TOPSOII. THE CONTRACTOR SHACI REMOVE TOPSOII FROM AREAS WHICH WILL BE DISTURBED DUE TO CONSTRUCTION OPERATIONS AND STOCKPILE IN EACH TEMPORARY CONSTRUCTING AREA OR A DESIGNATED AREA FOR REUSE AND BACKFILL TRENCHES ACCORDING TO SPECIFICATIONS. ,_ ., ., .. . 79.THE CONTRACTOR SHAIL PRESERVE AND PROTECT OR REMOVE AND REPLACE (WITH PRIOR APPROVAI OF AFFECTEO PROPERTf OWNER ANO/OR CITY PARKS AND COMMUNITY SERVICES) ANY TREES, SHRUBS, HEDGES, LANOSCAPING, ETC., IN OR NEAR PROPOSED CONSTRUCTION AREA. THIS WORK SHAII. BE CONSIDERED INCIDENTAL AND NOT A SEPARATE PAY ITEM. 20.THE CONTRACTOR SHA�L REMOVE ALL FENCES INTERFERING WITH CO�STRUCTION OPER.4TION WITHIN ROW AND/OR EASEMENTS. REMOVED FENCES SHALI BE REPLACED WITH NEW FENCE OR UNDAMAGED ORIGINAI FENCING WITH PRIOR Af�PROVAL OF PROPERTY OWNER. REMOVAL AND REPLACEMENT OF EXISTING AND TEMPORARY FENCES SHALL BE CONSIDERED SUBSIDIARY TO THE PROJECT COST AND REFLECTED IN THE UNIT BID PF2ICES FOR VARIOUS ITEMS LISTED IN THE PROPOSAL. 21.N0 SEPARATE PAY ITEM WILL BE MADE FOR THE REMOVAL AND DISPOSAL OF EXISTING PUBLIC FACILITIES {PIPES, VALVES, EfC.) WITHIN A PROPGSED UTIIIT( TRENCH UNLESS OTHERWISE INDICATED WITHIN THE PROJECT SPECIFICATIONS ITEMS TO BE REMOVED OR ABANDONED OUTSIDE OF A PROPOSED UTILITY TRENCH SHALL BE PAID FOR PER A SEPARATE PAY ITEM. 22.CONTRACTOR'S PERSONNEL SHAIL WEAR IDENTIFYING CLOTHING OR HATS AT ALL TIMES. THE CONTRACTOR SHALI ALSO HAVE IDENTIFICATION ON ALL VEHICLES. 23.CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING GENERAL SAFETY AT AND ADJACENT TO THE PROJECT AREA, INCLUDING THE PERSONAL SAFET`( OF THE CONSTRUCTION CREW AND GENERAL PUBUC AND THE SAFElY OF PUBLIC AND PRIVATE PROPERTY. CONTRACTOR SHALL PROVIDE TEMPORARY SANITARY SEWER FACILITIES TO AFFECTED PROPERiY OWNERS, IF NECESSARY. NOT A SEPARATE PAY ITEM. 24.ONC� THE PIPE HAS BEEN INSTALLED OR REHABILITATED, THE CONTRACTOR SHALL IMMEDIATELY COMMENCE SURFACE RESTORATION. SURFACE RESTORATION MUST BE COMPLEfED TO THE OWNER'S SATISFACTION WITHIN TEN (10) WORKING DAYS. FAIIURE TO MAINTAIN SITE RESTORATION, AS NOTED ABOVE, MAY RESU�T IN DEFERMENT OF FURTHER PIPE INSTAllAT10N ACTIVITIES. 25.CONTRACTOR SHA�L PROTECT CONCREfE CURB AND GUTiER, DRIVEWAYS, AND SIDEWALKS THAT .4RE NOT DESIGNATED FOR REMOVA�. REMOVA� AND REPLACEMENT OF THESE ITEMS SHALL BE AS DESIGNATED. AT LOCATIONS WHERE THE CURB AND GUTTER ARE TO 8E REPIACED, THE CONTRACTOR SHALL ASSUME A�� RESPONSIBILITY FOR THE RE-ESTABLISHMENT OF EXISTING STRE"_-T AND GU17ER GRADES. ESTABLISHMENT OF GRADES SHALI 8E PERFORMED PRIOR TO CONSTRUCTION AND IS NOT A SEPARATE PAY ITEM, 8U7 SHAII BE CONSIDERED INCIDENTAL TO THE PROJECT PRICE. 26.THE CONTRACTOR TO SAWCUT THE EXISTING CURB & GUTTER, PAVEMENT, DRIVEWAYS, AND SIDEiNALKS AT AREAS WHERE PAVEMENT OR CONCRETE IS TO BE REMOVED. 27.ALL DRIVEWAYS, WHICH ARE OPEN CUT, SHAL� NAVE AT LEAST A TEMPORARY RIDING SURFACE AT THE ENO OF EACH OAY. THE TEMPORARY SURFACE WIIL BE CONSIDERED A NON-PAY ITEM. AL� LOCAL RESIDENTS WHO WILL BE DENIED ACCESS TO THEIR DRIVEWAYS SHALL BE NOTIFI�D BY THE CONTRACTOR TWO (2) WORKING OAYS PRIOR TO THE CIOSURE OF THEIR ACCESS. 28.IT WI�L BE THE RESPONSIBILIN OF THE CONTRACTOR TO PROTECT AlL PUBIIC UTILITIES IN THE CONSTRUCTION OF THIS PROJECT. ALL STORM SEWER INLETS, MANHOLES, CLEANOUTS, VALVE BOXES, METER BOXES, FIRE HYDRANTS, GAS MAINS, ELECTRIC AND TELEPHONE DUCT BANKS, ETC. MUST BE ADJUSTED TO PROPER LINE AND GRADE BY THE CONTRACTOR PRIOR TO AND AFfER PLACING PERMANENT PAVING. 29.A�L CMBEDMENT AND BACKFILL SHALL BE IN ACCORDANCE WITH THE CIT1' OF FORT WORTH STANDARDS. ALl PAVEMENT REPAIR SHA�L CONFORM TO THE CITY OF FORT WORTH STANDARDS. 30.IT IS RECOMMENDED THE CONTRACTOR VIDEO ALL POTENTIALLY IMPACTED PRIVATE PROPERTY P;REAS PRIOR TO WORK. VIDEOS SHOULD INCLUDE THE DATE, NOTATION AND AUDIO IDENTIFICATION OF PROPERTY ADDRESS' AN� THE IMPACTEO UTIIIN TYPE AND SIZE. ANY PRE-CONSTRUCTION VIDEO TAPING Of' IMPACTED PROPERTIES SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT. 31.THE AOJUSTMENT AND/OR RELOCATION OF SPRINKIER HEAD ENCOUNTERED SHALL BE PAID FOR UNDER MISCELLANEOUS UTILITY ADJUSTMENT PAY ITEM IN THE PROPOSAL FOR SECTION OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS. 32.THE CONTRACTOR IS RESPONSIBLE FOR KEEPING STREETS AND SIDEWAIKS ADJACENT TO THE PROJECT FREE OF MUD AND DEBRIS FROM THE CONSTRUCTION (NO SEPARATE PAY). 33.THE CONTRACTOR SHA�I NOT UNLOAD OR STORE MATERIALS, PERMIT WORKERS TO PARK, NOR I'ARK EQUIPMENT WITHIN THE STREEf OR STREEf ROW WHERE THE STREET IS OPEN TO PUBLIC TRAVEI. 34.THE CONTRACTOR SHALL CLEAN UP AND RESTORE THE AREA OF OPERATION TO A CONDITION AS GOOD AS OR BEfTER THAN THAT WHICH EXISTED PRIOR TO THE PROJECT (NO SEPARATE PAY). 35.COSTS ASSOCIATED WITH THE PROPOSED CONNECTIONS TO EXISTING FACILITIES SHALL BE INCLUDED IN EACH RESPECTIVE BID ITEM. NO SEPARATE PAY, EXCEPT AS SPECIFICALLY INOICATED WITHIN THESE PLANS OR THE CONTRAGT DOCUMENTS. 36.CONSTRUCTION ACTIVITIES SHALL BE LIMITED TO THE HOURS OF 7:00 AM TO 6:00 PM UNLESS OTHERWISE APPROVED OR OIRECTED BY THE ENGINEER. IN CASE OF ARTERIAL STREETS, 9:OOAM TO 4:00 PM ONLY. 37.USE 50D WHERE LOTS ARE OCCUPIED. USE HYDROMULCH WHERE LOTS ARE VACANT. �E OF �TFI� � 5;�,••.. „�.�5�� .* , � ,���� j.'F.A.���. A«% / B�AN C. JANN / � ��o:, 86952 Y�� � T . <i o,r l� FS. �CENSF;. �����:::.`.��' b•11, oi� Freese and Nichols, Inc. Texae Registerod Engineenn9 iirtn F-2744 CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING EAST HARVEY STORM DRAIN IMPROVEMENTS GENERAI. NOTES � 4055 WTERNATIONN. PLAZA SUTE 200 FORT WOf2TH, TEXAS 78M9-4895 (817>-735-7JD0 DESIGNED� SUBMITTED� REVIEWEO? . _ RECOMMENDED� I scKe l Fi�E� � SHEET DESIGNED YE4 _ DRAWN BKe GN-1 I oArE I 514-MAR-5�1sY07ES.dwg 2 or 10 CHECKED BCJ ,K� 2010 . i , •. •. •. � 38. CONTRACTOR IS RESPONSIB6E FOR MAINTAINING WATER AND SEWER CONNECTIONS TO ALL HOMES AND BUSINESSES IN WORKING ORDER AT ALL TIMES, EXCEP.T FOR �RIEF PRE=NOTIFIED INTERRUPTIONS IN WATER SERVIC6S. IN NO CASE SHALL SERVICES BE ALLOWED TO REMAIN UNINSTALIED OVERNIGHT. 39. THE CONTf2ACTOR IS R�SPONSf�L�' FOR MAINTAINING THE EXISTING STORM DRAIN 5YSTEM UNTIL THE PROPOSED SYSTEM IS IN S�ftVICE. W NO CASE SHOULb TNE CONT12qC7�R LEAVE THE EXI�TWG STORM SEWER OUT OF SERViCE WHEREBY RUNOFF WOULD CAUSE DAMAGE TO ADJACENT HOMEOWNEI2S. 40. THE CON7RACTOR SHALL. R�I�OV� FROM THE PROJECT AREA ALL SURPLUS MATERIAL. THIS SHALL BE INCIDENTAL AND NOT A SEF'ARATE PAY ITEM. SURPLUS IuMATERIA45 ;FRbM_. EXCAVATIDN INCLUDING 'DIi2T, CONCREI'E, TRASH, ETC. SHALI BE PROPERLY DISPOSED OF AT A SITE APPROVED BY THE,CITY INS_PEG'fOR. NO EXCESS EXCAVATED MATERIAC SHALL BE,DEP051TED IN LOW AREAS OR ALONG NATURA� ORAINAGE WAY. N0, Ei�UIPMENT 0'R' MA1'�f�IAC, SHALL ,BE DEPOSITED ON PRIVATE PiiOPERTY WITHOUT WRITTEN PERMISSION FROM THE PROPERTY OWNERS. IF THE CONTRACTOR PLACES EXCESS MATERIAL _(N THE AREA WITHOUT WRITTEN PERMISSION, HE WILL BE RESPONSIBLE FOR ALL DAMAGES RESULTING FRdM SUCH FILL AtJ� HE SHALI REMOVE THE MATERIAL AT HIS OWN COST. IF THE OWNER'S REPRESENTATIVE SO DIRECTS. 