Loading...
HomeMy WebLinkAboutContract 42069- - - - - - - - - - - - - - ·. -.., r ~E. ETARV ' r ,er NO. l./ ~lP ~ 1111COPYFO SPECIFICATIONS AND CONTRACT DOCUMENTS ...... ~---CONTRAC TOR ~CONTRACTOR1 BONDING CO. ...l!_. Cl1Y SECRETARY ---QIYIMMGIDOfflCI M S&la-. 2007 CRITICAL CAPITAL PROJECT FOR ___ ........... RECONSTRUCTION OF PREMATURE FAILED STREI.U,1 RED BIRCH LN {from White Willow Dr. to Green Ash Dr.) SUGAR MAPLE DR (415 ft. of Sweet leaf Ct. to Sweet Birch Ct.) WATER OAK DR (Shortleaf Ln. to Caylor Rd) WHITE WILLOW DR (175 ft. W. of Red Birch Ln. to Silver Maple Dr.) SMOKETHORN DR (235 ft. E. of Red Birch Ln. to Yellow Birch Dr. PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS: BLUEWOOD DR from Coffetree Dr. to White Willow GREEN ASH DR. from Red Birch Ln. to White Willow Dr. MAPLEWOOD DR. from Coffetree Dr. to English Oak Dr. MAPLEWOOD DR. from Sugar Maple Dr. to Coffetree Dr. REDGUM DR. from Corkwood Dr. to E. cul-de-sac SILVER MAPLE DR. from Woodland Springs Dr. to Green Ash Dr. SWEET BIRCH CT. from Sugar Maple Dr. to N. cul-de-sac SWEET CHERRY CT. from Sugar Maple Dr. to N. cul-de-sac SWEET LEAF CT. from Sugar Maple Dr. to N. cul-de-sac WHITE WILLOW Dr. FROM Silver Maple Dr. to Green Ash Dr. YELLOW BIRCH DR. from Park Vista Blvd. to Smokethorn Dr. IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO: 01290 DOE NO: 6181 TPW PROJECT NO: C295-541200-202240129083 2011 MIKE MONCRIEF MAYOR T.M.IDGGINS INTERIM CITY MANAGER FFICIAL RECORD Cl Y SECRETARY : T. WORTH, TX DOUGLAS W. WIERSIG, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ANDY ANDERSON, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP 07 -29 -11 P03 : 13 IN - - - - - M&C Review Page 1 of 3 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTH ~ COUNCIL ACTION: Approved on 7/26/2011 DATE: 712612011 REFERENCE**C_25055 LOG 202007CCP _RECONSTRUCTION_PREMATURE NO.: NAME: FAILED STREETS PUBLIC CODE: C TYPE: CONSENT HEARING: NO SUBJECT: Rescind City Secretary Contract No. 39235 with McClendon Construction Company, Inc ., in the Amount of $738,930 .00 for 2007 Critical Capital Project for Total Reconstruction of Premature Failed Streets at Seven Locations and Authorize Execution of a Contract with Mcclendon Construction Company , Inc., in the Amount of $869 ,975 .00 for 2007 Critical Capital Project for Reconstruction of Premature Failed Streets at Sixteen Locations (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to rescind City Secretary Contract No . 39235 with McClendon Construction Company, Inc ., in the amount of $738 ,930 .00 for 2007 Critical Capital Project for total Reconstruction of Premature Failed Streets at seven locations ; and 2 . Authorize the City Manager to execute a contract with McClendon Construction Company , Inc., in the amount of $869,975 .00 for 154 calendar days for pavement improvements to the premature failed streets, at 16 locations on the 2007 Critical Capital Project. DISCUSSION: In July 2009 , Contract Number 39235 was awarded to provide for the repair of premature failed streets at seven locations. After the project was awarded , it was determined that there were still outstanding legal issues that had to be resolved before the contractor could be released to begin work. By the time the legal issues were resolved, too much time had elapsed and the contractor requested that they be released from the contract. Staff concurs and recommends rescinding Contract Number 39235 . A new contract for 16 locations has been developed including five of the streets that were in Contract Number 39235 . The five streets included in the new contract are now clear of any legal issues. Of the original seven in Contract Number 39235 , two still have legal issues pending. This project provides for the reconstruction and partial replacement of the following 16 premature failed streets ; Reconstruction: Red Birch Lane (from White Willow Drive to Green Ash Drive) Sugar Maple Drive 415 feet West of Sweet Leaf Court to Sweet Birch Court) Water Oak Drive 'Shortleaf Lane to Caylor Road) White Willow Drive 175 feet West of Red Birch Lane to Silver Maple Drive) Smokethorn Drive (235 feet East of Red Birch Lane to Yellow Birch Drive) http://apps.cfwnet.org/ counc il _packet/me_ rev iew .asp ?ID= 15 5 3 7 &councildate=7/2 6/2011 7/2 8/2011 - - - M&CReview Partial Replacement: !Blue wood Drive !Green Ash Drive !Maplewood Drive Maplewood Drive Redgum Drive jSilver Maple Drive !sweet Birch Court I (from Coffetree Drive to White Willow) I (from Red Birch Lane to White Willow Drive) !!{from Coffetree Drive to English Oak Drive) (from Sugar Maple Drive to Coffetree Drive) (from Corkwood Drive to East cul-de-sac) !!(from Woodland Springs Drive to Green Ash Drive) li(from Sugar Maple Drive to North cul-de-sac) Sweet Cherry Court (from Sugar Maple Drive to North cul-de-sac) Sweet Leaf Court (from Sugar Maple Drive to North cul-de-sac) jWhite Willow Drive ll(from Silver Maple Drive to Green Ash Drive) !Yellow Birch Drive !!(from Park Vista Boulevard to Smokethorn Drive) Page 2 of 3 On January 9, 2009 , (M&C G-15571) the City Council authorized the sale of$42,325 ,000 .00 in Certificates of Obligation (CO) for the purpose of funding part of the Critical Capital Needs Program . These CO's included funds for the improvements of premature failed streets. The City of Fort Worth (City) reserves the right to increase or decrease quantities of individual pay items within the contract , provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project was advertised for bid on April 28, 2011 and May 5 , 2011, in the Fort Worth Star- Telegram . On May 26 , 2011 , the following bids were received: Bidders Amount McClendon Construction Co., Inc. $ 869,975 .00 Conatser Construction , TX, LP . I $ 892.165.oo 1 Jet Underground Utilities , Inc. $924 ,510.00 JLB Contracting, LLC. $ 959 ,948.00 Stabile & Winn, Inc. $1 ,209 ,365 .50 Ed A. Wilson, Inc. $1,446,610.00 McClendon Construction Company, Inc., is in compliance with the City's M/WBE Ordinance by committing to 22 percent M/WBE participation . The City's goal on this project is 18 percent. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current Capital Budget, as appropriated, of the 2007 Critical Capital Projects Fund . TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: FROM Fund/Account/Centers C295 541200 202240129083 $869 ,975.00 Fernando Costa (6122) Douglas W . Wiersig (7801) http ://apps.cfwnet.org/ council _pack et/me_ revi e w .asp ?ID= 15 5 3 7 &councildate=7/26/2011 7/2 8/2011 M&C Review Page 3 of3 - Additional Information Contact: Kristian Sugrim (8902) ATIACHMENTS - - http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 15 53 7 &councildate=7/26/2011 7/28/2011 ~ ' • • <, CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM No. 1 FOR 2007 CRITICAL CAPITAL PROJECT RECONSTRUCTION OF PREMATURE FAILED STREETS & PARTIAL REPLACEMENT OF PREMATURE TAILED STREETS CITY PROJECT No. 01290 DOE No. 6181 The contract and documents for the subject project are hereby revised or amended to clarify the following: Pay Item No. 15 of the Proposal, page P-3, should read 1,100 C.Y. instead of 1,100 S.Y. Therefore, strikethrough the S.Y. and replace it with C.Y. Pay Item No. 15 -Flex Base (for Panel Replacement) on SP-26 of the Special Provisions should read: This item addresses subgrade that has irregularities, weak spots; ruts, and not meeting compaction requirements as determined by the Engineer. Contractor shall excavate these areas and replace with flexible base material "Flexible Base" (TXDOT, TYPE A, Grade 2). Application of flexible base material shall be in accordance with standard specification Item No. 208. Measurement is in cubic yards and shall cover actual area of material used. Payment is full compensation and covers the cost of labor, material, and equipment used in excavating and hauling off failed subgrade material and manipulating, spreading, and compaction of flexible base material. Use of material shall be determined in the field by the Engineer or his Representative. Please acknowledge receipt of this addendum by signing and inserting this into your proposal at the time of bidding. Failure to return a signed copy of this addendum shall be grounds of rendering the bid as nonresponsive. Receipt Acknowledges: By: ----------By: ...ni~~~~~~ Kristian Sugrim, Pr J rJr7TV ~nNJS 111.?:J O'v1~1'JVVJ~J Ob-ZIO--ft-d?JLCOZ : ~<J r:a --Z-o ; rf) L '11 ~ a (Y) -t :J --v, °I / OrVJ ;/2 Q_/ ;--1-C) a o / ""_ Q <>i /I_ {! b W/ 5: Q' 'J/ Y) d ";1/<J Cf f j r ~) J L609L x1 ·uosaµna 666 xoa ·o·d "QUI '"oO uot¥XUisuoo UO?WIOON ~ . ' r., .-· - (~ \ {' C- .. - City of Fort Worth Finance Department • Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 RECEIPT OF BID . .,.. .'7 .. J ' ,.-· ' '1 l fl ~!. / Compa~y ~;"hi e: -------------~~~,,.. ___ )~(~e~(~-----~--------------- ) ;;, Individual Delivering: ______________ x.A ___________________ _ Bid Title and Number: Employee Signature: ----------,l ~_J _____________________ _ ( } Time and Date Received:--------------------------------- White Copy -Customer Yellow Copy -Management ----· ~ ------------ SPECIFICATIONS AND CONTRACT DOCUMENTS FOR RECONSTRUCTION OF PREMATURE FAILED STREETS: RED BIRCH LN (from White Willow Dr. to Green Ash Dr.) SUGAR MAPLE DR (415 ft. of Sweet Leaf Ct. to Sweet Birch Ct.) WATER OAK DR (Shortleaf Ln. to Caylor Rd.) WHITE WILLOW DR (175 ft. W. of Red Birch Ln. to Silver Maple Dr.) SMOKETHORN DR (235 ft. E. of Red Birch Ln. to Yellow Birch Dr.) PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS: BLUEWOOD DR. from Coffetree Dr. to White Willow Dr. GREEN ASH Dr. from Red Birch Ln. to White Willow Dr. MAPLEWOOD DR. from Coffetree Dr. to English Oak Dr. MAPLEWOOD DR. from Sugar Maple Dr. to Coffetree Dr. REDGUM DR. from Corkwood Dr. to E . cul-de-sac SILVER MAPLE DR. from Woodland Springs Dr. to Green Ash Dr. SWEET BIRCH CT. from Sugar Maple Dr. to N. cul-de-sac SWEET CHERRY CT. from Sugar Maple Dr. to N. cul-de-sac SWEET LEAF CT. from Sugar Maple Dr. to N. cul-de-sac WHITE WILLOW DR. from Silver Maple Dr. to Green Ash Dr. YELLOW BIRCH DR. from Park Vista Blvd. to Smokethorn Dr. IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO: 01290 TPW PROJECT NO: C295-541200-202240129083 4-27-Z...ol/ TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DATE TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Minority and Women Business Enterprise Specifications 4. Proposal 5. Special Provisions 6. Prevailing Wage Rates 7. Vendor Compliance 8. Contractor Compliance with Worker's Compensation Law 9. Certificate oflnsurance 10. Equipment Schedule 11. Experience Record 12. Performance Bond 13. Payment Bond 14. Maintenance Bond 15. Contract 16. Notice of Construction Detail 17. Project Designation Sign Detail 18. Other Details 19. Street by Street Paving Quantity Determination Spreadsheet Sealed Proposals for the following: CITY OF FORT WORTH, TEXAS 2007 CRITICAL CAPITAL PROJECT CITY PROJECT NO: 01290 TPW PROJECT NO: C295-541200-202240129083 Submit package to the City of Fort Worth, Purchasing Division, lower level of the Municipal Building, 1000 Throckmorton St, Fort Worth, Texas 76102 , until 1:30 P.M., Thursday, May 26, 2011 , and then publicl y read aloud at 2:00 P.M., in the Council Chambers. Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102 . These documents contain additiona l information for prospective bidders. A pre-bid conference will be held at 9:00 A.M. Wednesday, May 11, 2011, in the Transportation and Public Works Conference Room , 2nd Floor, Municipal Building, RM 270 . The major work on the above-referenced project shall consist of the following : Paving Improvements: 8,500 S.Y. 8,500 S .Y. 1,500 C.Y. 20,800 L.F . 8,500 S.F . 6,550 S.Y. 6-inch Reinforced Concrete Geogrid Installation 8-inch Flex Base for Geogrid Silicone Joint Sealant Remove and Replace 6-inch Concrete Driveway Remove and Replace Failed Reinforced Concrete Panels Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. Bidders are encouraged to be prequalified to ensure that their bids are not rejected or cancellation of award of contract. For additional information , please contact Kristian Sugrim, Project Manager at (817) 392-8902 . T. M. HIGGINS INTERIM CITY MANAGER Advertising Dates : April 28, 2011 May 5, 2011 DOUGLAS WIERSIG , P .E., DIRECTOR TRANSPORTATION & PUBLIC WORKS d ' ri . Q_ ;_ By :~~~ Kristian Sugrim Project Manager PREQUALIFICATION REQUIREMENTS FOR PAVING CONTRACTORS 1. A current Financial Statement must be provided. The Transportation and Public Works Department requires that the original Financial Statement, or a certified copy be submitted for consideration . 2 . For those seeking first time qualification, references of related work (at least 5) must be provided . Each reference must include the following : a . Project Name and Location b . Type of project -Concrete Paving Construction or Reconstruction , Asphalt Paving Construction Reconstruction, or Asphalt Paving Heavy Maintenance . c. An indication of whether the Contractor served as the prime or as a subcontractor on each of the referenced projects d . Contractor's contact person and telephone number(s) e. Name of the city where work was performed along with contact name and telephone number of the assigned City Inspector f Amount of construction contract g . Type of paving performed and general description of work elements (asphalt , base construction, sub-base treatment, geo-grid fabric, concrete, reinforcing, thickness, jointing) h. Date of project -start date for construction and completion date 1. The above requirement for 5 project references may be waived if: The contractor can otherwise demonstrate that he/she has the construction experience to perform the type of work for which he/she is being considered , and The contractor provides sufficient evidence that he/she has the financial ability to both complete and warranty the work, and The contractor acknowledges that under this provision of the requirements for pre-qualification that the contractor will be limited to 10,000 square yards of concrete or asphalt pavement construction or $I , 000, 000 of pavement rehabilitation. The contractor acknowledges that the limitation on this type of work for the City of Fort Worth will remain in force until such time as the contractor demonstrates the capability to satisfactorily perform and complete the type of work covered by the restriction. 3 . Include in the submission an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking certification. The schedule must include the manufacturer, model and general common description of each piece of equipment . 4 . The following information must be provided regarding construction experience: a. Number of years the company has been in business as a General Contractor under the present business name b . Other names under which the company has operated including the full name of the company and where that company performed work c. An indication of the number of years of concrete/asphalt pavement construction experience as a general contractor and as a sub-contractor d . Experience of the principals of the company, including name, present position, years of experience, type of experience, licenses, and certifications . e. If the Contractor or any present partners or officers have ever failed to complete a contract, provide details about those contracts including name of the project, owner/engineer, contract price, contact person, and the surety that was inv olved . f. Provide details of any instances when the Contractor, any present partners or company officers have filed for bankruptcy or have been part of a company that has filed for bankruptcy . 5 . Any Contractor who becomes qualified under these provisions and remains in good standing with the City will only be required to submit a newly compiled or reviewed financial statement before each 2 year anniversary of initial qualification . Should a Contractor fail to submit the required information before any 2 year anniversary, he/she will be so advised and will be allowed 6 months to provide the required financial statement If a financial statement is then not provided within the specified 6 month period , the Contractor will be removed from the list of qualified Contractors and he/she will be required to provide all indicated information as would a new contractor before being considered further for qualification . December 9, 20 I 0 TYPES AND LEVELS OF QUALIFICATION CONCRETE PAVING CONSTRUCTION/RECONSTRUCTION Concrete Paving Construction/Reconstruction LESS THAN 10,000 square yards A Contractor may be deemed as pre-qualified to perform concrete paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level, the Contractor will only be considered qualified to perform concrete paving on projects that include less than 10,000 square yards. Concrete Paving Construction/Reconstruction 10,000 square yards and GREATER A Contractor may be deemed as pre-qualified to perform concrete paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level, the Contractor will not be limited on the size of project upon which he or she may bid. SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible 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 days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. 3. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid . Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 8902. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS - I - - 4. AW ARD OF CONTRACT: The contract , if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and /or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE 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 amount of the contract awarded . The successful bidder shall be required to furnish bonding as applicable 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 furnished 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 City . 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 City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt , full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition , the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City . Should any surety on the contract be determined unsatisfactory at any time by the City , notice will be given to SP EC IAL INSTRUCTIONS TO BIDDERS - 2 - the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections l 3A-21 through l 3A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: 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 SPECIAL INSTRUCTIONS TO BIDDERS - 3 - 9. 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 resol ve 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 Chapter 2258 , 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. I. (Wage rates are attached following the end this section.) FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of Transportation and Public Works Department for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required , is to be SP EC IAL INSTR UCTION S T O BIDDE RS - 4 - prepared by an independent Public Accountant holding a va lid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide , along with executed contract documents and appropriate bonds , proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250 ,000 property damage/$500 ,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto ", defined as autos owned , hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements , see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers , employees and servants shall be endorsed as an addition al insured on Contractor's insurance policies excepting employer'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, 1000 Throckmorton Street, Fort Worth, TX 7 6102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance 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, and/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 A.M. Best rating of A : VII or equivalent measure of financial strength and solvency. F. Deductible limits , or self-funded retention limits , on each policy must not exceed $10,000 .00 per occurrence unless otherwise approved by the City . G. Other than worker 's compensation insurance , in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing an y alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of SP EC IAL IN STRUCTIONS TO BIDD ERS -5 - recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery . K. In the course of the project, Contractor shall 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 could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non -resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. SPECIAL INSTRUCTIONS TO BIDDERS -6 - - - The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p . m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Transportation and Public Works Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name ofM/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor complies with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "O" or "no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail : a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. SPECIAL INSTRUCTIONS TO BIDDERS -7 - - • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M /WBE) on the contract and payment therefore. 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 M/WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the 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 false statements; further, any such misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less 5% retainage) from the city for each pay period. SPECIAL INSTRUCTIONS TO BIDDERS -8 - 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 the 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 resol ve the differences within 30 calendar days. 15. 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. 16 . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, 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 I-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, that day will be considered as a weather day and added onto the allowable weather days of a given month . WORKERS COMPENSATION INSURANCE COVERAGE : Contractors compliance with Workers Compensation shall be as follows: SPECIAL INSTRUC TIONS TO BIDDE RS -9 - - - - A. Definitions: Certificate 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 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 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 other service 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 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) for 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 City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City 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. SPECIAL INSTRUCTIONS TO BIDD ERS -JO - - E. 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 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 Workers' Compensation Commission , informing all persons providing services on the project that they are required to be covered, and stating how a person may v erify 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: (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 each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity 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 writing by certified mail or personal delivery , within ten 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 SPE C IAL INSTRU CTIONS TO BIDDERS • 11 - - (7) 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. 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 workers' 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 of misleading information may subject the contractor to administrative penalties , criminal penalties, 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 which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "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 Workers' Compensation Act or other Texas Workers' Compensation 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 WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' 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." "Call the Texas Workers' Compensation Commission at (512) 440-3789 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." 17 . AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall , in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate SP EC IAL fN STRUCTION S TO BIDD ERS -12 - against any 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 acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities 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 or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -13 - TRANSPORTATION AND Puauc WORKS BUSINESS SUPPORT DMSJON W/MBE REQUIRED DOCUMENTATION RECEIPT Official Date and Time i : rj -3 1 -1 1 /' 1 1: : 0 5 R C V D Bid Date: -:(}1a1/ d0 2.0 /I ProjectName: QOQ2 (!C(7 ~~ Project Manager:---------------- Forms Submitted By Name: -D~JJ)L ____ m .............. ~_<%~ ........ ~-~ ......... ________ _ Company:_@....__· _(! __ ~---------~-------- /J Forms Received By; Name: _-J.fit___._..._~~------........ fit ....... 1_0t ______ / ___ _ ATIACHMENT 1A Page 1 of 4 FORT WORTH ---.....----City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime McClendon Construction Co, Inc 1 M/W/DBE l Al PROJECT NAME: NON-M/W/DBE 2007 CCP Premature Failed Streets Bl~DATB May 6, 2 11 City's M/WBE Project Goal: I Prime's M/WBE Project Utilization: PROJECT NUMBER 18 % 22.3 % Proj 01290 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, 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 Offeror agrees to enter into a formal agreement with the M/WBE firm(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 disqualification 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 the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 151 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 Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aareement. Rev. 5/30/03 I fORTWORTH --...,.-- ATTACHMENT 1A Page 2 of 4 Primes are requi red to identify ruJ: subcontractors/suppliers , regardless of status ; i.e., Mi nori ty , Women and no n-M/WBEs. Please list M/WBE fi rms first, use additional sheets if necessary . Certification N (check one ) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A H J G Truck ing , Inc Topsoil 70 1 Dena ir St Fle xi ble Base Ft Worth , TX 761 11 1 X X Crushed Rock $69 ,510 .00 817/834-7181 Bo rrow 817 /834-8240 Cush ion Sand Green Scaping 2401 Handley-Ederville Rd Seeding and $4 ,050 .00 Ft Worth , TX 76118 1 X X X Sodding 817/577-9299 817/577-9331 Rubio T rucking 9000 Co Rd 5 13 Hauloff $65 ,929 .00 Alva rado , TX 76009 1 X X Trucking 817/829-3711 No Fax Ricochet Fue l D istributors 1201 Royal Pkwy Fuel $14 ,850 .00 Euless , TX 76040 1 X X 817/268-5910 Fax 817/282 -7497 SAR T ransportation Rock , Sand and 110 1 Jarvis Rd Ha u ling (2nd t ier $40 ,095 .00 Sagi naw, TX 761 79 2 X X t hru 817 /232-2599 Southern Star Concrete) Re v . 5/30/03 r FoRTWORTH -....,...,-- ATIACHMENT 1A Page 2 of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority , Women and non-M/WBEs. Please list M/WBE finns first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount T D w Telephone/Fax r B B R 0 B E E C T E A Southern Star Concrete 8505 Freeport Pkwy Ready-Mix $223,836 .00 Irving, TX 75063 1 X Concrete 972/621-0999 Southwest Const Services 11430 Newkirk St Silicone $11 ,024 .00 Dallas , TX 75229 1 X Joint Seal 214/879-9948 Fax 214/545-5402 Barnsco, Inc 2609 Willowbrook Rebar Supplier $31,262 .00 Dallas, TX 75220 1 X 214/352-9091 Fax 214/379-0341 Rev. 5/30/03 ' FORT WORTH -...,--- Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATIACHMENT 1A Page 4 of 4 $194,434.00 $266, 122.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $460,556.00 The Contractor will not make additions , deletions , or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form , the Offeror further agrees to provide, directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid . The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners , principals, officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concern ing false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Dan McClendon Printed Signature President Title Contact Name/Title (if different) McClendon Construction Co, Inc 817/295-0066 Company Name Telephone and/or Fax PO Box999 dan@mcclendonconstruction .com Address E-mail Address Burleson, TX 76097 May 31, 2011 City/State/Zi p Date Rev. 5/30/03 PROPOSAL TO: CITY OF FORT WORTH PURCHASING DMSION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 FOR: 2007 CRITICAL CAPITAL PROJECT A. RECONSTRUCTION OF PREMATURE FAILED STREETS: RED BffiCH LN (from White Willow Dr to Green Ash Dr) SUGAR MAPLE DR (from 415 Ft. west of Sweet Leaf Ct to Sweet Birch Ct) WATER OAK DR (from Sbortleaf Ln to W Caylor Rd) WIDTE WILLOW DR (from 175 Ft. west of Red Birch LN to Silver Maple Dr) SMOKETHORN DR (235 ft. E. of Red Birch Ln. to Yellow Birch Dr. B. PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS: ATV ARIOUS LOCATIONS WITIDN WOODLAND SPRINGS SUBDIVISION CITY PROJECT NO. 01290 DOE NO. 6181 TPW PROJECT NO. C295-541200-202240129083 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly 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 of the Transportation and Public Works Department of the City of Fort Worth . Total quantities given in the bid proposal may not reflect actual quantities ; however, they are given for the purpose of bidding upon and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award . The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council , the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for P -1 performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. DE SCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRIITEN IN WORDS PRICE AMOUNT BID S.P. 1 2EA. Project Designation Sign@ Two Hundred Dollars & No Cents Per Ea . $ 200 .00 $ 400 .00 S.P. 2 LUMPSUM Utility Adjustment @ Twelve Thousand Dollars & No Cents Per LS. $ 12,000.00 $ 12,000 .00 S.P. 3 8,500 S.Y. Remove Existing 5-incb to 6-inch 104 Reinforced Concrete Pavement @ _Eight Dollars & no Cents Per S.Y . $ 8.00 $ _ 68 ,000.00_ ---- S.P. 4 8,500 S.Y. Geogrid (Tensar TriAx TXl 40-475) Three Dollars & no Cents Per S.Y . $ 3 .00 $ _25 ,500 .00 _ ---- S.P. 5 1,500 C.Y. Flex Base -For Geogrid 208 (TXDOT, TYPE A, Grade 2) __ Thirty Seven Dollars & no Cents Per C.Y. $ 37 .00 $ _55 ,500 .00 _ --- S.P . 6 8,500 S.Y. 6-inch Reinforced Concrete 314 Pavement @ 306 __ Twenty eigbt __ Dollars $ 28 .00 $ _238,000.00_ & no Cents Per S.Y. -- S.P . 7 4,250 L.F. 7-inch Integral Concrete Curb @ 502 Five Dollars & _fifty __ Cents Per L.F. $ 5.50 $ _23 ,375 .00_ --- S.P. 8 6,550 S.Y . Remove and Replace Failed Reinforced 104 Concrete Panels @ 314 _Twenty eight __ Dollars 360 & __ fifty __ Cents per S.Y. $ 28 .50 $ _186,675 .00_ P-2 SPEC ITEM S.P. 104 502 S .P. 104 450 S .P . 104 504 S.P. 104 504 S .P . 