41. NO EQUIPMENT, OR MATERIAL SIiALL BE DEPOSITED ON PRIVATE PROPERTY WITHOUT WRITfEN PERMISSION FROM THE PROPERTY OWNERS. IF TH� CONTRACTOR PtACES EXCESS' `MATERIAL IN THE AREA WI7HOUT WRITTEN PERMI5SItlN, HE WIIL BE RESPONSIBLE FOR ALL DAMAGES RESULTiNG FROM SUCH FILL AND''HE SHALL REMOVE THE-MATERIALS AT HIS OWN COST, IF THE ENGINEER SO DIRECTS. 42. TWO-WAY TRAFF�C MUST , BE MAfNTAINED AT ALL TIMES. ONE LANE OF TRAFFIC AROUND CONSTRUCTION OPERATIONS IN PROGRESS WITH ADEQUATE SAFEGUARDS WILL BE•ACCEPTAB�E, UNLESS OTHERWISE DIRECTEO BY THE ENGINEER. 43. THE CONTRACTOR SHALL.FURNISH A TRAFFIC CONTROL PLAN FOR ALL WORKING ARF1+S TO THE CITY TRAFFIC ENGINEER FOR APPROVAL PRIOR TO THE PRE-CONSTRUCTION ,MEETING. TWO-WAY TRAfFIC MUST 8E MAINTAINED AT ALl TIMES. ONE LANE OF TRAVEL AROUND CONSTRUCTION OPERATIONS IN PROGRESS'WITH_ADEQUATE SAFEGUARDS'Will BE ACCEPTABL� ON'MfNOR STREEfS ONLY. ALL BARRICADES, WARNING SIGNS, LIGHT' DEVICES, ETC.,. FOR T11E ;GUIDANCE AND 'PROTECTION OF TRAFfiC AND PEDESTRIANS MUST CONFORM TO THE TEXAS MANUAL OF UNIF(SRM 7RAfFIC CONTf�OL DEVICES AS CURRENT�Y AMENDED, TEXAS STATE DEPAR7FA�NT'OF HIGHWAYS AND PUBUC TRANSPORTATION. THE COST FOR' TRAFFIC CONTROL SHALI BE SUBSIDIARY TO TH� UNIT PRICES FOR THIS PROJECT. 44. ALL SIGNS PLACED OR ADJUSTED BY CONTRACTOR SHAL� BE RELOCATED IN THEIR ORIGINAL LOCATION. 45. CONTRACTOR IS RESPONSI,BLE FOR MAINTAINING WATER AND SEWER CONNECTIONS TO ALl HOMES AND BUSINESSES IN WORKING ORDER AT ALL TIMES, EXCEPT FOR BRIEF PRE=NOTIFIED INTERRUPTIONS IN WATER SERVICES. IN NO CAS� SHALL SERVICES 8E ALLOWED TO REMAIN UNREINSTATED OVERNIGHT, 46. .CONTRACTOR SHALL VERIFY THE E�EVATION, CONFIGURATION AND LOCATION OF EXISTING LINES PRIOR TO CONSTRUCTION. SUCH VERIFICATION SHAL� BE CONSIDER�D' SUBSIDIARY TO THE COST OF THE PROJECT AND NO ADDITIONAL COMPENSATION WILL BE ALLOWED. 47. THE CONTRACTOR .SHALL _CbNSTROCT ALL DRAINAGE STREAMS FROM THE DOWNSTREAM END TO ALIOW CONTINUEO STORM DRAIN SERVICE. IF THE CONTRACTOR CHObSES T0 CONSTRUCT THE SYSTEM O7HERWISE, HE SHALL PRESENT PROPOSED CONSTRUCTION STAGING AT THE PRE-CONSTRUCTION' M�ETING: PRD�!bN GONTROt GENERei NOTES 1. EROSION CONTROL MEA$URES MAY ONLY BE PLACEO IN FRONT OF INLEfS, OR IN"CHANNELS, ORAINAGEWAYS OR 80RROW DITCHES AT RISK - OF CONTRAGTOR.. CONTRACTOR. SHAIL REkAAIN tIABLE POR' ANY DkAINAGE CAUSED BY THE MEASURES, INCLUDING FLOODING DAMAGE, WHICH MAY OCCUR 'DUE TO BLOCK�D_:DRAINAGE:_ AT THE CONCLUSION OP ANY PROJECT, AlL CHANNEIS, DRAINAGEWAYS AND 80RROW DITCHES IN THE WORK ZONE SHALL �E DREDGED OF ANY SEDIMENT GENERATED BY THE PROJECT OR DEPOSITED AS A RESULT OF EROSION CONTROI MEASURES. SANITARY SEWER WATER STORM DRAIN EASEMENTS ' FIRE HYDRANT WATER METER WATER VALVE CURB INIET CURB LINES POWER POLE POWER POLE W/ STREET IIGHT SEWER MANHOIE SIGN POST TRAFFIC SIGN ELEC. JUNCTION BOX ELEC. GUY WIRE GAS BOUNDARY POINT CONTOUR ELEV. TOP OF CURB ELEV. PAVEMENT OR GROUND ELEV SILT FENCE INLET PROTECTION FIOW ARROW ASPHUALT REMOVAL PLUG GRATE INLEf CLEANOUT DRAINAGE AREA BOUNDARY LEGEND EXISTING PROPOSED - ss — - w — -ia s�— SD_A � �WM w�,�„� � � � � � � �EJCi — G 0 �sez�_ tl� t/� � � % o.00 00.00 SF-- IP � � C � 1 :�E oF `Tey ;��,....... ,,,�!�, T�i .•• �+`2� � *I�I ji:A ..................11:i� � � BRYMI C. .UNN / %�, 86952 j �i ,,��h'�`�"E��� �.11. oio Freeee ontl Nichola, inc. Texas Regiatered Engineering Frm F-21N CITY Of FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING EAST HARVEY STORM DRAIN IMPROVEMENTS GENERAL NOTES 2 � € � ? } i ` 4055 MERNATIONH. PLAZ/� SUTE 20D FORT M'ORTH, TEXAS 78109-4 8 9 5 (8171-735-7300 DESIGNEO� SUBMITTED� REVIEWED� RECOMMENDED� . oes�ce+eo uEu � 'Q"'-E F�I.E� � SHEET DRAWN BK8 GN—Z owre so-22o y or 70 CHECKED BCJ �U� y010 � i --_,,,�- z .� 0 10' 20' 30' 60' SCALE IN FEET F ; � � rn �� i� �o 'U i �� 'x v, � J O a i � ai= � ' � �' U � Z 's v o �� % .z � v N �y �i M i M � � O N ..�� := cll � v n o u Q O T N ` i CONNECT TO EXIST. SD d hj BEGIN SD lWE A ti� �j � STA 0+00 � � � � N=6,947,242J4 �,� �� E=2,332,358.65 F � E 1 �� � ��.0 � �' � � I, �� ,� � � 1�� � `� � : � I� -5 I�L � � �,'i p 'i l l t � � $ " STA C 6,947 � PI STA 1+92.82 � N=6,947,075.26 ,_ E=2,332,353.65 � �, �or n � � i[RC:.A YIi,TlEkf � ) ;i� a[ut aun �a � �e'fv�'Yl'inC, TF 76U:1 -5,-15 4.00l: f f+G 0?D'v9517:j %'60 JRiC�' 'i 1_ � i �' J � I I, � i I I� P� STA 2+22.02 PI STA 3+57.99 � H"�E CONNECTION N=6,947,054.63 iIN=6,946,918.65 STA 3+69.53 � � "IE=2,332,374.28I % E=2,332,374.28 N=6,946,910.49 ' ;; o �cy'zu / E=2,332,366.12 � I � � : � 1 �.wi � �.u�'ws . ((( / 929 tbJ2��E AVE� � ��1 % FT WURI Te 7610i/c5ht \ I ; ���,�� __��;3,z, , � � � � �� �R7Ci. - I ., I .� I�r � � � �-� .' I �� i � 3`s-� . ��+.- -��- � � � � �1 �I I� i.. d�y I.VJJUL� i.fAl l4S • _ . J ��� � ', I tr -r �?'�� 25' � � .�52e E HnvvE1 v � � � � � ^�� WORTH Te lGtoq�o5t1 / �n�, d��,� jeJb�N: 'nt � � �' __ / C7.v ;'' '��a23;?3 � I � L' �' I Ft n,{.-n+. . �ua-a�,= �D "e 7,. 16' L ��{-�L . `F�ly. FG 36i e � ��. . . _ . . � . � , _ i : � - - T. � �uPowvn 2s' � .[� - I CONSRiVC710N EASEMEHf � I �P.' m � - _ _ y�F_ _ .� - _X-,_ \ �.T, -�, . . , ,� _ � - �� • e �PERA4WEHf IS' � •' `i I/ / PERAIANEM 15' I� � �� DRAINACE EASOAENT � � � ORAINACE FilSE4ENf LOT 9 ' 25' �1 I � � LOT 42 E.(iE ULGRATE 932 E Uh415 T. �' � ��l1J:UEL I,�Ai:�AS �$' FT WORTH, (%.76��6UA � ,' - I� $J29 E MAkVEY P E � • ��oa- s �_�-< �r;t'/ORTH, T?' 76J04-6567 �B:Kf1�. ��J, �CC_F 1i0 J2Ua'302�77 � . �- � . i or7�T i �01 a � ����� � � / � /�� � ' � j/� � HERITAGE CO RUCTIGN / / /�QT 23 ��-L Q d` � AlJ� DE1 MENT COR7 � ��' yyy / � Y P OX 123651 / ,%I I � wANUEL ET�i?: fAakGARITA 1 ACIAS I }y� FT w TH. TX. 76121-3 hl / i 9L _ Hnn:EY AVE g�> �"' m C F. N0. D207451c36 I FT Y� RTH. i�, 76704 E561 -� � "� c D.R.TC.T.� / I PI STA 1+68.70 ��GRTCTc 2 2 I €� � % --IPI STA 1+61.15 (E=2,332,329.52I C NNECT LAT �2 ��. w N=6,947,080.60 ____ � _ TO 10' CURB WLEf ��-2 � E=2,332,324.18 � --- � - STA 3+74.28 / _- �'� � i N=6,946,919.60 /` �,�T � E=2.332,349.29 ' �\-I�-�� iO�ilA HnftR15 ES7�TE Ei�: � OEFEh EiIIF�olI:(sJ�pA CkI�.lES 9234 NULEN ?L 92E1 CiJ:nk'( DR �Z WOR7H, i% 76107 .'i1[ I vi,L U000, PG. GG�:� SAGiM4vl. P' 7��}1-8817 or..r.ar c.cF i�o czo;�ssasa I parci I I - --- - -- --- - � � - � i I I � I BENCHMARKS BM DESCRIPTION 1 RAILROAD SPIKE SET IN THE SOUTH FACE OF A LIGHT POLE, t 37' WEST FROM CENTERLINE OF DRIVEWAY TO #929 E. DAVIS ST. AND t 17' NORTH FROM CENTERIINE OF E. DAVIS ST. N=6,947,259.56 E=2,332,267.45 ELEY.=618.68 2. RAILROAD SPIKE SET IN THE SOUTH FACE OF A IIGHT POLE, t 7' EAST FROM CENTERLINE OF MOST WESTERNLY DRIVEWAY TO #929 HARVEY ST. AND t 15' NORTH FROM CENTERLINE OF HARVEY ST. N=6,946,927 .15 E=2,332,320.27 ELEV.=627.84 �-IPI STA 3+78.34� �-- N=6,946,904.26 E=2,332,359.89 WYE CbNNECTION STA 3+86.00 N=6,946896.60 E=2,332,359.92 CLP.RFnC. D JrtCK50N' - S�8 E 4(�.