104 504 S .P . 314 S .P . 208 PAY APPROX. ITEM QUANTITY 9 2,000 L.F. IO 1 EA. 11 8,500 S.F . 12 950 S .F. 13 600 S.F. 14 20,800 L.F . 15 1,100 C .Y. DESCRIPTION OF ITEMS WITH UNIT TOTAL BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID Remove and Replace 7-inch Concrete Curb @ Six Dollars -- & __ no __ Cents per L.F. $ 6.00 $ _12 ,000.00_ Remove and Rep lace 10-ft Storm Drain Inlet Top @ Two thousand eight hundred fifty Dollars $ _ 2 ,850.00_ $ _2 ,850.00 _ & __ no __ Cents per EA. Remove and Replace 6-inch Concrete Driveway @ Six Dollars & _fifty __ Cents per S.F. $ 6 .50 $ _55 ,250.00 _ Remove and Replace 4-inch Concrete Sidewalk @ Five Dollars & _fifty __ Cents per S .F. $ 5.50 $ _5,225.00_ Remove and Replace 4 -inch Concrete ADA Wheelchair Ramp with Dome- Tiles @ __ Eight __ Dollars $ 8 .00 $ _4,800.00_ & __ no __ Cents per S .F . Silicon Joint Sealant for Concrete Pavement @ No Dollars &_fifty Cents Per L.F. $ 0.50 $ 10 ,400.00_ Flex Base (For Panel Replacement) @ __ Twenty one Dollars & __ fifty __ Cents Per C.Y. $ 21.50 $ _23 ,650.00_ P-3 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S .P . 16 2,150 C.Y Unclassified Street Excavation @ 106 __ Thirty one Dollars $ $ _66,650.00_ 31.00 & no Cents Per C . Y. S.P. 17 160 C.Y. Concrete for Replaced Panels 312 Sub Base as Needed @ 360 Seventy one Dollars & fifty Cents Per C .Y. $_71.50 -$_ 11 ,440.00_ S.P . 18 500 L.F. 6-lnch Perforated Sub Drain Pipe @ 500 Eight Dollars & no Cents Per L.F. $_8.00_ $_4,000.00 S.P 19 950 C .Y. Utility Trench Repair@ 114 _Eighteen Dollars & no Cents Per C.Y. $_ 18 .00 $_17,100.00_ S.P. 20 950 C.Y. Borrow -Unclassified Fill for Trench Repair@ $ 14.00 $ 13,300.00_ Fourteen Dollars & no Cents Per C.Y. S.P 21 550 C.Y. Top Soil @ 116 Fifteen Dollars &_fifty Cents Per C. Y. $_ 15.50 $_8,525.00_ S.P. 22 18 Ea. Manhole -Adjustment @ 450 Three Hundred Fifty Dollars $ $ 5,600.00 350.00 & No Cents Per Ea. S.P. 23 3 Ea. Water Valve Adjustment @ 450 Two Hundred Fifty Dollars $ $ 250.00 750.00 & No Cents Per Ea. S.P. 24 61 Ea. Water Meter Adjustment @ 450 Thirty Five Dollars $ 35.00 $ 2,135.00 & No Cents Per Ea. P-4 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P . 25 1,350 S.Y . Grass Sod Replacement @ Three Dollars & no Cents Per S.Y . $ 3.00 $ _4 ,050.00_ S.P . 26 110 Ea. Painting Curb House Addresses @ Ten Dollars $ 10.00 $ 1,100.00_ & no Cents Per Ea. S.P. 27 44Ea. Remove/Replace Mailbox(es)@ _ Two hundred fifty __ Dollars & no Cents Per Ea. $ _250.00_ $ _11 ,000.00_ TOTAL BID $_869,975.00_ P-5 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales , Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House BilJ l l , enacted August 15 , 1991. The Contractor shall comply with City Ordinance 7278 , as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices . The undersigned agrees to complete all work covered by these contract documents within One Hundred Fifty Four (154) Calendar Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within Fourteen (14) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached check in the sum of ______ 5% Bidder's Bond _______________ _ ___________________ Dollars ($ is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth , as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within fourteen (14) calendar days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within fourteen (14) calendar days, a $200 dollars liquidated damage will be assessed per Block per day . I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials)~ Addendum No. 2 (Initials) __ Addendum No. 3 (Initials) __ (Seal) Date: 05/26/2011 P-6 Respectfully submitted, __ McClendon Construction Company, Inc __ __Dan McClendon , President ___ _ Printed Name of Principal Address: __ PO Box 999 , Burleson, TX 76097_ E-mail Address:_ dan @mcclendonconstruction .com _ Telephone: 817 /295-0066 ____ _ SPECIAL PROVISIONS FOR: 2007 CRITICAL CAPITAL PROJECT RECONSTRUCTION OF PREMATURE FAILED STREETS: RED BIRCH LN (from White Willow Dr to Green Ash Dr) SUGAR MAPLE DR (from 415 Ft. west of Sweet Leaf Ct to Sweet Birch Ct) WATER OAK DR (from Shortleaf Lo to W Caylor Rd) WIDTE WILLOW DR (from 175 Ft. west of Red Birch LN to Silver Maple Dr) SMOKETHORN DR (235 ft. E. of Red Birch Lo. to Yellow Birch Dr.) PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS: ATV ARIOUS LOCATIONS WITHIN WOODLAND SPRINGS SUBDIVISION CITY PROJECT NO: 01290 DOE NO: 6181 TPW PROJECT NO: C295-541200-202240129083 1. SCOPE OF WORK: The work covered by these specifications, includes the removal of existing concrete pavement, and the reconstruction of six ( 6) inches reinforced concrete pavement over geo-grid (Tensar Tri Ax TX 140-4 7 5) and eight (8) inches of well graded flex-base (TXDOT, TYPE A , Grade 2) for the abo ve streets , as shown in the plans and or as directed by the Construction Engineer. The work also consists of the removal and replacement of failed concrete panels, failed joint material and replacing with new joint material and new silicone joint sealant as directed by the Construction Engineer; also , consisting of all other miscellaneous items of construction to be performed , as outlined in the details and specifications which are necessary to satisfactorily complete the work . The Contractor shall mobilize within fourteen (14) calendar day s of the notice given by the Construction Engineer for any locations. If the contractor fails to begin the work within fourteen (14) calendar days , a $200 dollars liquidated damage will be assessed per block per day . 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. The contractor shall verify these locations with the Construction Engineer. SP-1 At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus(±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding upon and awarding the contract. 1. AW ARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 2. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require the contractor who is the apparent low bidder(s) for a project to submit such information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part I, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection . At that time a final inspection will be scheduled. If in the opinion of the inspector the project has not been made ready, the final inspection will be cancelled and time will continue to be counted. A five working day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within fourteen (14) calendar days after receiving it. If the Contractor fails to complete the work within fourteen (14) calendar days, the counting of the number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8 .6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth , Texas. SP-2 4. 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: A. A letter will be mailed to the contractor by certified mail; return receipt requested demanding that, within 14 calendar days from the date that the letter is 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 Jetter , the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. B. The Construction Engineer and the Director of the Transportation and Public Works 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. C. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will be distributed by the Construction Engineer. D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Construction Engineer will, if necessary, forward updated notices to the interested individuals. E. 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 . 5. 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. 6. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: City of Fort Worth -STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION; City of Fort Worth I Transportation & Public Works Department -PAVEMENT DESIGN STANDARD MANUAL; and STANDARD SPECIFICATIONS FOR PUBLIC WORKS SP-3 CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the Office of the Transportation and Public Works Department, 1000 Throckmorton Street, 2nd floor of the Municipal Building, Fort Worth, Texas 76102 . The specifications applicable to each pay item are indicated in the call-out for the pay item in the Proposal. If not shown, then applicable published specifications, in any of these documents, may be followed at the discretion of the Contractor. 7. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segments or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 8. 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 the date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements . 9. TRAFFIC CONTROL: 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 Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer @817-392-8712 at least 14 calendar days prior to the preconstruction conference . Although work will not begin until the traffic control panel has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to 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, Signs and Markings Division (phone number 817-392-773 8), 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 re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. SP-4 The Contractor shall limit hi s work within one continuous lane of traffic at a time to minimi ze interruption to the flow of traffic upon the approval of the City Engineer . Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic periods (7 A.M. to 9 A.M . and to 4 P.M . to 6 P.M.)"; or, as determined by the City Traffic Engineer and in accordance w ith the applicable provision of the "City of Fort Worth Traffic Control Handbook for Con struction and Maintenance Work Areas." See "Street By Street Quantity Determination Spread Sheet", in the back of this document, for designated locations. The contractor will be responsible for coordination, of proposed con struction activities , with public or pri vate school administration . The proposed construction acti v ities shall accommodate school operating schedules , includin g school bus/parent drop off and pick up periods. The contractor shall provide proper traffic and pedestrian control to ensure safety at all times . Construction areas shall be properl y barricaded/fenced to prevent public entry. 10. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any street in this contract, the contractor shall , prepare and de liver a notice/flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice/flyer shall be posted three (3) calendar days prior to beginning construction activity along each street. The flyer shall be prepared on the Contractor 's letterhead and shall include the following : o Project name/Contract name o Project number o Expected dates of construction o Contractors and project inspector's contact information A sample notice/flyer is included in the contract documents . The Electronic version of the notice/flyer can be obtained from the Office of the Transportation and Public Works Department (817) 392-2729 It w ill be the contractor 's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than five (5) calendar day s after construction begins. The flyer should also include the anticipated date of when the work will begin again . It will be the contractor 's responsibility to re-distribute a three (3) calendar da y notification/flyer prior to beginning the construction activity . In addition, all copies of the notice/flyer shall be delivered to the City inspector for his re v iew prior to distribution. The contractor will not be allowed to begin construction on any street until the fl yer is delivered to all residents of the street. All work involved with the notice /flyer shall be considered subsidiary to the contract price and no additional compensation shall be made . SP-5 11. PAYMENT: Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 15 1 \ and the 30th day of each month. Checks (less 5% retainage) will be sent to the contractor within the two (2) week window following each payment period . Payment of the retainage will be made with the final payment upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 12. 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 Engineer and if, by him , found correct shall be approved and referred 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 Engineers 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 and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 13. 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 to the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 1 ". 14. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Transportation and Public Works Department, 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) and a flood plain permit issued. 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, SP-6 including any necessary engineering studies , shall be at Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site , upon notification by the Director of the Transportation and Public Works Department, 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. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer . 15. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 16. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 17. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, special coordination with schools (see Item No. 9 Traffic Control for details), including project clean up , and allow the contractor to complete the work in the allotted time. Contractor will not move on to the job site nor will work begin until said schedule has been received and approval secured from the Construction Engineer . However, contract time will start even if the project schedule has not been turned in. Contract start date would be outlined in the pre-construction work order notice. Project schedule will be updated and resubmitted at the end of every estimating period . All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 18. SAFETY RESTRICTIONS -WORK NEAR IDGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (I) 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 OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (2) 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. (3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TXU Electric Delivery) which will erect temporary mechanical barriers, de- SP-7 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 TXU Electric Delivery and shall record action taken in each case. ( 4) The Contractor is required to make arrangements with the TXU Electric Delivery for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). 19. RIGHT TO AUDIT: Contractor agrees that City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that 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 . City shall give the Contractor reasonable advance notice of intended audits. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents , papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City . City agrees to reimburse Contractor and /or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. 20. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: 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 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 th e negligen ce or alleged negligence of City, its officers , servants , or employees . Contractor likewise covenants 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. SP-8 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. 21. 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 substitutes is procured by the Contractor. 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. 22. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor, at his own expense. 23. 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. 24. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained written permission from the property Owner. A copy of the written permit shall be provided to the assigned inspector prior to utilization of the property. SP-9 25. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. 26. 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 ". 27. CONSTRUCTION: The City of Fort Worth maintains a "CONFJNED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes , regardless of depth, are defined, as "permit required confined spaces". Contractors will be required to complete the "CONFJNED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e .g. vacuum testing, cleaning , tele vising , construction, etc .). 28. 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 asphalt 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 in situ 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. SP-10 NON-PAY ITEM NO: 1 -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Du st Control" shall apply . However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO: 2 -PROTECTION OF TREES, PLANTS, SOIL, ETC.: All property along and adjacent to the Contractor's operations including lawns , yards , irrigation systems, 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. By ordinance, the contractor must obtain 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 at (817) 871-573 8 . 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 commercial pruning paint. This is the only instance when pruning paint is recommended . NON-PAY ITEM NO: 3 -PROJECT CLEAN-UP: During the construction of this project, all parkways that are excavated shall be shaped , including bar ditches, and backfilled at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Engineer. 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 subsidiary 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 kind off of the roadway and residents ' property If it has been determined that the jobsite has not been kept in an orderly condition, the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25 %. SP-11 The Contractor shall make a final cleanup of each street as soon as the paving and curb and gutter has been constructed. No more than Seven (7) calendar days shall elapse after completion of construction before the roadway and right-of-way is cleaned and restored . Failure to do so will be cause to stop the contractor from starting work on other streets . Project time will not be suspended and a $200 charge per day will be made as liquidation damages. The Contractor shall make a final cleanup of all parts streets before acceptance of the project is made. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. NON-PAY ITEM NO: 4 -STORM DRAIN INLET PROTECTION: All storm drain inlets shall be protected during the construction, and shall use inlet protection for sediment control, in accordance with the Standard Specifications for Public Works Construction-North Central Texas. 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. NON-PAY ITEM NO: 5 -AGREEMENT OF QUANTITIES The streets will be measured and all quantities per street will be documented , a copy of the measured quantities will be provided to the contractor. If the Contractor in agreement of the measured quantities, then the Contractor is required to sign it and return it with in fourteen (14) calendar days . If the Contractor is not in agreement, then the Contractor is required to, within seven (7) calendar days, arrange a field trip with the assigned inspector to show proof of the difference. SP-12 NON-PAY ITEM NO: 6-EXISTING UTILITIES/FACILITIES: It shall be the contractor's responsibility to notify the utility companies that he has commenced work on the project. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one. The following are utility contact persons: Company SBC -Telephone TXU Electric Delivery: Downtown Other than Downtown ATMOS Energy (Gas) CFW -Street Light CFW -Light Signal CFW -Pavement Marking CFW -Storm Drain CFW-Water CFW-Sewer Telephone Number 817-338-6202 214-384-3732 Cell 817-215-6424 817-215-6688 911 817-215-4366 817) 215-4366 (for info only) 469-261-2314 Cell (for info only) 817-392-7738 817-392-2538 817-392-81 OJ 817-392-7343 817-212-2699 817-925-2360 Cell 817-212-2699 817-944-8399 Cell SP-13 Contact Person Mr. Gary Tillory Mr. Scott King Mr. Robert Martinez Emergency Dispatch Mr. John Crane Mr. James Turner Mr. Frank Brock Mr. Marion Goodspeed Mr. Johnny Jasper Mr. Roger Hauser Mr. Rick Davis PAY ITEM NO: 1 -Project Designation Sign: The contractor shall construct and install two (2) Project Designation Signs 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 indi v idual 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 % inch 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. The work, which includes the painting of the signs , installing and removing the signs , furnishing the materials , supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid , per each, will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 2 -Utility Adjustment: 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 arbitrary 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's 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 adju sted 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 (I 0%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . SP-14 PAY ITEM NO: 3 -Remove Existing 5-inch to 6-inch Reinforced Concrete Pavement: This item shall include th e removal of existing 5-inch to 6-inch reinforced concrete pav ement and curb, with same day haul-off of the removed material to a suitable dumpsite that is approved by the Engineer. For specifications governing this item , see City Standard Specifications Item No. 104 "Removing Old Concrete". The unit price bid , per square yard, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 4-Geogrid, Tensar TriAX TX140-475: Geogrid for Base/Embankment Reinforcement 1. Description: Furnish and place geogrid in accordance with the lines and grades shown on the plans or as directed. Two grades of geogrid, Types I and II, are specified for different design conditions. 2. Materials: Geogrid, a synthetic planar structure formed by a regular network of integrally connected polymeric tensile elements with triangular apertures designed to interlock with the surrounding fill material. Geogrid is used for the reinforcement of roadway base or embankment materials. Furnish geogrid that meets the requirements of Table 1. Use the type shown on the plans or designated . Use roll widths and lengths shown on the plans or as approved. Deliver each roll of geogrid in suitable packaging to protect it from environmental degradation; each roll will be one continuous piece without discontinuities in the ribs. The Engineer will obtain at least one (1) sample of the geogrid per project for testing, as needed, to verify compliance with Table 1. G Property Aperture shape Aperture size (in) Rib thickness (mil) Rib Shape Flexural Rigidity (mg-cm) Min Radial Stiffness @ 0.5% strain (lb/f)3 Junction Strength (Efficiency)(%) Ultraviolet Stability(%) eoe:n equaremen s Table 1 'dR t TEST METHOD ID Calipered ASTMD1777 Observation ASTMD1388 ASTM D6637 GRI-GG2-87 ASTM D4355 Type I Type II Triangular Triangular 1.6 1 typical 1.6 1 typical 50 typical 60 typical Rectangular Rectangular 250,000 2 750,000 2 15,430 3 20 ,580 3 93 min.4 93 min. 4 100 100 1. Triangular aperture geogrid nominal aperture size measured perpendicularly from the center of the "base" ( of a transverse rib) to center of the opposite node to characterize height of an equilateral triangle. 2. Flexural rigidity is measured in any rib direction. SP-15 3 . Radial Stiffness is determined from tensile stiffness measured in any in-plane axis from testing in accordance with ASTM D6637-0l. 4. Junction strength (efficiency) for triangular aperture geogrid is measured in accordance with GRl- 002-87 and GRI-GG 1-87 and expressed as a percentage of ultimate rib tensile strength. The material indices listed above are descriptive characteristics only and do not correlate to a performance-related parameter. Geogrid materials that meet the material index requirements of other Special Specifications, Special Provisions and/or Departmental Material Specifications (DMS) must meet all requirements specified herein . 3. Identification: Identify each roll with a tag or label securely affixed to the outside of the roll on one end. List the following information on the label : • unique roll number, serially designated ; • lot number or control number; • name of producer; • style or catalog designation of product; and • roll width and length. 4. Construction: Prepare the subgrade as indicated on the plans or as directed. Set string lines for alignment, if directed. Install geogrid in accordance with the lines and grades as shown on the plans or as directed . Place base material in lift thicknesses and compact as shown on the plans or as directed. Do not operate tracked construction equipment on the geogrid without a minimum fill cover of six (6) inches . Rubber tire construction equipment may operate directly on the geogrid at speeds less than five (5) mph if the underlying material supports the loads. Where excessive substructure deformation is apparent, correct the grid placement operations as recommended by the manufacturer or as directed. A. Placement: Orient the geogrid length as unrolled parallel to the direction of roadway. Overlap geogrid sections as shown on the plans or as directed . Use plastic ties at overlap joints or as directed. Placement of geogrid around comers may require cutting and diagonal lapping . Pin geogrid at the beginning of the backfill section as directed. Keep geogrid taut at the beginning of the backfilling section but not restrained from stretching or flattening. 1. Longitudinal Joints: Overlap longitudinal joints by a minimum of 1 ft. Space longitudinal ties 10 ft. to 15 ft . or as directed. 2. Transverse Joints: Overlap transverse joints by a minimum of 1 ft. Space transverse ties 4 ft. to 5 ft. or as directed. B. Damage Repair: As directed, remove and replace contractor damaged or excessively deformed areas without additional compensation . Lap repair areas a minimum of 3 ft. in all directions. Tie each side of repair grid in at least three (3) locations but do not exceed normal construction spacing; tie spacing for odd shapes will be as directed. Repair excessively deformed materials underlying the grid as directed. 5. Measurement: Geo grid will be measured by the square yard of roadway placement as shown in the plans with no allowance for overlapping at transverse and longitudinal joints. 6. Payment: The work performed and materials furnished in accordance with this Item, as measured, will be paid for at the unit price bid for "Geogrid for Base/Embankment Reinforcement" of the type specified. SP-16 The unit price bid shall be full compensation for furnishing, preparing, hauling, and placing materials including labor, materials, freight, tools , equipment, and incidentals necessary to complete the work. PAY ITEM NO: 5 ~ 8-inch Flex Base for Geogrid: This item addresses failed subgrade that has irregularities , weak spots , ruts, and not meeting compaction requirements. Contractor shall replace the top 8-inches of subgrade with well graded flexible base material (TXDOT, TYPE A, Grade 2). Application of flexible base material shall be in accordance with standard specification Item No. 208 , "Flexible Base". Measurement is in cubic yards and shall cover actual area and depth of 8-inches of material used. Payment is full compensation and covers the cost of labor, material, and equipment used in excavating and hauling off failed subgrade material and manipulating, spreading, and compaction of flexible base material. Use of material shall be determined in the field by the Engineer or his Representative. PAY ITEM NO: 6 ~ 6-inch Reinforced Concrete Pavement: For specifications governing this pay item, see City Standard City Specifications, Item No. 314 "Concrete Pavement", City of Fort Worth, Transportation & Public Works Department-Pavement Design Standard Manual shall apply. The contractor shall use six (6) sack concrete mixes for all hand placements in the intersections. Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy will apply: When the crack is minor and due to shrinkage (cosmetic), then no further treatment will be needed. If the crack is due to distress (structure), then the failed pavement must be removed and replaced a minimum of five (5) feet. In no case should the remaining portion of the panel be less than 5 feet wide; if so, then the entire panel shall be replaced. Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent spalling of the pavement. All concrete pavement not placed by hand, shall be placed using a fully automated paving machine as approved by the Construction Engineer. Automated paving machine width shall not exceed 18-inches from back of curb to mitigate damage to existing utilities, trees , shrubs, mailboxes , water meter boxes and etc. Screeds will not be allowed except if approved by the Construction Engineer. The unit price bid, per square yard, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. SP-17 PAY ITEM NO: 7 -7-inch Integral Concrete Curb: Standard specification Item No .502, "Concrete Curb and Gutter", shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited no more than thirty (30) minutes after the concrete in the slab is placed. The Contractor shall backfill behind the curb within seven (7) calendar days , if the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb , required backfilling shall be at finishing grade; top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb . Cost of back filling and grading behind curb shall be included in this pay item. Existing improvements within the parkway such as water meters, sprinkler system, etc ., if damaged during construction , shall be replaced with same or better at no cost to the City. Required backfilling and finishing grade behind the curb shall be completed in order for the curb to be accepted and measured as completed The unit price bid, per linear foot , will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work . PAY ITEM NO: 8 -Remove and Replace Failed Reinforced Concrete Panels: This item shall include the removal and replacement of all failed reinforced concrete pavement and replacing with a minimum of 6-inches as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dumps ite in a manner satisfactory to the Construction Engineer. For specifications governing this item , see the Standard City Specifications , Item No . 