`:EY AVt fl WGRTH, T, �6109-656� 'NL 0:0 P� WLO UF �I / � IPERAUNENfI15' DRNN4GE EASEMENT� �. �%�� � j`-� j �� a+ui�� -Cor� � / �� ' G�. F� RTN - • • � . . � . . �- THROCKlAO iON ST / RTH, TX. 7' 02-6312 !. i,�a2. F� �ia 3: U.R T.C.I� / a: • CONNECT LAT 81 /� �� ITO 10' CURB INLET \ � 4� �STA 3+92.38 - - -- IN=6,946,889.17 r �E=2,332.348.88 � `� � AE_ M1D R CUSH6W PO 60V �r00655 FI WGftTM, lA+. 76785-06 C G f tJ0 �010 418 67 2 7 D14'CT. ��i ' 7i 7 CUkTIS J nt1D R STEA�HFM COWNS 92i E HaRVEY AVc. FT. l�'GRiH, T.( 76t09-656D C C-( NU D2D6118087 URTC.i. � -- - - -----{ �oT 20 � CNAktiS t: WILLWAS Ei� 99 E POwELL AVE. I F7. W RTH, iX 76t04-6�23 V 0000, PG W00 DRTCL- " \ 1_pT 21 II \� FREDv1 �; C DNER I� 1827 NN,1L ! V LE7 DR. I � HOUSTON, i. 77 50-2014 � VOL- DOQ�.P OOOD „� L �R$ I J i �� � � -- � � s ti+lx/ - �� -� � f �-�-- - - v��fn AfT(1� - - � � � �-� . ..._v.a. � w� wasas.s _ . 93} E. POWELL AVE. ��� �i� �' Ff, wOR 7x. 76704-6523 w. 0000. Pc. o000 �, F�� N oRT.c.r. A� � � �_ �� € . . � . - . �� �/, � - PI STA 7+60.61 -� -='' F_�-=,,, �=��N=6,946,589.27I- ti � ' E=2,332,293.64 � I` TEMPORARY 25' F CONSTRUCTIQY FASEAIENT I lOi Z3 \ j � JAM S E EfUX JU�NF� x. SEE I '�` 929 E. POWELL AY'E � Fi. WORTH, T%. 7610416523 VOL 13780, PG. 2a D.R.T f: T_ L0T 24 `� alE ,� CHURCH OF THE UNNG ': " z3o, Evaus nve CONNECT STA 7+79.84 rr. woRn+, ��sioa-se TO 10� CURB WLET VOL. 8405. PG. 997 � DR.T.CT N=F)�94B�BO2.%9 - - E=2,332,280.11 � ( I I - ( I i STA 6+93.20 6,946,589.41 2,332,361.15 � �- WYE CONNECTION I STA 7+43.13 N=6,946,589.30 ` 7 E=2,332,311.22 CONNECT LAT A2 TO 10' CURB INLEf i N=6,946,574.62 � E=2,332,285.85 � �y � e � � ��1 �qPSE �F TF.j �I,I : y; ••' �'••:�r � �t; +� �.*.L ..................n:: i BRYAN C. �FNN / �� 86952 �� ���,,,,,,"AL � ;� a�,�,'� (o, 9'�•?D/D Freeee and Ni hola, Texos Regiatarod Engineming firm F-2744 Ci7Y Of FORT WORTti, TE%AS DEPARTMENT OF ENGINEERING EAST HARVEY STORM DRAIN IMPROVEMENTS HORIZONTAL CONTROL AND PROJECT IAYOl1T � 4055 INTERNATIONN. PIAZA. SUTE 200 FORT WORTH, TEXIlS 76709-4895 w,���W (B17)-735-7300 DESIGNED� SUBMITTED� REVIEWED� RECOMMENDED� sc.tie � FILE� SHEET DESIONED MEN ORAWN BKB 1 HC-� DATE I SD-220 4 OF 10 CMECKEp g(,�` ��E 20�� I / -� ��'� 9X I� % ��-�.,'� � r,................ '�" �V n ti '� �J .ZC. � '� �; t � � U � �i � c3 ii :�! :i '= Y �h uo �^ `� v a � 9 >; r '; - ti j> J � N V � a :: , i`.'r . . _ � .: . s�^� _' _..... ..... — __ .... _ . ... _ ._ . . . .. ... ... .... . y� ' _:....:. ,:.:.. � ,.. �pp�p�► _ ; - .7 �, ,:.-:_ .. ..: :.......> ....,-., . .:_.:..._..,�. :.: .. `;'_ .. .� .:. . � .:................�.. . � .:.., , � ,,:. . - . ......:.". . . ... �.....'-` .v.:.-�;�;�h_"'T ��-�....,.:a. . , .. ... . , . .......... �A�...._ . .. . .. ...:. : ...:::.::":. � ....,... . . . .. ..... .. .. . , ..... �- � �.. ..,... ... .�. . ..:..,. �� . .....::..:.�,,..�.....� ,.::::,�.:.; _ ... �.,�. . ....»...... -. - - .. . . . .. . . . ;r._:..w�«:3__.,-. ;=::rx:... :::_;':_ ...""'.`o. .�`c.:::'s'`. ::i .;:..,�_ < <�:� % -. 'i:w...+�b...sacX. ...:� :.:........ ..s.�.<�....u.^'.':::.::..:': :.;'�'.g3i�'", .. .. .. _, . ..,._ .....:.............:.........�r:;�"'�- - _ . .. . .,.. �.. . : :. . :,..,. .. . , . ....'. � .. . .. . .... ..,. - _ . .x,� .......:..... . _ 3:U9. .'::'::':"':::� �'; ::.. . . . :.: _ :..'::-..#... ..:.: .. ..�. � - � ::.:.. : .. y. ..:.. . �._..- : _ " " . ,...._..:..: . .r . ......:.::...' ":�...-..,.:...' '..tl.:....__..::.�...�. _ i / _."�''a:_<%.::::-.�' �`�S�:::. .... . . . . .bf�. - : ...t_�L:.:.... - . . . . .. .. . . _.' . . ..: . .f.::... . ..�-'.: :.: .: . . .. .. � ....:: _%._':: :?. .. : . -' ¢::: ,-... .::.: _:Et-dE-<>_,,.s=..\<. _ ` � �--'-:fi§;:::. � �"<''��:.:>`.:<U< � . ..��-� �-8$:so. :...i: ...._ . :,,;.'!: .�...-` ...:.... ... . .`r.'<a°a:::.. .:>rf�'. > . .,..,. . _._ , ' �#i �� _-. �. �K ___ ___fYw;. . 1 "`' 3 I. 3 : .: . - - � �` '# � ; f � > .; E� c �K(. - f ' . "x x 3 d�# i ' � � � , � �� � 3 -. � @�v i ; �" 9 �. . • � _ E _ - -.. �� _ . -- Y� � y -_ 2,t- � . }�. �£ . � '.� �' s i<. f. >,� , �-Y.-;;:_': <t- ��_._�,,._ <�; . �.<" : ., .: � . .. : ,..:.::- . . . � ' , <�.-• ,_..._ ,....<.. : . �;::. :: , .:; t':r . � . : �-_.� .:. ... . : : .. .. '' �.;:.,:;..,,. ��.. r::• . _ ,.. . , .._..,. . _. -..;�:.�.::-':::�:� '::; c.�. �� k`>"-`��'��' �� `� l�o :�._ - i:>;. %.#:i:;:= � . , . r . <... . : . .. ,.. . . .:.... >:, �Y� . .. ..= . . ,:_:: ;.: <.::. �. . . ..sf �� .-" ��.�:- ,. :. �. . t ...::». :_ ._._,.y.. _ . :'.�. .f>: ;`�:.:::::::=�:=..�`�_:..:-�> , ..- , - ,; �:.:- ..::r-: - ..� :.._, .�. � �.,. . : k:<.�: 3':.:i:..' . r<' ,s.=.:;; .:'7-. s:-� .:;r:s....:�:: ; : . : .. . . ...... :s.`i`:'°�:"'.. <. ,.�.",:.:: ..>< ^;:x . .,.<.. t,. . ':J�<' 'hv c,z,: . :': '.;< ...y..". . . .,.: . _ ..:..: "i � �a`.:. ...�::� �ii'••� ! : - ` irvv��y .....p�: .' .:..:..:. ....:':�.y���� i:`.. ' , . L.......i ..�.. -.._.:.. '...�:-. . .��' . .v'/.�.s . ..�v.r . nz'.":'S"t,G:,�::'_. � «-:...:.:.w ::' ' ". :. _ ',....-..'" _. . . - . .:.... ..,-. .. - '.+y..l�:_. :� 9:,. a ",....i,c. :':f".` ;.: < :;-:::.>. .. � ' .°e...9..u�.:r=� �, ,.:. <r� -.r;w%i �..r: . . .:. :°.'x°-... .. -- < - .s..aa;v:a.:,. � ?-_i;y,-,��:';'< ...;Y�<:="�`::"::�:..:._': . . . -..... :. ,.. �. =��:�::.: :^:':::: Rr..C>f<^ -,C.%:.g>.;...�..'>"'.' < 3:�' s'�::. ^� i�'i:�;i;S'-`-<y>£:>:x<.:::,x::t.:�i:zi;:':,::i,�wi,:�:a>:.'.,.,.,::,�i.�,:w , � : ts�'k�",-�...�.: z5.-. � ..i:i:.�.<n ,:.�.<„<ic?;:-:;:;�::�-�.:,���:,:��:<::..,n..:.is_.....:. . ; : �<.< . �' '."6x . ii h�.`y' - . �. >_.<.��..�.`�.R�>:':�('� yq:"��"._::h:'Cv.".5.<{5.�..,`�:1'7':.:: f:"'"'. � ti:::. :':ii:-:::: ::::FSG:.�.: �::Y4k�<:�c�,'.: . tRT�.f....�� .tt'�X� ::5�. .�'_ . .Y+C".'�`�"i�s`Y'u'I <:. �� A �-:.. .::� ...::. ... . . . . "- . :si:i . . ...:..:.:..:: . :. ..i.: .._ . .... � .. ..,_...... f . :Q�':._......: .. w. .. � :. �- .. ._.. . i :.. � �.:.Y ':.'..:5.'l�:�x:.>.::u.:.i': _:::..:::'".: " . . ..:: .... ..:.::.: ?.'.: -:'::'.i �: :. '-:: _ } .. :. i::z::�:�"...`::::_::'`.YC�:�'s__.," ....'.. - :<-. .-_.. � ' � � �b.£i'... .i ._'.. •- :. .'� "�' < . : .....-.�. .._. ' . .�.' c:. _ ��� . �_`y�_<i.:'::.Y::: �, 1.. ) �}. n:::�$ -"� . ..:i-3.g'i .P . { . . - - !:.��t2k . :.. ... � . ::::.�': :.:>.= ��.... . . . �-...� ... _ . ..:: .. � : ......_.t.-.. : .. . ��:5.� .. . . .. -....:._ . �a.� $ . • � ^ \- �i � }�f � �f��'}—;,...q � 4f ' � ' , r , � ,. %��':E ,.� ; t z �: �� x � � �� S �� ' -� � t i 1-_. �r-� �� -�� � ' f < � ' �`.Y � iw� _ -- n3 ^�'.�� s � -� � ¢ . ' . . _ :. _ �- 4 i t . i ' .....a�. . � _ � ; . � _ .- - 1 . S _ j � r � - - _' : ' - _ __� _ . - t�r t� ,.�� ��� speE writ aw'g�r� wza � ww� �1.� xrw �t k� ,�fi r � r,. * : �s�� `3 � ° [ >,'. sxa+s�o-� . �` . .>�'.<:'�-. - . .. - - - -..., d � . �ii's`�,w ���.: ..L,_ ' '.' . .. . ... ........__. ' ...._ ... -��..A�y ? <.. � � � ..:., � � � �- ..._ . . . ...__.. - -.. _ _... . .. .. . .. -- t!l k . , 4`F _ . _. ': ... .. _ . . _ � .v._R..........«m..::v..:..... ... .. . ...�.. .. . . .:.:..;... . � : .. � .�_� _ , -- _ ; .., . . .:.... - , �.. �¢� >' � .."-._.:�..._.�F:>i:3,&:Y�»�FT;x.•n:.�.., _ . �.>.:..:' -... .,�. .. ,_. `. `.