104 "Removing Old Concrete", and Item No. 314 "Concrete Pavement". In addition, this item includes removing failed joint material and replacing with new joint material and new silicone joint sealant. Joint material and silicone joint sealant shall be in accordance with the enclosed technical specification "Silicone Joint Sealing for Concrete Pavement" and joint details. For situations where extensive slab replacement is next to existing deteriorated or damaged curb, the contractor shall replace both slab and curb . The Engineer shall determine the locations of curb replacements. Payment for slab replacement shall be addressed under this pay item, and the curb replacement shall be paid under PAY ITEM No. 9 -Remove and Replace 7-inch Concrete Curb. Contractor must remove existing failed pavement in a manner that the subgrade is not disturbed. Contractor must re-compact subgrade and areas re-compacted shall have a uniform density not Jess than 95% of maximum density (ASTM D-698). In place density test per each repaired surface area shall be undertaken. The guidelines for compacting, per standard specification Item No. 202, "Rolling", may be waived due to physical construction restrictions . Engineer may accept other compaction methods. Payment for compacting, including labor and equipment, shall be incidental to other pay items in the contract. SP-18 If in the process of removing failed concrete pavement, it is revealed that the subgrade, even after attempts to compact and re-shape, is not meeting requirements of standard specification Item No. 204 "Subgrade Preparation", and is exhibiting severe ruts and poor material composition that cannot be manipulated and compacted, the Contractor shall remove 6-inches oftop subgrade and replace with flexible base. The cost of removing and disposing of subgrade and placing of flexible base shall be covered in PAY ITEM No. 15, "Flex Base (For Panel Replacement)". If failed concrete pavement has a depth that is less than 6-inches ( distance between top of new pavement surface and re-compacted subgrade surface), the Contractor shall remove excess subgrade material. Subgrade must be re-shaped and re-compacted to allow for a replaced 6-inch thick concrete pavement section. Cost of removing and proper disposal of excess excavated material shall be covered under PAY ITEM No. 16 Unclassified Street Excavation . If replaced pavement section depth exceeds 6-inches and subgrade meets compaction requirements , the Contractor must pour a uniform pavement section exceeding 6-inches in depth . The cost of additional concrete shall be covered under PAY ITEM No . 17 -Concrete for Replaced Panels Sub Base as Needed, and shall be full compensation for labor, material and equipment used. The concrete shall be designed to include a minimum of 6 sacks of Type I, or Type III cement. The maximum water cement ratio shall not exceed 5.5 gallons per sack . A Type A water-reducing admixture and a Type C non-chloride set-accelerating admixture may be used with minimum 5 .5 sacks of type I or Type III cement to achieve the earliest possible concrete-setting times. The use of a set-retarding admixture will not be permitted. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seventy two (72) hours. Concrete pavement may be opened to traffic as long as the minimum compressive strength requirement of 3,000 pounds per square inch has been met. If the concrete fails to reach the required 72-hour strength, the Engineer may direct that the concrete be redesigned, as necessary, to meet these requirements. Slump shall not exceed 3 inches. An entrained air content of three (3) to six (6) percent, as directed by the Engineer, shall be provided . The fine aggregate shall have fineness modules of 2.60 to 2.80 . All admixtures used shall conform to the requirements of standard specifications Item No . 314 , "Concrete Pavement" except that the Type C set-accelerating admixture may require addition, at the job site, when the temperature of the concrete is above 55°F. Either transit-mix or central-mix concrete will be permitted. Existing concrete pavement shall be sawed full depth . Reinforcing bars (No. 3 @ 24" OCBW), dowels and tie bars shall be placed as shown on the enclosed joint details. All concrete pavement not placed by hand shall be placed using a fully automated paving machine, as approved by the Engineer. Screeds will not be allowed except if approved by the Engineer . Actual measured material in square yards, in place, shall be the basis for payment. Payment shall be full compensation for labor, material and equipment used, at the locations determined by the Engineer. SP-19 PAY ITEM NO: 9 -Remove and Replace 7-inch Concrete Curb: This item includes the replacement of concrete curb where extensive slab replacement is required next to existing deteriorated or damaged curb with same day haul-off of the removed material to a suitable dumpsite. The contractor shall replace both slab and curb. The Engineer shall determine the locations and limits of curb replacement. Standard specification Item No. 104 "Removing Old Concrete", and Item No .502, "Concrete Curb and Gutter", shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited no more than thirty (30) minutes after the concrete in the slab is placed. In situations where only curb replacement is called for, new slab and curb shall be drilled into existing pavement per enclosed detail sheet. Concrete slab shall be paid for under PAY ITEM No. 8 -Remove and Replace 7-inch Reinforced Concrete Pavement, and the replacement of the curb shall be paid under this pay item . The Contractor shall backfill behind the curb at finishing grade within seven (7) calendar days of pouring the curb. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb . Cost of back filling, top soil, and grading behind curb shall be included in this pay item. Existing improvements within the parkway such as water meters, sprinkler system, and etc., if damaged during construction , shall be replaced with same or better at no cost to the City. Required backfilling and finishing grade behind the curb shall be completed in order for the curb to be acceptec!_ and measured as completed The unit price bid, per linear feet, will be full compensation for all labor, materials , equipment, tools , and incidentals necessary to complete the work. PAY ITEM NO: 10-Remove and Replace 10-Ft Storm Drainage Inlet Top: This pay item shall include the removal and replacement of a 7-inch thick drainage inlet top of I 0-ft drainage inlet openings, at locations to be determined, in field , by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items , see City Standard Specifications Item No . 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. The concrete shall be designed to achieve a minimum compressive strength of 3 ,000 pounds per square inch in seven (7) days . The unit price bid , per each, will be full compensation for all labor, equipment, material , tools, and all incidentals necessary to complete the work. SP-20 PAY-ITEM NO: 11-Remove and & Replace 6-Inch Concrete Driveway: This pay item shall include the removal and replacement of any type of existing concrete driveways, as designated by the Construction Engineer, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water, with same day haul-off of the removed material to a suitable dump site. For specifications governing these items , see City Standard Specifications Item No . I 04 "Removing Old Concrete" and Drawing Nos. S-S5, and Item No . 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications . Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) days . The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies , and incidentals necessary to complete the replacement work. PAY-ITEM NO: 12 -Remove and Replace 4-Inch Concrete Sidewalk: This pay item shall include the removal and replacement of any type of existing concrete sidewalk, as designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water, with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items , see City Standard Specifications Item No. I 04 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressive strength of 3 ,000 pounds per square inch in seven (7) days. The unit price bid, per square feet , shall be full compensation for all labor , material, equipment, supplies , and incidentals necessary to complete the replacement work. PAY-ITEM NO: 13 -Remove and Replace 4-Inch ADA Wheelchair Ramp with Dome-Tiles: This item shall include the removal of existing wheelchair ramp , and replacement with new Dome- Tile standard concrete wheelchair ramps at various locations as to be determined in field by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water, with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item , enclosed Dome-Tile details ; and City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressi ve strength of 3 ,000 pounds per square inch in seven (7) days . SP-21 Contractor shall sawcut existing sidewalk, curb and gutter and pavement prior to wheelchair ramp removal. The removal and replacement of existing curb , as required, for the installation of new wheelchair ramps shall be included in PAY ITEM NO. 7 -7-inch Integral Concrete Curb . Pay limits for laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032). Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of24-inch in depth in the direction of pedestrian travel, and extend the full width of the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of the curb, detectable warning surface Dome-Tile maybe curved along the corner radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation, shall be included in this pay item Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer, meeting the aforementioned specification . The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The Contractor shall backfill behind the wheelchair ramps within seven (7) calendar days; if the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the ramp liquidated damage will be assessed. Required backfilling shall be at finishing grade, top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb . Cost of back filling and grading behind curb shall be included in this pay item. Existing improvements within the parkway such as water meters , sprinkler system , and etc., if damaged during construction, shall be replaced with same or better at no cost to the City. Required backfilling and finishing grade behind the ramp shall be completed in order for the wheelchair ramp to be accepted and measured as completed The unit price bid, per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. SP-22 - PAY ITEM NO: 14-Silicon Joint Sealing for Concrete Pavement: SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION For SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of ST AND ARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH, and Item 2 .210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH TEXAS COUNCIL OF GOVERNMENTS. 1. MATERIALS 1.1. The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meets these requirements . 1.2. The manufacturer of the silicone joint sealant shall have a mm1mum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied. 1.3. Self-Leveling Silicone Joint Sealant: The joint sealant shall be Dow Coming 890-SL self-leveling silicone joint sealant as manufactured by Dow Coming Corporation , Midland , MI 48686-0994 , or an approved equal. Test Method AS SUPPLIED **** MIL-S-8802 ASTMD 1475 **** **** **** AS CURED - Self-Leveling Silicone Joint Sealant Test Non Volatile Content,% min. Extrusion Rate, grams/minute Specific Gravity Skin-Over Time, minutes max. Cure Time, days Full Adhesion , days ASTM D 412, Mod. Elongation, % min . SP-23 Requirement 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 14 to 21 1400 ASTM D 3583 (Sect. 14 Mod.) ASTM C 719 ASTMD 3583 (Sect. 14 Mod .) ASTMD 3583 (Sect. 14 Mod.) Modulus @ 150 % Elongation, psi max . Movement, 10 cycles @+l00/-50% Adhesion to Concrete, % Elongation min. Adhesion to Asphalt,% Elongation min . 9 No Failure 600 600 1.4 . The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the Construction Detail " sheet for the various joint details with their respective dimensions . 2. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail " sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green " saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days . Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F ( 4C) and rising. 3. EQUIPMENT 3 .1. All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows : 3.2. Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 3.3 . High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 3.4 . Air Compressors : The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm . There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 3 .5. Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 3.6. Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. SP-24 3.7. Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 3.8. Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. 4. CONSTRUCTION METHODS 4 .1. General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations. 4.2. Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 4.3. Cleaning Joints : Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18 , 1989) After complete drying, the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 4.4. Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F ( 4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints . The pavement surface shall present a clean final condition. SP-25 Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation . The manufacturer 's representati ve shall approve the clean , dry joints before the sealing operation commences. 5. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials . The manufacturer shall agree to provide any replacement material free of charge to the City . Also, the Contractor shall provide the Engineer a written warranty on all sealed joints . The Contractor shall agree to replace any failed joints at no cost to the City . Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 6. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price, per linear foot (L.F .), as provided in "MEASUREMENT" for "SILICONE JOINT SEALING". The price shall be full compensation for furnishing all materials and for all preparation , deli very, and application of those sealing materi a ls and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. PAY ITEM NO: 15 -Flex Base (For Panel Replacement): This item addresses subgrade that has irregularities, weak spots , ruts, and not meeting compaction requirements. Contractor shall replace the top 8-inches of subgrade with flexible base material. Application of flexible base material shall be in accordance with standard specification Item No. 208 , "Flexible Base". Measurement is in square yards and shall cover actual area and depth of 6-inches of material used . Payment is full compensation and covers the cost of labor, material , and equipment used in excavating and hauling off failed subgrade material and manipulating, spreading, and compaction of fle x ible base material. Use of material shall be determined , in the field , by the Engineer or his Representati v e. PAY ITEM NO: 16-Unclassified Street Excavation: This item covers the removal of failed subgrade for the placement of geo-grid and flex base. This item also covers the cost of removing excess subgrade material in areas where the existing failed pavement section is less than 6-inches in thickness and the proposed pavement is 6-inches or greater in thickness. This item covers the removal and proper disposal of excess subgrade material and shall be in accordance with standard specifications Item No . 