� :: ��' �`��. "ja �' � 6,ss�,;�'°Cc= �� t �' .. ' � � L �;:.�5':� E:� �'�. `_� 0. : F F' ' . �.kd.. =�s'�,o�.. f' - ?'a3'' - . . . € s i+ �E E i 3 . (� `� �� � ' _ � -��� (�r �£ f }: � �� � --- s 3 � ; � �*-_ � ; �, f � sf�; 3 (;�. ,�y - ' � �$� 3'u#. 3�'J�S.>..,..2.'3 - - �� � - �" ' � ' , }:: ` �p K . , . . . - . .�::::.::>.u::. __" . . . . . . . . :' �t - .. �� .. . � � i _ _ - i , .' : . _ � . .: :';: ' . . ♦ . � . _ - , �{ .: . ._ .�� ,a .-. 5.:::':;::`::. <:`:':::_.'."":::":.... � . ...: .. ., ..;. .,__ _� - . . . . ... ... �-:�...`i . ,..: , _ _ "�`::J i:.j� : :::::..:i"� :: :':E:_�:.�:�;'. : : :=::' # � . _ .:.. _ .�., . . .-. .-:: ' ' : . � . .::' ; � '.:._ . : .. �f ' 9...... . � :. ............ . . _ �°.�::. ��.' � : . .. ; '._ � :::.:_._: . ._. : ...,... .eR_� .,:::::r:. :��: �: :. '. j. . .' '. z":^5 .'__'_ -. "� ' - � :.. � .< ... .. .:. - ..: ... i_ ... �;... _, ..... .��:<. :.`• �'.�E ..��� ( Q F � - �: a��.�.... � f �; V ; `�ra¢A..v'� ,->e�a.- f _ . --i �.� �` ' . € � �! s�- y ",� yr � . - � - ��� .._. - f � �L_ , {Q i ` k � ;%�Ti,3 � �__ '; - -. _.. -. ks6�., � 5 4 � � t<�:z�:... k � � ` . � : r.. . _, y [ zr �. .;s,�., . J s / . � .'F��s-�i�- -_���.,.`t`�' �{ y ��'7 �- . .` z.... �. ■ f FYE� ■ i . �. _ . . . : :Lr.#:{ # _'}...�:'�: � _ . .i 6- . . . . -.��:.n-�. "`.i #,� � ���? . �.,f � . . . � . . . �.,r-<. .. � ; °, h : .:" ; ;< .� .. ;.;:,-# c < �>: , s .:.;.:: ,....,. t; . ' ` . : .:. .- - s� :.:>:-."..:>c� - : .. .::.. . . .... �.:-..' � � ;......-.::.._., . � .... _ . .. .:...... ..:..��_�-. , .. ... . : ::.:.:... _.. :.-- , , ., � . �' li� 6M� �1R`_�=�. M� . . _ �-.�. �� #Np II� �.tl�[ : . . . . _ ... � { ... .,,. � -�. � . ::: -�.::::: ., . - . .. . . . ;.�:..:..._..:...: ....a. . a.��-.._ . .. .. ..^......�..._ ............. .,. _...:'...---.... �....__....s.._ . � .. -.._._.. ...... ....__..�.... --. _..__ .. ...� .....:J'.:':r.::- - - ...... .. .� , . ...:., �: • -�;::. ,. ::... _�........ _.: , . __ .:::,'::.` _ ...: .. . ....., _,......._.. __ _.. _. . i ... �- - . ..:.:;: ` - `ia?:^` .._..._....,. ... ....... .;_.:__t::: ,_. . ...i�� ..,:� .....�.- :......:...:..<;•' . . ...................�:.;o...;:..:..,._...... �<.... � .. , �;.:�.Sc:::. .. :' ... .,. �'� : _ �.. _ . . , . . >,.� .. ::::....: :.. ; ';' .. �_ '�: ..:....a'...:� _ .. .. _. ... ..._....�. f ,_.�<.:. .._. _ ....,:� � . �.:..i .::... .... : .. M .,,a.:........_ :. �...:. �. ... e.� �•:tii:. ?. r: ,.. . , ' � ....c: :. ... .;, �.. . . �..: '' . .._..c.....::. ' �'�" � _ . .. . _ ...... .. .. .� . . H�.� ...... ....... . ..'. "._''..'':: `: �;:i:3;;'i:�:. ..:�.<l... , ....""" ........... .. . .....y:.. ' _ E :-.:.. �.��.. 1 .. i . ';:�'2-"....:,:. ': �. : � .,� . . .. ..,- .'.''' . Z .. ... . � :: �'. , . . _ : . _. : _� . . ; .:.:.:..'.i�..:..:. .: y� ...:�.iW:::ii::: :. ' „ _ . . .... ..:.:._�_ . �-".C.'4` +: F�h . ....5�'...`� �.'3� .:::::.:.£_::; i'% . ...2. ri'"Y:"�:`"".:���,: . � �� . _^::�.iw`..: _':�._.::,.: ' .Y:=- �i.�r::: `"�9"' :��::":.': . . ; .:. ;� .. .� . �.:. . ".a" . r."�':c 4l � . ', ; ......��..... ..:;;>, i ., kiC.;-�.. ::� s" ;'l;>:'<:l ;`:�iF',:;�:�`t��:��:- t::P.ti-:`::�_6::tf r E�t� f ..�� Y i�' � � 3 � '� ! s a `� �e � � � „�... z � t x , z". , <, ::••-,� . i : ,�: ,; _. .. .,..":3<m,.>;;,,a . �� ;�;� ,� . .. : . . ...........:_:.:.-.-:_ :_.',_. .:.3�. �:>$��::::::�,<-;:.: <..:::--r::�> p�, ;_:i�F'�i . . . -. -. ...r_: :: �. .-.. . .... . ....: .... ._ .. d ;::.:�.z2, :..:.... ...:::� -. ....., . "":: :. _..� ^�"�:: . �i _ :::::ji.':"::d.::_:v�':.:�:::: `: \ '.._. � ' � ��-- ; vt _ s . ' �( � � 3� r � £ ���' '� - .� � � . �� ��Z '� ��z= ����x �.�'<S�@' � _ £ .T E _ 1 � ... aF' .�'�A kk _ �.�4 �`''�' �6 -- �}y3 f __ i-_.. i�; '' d��� �c+ _� 3i� _ 3'r^�ti; y ��; � r�{, .�� q� � - _ � - ' �,.�-.�tY �' �� � { 3 , � 2'Z (�a' ,. . . `� �� _" 4 - _� -: � 1-_ - r �� � � . : i'`� r �' t� ��° > �. s�� h3x�h � .: . : . � .. .. . ............ . . . � . [ [ < : ..:.. ... � ;:.. _. .__ > sr } . 2 � �_:.I �" t'.: . r-_ . �;:-.�. i .. :r ...:_._.�� -:`�!;`;: s A <.y> . " r=xo:xo> �_ ^ ....":.�:::: - _ $ d:y:.^. . . ....�.�; . _..... ...: . ; .... . :. . . _. . . . :. � , 1 s ' ;.fr; .' , .: .. . : : . . .. . . . ,. � � k€ " . _ .- - ''r"rY``.:- , � _ . _ _ . � .: d � V -- -- t�� - , ;g 3 � / __ . , .( � ; --; � �� .. , t ' -- ; A � 3 # _ � y�,� ' � : yy� ����'��s � ' - � Nyit '.i�.''•11YIC�.:1Y�E �IWIE <� y�l Miillf 11111i � _ -5— flll� � �YiY 'iiM� MM! � . . ,_: � .._. : : ,_ " :-:: .�� �:, -. - , - . . . . �.. .i� , .. . ... :_. . . . _.. �. .. , . � . :::,:-'��' . :�:' : '.:: ...:.. � ..,. �:ix:�. � . .. .� .:. . . ........ ...:: � ::... ....: . . . .....:...: �.........................,.... ...:. . :.:.... .�:...:. �.�>.:::<...�.:.......--..i:.:...�_ ._ ' .""�M.� . �. ,-.:'. .. . . .. :.:.:: .. :...: aJ.:)::�::..i�::r . ....:...: ' _ ' . . _ . . . ...:: .. .. . . . .:...:::.:�ka¢t... � ' ' .. . ..:...::._ .:....... ...... . . .s.�... .:. :� . . ._._. - .:...:,�'�. _.........,.. .... t..-.,.._.,.,..._..,.. . ::.....:.: ;....... .....:::: ..... .::..... ':_�.�,i.', . ......._..._ .:..:.........:K �..c::..t:x.... . .. .... . . . .. .. . �-:.n...:�. . . ... . .; .>.:..::::....: . . .._ , .. _ : . . ... �.. .. :..�:: �'�_����":'`:':.S''':� . �: .. ._ . .......�.w.:... .:.. . . . <...>:.;::�.:;�a.«;.:�v.� � : .. s .?:,! :,-;:.;::;:. • � .::::::..:� :::.::....:::.:a�{�:?.>.::<,::s;:Ha::�`xt:i>::z>;.�'`"'�-��.£'>:s:.i�ii��„E:i::.:.................._.....:......,... , :.. ._. .. _. , _..-- S �'.Y. #�tt f).:1, LI.:4. t�E: � '+:0. .-�Ce�R x E � :7:;�i'> ' ) `• , �� 1:, 9^�:L: iPl FE�T I ITfiP EU f' IniensiE;' fhoo.: Ltlef ria: in'?r� :.. .. . - -t�.. c�� '�t:� ;..��a��� � ,� � ,�, ,� DRAI�fAGf AREA � b :i '37 � Flt}w ARR.Oe� 5F40 8A51N :+R�'A N(3T�J: <, i Fl�; C:�i ;'"� ;�; �;, •o ��, R � i i"i;:: i� � C%ii: ?T P. •�t1RS T%� .;(.A�'Cc ff.:7i.. 2!"r' 2'r � tJ,t. ..?.i( tS. . • . ^ ,-n: r.-. ,.vc - ��� .:r: �2,-..,. t. PKt,;r::.:c:: :i:.,7C:.A TE�.S :Ni<.� ✓—Fi� A:... :.>'f.RCE.S S�-�iBC?S. �.41t � .0 e^.�t�� y � 4jfi ✓�, Fa???.;oJi a�fRNO�"�;lyE �f;�F ,� � aii%`sa� zu ` ,�,�, .:,3 13 •,<�C` _'t" •��'�'`� � ]$ J f� . , c sF%-.+L }j� ( .�. � s` �p 'S � � S' f f � . . ':'ld i%ft . �� rF S.'��.a� � t4jliia�.%3 �� � '� �xw �^A ��:^c:¢, i�.- lc;..is :>^.: �^=G:: l^4.��..c::::C , r::: h.�t�i. ' CI'tY ON FOlit' 3YVR7N: TEXf•S ; Qc?='r�RT�At:Pd' (;r Etvr_.,€t�lEE��?iPd^v � �;5- �nR;/�" :;�'��!�2`v3 :��:iAl�a iPv"F'F?C?'v'i::Pv1l::?d1 `i .;�'r.ESaA�.E AREA r...4P �iT55 EYi:'nNRTf¢NW. ?:Ri,R $ieT� 2Cv . . . F'ORT YtOP,TH, ';.zRS :610?-fi0&5 �� 181?>•'715 -7..Vifi 'v�5�'vN;:t)� �'�Cl� ;U8!,9�TT:.G� %d� b'f � sti:5,:: ftF. C�i?dMEN� E� � ...... W.....,..-""" ................................._ /i .a..xi.; �. �; � c:.;'-�r . l< .le ... ... . OF.41C\'£0 E J ... .............. � : � f � '1? � .: ..� ... ^. � 'JfiPWN 10.Ti E :a:i-').%ii � • • .............m �: ��c,ecJ i3::.1 7 ti .. � ......,- _.,........ � �:ns zo,a E ... 