106 , "Unclassified Street Excavation". Measurement is in cubic yards and payment shall be for all labor, equipment used and the removal and disposal of material. Excavation shall be determined in the field by the Engineer or his Representative. SP-26 PAY ITEM NO: 17 -Concrete for Replaced Panels Sub Base as Needed: This item covers the cost of additional concrete used in the replaced pavement sections that exceeds 6-inches in depth . Replaced pavement section of uniform concrete are to be cast monolithically . Mi x requirement, material selection , compressive strength, etc ., shall match requirements highlighted in PAY ITEM No. 8 -Remove and Replace Reinforced Concrete Panels . Actual measured material in cubic yards , in place , shall be the basis for payment. Payment would be full compensation for labor, material and equipment used . Additional concrete shall be determined in the field by the Engineer or his Representative. PAY-ITEM NO: 18-6-Inch Perforated Subdrain Pipe: This item shall consist of furnishing and installing 6-inch perforated subdrain and filter material as shown on the enclosed details, or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be poly vin y l chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter fabric shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and maybe either woven or non-woven to form a mat of uniform quality. Fabric fibers may be either continuous or discontinuous and oriented in either a random or an aligned pattern throughout the fabric. The fabric shall be mildew resistant, root proof, shall be satisfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have non- raveling edges. The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated: SP-27 Test Original Physical Properties Fabric weight, on an ambient temperature air-dried tension free sample , expressed in oz/sq. yd. Water flow rate by falling head method, 7.9 inches (20 cm) to 3.9 inches (10 cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq. ft/minute. Breaking load in either machine or cross- machine direction, expressed in pounds. Equivalent opening size (US Standard sieve no.) "Apparent elongation" at breaking load in either machine or cross-machine direction, expressed as percent. Method SDHPT Test Method Tex- 616-J"Testing of Construction Fibers" Tex-616-J ASTM Designation: D 1682 grab method G as modified by Tex--616-J CW-02215, US Army Corps of Engineers, Civil Works Construction Guide Specification. "Plastic Filter Fabric", Nov. 1977 . ASTM Designation: D 1682 grab method G as modified by Tex-616-J Requirements 4.0 minimum for under drains and Slope Stabilization , 6.0 minimum for Gabions Revetment 80 minimum 100 minimum 70to 100 100 maximum The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required , it shall be in accordance with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid , per linear feet, shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. PAY ITEM NO: 19-Utility Trench Repair, Excavate and Backfill-As Directed: This pay item shall include the necessary excavation and backfill of existing utility trench as directed by the Construction Engineer. Payment will be made for the quantity of trench excavated/backfilled. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions ofltem No. 114 of the City of Fort Worth Standard Specifications. After backfilling is completed and accepted by method of reusing excavated material, if needed , contractor shall add concrete to backfill the trench to required grade as directed by the Engineer. Concrete shall be paid by PAY ITEM No. 17 -Concrete for replaced Panel Sub Base as Needed 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 . SP-28 The unit price bid, per cubic yard, shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the ~ork. PAY ITEM NO: 20 ~ Borrow-Unclassified Fill for Trench Repair: The non-expansive earth fill should consist of soil materials with a liquid limit 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 fill. Measurement is in cubic yards and payment shall be for all labor and material , equipment used and the installation of material. PAY ITEM NO: 21 ~Top Soil: The proposed quantities shown are calculated to provide topsoil (2 to 4 inches in depth compacted) over the parkway areas that are not included in the required flat work backfill. This pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. The unit price bid, per cubic yard, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 22 ~ Manhole Adjustment: This item shall include adjusting the tops of existing manholes to match proposed grade as shown in the detail at the back of this document or as directed by the Engineer. Standard specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Failure of the Contractor to perform this inventory will place the total burden of the replacement of any broken frame and cover on the Contractor. Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections , as per current City Water Department Special Conditions. The unit price bid, per each, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. SP-29 PAY ITEM NO: 23-Water Valve Adjustment: Contractor will be responsible for adjusting water valve boxes to match new pavement grade as directed by the Engineer. The water valve themselves will be adjusted by the City of Fort Worth Water department forces. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes . The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes, which are damaged during construction at no cost to the City. Failure of the Contractor to perform this inventory will place the total burden of the replacement of any broken frame and cover on the Contractor. The unit price bid , per each, will be full compensation for all labor, materials, equipment, tools , and incidentals necessary to complete the work. PAY ITEM NO: 24 -Water Meter Box Adjustment: This item only applies when the adjacent curb and gutter has been removed and replaced and has been authorized by the assigned inspector. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The unit price bid , per each, will be full compensation for all labor, materials, equipment, tools , and incidentals necessary to complete the work. PAY ITEM NO: 25 -Grass Sod Replacement: This pay item shall consist of the replacements of a like grass sod that was removed under this contract due to the removal and replacement of driveways and curb and gutters, as determined by the Engineer. All materials shall be of recent production and suitable for there intended purpose. Sod Products Specifications: • Sod shall consist of live and growing grass. • Grass shall have a healthy, virile root system of dense, thickly matted roots throughout and approximately one-(1) inch minimum thickness of native soil attached to the roots. • Sod will be free from obnoxious weeds or other grasses and be free from any deleterious matter that might hinder the growth of the grass . • Sod material must be kept moist from the time it is dug until planted . Sod Installation Specifications: • The area to be sodded shall be determined by the City . • The sodded area shall be smoothed down. • The sodded area shall be thoroughly watered immediately after it is planted. SP-30 The unit price bid, per square yard, will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. PAY ITEM NO: 26 -Painting House Addresses: This item shall include painting of house addresses on curb or driveway radiuses that are removed and replaced in this contract • All materials shall be of recent product and suitable for its intended purpose. • Surface preparation and application shall be in strict compliance with manufacturer 's recommendations. • The paint shall NOT be applied; if the new concrete curb has aged less than a minimum of 28 days , and if weather condition may harm or damage the finish surface . • The background paint shall be equal to or exceed #5160 White Latex Striping paint manufactured by K wal Paint or approved equal. • The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by Kwal Paint or approved equal. • The minimum size for the background shall be 6" high x 16 " long, and the minimum size for the letters shall be 4" high. The unit price bid , per each , will be full compensation for all labor, material , tools , and incidentals necessary to complete the work . PAY ITEM NO: 27 -Remove and Replace Mailbox (es): This item shall include the removal, salvage, and replacement of brick mailbox (es) affected by the reconstruction of failed and or distressed concrete pavement. Contractor shall detach existing mailbox (es) from the base with minimal damage to the brick veneer. In the event that a mailbox is damaged beyond salvage, the contract is responsible for reconstructing the mailbox by matching the existing color and texture of the brick veneer. The unit price bid, per each, will be full compensation for all labor, material , tools, and incidentals necessary to complete the work. SP-31 END OF SECTION SP-32 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RA TES 2008 Air Tool Ol)entor Asphah Distributor Operator Asohall P1vin1 Machine Ooerator A sohall Raker Asoha.lt Shovel• B~hin1 Plul Weiah• Broom or Sweeaer ODentor Bulldozer ()pentor Car,,enrer Concrete FiniJher P1vin1 Concrete Finisher Structura Concrete P1vlna Cw-bina Machine Operator Concrete P1vin1 Finishin1 Machine Operator Concrete P1vlna Joinl Sealer Ooerator Concrete i,avln1 Saw ODerator Concrete P1vin1 Ss,readw Ooerator Concrete Rubber Crane. Clamshell, Backhoe, Derrick, Dra&Jlne. Shovel Ooeraaor Electrician Flauer Form Builder/Setter Strucaurea Form Setter. P1vln1 & Cwb Foundalion Drill C' .• Crawler Mounted Foundation Drill Ooerator Truck Mounted Front End Loader Ooerator Labonr, Common Laborer, UtilitY Mechanic Millin1 Machine Ooentor, Fine Grade Mixer Onentor Motor Oradlr Ooerator. Fine Orade Motor Oradtr 011entor. Rouall Oil• Paintw. Structlnt Pavement M1rtdn1 Machine Ooentor Pis,elaver Reinforcin1 Steel Setter P1vin1 Reinforcfna Steel Setter Structure Roller ()pentor Pneumatic, Self-Propelled Roller:-Steel Wheel, Flat Wheevramoin1 Roller<' Steel Wheel. Plant Mix Pavement Scraner Operator Servic• SIio Form Madline Ol)Cntor Spreader Box OMl"l!M fractor -Crawl• Tvoe Trxtor c.... ....... Pnewnacic Trav,lina Mixer Ooentor Tn,ck Driver LowboY·Floal Tn,ck Driver. Sino Axle, Heavy Tn,ck Driver Sinai• Axle, Liaht Truck Driver, Tandem Aide. Semi-T,..iler Truck Driver, Transit-Mix Waaon Drill Borin1 Machine, Pott Hole Dnller Operator Welder Woril Zone OIITicacM Serticer SI0 .06 SIJ.99 Sl2 .71 SI 1.01 s uo S14 .15 S 9.11 SIJ.22 S12 .&0 Sl2 .U Sl3 .27 S12 .00 SIJ.63 Sil.SO $13.56 S14.SO SI0.61 Sl4.12 Sll.12 S 1.43 SI 1.63 Sll.13 SIJ.67 Sl6.JO $12.62 S 9.11 SI0.6S $16.97 Sll.13 Sil.SI SIS.20 $14 .50 Sl4.91 SJJ.17 SI0.04 SI 1.04 $14 .16 $16.29 SI 1.07 SI0.92 Sll.21 SJ 1.42 S12.J2 $12 .JJ SI0 .92 112 .60 $12 .91 112.oJ $14.93 SI 1.47 SI0 .91 SI 1.75 SI 2 01 Sl4 00 SIJ 57 SIO 09 ----,,----------------------------- ! ATTACHED TO POLICY NO: CPP2051702 0 NAMED INSURED, Mcclendon Con.struction Company, Inc . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULL V. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM All of the terms, provisions, exdusions, and limitations of the coverage fonn apply except as specifically stated below. SECTION II -WHO IS AN INSURED is amended to include as an insured any person or organization. called an additional insured In this endorsement: 1. Whom you are required to add as an additional insured on th is poli cy under a written contract or agreement relatino to your business : or 2. The written contract or agreement must require additional insured status for a time period during the term of this pol icy and be executed prior to the "bodily injuryQ , "property damage", "personal injury", or "advertising injury" giving rise to a claim under this po li cy. If, however, "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing within 30 days from such commencement and with customers whose customary contracts require they be named as additional insureds. we wlll provide additional insured status as specified in this endorsement. 3. If the additional insured is : (a) An individual, their spouse is also an additional Insured. (b) A partnership or joint venture, members, partners , and their spouses are also additional insureds. (c) A limited liability company, members and managers are also additional insureds. (d) An organization other than a partnership, joint venture or li mited liability company, execut ive officers and directors of the organ ization are also additional insureds . Stockholders are also additional insureds , but only with respect to their liabi!ily as stockholders. {e) A trust , you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. The insurance provided to the additional insured is limited as follows : 1. That person or organ ization is only an additiona l insured with respect to liability aris ing out ot (a) Premises you own , rent, lease, or occupy, or (b) Your ongoing operations performed for that add itiona l ins ure d, un less the written contract or agreement requ ires •your wo rk· coverage ( or wording to the same effect) in wh ich case the coverage provi ded shall extend to "your work• for that additional insured. Premises, as respects this provision , sha ll include common or pub li c areas about such premises if so requ ired in the written contract or agreement. Ongoing operations , as respects this provision, does not apply to "bodily injury" or uproperty damage• occurring after: (1) All work including materia ls. parts or equipment furnished in connection with such work on the project (other then service , maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been comp leted ; or Includes copyrighted material of Insurance Services Office, Inc ., with its permission. Copyright Insurance Services Office, Inc., 2002 CG 70 85 03 04 Page 1 of 3 ·' (2) That portion of "your workff out of which the injury or damage arises has been put to its intended use by any person or organi zation other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 2 . The limits of insurance applicable to the additional insured are the least of those specified in the written contract or agreement or in the Declarations for this policy. If you also carry an Umbrella policy, and the written contract or agreement requires that the additional insured status also apply to such Umbrella policy, the limits of insurance applicable to the additional insured under this policy shall be those specified in the Declarations of this policy. The limits of insurance applic.:able tu the additium1I insured c:1re im.;lusive of and nol in addition to the limits of insurance shown in the Declarations. 3. The additional insured status provided by this endorsement does not extend beyond the expiration or termination of a premises lease or rental agreement nor beyom.l the term of tllii.; policy . 4. Any person or organization who is an Insured under the terms of th i s endorsement and who is also an Insured under the terms of the GENERAL LIABILITY EXTENSION ENDORSEMENT, if attached to this policy, shall have the benefit of the terms of this endorsement if the terms of this endorsement are broader. 