3 ./ . . .,.. � I FROM TO Fipa Lengh I t t z BegtJlnleYlAH 7+79.84 7+80.81 9.2 45 8end 7i60.81 7+43.13 17.5 Wye 7H3.13 6+93.2 49.9 90 bendlMH 6t93.2 5F29.92 183.3 MHIGrabinlet 5t2952 3F92.32 137.8 S� ChBnge 3r92.32 3tgg. 6.3 VN/e 3F86. 3r78.34 7.7 45 Bend 3�78.34 3t89.53 8.8 6Vye 3�69.53 3�57.99 11.5 45 Bend 3+57.99 2+33.28 124.7 S� Change 2+33.28 2+21.02 11.3 45 Be�d 2t22.02 1+92.82 25.2 458end 1+92.82 1i88.7 24.1 456end 1�68.7 1+61.15 7.5 45 8end 1+81.15 +4. 157.2 MH +4. +. 4.0 Lalereis LAT A2 29 IAT Bt 13 lAT B2 18.88 inaemen�l e�B�TotalAiea I Rurrof No. I Area I Ac. I A 2.81 2.61 0.8� 0.00 2.81 0.&5 A 2.61 522 0.85 0.00 5.22 0.65 0.00 5.22 0.65 0.00 5.22 0.85 8 2.79 8.01 0.65 0.00 8.01 0.65 8 2.79 10.80 0.65 0.00 10.80 0.85 0.00 10.80 0.85 0.00 10.80 0.65 0.00 10.80 0.65 0.00 10.80 0.65 0.00 10.80 0.65 0.00 10.80 0.85 A 2.81 2.61 0.85 8 2.79 2.79 0.65 B 2.79 2.79 0.85 Ina I Tolal I c'A c'A I tTb 0.� 1.70 0.00 0.� 0.00 1.81 0.00 1.81 0.00 0.� 0.00 0.00 0.� 0.00 0.00 1,70 1.81 1.81 � 9 1.70 1.10 3.39 3.39 3.39 3.39 5.21 5.21 7.02 7.02 7.02 7.02 7.02 7.02 7.02 7.02 1.70 1.81 1.81 Total rrin. 10 15.00 15.00 15.00 15.OD 15.00 15.00 15.00 15.00 15.00 15.00 18.00 15,00 15.00 15.00 15.00 15.00 15.00 15.00 15.00 5�year In�nsNy iuhr it 4.88 4.86 4.86 4.86 4.88 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.88 4.86 4.86 4.86 4.86 4.86 4.86 100•yt �n�nsiy nlhr 12 7.98 7.98 7.98 7.98 7.98 7.98 7.98 7.98 7.98 7.98 7.98 7.98 Z98 Z98 7.98 7.98 7.98 7.98 7.98 Q5 Runof c§ 3 8. 5 825 16.49 16.49 16.49 16.49 25,31 25.31 34.13 34.13 34.12 34.13 34.13 34.13 34.13 34.13 8.24 8.81 8.81 COMPUTATIONSHEET HYDRAULIC COMPUTATIONS FOR STORM DRAINS STORIA DttAIN HYORAUUC CALCULATIONS TABLE GF100 ( IAkt I H�- HEADL0.SSCALCULATIONS R� f' By�ase Q'Pipe IPip� S@e n( Sf I DIS I U/S I W�h) I V2 JouO ( V121�2G) � V2�iJ2G) I � I Iq'V11/(2G) I cb in t�t Elev. Elev. Msec �sec � 13.� 0.00 13.54 30 .013 0.001 8�.86 629.88 0.00 � 6 0� ��2 �25 0.00 13.54 0.00 13.54 30 0.013 0.001 fi29.74 829.76 2.76 2.78 0.12 0.12 0.35 0.04 27.08 0.00 27.08 30 0.013 0.004 629.14 629.36 2.78 5.52 0.12 0.47 0.75 0.09 27.08 0.00 27.08 30 0.013 0.014 626.58 828.79 5.52 5.52 0.47 0.47 0.25 0.12 27.08 0.00 27.08 30 0.013 0.004 825.62 626.23 5.52 5.52 0.47 0.47 0.25 0.12 27.08 0.00 27.08 33 0.013 0.003 825.33 625.35 5.52 4.56 0.47 0.32 D.10 0.05 41.55 0.00 41.55 33 0.013 0.008 824.77 624.81 4.56 7.00 0.32 0.76 0.75 0.24 41.55 0.00 41.55 33 0.013 0.008 62422 624.27 7.00 7.00 0.76 0.78 0.35 0.27 56.02 0.00 56.02 33 0.013 0.011 823.28 623.41 7.00 9.43 0.76 1.38 0.75 0.57 56.02 0.00 56.02 33 0.013 0.011 620.97 622.38 9.43 9.43 1.38 1.38 0.35 0.48 56.02 0.00 56.02 33 0.013 0,011 619.60 619.73 9.43 9.43 1.38 1.38 0.10 0.14 56.02 0.00 58.02 36 0.013 O.OW 618.9D 819.11 9.43 7.93 1.38 0,98 0.35 0.48 56.02 0.00 58.02 36 0.013 0.001 618.09 618.27 �.93 7.93 0.98 0.98 0.35 0.34 56.02 0.00 56.02 36 O.Ot3 0.007 617.41 817.46 7.93 7.93 0.98 0.98 0.35 0.34 56.02 0.00 58.02 36 0.013 0.007 615.88 816.77 7.93 7.93 0.98 0.98 0.35 0.34 56.02 0.00 56.02 36 0.013 0.007 814.80 814.83 7.93 7.93 0.98 0.98 0.15 0.15 13.54 0.00 13.54 21 0.013 0.050 629.74 631.19 0.00 5.63 0 0.49 1.25 0 14.47 0.00 14.47 21 0.013 0.008 625.33 625.44 0.00 6.02 0 0.56 1.25 0 14.47 0.00 14.47 21 0.013 0.008 fi24.22' 624.38 0.00 6.02 0 0.56 1.25 0 iVoies: 1. AII hydraulics mustbe run oh 100-yr conditions. Ifon-grade, model Q pipe as QS and Qbypass as Q100-Q5. See no9es 4. 2. Tirre ofconcentrafion (and inf9nsity) only changes atdownslreamjunctions. paired iniets do notconstih�le a downstreamjunction. 3. HGI: must be"beiow'grade along main or at (eas41' below bp of airb at each inlet (including entry loss of 1.25v2/2g A. InletspaGng sh'ali LYe del3Ymined by°5-year blop ofcurb or 100-year illing righ�o�way, whichever is mostrestrictive. 5. Minimiim head`ioss sti�l(6e�0.10 te'et in � su6cridcal #oW tegime. SUper6ritical'Aow re�imes do not genera� head loss COMPUTATTON SF�f NO. N I FORDEI'HtMAIINGCAPACITYOF CURB OPFNING II�L.ECS AND DROP INIETS IN SiJMPS n= 0.016 TS�''I'H DII'"I'A CAPACI'I'Y CARRY- PFRCHNT OF ]NL,EC IINGTH �, GUTiIIt CROWN GUTTFIL OF. DFF'I'HOF OFFIAW OVFR QI00 SIAI'E SI.OPEOF FLAW LitILTFR DFPRESSION AT P�FOOT OFINLN;i' CA['A(,'1TY �.� �p�� NOTFS NO. So PVMT �o Qo ETAW' a OPFNING OF bPINING 0� INIEI' Q OVPR D BY Yo y LFNUTH L OR P FIAW ¢�[ EI. FI`/FT FIYF7' ., C.F.S.. ,'.FT _ FI' _ I Ff C. .F S./FI'. FI', G.F.S. _ I C.F.S. I- 2 3 4 S' 6 � 7 8 9 10 � tl 12 Al 0.005 0.024 t3:54 0.47 033 0.80 _ 2.15 10 21.4$ 0 100 A2 0.005 0.024 13.54 0.47 033 0.80 2.15 10 21,48 0 100 BI 0.005 OA24 14.47 O:dB- 033 0.8t 2.20 10 21.96 0 1b0 B2 0.005 0.024 14.47 0.48 033 0.81 2.20 . 10 21:96 0 I00 Hk t 28 0.12 0.10 0.38 0.35 0.35 0.28 0.52 0.49 0.81 0.90 124 0.49 0.83 0.83 0.63 0.93 0.49 0.56 0.56 Invert Elev De�ign HGL FRi M ;0 E�� 31 830� 6` �. 626.67 629.86 626.87 828.37 629.74 626.37 626.37 629.14 628.37 622.24 628.58 622.24 617.99 625.62 617.99 617.70 625.33 fi17.70 617.30 824.77 617.30 616.94 624.22 616.94 818.41 623.28 616.4t 610.62 620.97 610.62 610.59 fi19.60 610.59 810.45 818.90 610.45 810.28 618.09 61028 610.22 617.41 610.22 808.22 615.86 609.22 809.19 631.69 62924 828.8T 826.00 622.99 618.07 624.94 621.73 677.44 T/C Elev. t 1 6 .90 635.10 635.00 635.40 631.80 626.70 626.70 626.50 626.10 626.00 621.50 620.10 620.50 622.00 621.00 616.00 835 627 826.1 Comneng Itb assurred hattie 72' pipe is undereaed and hathe s6ring HGl.6 P bebw 8round level. parfal bw E �F `T��1 i+��Pj•�� �'�**I�� 1 \ � / � IWRG�W M�DERNOTf � �� O ��a:, 100499 G,�'V� ' � �`�' �/".�'•;�CENSE�.�� L! /,,�\\\�� �� freeae and Nichols, inc. Texos Registared Enginetring Firm F-214� CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING EAST HARVEY STORM DRAIN IMPROVEMENTS STORM DRAIN CA�CUlATIONS 4055 INTERNATIONN. PIAZM SUTE 200 PORT WORTH, TE%AS 76109-4895 �W'� (B17>-7350300 DESIGNED� SUBMITTED� REVIEWED+ RECOMMENDED� . scr�e � FiIE� SHEET oesioNeo we ORAWN BKB SC-� DATE I SD-220 6 OF 10 CHECKEO 8CJ ,p�NE 2010 I � � I ' I 4� �'. �' \' �\ / STA 3+69.53, SD LINE "A"= PI STA 3+78.34 � I , � % % WSTALL CUT AND PIUG '�' W I / STA 0+00 LAT B2 1-33"X45' BEND �, TEMPORARY 25' ( LGj/`0 �PERMANENT 15' i N=6,946,904.26 IEXISTING 30" SDI�E�wp � ""T i� \' ICONSTRUCTION EASEMENTI MANU L MACIAS i INSTALL: DR,4INAGE EASEMENT) , ,z W �`�. l�:kESn v+'AI�ERS N � =2,332.356.89 _„� " � 929 HARVEY AVF� 1-33"X21" VJ1'E -_- );) 7 BFAR RtJt� �h ' I �F7 W X 761 65 1 - 4 �� � � �s°� / � ��^ OR� T. 0 6 N-6,9 6,910.49 STA 3+86.00, SD LINE "A"= � I 'kAF'EV�t��E, in. 7b051-57I5 STA 0+00 l.AT B1 �� �' . - - I �� � C.C,.F N0. D2074 3123 E=2,332,366.12 � i � (;.F h10. D'Z0744917� ��i ` ��� � 6�� D R 1 C.T.� CUT A D PL G � � D.R.T.C.T. PI $TA 3�57.�39 INSTALL: �T 0 ND LOT 11 � : � � I � 1 �� � _ � _ _ � % _ PI STA 2+22,02 _ �6 � p ��ESS RE GROUT RCP � � � � _ NS63946 91 8 66 � � � E=2 332 359 92 '�' ECE RVEY�AVE � — - -�e . x- - -x- - -x- - - -x- -.INSTALL• ' � - i H T . 76104-656D r � 3 � � 1-36"X45' BEND i i I �3 , ' _ � � � • E=2,332,374.28 �� v� �. 