5. If a written contract or agreement as outlined above requires that additional insured status be provided by the use of CG 20 10 11 85, then the terms of that endorsement, which are shown below, are incorporated into this endorsement as respects such additiona l Insured, to the extent that such terms du uut restrict cuvt:irdge otherwise provided by this endorsement: · ADDITIONAL INSURED -OWNERS , LESSEES OR CONTRACTORS (FORM B) Th is endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket Where Required by Written Contract or Agreement that the terms of CG 20 10 11 85 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "_your workp for that Insured by or for you. Copyright, Insurance Services Office, Inc., 1984 CG 20 10 11 65 . The insurance provided to the additional insured does not apply to "bodily injury", "property damage", "personal injury", or "advertising injury" arising out or a n architect's, e n gineer's, or surveyor's rendering of or failure to render any profess ional services including but not limited to: 1. The preparing, approving, or falling to prepare or approve maps, drawings. opinions, reports, surveys, change orders, design specincaUons; and 2. Supervisory, inspection, or engineering services. Any coverage provided in this endorsement is excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the written con tract or Includes copyrighted material of Insurance Services Office, Inc., with its permission . Copyright Insurance Services Office, Inc. 2002 CG 708503 04 Page 2 of 3 /, agreement rAqulrAs that this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2002 CG 70 850304 Page 3 of 3 ATTACHED TO POLICY NO : CPP2 051 7 02 03 NAMED INSURED , Mcclendon Const r uction Company, Inc . (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an uoccurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this uoccurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actua l or anticipated "covered recall" that may result in "product recall expense": (1) Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall ; (2) Cease any further release , shipment, consignment or any other method of distribution of like or sim il ar products until it has been determined that all such products are free from defects that cou ld be a cause of loss under the insurance . 16. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Item O. -Repreaentotlona i~ deleted and replaced w ith the following: 6. Representations By accepting this policy , you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us ; .and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this coverage part if you unintentionally fall to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations Intended to be covered by the Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 17. BLANKET WAIVER OF SUBROGATION Item 8. -Transfer of Rights Of Recovery Against Others To Us -is deleted and rep laced with the follow ing: 8. If the Insured has rights to recover all or part of any payment we have made umJer U1is Coverage Fonn, those rights are transferred to us. The insured must do nothi ng after loss to impair them . At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract. or if "your work " was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts requ ire a waive r, we waive any right of recovery we may have under this Coverage Form . 18 . EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Paragraph 2.b . of A. Cancellatlon of the COMMON POLICY CONDITIONS is deleted and replaced with the following : b. 60 days before the effective date of the cancellation If we cancel for any other reason . Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS , Paragraph 9. When We Do Not Renew Is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code , we may not refusg to renew this policy solely because t he poli cyholder is a n elected nffir.ial. Includes copyrighted material of Insurance Serv ices Office , Inc., with its permission . Copyright Insurance Services Office , Inc., 2004 CG 70 6310 05 Page 7 of 9 • r NAMED INSURED : Mcclendon Construction Company, Inc . POLICY NUMBER: CPP 2051702·03 COMMERCIAL GENERAL LIABILITY CG 02 05 0196 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES -AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERA(;E PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the Insurance afforded by this Coverage Part, we agree to mall prior written notice of cancellation or material change to: 1. Name: 2. Address: SCHEDULE ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS ENTERED INTO A WRITIEN CONTRACT WHICH REQUIRES WRITTEN NOTICE OF CANCELLATION AS PER CERTIFICATES ON FILE WITH THE COMPANY 3. Number of days advance notice: 30* (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsements .) "'EXCEPT IN THE EVENT O F CANCELLATION FOR THE NON-PAYMENT OF PREMIUM FOR WHICH 10 DAYS NOTICE SHALL BE GIVEN. CG 02 05 01 96 Copyright, Insurance Services Office, Inc., 1994 Page 1 of 1 D ; POLICY NUMBER: CA 2os110103 03 C O MMERCI AL A U TO C A 02 44 06 04 TH IS ENDORSEMENT CHANGE S T HE POLICY. PLEASE REA D IT CAREFUL LY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement mo dffies insurance provided under the fo ll owing: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsemen t changes the policy effective on the inception da l e of the policy unless another date is Indica ted below. Endorsement Effe c tive: 01/31/2011 Named lnsurcd:MCCLE:NDON CONSTRUC TI ON co. , INC. Co"~ SCH ED ULE Number of Da y s' N otic e 3 o Na me Of Pers on O r O rg anizati on ANY PERSON OR ORGANIZATION WITH WHOM THE Ni'\NE:D INSURED KAS ENTERED INTO /\ l·IRITTEN CONTRACT Rl::QUIRING WRITTEN NOTICE: OF CJ\NCELLJ\.TION PER CER'l'IFICT\TE S ON F I LE WITH Ad dress COMPANY. EXCEP'l' 1 0 Dl\YS NOTICE SHALL BE GIVEN FOR NON-PAYMENT If this policy Is canceled or materially changed to reduce or restrict coverage. we wm mail notice of cance llation or change to the person or organiza tion named in the Sc hedule. We will give the number of day's no tice indica ted in u,e Schedule. CA 02 44 06 04 © ISO P roperties . Inc., 2003 Pa ge 1 of 1 0 ; ATTACHED TO POLICY NO: CA20517010303 NAMED INGURED , Mcclendon Con~truction Company, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement. the provisions of the Coverage Form apply unless modified by the enrlorsement. The premium for this endorsement is $ _$-2_0~0~·~0~0 ____ _ 1. BROAD FORM INSURED SECTION II • LIABILITY COVERAGE, A.1. Who Is An Insured is amended by the addition of the following: d. Any organlzauon you newly acqulre or form, other than a partnership, Joint venture or llmlted Uablllty company, and over which you maintain ownership or a majority interest. will qualify as a Named Insured. However, (1) Coverage under this provision is afforded only until the end of the policy period; · (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3} Coverage does not apply to an organization that is an "insured" under any other policy or would be an . "insured" but for its termination or the exhausting of its limit of insurance. · · · e. Any "employee" of yours using: (1) A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by the "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission. while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered ··auto" · rented from you or from any member of the "employee's" household. f. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom you agree in a written contract, written agreement or permit, to . provide insurance such as is afforded under this policy, but only with respect to your covered "autos". This provision does not apply: (1) Unless the written contract or agreement is executed or the permit is .issued prior to the "bodily injury'' or "property damage"; (2) To any person or organization included as an insured by an endorsement or in the Declarations: or (3) To any lessor of";lutos" unless: (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auto" is leased without a driver; and (c) The lease had not expired. fncludes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc .• 2005 CA71180508 Page 1 of6 ' Leased "autos" covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h. Any legally incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision rloP.<:; not ~pply to "bodily injury'' or "property damage" for which an "insmed" is also an insured under any other automobile policy or would be an insured under such a policy, but for its termination or the exhaustion of its limits of insurance, unless such policy was written to apply specifically in excess of this policy. 2. COVERAGE EXTENSIONS-SUPPLEMENTARY PAYMENTS Under Section II -LIABILITY COVERAGE, A.2.a. Supplementary Payments, pafagraphs (2) and (4) are deleted and replaced os follows : (2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident'' we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION ff • LIABILITY COVERAGE, 8. EXCLUSIONS, paragraph 5. Fellow Employee is deleted and replaced by the following: "Bodily injury" to any fellow "employee" of the "insured-'' arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury'' results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION Ill -PHYSICAL DAMAGE COVERAGE, A. COVERAGE. the following is added: If any of your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, for the purpose of doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the Declarations, Item Three, Schedule of Covered Autos You own, or on any endorsements amending this schedule. · B. Under SECTION Ill• PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions. paragraph b. Loss Of Use Expenses is deleted and replaced with the following: b. Loss Of Use Expenses Page 2 of 6 For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for toss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision, only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; · (2) Specified Causes of Loss , only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3} Collision, only if the Declaralions indic.;dle U1c1l Cullisior1 Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $2,000. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2005 CA 7118 OS 08 "• ·,, ' , t:; ' . ... . ' l (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not include the discharge of an airbag. (2) Blowouts, punctures or other road damage to tires. 8. GLASS REPAIR-WAIVER OF DEDUCTIBLE Section Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 9. COLLISION COVERAGE -WAIVER OF DEDUCTIBLE Under Section Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: When there is a loss to your covered "auto" insured for Collision Coverage, no deductible will apply if the loss was caused by a collision with another "auto" insured by us. · 10. KNOWLEDGE OF ACCIDENT Under SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, paragraph a. is deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an "accident", claim, "suit" or "loss".· Knowledge of an "accident'', claim, "suit" or "loss" by your "employees" shall not, in itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you are a limited liability company) has knowledge of the "accident", claim, "suit" or "loss". Notice should include: (1) How. when and where the "accident'' or "loss" occurred; (2) The "insured's" name and address: and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph 5. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them . However, if the "insured" has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver. we waive any right of recovery we may have under this Coverage Form. · · · · · 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV -BUSINESS AUTO CONDITIONS, B. General Conditions, paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2005 Page 4 of6 CA 7116 OS06 ·"" WORICERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT WC 42 06 01 (Ed. 7-841 This endorsement applies only to the insurance provided by the policy because Texas is shown in ltom 3.A. of the Information Pogo . In the event of cancellation or other material change of tho policy, we will mail advance notice to the person or organization named in the Sch edule. Tho number of days advance notice is shown in the Schedule. This endorsomont shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of doyn advonce notice: 30 *EXCEPT IN THE EVENT OF CANCELLATION FOR NON-P AYMENT OF PREMIUM FOA WHICH 10 DAYS SHALL BE O IVEN . 2. Notice will bo mailed to: ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED IN T O A WRITTEN CONTRACT WHICH REQUIRES WRITTEN NOTICE OF CANCELLATION This endorsement changes tho policy to which it i s attached and is effective on tho doto issued unless othorwise stated. {Tho Information bolow is required only when this endorsement is issued subsequent to preparation of the policy.} Endorsom nt Etfoctivo Ol/31/2011 Poli c y No. WC-2051704 Endo rso monl No. '"'"'" ndon Const=ction Company, Inc. ~ /J~ Insurance Gompnny Amerisure Mutual Ins Co Coumersfyned by ~ ~ WC 42 06 01 (Ed. 7-84) Hori form, & Setv iees Reorder 14 ·4056 1 .. . . WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 4203 04 A (Ed. 1-00) This endorsement applies only to the insurance provided by the policy because Texas ls shown in Item 3.A. of the Information Page. We have the ri!=lht to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against th e person or organ ization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are requi red by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Tho premium for this endorsement is shown in the Schedule . Schedule 1. ( }Specific Waiver Name of person or organization (XI Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium The premium charge for this endorsement shall be 0 .020 percent of the premium developed on payroll in connection with work performed for the above person{s) or organization(sl arising out of the operations described. 4. Advance Premium This endorsement changes the pol i cy to which It is at tached and is effective on the date iss ue d unless ot herwise stated . (The information be low is required onty whon this endorsement is issued subsequent to prepsiretion ot the policy .) Endorsement Effectivo 01/31/2011 Policy No. WC-2051704 Endorsement No. Ins ure d ndon Construction Company, Inc. Jnsuronc o Company Amerisure Mutual Ins Co. Coun tor~ignod by .... ' . CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: July 261 2011 NAME OF PROJECT: 2007 CCP Premature Failed Streets -Red Birch, Sugar Maple, Water Oak, White Willow, Smokethorn, Etc. PROJECT NUMBER: 01290 / C295-541200-202240129083 IS TO CERTIFY THAT: McClendon Construction Company, lnc. is , at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence : $ Collapse of Building or structures adjacent to Ea. Occurrence: $ --- excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence : $ Property Damage : Ea. Occurrence: $ Other Locations covered:----------------------------------- Description of operations covered :----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five ( 5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured , the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City , its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. Agency Insurance Company: ___________ _ ~Fo=rt~W~o=rt~h~A_._g=e~nt'-------------By __________________ _ Address ------------------Title ________________ _ 'l -, VENDORCOMPLIANCETOSTATELAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders ( out of state contractors whose corporate offices or principal place of business are outside of the State or 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 non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B . A. Non-Resident 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. Non-resident vendors in _______ (give State), our principle place of business, are not required to underbid resident bidders. B. Our principle place of business or corporate offices are in the State of Texas. Bidder: McClendon Construction Company, Inc. P.O. Box 999 Burleson, TX 76097 DAI McCLENDON, PRESl0£MT By: (Please Print) ~~ Signature Title (Please Print) CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended , Contractor cert ifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Transportation and City of Fort Worth Project No . 