0000 PG. 0000 &,' N=6,947,054.63 � Y� - LOT 21 - ' � - �� � � TA 3+92.38, 11' LT D.R. .C.T. , _ E=2,332,374.28 � � �w� REMOVE 'S SD UNE "A"= � �� � I u APPROXIMATE LOCATIO � �-- , I MAPlUEL MACIAS EXISTING SDMH � �- I I :� �' i 929 E. HARVEY AV . ( STA 0+12J8, LAT 81 � ���. EXISTING SD LINE PI STA 1+92.82 � 25 °` C U T AND PLUG (� '�REMOVE EXISTING STA O+UY.00 � � �� � ��, "� � WORTH, TX. 7610 -6561 � RURB INI.ET 't(') INSTALL os.� I a-NOVE AND REPLACE -��E. DAVIS ST. INSTALL: o +.• , U�C.C.F_ N0. D20742 123 EXISTING 30" SD RCP 3, � 1-4' SQ. SDMH !� e 50SY ASPHALT P VMT TX. 76104-6049 �-36"X45' BEND � � i 1 5' D.R.T. . FILL 25CY , i2 i-�CONSTRUCT �.F � S-SD7 161F CONC. CURB AND GUTTER �9� PG. 384 N=6,947,075.26 �� -- ----1PRESSURE GROUT 3 i � - N=6,947,237.60 �"p' � 6�Y CONC. DRIVEWAY LC.T. E=2,332,353.65 I � ,� �� ��niF " 3+00 / \ � � 10' CURB INLEf � er � S-SD2 '� ' E=2,332.323.55 � ' � � � - ~ � � - ' � N=6,946,890.17 � � e� I � u CONS�RUCTION 'EASEMENT I . � , ,. . I I '-- - - , , . - � E=2,332,348.88 F W �_ � ' � � � - . � � � / � � � x _ -x- - -x =- -x-�� � n ,- _ _�j�1� - - ` � (n � _ ,� I = � `� 5�� 55 �� v __ � _ � �I �� � � IPERMANENT 15' I R� EM° E AND REPLACE o _�W N ��"- M 60 SF 4' CONC. � DRAINAGE EASEMENT a. I �� � � , I r• N '� ISIDEWALK I TF 9F-FF- Z W � � � � �� C CREfE WALL / � _t00 THROCKM ''\ PERMANENT 15' �+,* �' ��i / LAT 82 t' a� :N- J L+.1 `I �. I DRAINAGE EASEMENT I LOT 9 � 25� a+ x TO 8E REMOVED � LOT 22 6' RT E OVE AND��PIACE �'� = N � � � � ' � ; ,, ( AND REPLACEO TA 3+74.28, 17. 1 , � ; � � � � EXIE DEGRATE 932 E. D GS �lT. �� � I x(NOT A SEPAR,4TE �ANUEL MACIAS SD IINE "A"= (� : 60 SF 4' CONC� ��� __, _ ' W fT. WORTH, TXJ610 6$3-' 29 E. HARVEY E \ = SIDEWALK "�, �� PAY ITEM) STA 0+18.26, LAT 62 � Q -- --�9�7504„ 7�^10RTH, TX. 76 4- REMOVE EXISTING � a� I LAT B1 _ � �\� o - _. �.� (1� _ � im � C.C.F. N0. D20 020 ' b,� � " ' - � - ' I�STALL:1+68J0 / D.R.T.0 . CONSTRUCT ; �;�i �iOVE�AN � T� / I / n n �� - 1 0' C U R B I N L E T S- S D 2 I ' � � } � ¢ :„p. 1-36"X45' BEND I,� � EPLACE � � REMOVE AND REPLACE /� � � X�' � � w � � ( 7.5' � =6,947,075.26 g p/4- 107SY ' � 60 SF 4' CONC. -, � 4 ' LOT B AL �=2,332,329.52 _ � �% �+SPHALT PVMT � I� SIDEWALK -RITAGE CO RUCTION , a �56LF CONC. � �� � / � / LOT 23 ' € Q � S'�%\ 0+ 0 S' D L I N E A �- EMENT CORP PI STA 1+6 .15 I >- CURB AND GUTTER M A N U E L E T X M A R G A R I T A A C I A S I i' � �X 123651 �'INSTALL: /� �- m LOT � BEGIN 33° RCP i 92 E HARVEY AVE � JA E AND TR CUSHMA �� I TX. 76121-3q,3 1 1-36"X45' BEND �. ip/ RTH, TX. 76104 6561 " 6, C ON N E CT TO ,€� ��e Q 0 BOX 00655 D 2 0 7 4 5 1 d� N= 6, 9 4 7, 0 8 0. 6 0 L. 14431, PG. 2 2 =�' Q 6 7 rn EXISTING 72° ARCH CULVERT R.T.C.T. / E=2,332,324.18 �1 = EMPORARY 25' I TH, T. 76185-06: � ��ONSTRUCT CONCRETE COLIAR D.R.T.C.T � �_ �,j � ONSTRUCTION EASEMENT NO. D204286723 ��,/� BM-1 AROUND CONNECTION (SEE SHEET LP-7) REMOVE AND REPLACE � � - / - I I= ���� 0. .T.C.T. I SCALE: f i'' , N=6,947,242J3 --- _ EXISTING CHAIN LINK FENCE - j" _ d'� � E=2.332.358.64 � / � HORZ. 1��=20� ' , � i i C I 6a� VERT. 1 "=4' REMOV F t+�U'it H U Ktrwuq J � 1�(��__(�� , ,_ . I I i I R MOVg ArypJ REPI,�CE t��1 Uyk (�{Jy1 r{t}i�ql;� � 50SY t�T � 6�SF 4' CO�C. S EWALK I I 1 I'-�Tt-" "�' "��v�l�v{�� � I 1 I I I I I I� 1�7SY�ASPHWLT �V�IT � 60$F 4'I CUN,• 51qE�ArAL}C �`�� I I I I I I I I I I I I � E � � I I tt$LF 6NC.l I 1 I I l_ I I I I I I I I 1 I s,s�F �'UNC.� I 6 4 5 645 CUR(3 AN�`GU i t T�R f I � i i I I � I J I___ I � � I i � �EMOy1E A t� I REJ�LACE' � i I C U H A N U �' ��I t� I I I i I I saSF 41 co sl EwAUK I I I I i i � i I 1 I I I I I I I I � I � I I I ( i I I I I � . I � s4oQ�o' ��' ' ' � � � � � � � g� � � � � � I � � � I� I � I 1�I I � I a„t I I I I I I I I I " I I i I I 1 I I I I a I a la I I 640 w(� � I w I I I I I I � 1 1 I I _�__ c� I I I I I I I I I I�, I i I k' � c� i - pp Jir�v I�_ I I I 1 I I I I I I I _ I I I f I I I JI JI J_ 1 X m.-- cy ' cn � i I I � � �_� vi w vr w n�n � W 635 `� �� �� �� � �, i I I I�y �� '�� i I � I a� z � I I � i z - w 635 o�� �� o' � i � i i i i �r� - ���f' � i i ;w=i � i i � i i� � i. y� 'ti = o II II `� II I I �t LLU GRi� �� I '._'_" _� .�g � � .F I X } X r� ___'_ - N PR -tfii/�Tfbh1 - O � cvit� o iu � � �.9NC I,HJ � } �� � :i(i3i1 tfN6 i't-tlftttfil`�j--L�I-i`! �M M � LL� � ° � ` '� 630 a -- a I I I txip'TIN�� a�� I�I z � d�K��' T i �� � r-rni - z � - W 630 � - = l D.4�1 r. :.: � �-� v, � �/ .. tn c� �� �n � � � � � ( r p � I I I A�RO�IMAiE LOC,ATION 1 I "'r � "J '- I I� ��i � � � F ELD ERIF ) _. I � ' �� _-- I I � �.- -�- �---- I (nci n v icv� ' � I T O I I I I I I I I I I I I I I I I I i I )--}- I 625 I / � I I I ( I I ��rK x. �ycp�i ry I I � I I I I I I I I _I- -+- I- �- i I -I -) -I --�,� 625 i I I I I �i� � r � u � u t 1 I__1 �-- _- I I }- I I I I I � I I I I I I I � I (F ELD ERIF ) I J I l- -I- --'" I I I � I I � I .-+- --fl� I I � ( � I I � i � i i i �YIOTING :Rl11 INp 1 I I I _ L _J II � � I I I I � 620 � y —I _- -� � ' - r -- - __ _ �-� � � � � � ' � I I I ( I I I � —I -- I 1 1 1 J V I 1 __ 1 — � I i "_- � �— - 615 -- - -- i _ . _ _ +� � � � � al I I I � I I I I '�' � I I CP 0. 3y I I I I `'� 610 I � I _ __ �i'.� I I � �• � � � . � . I r � rl6' DO �I I �I I I I�� I I d'I � n rnl I 605 600 � �+�0 `� "�el I I I a' I o",,I' I I ol I o I "<I I I � � � � �I � � � � � t0 tD � � � _ � � �I �� �� �I_ M I � •"I I '" I I ' I I I ) I "' I I I 1 �—�I I �I I � � � I I �i I I�� I �I 1—1 0+50 1+00 1+50 2+00 2+50 I � I I�M I �I I VMI— I "1 I—�— 3+00 iu K�r I i I � ��� � ��� I I i I I I II I I lmd- n rn �� I I �I I�� � �� �I I I tD� ��D�fD� t0 c0 c[j �O� � � ��� iu� u � M ��� M N2 O :-r. i, C— � 62� I W Z 1 I J 615 � U _ Q � j � 610 I I � rn � �O 60.5 �� I�I� ��� d �I I � � I �) 600 3+50 4+00 4+50 � -.rz� 0' O SCA N FEET 4i LEGEND - -x- - -x- - STORM SEWER TO BE ABANDONED C PLUG NOTCONTRACTOR TO PRESSURE GROUT EACH STORM SEWER SECTION TO BE ABANDONED. 2. SAWCUT REMOVE AND REPLACE ALONG EXISTING CONCRElE DRIVEWAY APPROACH AT 929 E. HARVEY. 3. REMOVE EXISTING CONCREiE DRIVEWAY ON CITY-OWNED IOT. REPLACE WITH 2OlF CONC. CURB AND GUTTER AND 7.5 SY HYDROMULCH. 4. ALL STORM DRAIN JOINTS SHALL BE FULLY GROUTED THROUGH AL� CURVES UNLESS RADIAL PIPE IS USED. _ CAUTION!!! � � EXISTING GAS LINES AND � ✓ERHEAD ELECTRIC LWES IN AREA CONTACT UTIUTY 48 HOURS PRIOR TO BENCHMARKS BM DESCRIPTION t RAllROAD SPIKE SET IN THE SOUTH FACE OF A LIGHT POLE, t 37' WEST FROM CENTERLINE OF DRIVEWAY TO #929 E. DAVIS ST. AND t 17' NORTH FROM CENTERLINE OF E. DAVIS ST. N=6,947,259.56 E=2,332,267.45 ELEV.=618.68 2. RAILROAD SP�KE SET IN THE SOUTH FACE OF A IIGHT POLE, t 7' FAST FROM CENTERLINE OF MOST WESTERNLY DRIVEWAY TO #929 HARVEY ST. AND t 15' NORTH FROM CENTERLINE OF HARVEY ST. N=6,946,921.15 E=2,332,320.27 ELEV.=627.84 � ...���� tE OF TFII J0;*'��......., .f,�1�� i *: � *��j � «h....•....•.......,h� % /. BRYAN C. JANN .i Y !,���.�esss�. : �(�+�,�p I ,CENS`a'��� ,����i��:: � G' Freeae and Nichols, �nc. Texa� Regislarod Engineering Frm F-2144 CITY OF FORi WORTH, TEXAS DEPARTMENT OF ENGINEERING EAST HARVEY STORM DRAIN IMPROVEMENTS STORM DRAIN PLAN AND PROFIIE 0+00 TO 4+50 4055 INTERNATIONN. PLAZA, SUTE 200 FORT WORTH, TEXAS 76109-4 8 9 5 �y� fB17>-735-7300 DESIGNED� SUBMITTED� REVIEWE�� RECOMMENDED� s°^`E � fILE� SHEET oesioNeo uEM ORAWN 8K8 SD-� D�7E � S1P-FiAR4RYImN0l.dwg 7 OP 10 CHECKEO BCJ �kJE 2010 � � STA 5+29.92 �. .� ` � PI STA 6+s3.20� i; INSTAIL: � � INSTALL: �.j I !`� 1-4' SQ. SDMH �;�h C',.'i�q ,��I. : r � i i�» ri�,��s�itd v,+�_t_� � uR �REMOVE AND 1-4' SC. SDMH i > I� s-so � � � a ; �' � Ho11S10�1, TC. 7�)5.-_:C! � REPLACE EXISTING S-SD 7 �J �� � ITH 1-4'x4' �,,;Ot_. o0J0� P� �-0^_•0 CONCRETE DRNE N=6,946,589.41 � :� �� %� �� � o GRATE INLET TOP � � � � � , , �=2,332,361.15 w� I ^� a � i � Q�=6,946,752.77 � l� pERMANENT 15' � � � J , i� o� E 2� 3 3 2, 3 6 0. 5 0 ^ 15 DRAINAGE EASEMENT I � } � - � _ W T i / 5+00 � � I'� r`� - ��� - � I"I -�� 6+ a� SD LIN "A•' I � I _ - - �"- - � -=-=r�g��i � � � ,� , (n �� � � u ts �v vtrt gyu � Fi-Thl � -� I " � I '�- V LAtJ TanneaS�BD _ �I � � m W 02 6312 � � � x� �_ WOR�i, T� RErMOVE AND REPIACE � (/� �� q g '„� § � � VO .' 0000, �60 SF 4' CONC. SIDEWALK � N\ � / /=m�+ � I N D.R T C.T. e- _ � 1 �- � £ � _ � � � �ya EXISTING CONC. � � � �. � � � �- - - ��� � �� x� — - - - - � ',,.,;FIUME � a M'' 3�� a '�n � �� � � �\ � � � � I + '` � �� - ,. � � � � �� 1 \ � � - - - - - � /- � � { � _ _ . .__3q - } i . - - -- � _� I x- -x- - _ _,,,_-x- / x- - -K- -� -Y- - -x- "a I" � l � � � � 1 _ �W � N� I P�ROX. LOCATIONI STA +60.61 � IEXISTING SD LINE �NSTALL: t-30"X45' BEND � m � W�OT � I TEMPORARY 25' N=6,946,589.27 -- Z TRE�'-'CUSHrnar� - I CONSTRUCTION EASEMENT I13 E=2,332,293.64 ^ k J k' �pFi55 � - „�,,,.., �. ��v� JUAN X. SEE ' -� = hx/ 76185-06�� J 929 E POWELL A E. I "" O 1 � D"L04'!EE723 F-i. WORTH, TX. 76104 6523 \ - Q� T.c r � _ � vo�. � 3�so, Pc. 2 � \ uRT�'i � �JT 1 C� �li".:� .4i? Ai_CIDttJT AI�G ��,'d.P„f�:'• �Ei1TEt� 4;i6 E. IANCASTER AVE. f-I. WORTH, TX. ?6103-383ei C.C.F. NO D204061 2 7 8 �.R.T.C.T. STA 7+43.13, SD LINE "A"= _ _ _ STA 0+00 LAT A2 INSTALL: 1-30"X21" WYE N=6,946,589.30 � E=2,332,311.22 LR 9 CONSUELO ETUX LINO MEJIA 934 E. POWELL AVE. FT. WORTH, TX. 76104-6522 C.C.F. N0. D206105624 LAT A2 D.R.T.C.T. — — � 13EF�OVE AND REPLACE p I313SY ASPHALT PVMT � 1451.F CONC. CURB AND GUTfER LOT 8 CUT AND PLUG CONSUELO MEJIA g EXISTING 30" SD RCP Z8 E. POWELL AVE. E FILL 3CY ORTN, TX. 76104--6522 �V PRESSURE GROUT %F. N0. D204327681 D.R.T.C.T. 2 � ------ -- - — — ----- — — —w _- ; — — �2EMOVE AND PLUG N � � - � EXISTING WLET � � �#� __"� TA 0+29.00 LAT A2 � CUT AND PLUG STA 7+79.84 �;� � REMOVE EXISTWG i EXISTING 30" SD RCP 15.49' LT - e CURB INLET FILL 40CY REMOVE EXISTING �� � CONSTRUCT i.OT ? PRESSURE GROUT LOT 24 CURB INLET � p- 10' CURB INLET R. STE�DHar�n COu_�r��5 � CHURCH OF THE uviNG Goo CONSTRUCT S-SD 2 HAR'vE � AVE 2301 EVAhJS AVE. 10' CURB WIET C 1T AND PLUG N=6,946,574.62 Tl. ?6104-65u0 EXISTING SD RCPI D20611308i I FT. WORTH, TX. 76104-6555 S-SD 2 FILI 30CY E=2,332,285.85 VOL 8405, PG. 991 N=6,946,602J9 Fl T �' T E-2 332 280 11 PRESSURE GROUT LOT 7 �HARLES R. LESTER 924 E. POWELL S7. IORTH, TX. 76104-6522 C.F.NO. D206404379 D.R.T.C.T. � � D_R.T.c..T. -� � • � I SCALE: I � � I � 645 I I I i i i 640 I APPROXIMTE I.00ATON EXISiING �AS L�NE I � �FIFI VFRI�YI � ^ I i I I 635 � APP OOXI ATE IONA�SE-� W , R" SS I = Fi =�� �� I I � �� ; j_ 630 _� — � —� —lrt W N .� __ _ s2� + � �'— — 62� � . —� _--� -� N � � �� 615 � I I j � ( � C 610 j 605 600 ♦ � � �T�R1�1 I� � � i � � i I I I I I I I I I ,� � I I � I � � °' n I I � � I I I I I '�� � I �'a. IF n I i I I �L� : � � � � � � — 1- -i � I J.I- -I — I— -f-" 1 I I I� I I I I � I I i i i ��� �� ��� HORZ. 1 "=20' VERT. 1 "=4' IR/'1� � I_ ti�.MVV�. ANC' Kt ILAI:t I ,_,) IttM�G P � -- --- V p z a co�c. u�ivt I I I o i� Aa t,A I I 1 '' q'� � � ��� dC. , . / I I< I l 645 d ��'�� � I 4 I J � I I I f I �4 �I:VN . J1 �WAL I�� I � I I I � _ I I I � I Ici I �) ` PPR i. L CATI N-, I �a i I 1 I" I I'•� C A PL G 1 I �"� 640 I I�I � �f � I �I� f-{ FXI�ING�O"�D R�P I I °i . � . RrrKUXIMpJt �u �a,iwip X�ST�.� �, W� r � � IEID VEki ) I I � -�- I - I _-� "� � � I � � I I � � i � I � I i tD� . /�I? .�{ I ' I I I " I "I � � � I 4a( �� I I I I ai'-' ` li � ��� i i i �i�Q�-J� -F � --I---11__i —_L I I � � 1 I I I � �` � � i ( I I _� I I I I I I I q I I I I I I/ I -- 1_ _ �— _1—�— �- --�- �- I �xIS'tiNtl wL �II II 1 � � I I � I--� _- -- ----- I � i � � I I I � � � n icoi� 635 630 sz5 szo 615 --,�r f _�� 0' � SCA N FEET 4 LEGEND - -x- - -x- - STORM SEWER TO BE ABANDONED C PLUG N�TE�CONTRACTOR TO PRESSURE GROUT EACH STORM SEWER SECTION TO BE ABANDONED. 2. DRAINAGE AREA CONTRIBUTING TO GRATE INLET IS NEGLIGIBLE. 3. REMOVE AND REPLACE EXISTING CONCRETE FLUME AT 929 E. POWELL 4. MANHOIE STEPS SHALL BE INS7ALLED FOR ANY INLET OVER 5 FOOT DEEP. S-SD19 5. REMOVE AND REPIACE EXISTING CONC. DRIVEWAY APPROACH AT 933 E. POWELI. 6. SAWCUT ALONG EXISTING CONC. DRIVEWAYS UNLESS OTHERWISE SPECIFIED. 7. ALL STORM DRAIN JOINTS SHA�L BE FULLY GROUTED THROUGH A_L CURVES UNLESS RADIAL PIPE IS USED. CAUTION!!! - � EXISTING GAS UNES AND � /ERHEAD ELECTRIC LINES IN AREA CONTACT UTILIN 48 HOURS PRIOR TO � BENCHMARKS BM DESCRIPTION 1 RAILROAD SPIKE SET �N THE SOUTH FACE OF A LIGHT POIE, t 37' WEST FROM CENTERLINE OF DRIVEWAY TO #929 E. DAVIS ST. AND f 17' NORTH FROM CENTERLINE OF E. DAVIS ST. N=6,947,259.56 E=2,332,267.45 ELEV.=618.68 2. RAllROAD SPIKE SET IN THE SOUTH FACE OF A LIGHT POIE, t 7' EAST FROM CENTERIINE OF MOST WESTERNLY DRIVEWAY TO #929 HARVEY ST. AND t 15' NORTH FROM CENTERLINE OF HARVEY ST. N=6,946,921.15 E=2,332,320.27 ELEV.=627,84 �.....� �1�j� OF �F,1 �l �'t'� •'••� ••� I /�/ � in ..................r::I � BRYAN C. JANN % �/�• .................v�i 86952 �c.� p,M� ''��,;;;,�,,��°� = ���.1�,� Freeee and Ni ola, I. Tezas Regielered Engineedng Frm F-2U4 CITY OF FORi WORTH, TEXAS DEPARTMENT OF ENGINEERING EAST HARVEY STORM DRAIN IMPROVEMENTS STORM DR,41N PLAN AND PROFILE 4+50 TO END 4055 INTERNATIONIL PlA2A, SUTE 200 FORT WORTH, TE%/5 76109-4085 �� r l817)-7J5-7300 DESIGNED� SUBMITTEO� REVIEWED� RECOMMENDEO� scwe FILE� SHEET DESIONEO NEM oa�wu BKB SD-Z DATE SD-220 8 OF 11 CiIECKED BCJ ,q�E 2010 4+50 5+00 5+50 6+00 6+50 7+00 7+50 8+00 i 635 630 625 620 615 610 605 -0+50 : - -LAT B 1 635 630 �XISTING GROI�ND � /�--� 625 ' 1 �f"tlYft i}fGL/ _ _ - .: - _, - _. i. 1 - -_ ' , ' 620 ; 13 LF_ 21" RCe--=. � 3�.48% � - � � 615 ,, .. � � ;- - � . _ - _ . Wr. . J ' , , 3 � o , . �_�_._ _ 1� W �,• m ; 6�� c) � � u� ' � a :- �o co a ► �, .. '_..._ ' � -. . �F J X ell _II � � N N � , - - � - CyJe M ;= O ' N . - �.� M N Z .� �_c0.. , �? � � � �� � v,J 605 0+00 0+50 EXISTING ARCH CULVERT 13'-0" 2 PROpOSED - _ � d a- d 36" RCP �—,� 4 d a i �� i'.t': .<?�_�:7�.t ' :�:�'L/�/ / i /�/ 1' � � ,� I � � / i I � / ��, e � ` '' i � I �,y � /'1 I; , � I /� 0 � '"'_. ----�-.�� 1 �-3" 6�-6�� 2�-0.� 9._0,� #4 � 18"C/C, (WITH STD HOOK END) EW, EF, TYP '� -n ` � � o �,.,,., - � � .1..._ d � 0 a a � . a �-3" MIN o a. COVER 1YP i io 0 d �� ' a. � . .�\��\/.� /. 1'-3'• I2._�., � NOTES: 1. FIELD VERIFY ALl EXISTING CONDITIONS, INCLUDING LOCATION AND DIMENSIONS OF ALL EXISTING ;:; CONSTRUCTION AND 'UTII.It`IES. NOTIFY ENGIt�EERS �F THERE IS A CONFLICT BETWEEN THE CbNTRACT DOCtlMENTS 'AND EXISTING CbNDIT�ONS BEFORE PROCEEDING WITH WpRK. �± 2. PROVIOE EXCAVATION SHORING TO PROTECT �AND SUPPORT , POUNDATION SOILS �1NDER EXISTING STRUCTURES. 3. THE STRUCTURE .IS DESIGNED FOR STABIIITY. IN THE FINAL CONDITION ONLY. RROV�DE ' TEMPORARY BF�ACING AND SHORING AS ' REQyIRED FOR , STABILITY DURING CONSTRUCTION. 4. CONCRETE SHALC HAVE A MINIMUM 28=DAY �OMPRESSIVE STRENGTH OF 3,000 PSI. 5. ALL REINFORCING SHAh.L BE IN ACCORDANCE� WITH'ASiM A 615; GRADE 60. n CONCR�TE COLCAR DETAIL � ��2�-��-�� 6,35 630 635 LAT B 2 ----- - -- ------- ----- -- � 630 - -T----- EXISTING GROUND 625 � I ! 625 ---- - - -- --------1QQYS-NSl �_ -� - - - - --i ---- 620 i 620 ----- ------- --- -- - - -- t-- -- APPROX. LOCATION 18 LF EXISTING 8" WL 21" RCP � 615 �FIELD VERI�Y) \� 23.48% � _ 615 N � m J l+1 .} d Z 610 ��r�.' N�m� -� - , 610 '_—__'__ _"___'—' _ "' ___"'_'___'_ __ � __��' __, ' � (D (O � V � � +� X=II:U {-�UN� O Q O f� `� O� O�N � a� r� "' c" Q z.- tn `D � 605 u~i z��� v~i o� cn � j 605 -�- -- - - - --- - - ---------- - -- - - _ _ -0+50 0+00 0+50 7'-0• (8) ADDITIONAL #4 BARS PLACED DIAGONALLY AT RCP JUNCTION \���\�.�\� �\�/ � UNDISTURBED SOIL � CONCRETE COLLAR SECTION � ��2,�_�'-0�� NEW CONCREfE BLOCKING � EXISTING ARCH CULVERT NEW 33" RCP 645 -- � - i � 640 --_ -�---- I _ 635 -- --- 630 i 625 __ --- 62� __ - _ 615 _ -0+50 645 --LAT A2 -, - , - -- - I ! - - ----- - - �I- - --- -- 640 APPROXIMATE �OCATION EXISTING GROJND � EXI3TING`8" NL (fIl LD VERIFY' 635 100YR iGL `! ! �� - __ � 630 ---- — - - j - ---- -29 Lf I 2i".RCPj- 625 ----- ---- --�-9.-56fi" - �. � �cnOO � , co � p 00 62� � � . � t0 (O _—. � _'.. � � . N_ " ,�i,� xel�_II +.••UN� p J e � � �J. (V Q�M�� aN��l'� --- G ? � � �-- �i ? .- �n ``-- ---615 0+00 0+50 NOTE: t. MANHOIE STEPS SHALL BE INSTALLED FOR ANY INLET GREATER THEN Sft. DEEP S-SD19. TRENCH WIDTH = HALF SECTION PIPE O.D. + 24" MIN. FOR ASPHALT TO PIPE O.D. + 48° MAX. PAVEMENTS AREAS � H.M.A.C. (MATCH EXISTING) ` SAW CUT EXIST. ( PAVEMENT TO STRAIGHT UNES � f � v ' .� � � . � '��- Z 12" MIN. ,I;, ), I.,I���.,i\\ < ,fYP. MIN. A .t::. � 1YP. - z ' ;'i:':;;�:f:;i;;;;;;;;,;,;;;;;':;ti:i:';':'.:"~,, � - 2:27 CONCRETE NOTE: � ��'::`;`..:,.:`:i:::;::?i'::;;::i;:?.y'.;'::'.:_;.; � BACKFILI REMOVE TOP 6" OF BASE � t» ,'� ATIVE BACKFILL MATERIAL TO BE �1ATERIAL WHERE DISTUR8E0 ;;,;; P�P� o.o. ':'i'.`� PLACEb BETWEEN THE TOP 6" ABOVE AND REPLACE WITH 2:27 "'"" PIPE � THE 80TTOM OF FLOWABLE FILL. CONCRETE BACKFILI C''`"`` ' = z ALL TRENCH BACKFILL SHA�I �_ � ' MEET I _. ;:.`� REQU REMENTS FOR ��s�v;;`"`?" GRADATION & COMPACTION AS SPECIFIED �N ITEM 402 OF THE STANDARD SPECIFICATIONS FOR NP� A TR H TION FOR CONSTRUC71oN, PUBLIC WORKS AND ASPFtALT PAVE� UT�&T .("URE PAVEMENT AREAS OF FORT WORTH, Tx. ' Nor-ro,sc� E oF t� � CItY OF FORT WORTH, 7E%AS �,��: ......, �P ► =y;•'� • �, DEPARTMENT OF ENGINEERING -*: ':.i ; *a........�.........��4 ��r � wvHEs ; STORM DRAIN IMPROVEMENTS AT i "� aas�s �: EAST HARVEY AVENUE �/ Fti�/QENS�•'��� ,����°� �•� • G,�p.�� LATERA� PROFILES AND DETAILS ���� y��E OF TF��_`I - � 1055 NTERNATIONAL PLAZh SUITE 200 ,�..� t*;' � S+�/ FORT WORTH, TEXAS 7810D-4895 T".w....„�...«....�t«% � f817I-735-7300 � BRYAN C. JM7N � 3�� .................. 66952 �� �D OESIGNED� SUBMITTED� ,,�1��;�; `'�o�• I �,��' REVIEWED� scKE RECOMMENDED� Freefe ond�Nicholl, Inc. DE416NEO UIB I � fllE� SHEET Texos Reyiaterod Enq(neering Frm F-21�� onnwN 8K8 y I I LP-1 I OATE g OF 10 CFiECKEO BCJ ��E 20/0 � � -� Z �� 0 10' 20' 30' 60' SCALE IN FEET � � F--- — — - ;� � � € � I � ! •�p �oi tt F \ � iEREV. YIATIERS \ � i )�17 dEAR RUN DH � �.r I I` �,VL`IINE. TR i605 -5:15 �� ��'� " _ ..;F. NU G2074491%i y ti; f ��r � �.ftiCi �E s� I a � ' � X _�- - X- --R- - _X- - � � � h� -�_.� �T� � - 1 � � �� �_ ��7 ij �8 � 9p �; �Ei i � - «., ,. t / nAU� •n��+iu' E GAViS 51 � � $a E' _I � / i ., i,., l6i0a-ousv � ` �i '. .##�, � �"�1,�� �i �v0. it5�y. F�' :84 _ 3 D T'T ( � I � `r �� _ �� � � � �4 -l$ �' h �' / __ ' � y :�� i /�SF— � : L�19 � 32.50' �� EFIE OECRnTE 9}Z E D Vi5 9T f"T �'1GRTH, T%7fi10 60a4 <—� � VOL 7804 . 119 � � . r.c.T. �`� - �r� � --_�---- LOT 8 � / HEftITACE COw RUCTION AN� D MENT CORP ' P OX 123651 Fi. W TH. T%. 76121-3§ 1 / �P NO. D2074514E$ / � ORT.C.T / / __ ` � LOT 7 IONIA HP.RRIS EST�iF CTA� 4234 NULEN PI. F�Y/�RTH, TX 761D7-1S12 vul G�00, PG OJfjV OftTC.T � I � i I re � ( / ���- �-' J I � �,� � � � �o��o j / lAAN�flJk1 h1AGlAS � f/ �C9,YN���207473 7 2 5 6 1 I �./� DP.iC'. / � � � � I __ � 3 � a� / .x � SF SF �or zi H S � i;� � v �0�^ lAANUEL AIAL'I!5 � . 8 V � 929 E F1AFiYEY A . �( � �r�'��'� _ ! WORTN, TX 7E10 -6501 � 0 f J �� acF. uo oao:�a: i2a 32. 0' V i� - ``j DRTi�7.� : i � � I � %X-_���- - - -�X=�.f �l ' ;'. � � P � I � � / -�� � , .-A, x � / LOT 22 j` � �[ }AANUEL NaCWS r I 'j19 E NARVEY E f� FT �41ORTH, Ta. 76} 4-6561 �:-��� �t;.CF. NO. G20 }02017 ;�y� � � D R T.0 ur� � � _ _ � �k �n g � � �I �oi z3 MANUEL Ef % M0.RCARRA CWS j 92 E. HAMEY AVE Fl. W TH, T%. 76I04 6561 L. 14431, PG. 2 2 I j �/ D.R.T.0 T. ` / — / � �� � LOT 24 DEREK EiUX iv�,W�DA GRIMES 928 CANARv DR SAGINAYI. T:( )6131 -8817 C C i ti0. �20?365888 I I ORTCT. ��� �GT 10 N� LOi il :tARENC D JACKSON 938 E HVEY AVE. WORiH, i . 76704-&56 VOL. 000 PG W00 DR.CT (� / � � � �'�`'' _ �� _ J� � LOT (ITY Oi' F'T. YORTH 1001; THROCKAIO TON 5T iT WifRTH, TX 76 02-6312 VL.. 11732. P 714 ORT.Ci • I S:' Si ` . _�. _ I�� I LOT JAjAES AND TR CUSHAW� I PO BOY 0655 ii � WORTM. T 76185-06 C C.F NO D20S286723 �n/ � TCT �_% — _ � � OT 7 CVR715 J nND k S7EADHq1d COLLINS �24 E FiAkVEY AVE. FT 1'/ORTH, TX 76104-6560 C.0 F NG 02U6118087 IDRTCT. � � � I I I ( � �' t �iil I ( LOT 20 CHAR`S tJ. VIIL.LIAMS E7� 9�:3 E POWEII AVE. FT W�IRTH, T%. 76704-623 Vt.. 0000, PG. 0000 D.R.T.0 T� OT 21 FREDriI K G DNEft 1827 F1A1A V EY DR. MOUSTON, 77 50-2014 VOl 00 P . 0000 D.R . . S S .,, _ �wu �r.n ul�r — 3 v.e. M� iun mo�.�as BONN 933 E. POWEL� AVE. FT. WO , TX 76104-6523 D.R T C.T / 9:' 9P � SJ ---�_==_� .. � - -Y-T - tl— �� i LOT 23 JAAI 5 E. EiUX JUV %. SEE 929 E. POWELL fT ORTM. TX. 76104 6523 VOL 73780, PG. 2 D.R.T.C.T_ ' L0T 24 CHUNCH Of THE LMNG GOD 2301 EYANS AVE. Ft. wORTH, 7X. �6t04-6555 VOL. 8405, PC 997 D.R.T C.i � � I I I I I LEGEND SILT FENCE SF INIET PROTECTION /P CONSTRUCTION ENTRANCE ��\\� .�,E oF rFky, � �i . 9J� �� i*� �•••••�*I 1L�.... h. � � � BRY�H C. JANN �� �I�'�v, 86952 v • �IY`��:/CENS;��� �D ,�I��;pN"i�� �j,� Freeee and Ni<hole, I�c. Teraa Reg�atered Engineering Flrm F-2144 CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING EAST HARVEY STORM DRAIN IMPROVEMENTS IEROSION CONTRO� I 4055 INTERNATIONN. PLAZA, SIATE 200 FORT WORTH, TE%AS 76)09-4895 �W r�� <E17>-735-7300 DESIGNED� SUBMiTTED� REVIEWED� RECOMMENDED� scwe FILE� SHEET oeslc�o LAIB ORAWN BKB PC'-, DATE 50-240 �0 Oi 10 CNECKEO BCJ ,�NE 2010