01290 / C295- 541200-202240129083. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Mcclendon ConslrJ!~nc. BY ~- Name : DAI McCLENDOH , PRES1D£NT Title : -------,...----- Date : _7....,.___,_t .........,/ fj=--+-~L-+I / __ Before me , the unders igned authority , on this day personally appeared To,n Me.CJ.end D V) , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of McClendon Construction Company, Inc. for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this ~day of J uly , 2o _lL_. OFFICIAL RECOR D CITY SECRETARY FT. WORTH. TX WfJ.AA.L ~~ -~ u hlicJn and tCleState of Texas JULIANNE LEWIS MY COMM ISSION EXPIRES April25,2015 Bond No . TXC 87514 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (I) McClendon Construction Company, Inc. as Principal herein, and (2) Merchants Bonding Company a corporation organized under the laws of the State of (3) Iowa • and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and finnly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: Eight Hundred Sixty Nine Thousand Nine Hundred Seventy Five Dollars and Zero Cents ... Dollars (S869.97S.OO) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns.jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the 26 of July. 201 la copy of which is attached hereto and made a part hereof, for the construction of: 2007 CCP Premature Failed Streets -Red Birch, Sugar Maple. Water Oak. White Willow, Smokethom, Etc. NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perfonn the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold hannless 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 detennined in accordance wich the provisions of such statute, to che same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and che Surety have executed this instrument. SIGNED and SEALED this a§ of July, 201 t. A1TEST: (SEAL) Address A TIEST: !')~ ll ~ Li2 Y0Do ~ (Surety) Secretary (SEAL) ----· "';' ..... ----.. --....... ~·;,. -... ~ _.. ...r':_--... /' P.O. Box999 Burleson, TX 76097 Surety BY:~~ • CAttomey-in-fi,ct) (5) Michael D. Hencfnck'sbn 2100 Fleur Drive , Des Moines , IA 50321 (Address) NOTE: Date of Bond must not be prior to date of Contract (I) Correct Name of Contractor (2) Correct name of Surety (3) 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 Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond No . TXC 87514 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we. (I) McClendon Construction Company, Inc., as Principal herein, and (2)Merchants Bonding Company , a corporation organized and existing under the laws of the State of(3) Iowa as surety, are held and finnly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Eight Hundred Sixty Nine Thousand Nine Hundred Seventy Five Dollars and Zero Cents ... Dollars ($869 1975.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 26 day of July, 201 t, 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: 2007 CCP Premature FaHed Streets -Red Birch, Sugar Maple, Water Oak. White Willow, Smokethom, Etc. 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 detennincd in accordance with the provisions of said statute, to the same extent as ifit were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 26 day of, .:!Y..IY, ~- (SE AL) ~ i,au ,~ Wl4--:'.'. Wrtnes as to Prin ~ Mcclendon Construction Company, Inc. PRIN ~ '.i-t2Z!2 By: ~ft. Name: OAN McCLENDON , PRESIDENT Title: _________ _ Address: P.O. Box 999 Burleson.TX 76097 Merchants Bonding Company / ATIEST: ~'Rwn,J SURETY By:~~ Secretary (1) (2) (3) Name: Michael D. Hendrickson Attorney in Fact Address:--------- 2100 Fleur Drive , Des Moines, IA 50321 Telephone Number: (515) 243-8 171 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 . TXC 87514 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OFT ARRANT § That McClendon Construction Company, Inc. ("Contractor"), as principal, andMe rchants Bond ing Com pany a corporation organized under the laws of the State of Iowa ___ , c·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 Eight Hundred Sixty Nine Thousand Nine Hundred Seventy Five Dollars and Zero Cents._ Dollars ($869,975.00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators , assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 26 of July, 2011, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: 2007 CCP Premature Failed Streets -Red Birch, Sugar Maple, Water Oak, White Willow, Smokethorn, Etc. the same being referred to herein and in said contract as the Work and being designated as project number(s) 01290 / C295-541200-202240129083 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 a 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 in good repair 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 Engineering, it be necessary; and , 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 recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in z counterpart(s), each of which shall be deemed an original, this 26 day of July, A.D.2011. ATIEST: (SEAL) q~r a!W Je ww Secretary McClendon Construction Company, Inc. Contr1°) By: w:uJJ.@212 Name: DAW McCLENDON, PRESKlENT Title: ------------- .... ' .. --··-·-----; - _::-::..:' ___ .. .. • .,. --.... ~ II""" ~ -r ~ • .., ----: ---;. . imsr: Merchants Bonding Company -:~--{$:E::A L) ----::; ~~>---.:: _-~~->--:: C1 Q Ow:J<OlmO Surety Secretary By:4,drd~~ Name: Michael D. Hendrickson Title: __ A_tt_or_ne_y_-in_-_Fa_c_t ------- 2100 Fleur Drive , Des Moines , IA 50321 Address (515) 243-8171 Telephone Number ,, - MERCHAN ~ B·OND I N ·G CO .MPANY IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll-free telephone number for information or to make a compla int at: 1-800-678-8171 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 at: P . 0 . 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 AND 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 condit ion of the attached document. SUP 0032 TX (1/09) '\ MERCHAN~ NATIONS~ BONDING COMPANY BONDING COMPANY POWER OF ATTORNEY Bond No.TXC 8 7 51 4 KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organ ized under the laws of the S tate of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized und er the Jaws of the State ofTe xas (he re in collective ly call ed the "Compan ies"), and that the Companies do hereby make, constitute and appoint Bryan K. Moore, Pat J. Moore, Gary Wayne Wheatley, Joseph Hal Claybume, Monica Sprague Campos, Michael D. Hendrickson, Richard A Deal of San Antonio/Hurst and State of Texas their true and lawful Attorney-in-Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledg e and deliver in their behalf as surety any and a ll bonds, underta kings, recognizances or other written obligations in the nature thereof, subject to the limitation th at any such instrum ent shall not exceed the amount of: THREE MILLION ($3,000,000.00) DOLLARS and to bind the Compa nies thereby as fully and to the same extent as if such bond or undertaking was sign ed by the duly authorized officers of the Companies , and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. Th is Power-of-Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. "The Chairman of the Board or President or any Vice President or Secretary shall have .power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking , recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed ." In Witness Whereof, the Companies have caused this instrument to be signed and seal ed this 15th day of January , 2010. ....... •" ~ D ft,;•• •• 0 ······ 0·· • • <o.-~Y.P0,9_, .• 0 .. •co:~ :,,.· •• :z:=: -o-g;:o: . : :::.. • o · ·""'• ". ,,:.. 2003 ,{'b: • '<'.. . ·-• STATE OFIOWA COUNTY OF POLK ss. •• i>-'J._;-· .. ·(~ •• ... * I' •• ..... .. . ······· .• :\\\G Co~· ··~~ .. -······''/;()··. :~~.-~\',P0,9_;;.,~ •• .. ~ ,......,..,;.(.. • f:?::c: -o-~-• ! z::-o:-..• •4.",. 1933 ;EI:: • ..,._. . c::-. --~-•::-t • . ~--~~ . • •• ~ii,· ..... -·~'\ •• " .. * . ······· MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY ~~;;L President On this 15th day of January , 201 O, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he Is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of th eir respective Boards of Directors. In Testimony Wh ereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. STATE OF IOWA COUNTY OF POLK ss. &1~ Notary Public, Polk County, Iowa . ~ I, Willi am Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, dril-herebycert ify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Cor;n p a_nies;"W!J.l ch Is ~. still in full force and effect and has not been amended or revoked. · __ --· _---':"' -' .,/' -..... _ In Witness Whereof, I have hereunto set my hand and affJXed the seal of the Companies on this 2 6 day of.Ju cy , 2 O 1.i-...,.._ ........ -.- NBC 0103 (1/09) ....... •"\\\G co:· • e ~~ •• • • "• ,.'if,,0"• .·~~-·~\'.P0,9),.-?.i._•. • , r. 7 -1, • ., • •c.:>·~ .,....,,... •E-::=· -o-rt\o:-.: •z· "EI: •.:!.~ 1Q'l3 : : • ..,._•, " : C:::-e ··~·-.. '::Y • . ~--~~· • •• '.:;>ii,· .... ···(\ •• " •• -tr • ••••••• -----~---~~ Jl~;>~-,'- . ··-. ./ Secretary ··--- THE STATE OF TEXAS COUNTY OFT ARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the 26 day of July A .D., 2011 , by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A .D. 1924 , under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, McClendon Construction Company, Inc., HEREJNAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follow s : 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: 2007 CCP Premature Failed Streets -Red Birch, Sugar Maple, Water Oak, White Willow, Smokethorn, Etc. 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 thi s 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 Transportation of the City of Fort Worth and the City Council of the City of Fort Worth within a period of One Hundred Fifty Four (154) 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 $315 per Calendar 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, it s 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 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 employees 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 injury 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 , on the execution of this Contract, and before beginning work, to make , execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253 , as amended , in the form included in the Contract Documents, and such bonds shall be for 100 percent ( l 00%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth . 8 . Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom , 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 Eight Hundred Sixty Nine Thousand Nine Hundred Seventy Five Dollars and Zero Cents ... Dollars, ($869,975.00). 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 class ified, 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 instrument to be signed in 7. counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 7. counterparts with its corporate seal attached. Done in Fort Worth , Texas, this the 26 day of July, A .O ., 2011. APPROVAL RECOMMENDED: DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST: McClendon Construction Company, Inc. P.O. Box 999 Burleson, TX 76097 CONTRACTOR BY: DAN McCLEMDON, PRESID ENT TITLE P.O.Box 999 Burleson, TX 76097 ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY OF FORT WORTH F ERNANDO COST A, ASST CITY MANAGER APPROVED AS TO FORM AND LEGALITY: /fl(;~ ~:\l RECORD cr1 v :h:CRETARY ,~, '<.j RTH, TX Project Name: HMAC Surface Overlay( ____ _ DOE Project Number: ___ _ Mapsco Location: ____ _ Street Maintenance Work Notice As part of the City of Fort Worth's Street Maintenance Program , _______ _ has been contracted to repa ir your street. During the maintenance work , there will be a brief time that you may not have access to your residence or business. On the days specified below, vehicles can not be parked on the street. Also , please turn off your sprinkler adjacent to the street. If you have any questions or concerns, please contact contractor ________ _ at ------------ If we are not able to resolve your concern to your satisfaction , you may also contact City of Fort Worth Inspector at , Monday- Friday between 7:30 a .m . and 4 :30 p.m. After 4 :30 p.m. and on weekends, call (817) 392-8100. Block Street Project Limits Name Limits 1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway Expected Construction Dates Weather Permitting From 6-20-06 to 7-4 -06 Nombre del Proyecto: HMAC Surface Overlay ( ____ ) Numero del Proyecto DOE: ___ _ Ubicaci6n Mapsco: ____ _ Notificacion de Mantenimiento de la Calle Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort Worth , ___________ ha sido contratado para reparar su calle. Durante este trabajo de mantenimiento , habra un tiempo breve en que no tenga acceso a su hogar o negocio. En los dfas especificados abajo, vehfculos no deben estacionarse el la calle. Tambien , por favor apague su sistema de regar el cesped cerca de la calle . Si tiene alguna pregunta o concierne, por favor llame al contratista _______ al Si no resuelve su concierne a su satisfacci6n , puede tambien llamar a la Oficina de lnspecci6n de la Ciudad de Fort Worth al , de lunes a viernes entre las 7:30 a.m. y 4:30 p .m. Despues de las 4:30 p.m . o en los fines de semana llame al (817) 392 -8100. Limites Nombre Limites De Blogues de Calle De Proyecto 1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway Fechas de Construcci6n Permitiendo el Estado de Tiempo De 6-20-06 a 7-4 -06 ' 1 j 1 J i J 1 I 1 ' 1 j 1 1 1 I J 4' -0" FONTS : PROJECT DESIGNATION SIGN ---------4 ' -0" --------- sf' PMS-167 ==r 3" 3" C Project Title 1 ,.. 3 "C 2ND LINE t IF NECESSARY _/ ~ 3 " 1 ~,,======= Contractor: --=± 1" 2~"LContractor's Name' 2 1 ~"r= Scheduled Completion Date 1 ~,, Year 1 " 2 5" 1 " FORT WORTH LOGO = CHEL TINGHAM BOLD ALL OTHER LETTERING = ARIAL BOLD LOGO COLORS: FORT WORTH -PMS 288 LONGHORNLOGO-PMS167 LETTERING -PMS 288 BACKGROUND -WHITE BORDER -BLUE PROJECT DES IGNATION SIGN CITY OF FORT WORTH-CONSTRUCTION STANDARD DRAWING NO . DATE : 9-20-02 COLLAR CONFIGURATION FOR PAVED AREA I .. COLLAR CONFIGURATION FOR UNPAVED AREA 5'-0" MANHOLE FRAME AND -r...,,..-:,~-~~-.,......~~~~.,...,,..,...,,__,.....,._ ,__ ____ ~ 32" DIA. DUCTILE IRON COVER . (REFER TO STD . PRODUCT LIST) A L 4000 PSI CONCRETE 8-#4 REBARS TYP. G) 2" X 8" X 30" I.D. CONCRETE PRECAST GRADE RINGS PER ASTM C478 . REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTTOM OF CONCRETE COLLAR. E1 -14, E1-20, El-21 MATERIAL E2-14, E2-20, E2-21 CONSTRUCTION . '.::;·_., 30" CLEAR j::-: ,. OPENING _ ___,-.J ~-. . I 2 ROWS OF RAM-NEK SEAL w/STAGGERED JOINTS OR APPROVED EQUAL. © SECTION A-A WHERE MANHOLES ARE IN THE STREET, INSTALL 2 OR MORE GRADE RINGS, AS NEEDED, BETWEEN CASTING AND TOP OF PAVEMENT. HINGED LIDS INSTA LLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC . ® CITY OF FORT WORTH , TEXAS MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR A J 0 I l[) (TYP .) GROUND CONCRETE COLLAR HEIGHT VARIES HINGED LI DS ARE REQUIRED ON ALL ELEVATED MANHO LES, JUNCTION BOXES AND WHERE SPEC IFIED ON PLANS . (REFER TO STD . PRODUCTS LIST) LOCKS TO BE INSTALLED ON ALL MANHOLE LIDS BELOW THE 100-YEAR FLOOD ELEV . AND WHERE SPECIFIED ON PLANS. DATE : OCT. 2009 SAN-009 Water. . Item Item N b um er D . ti escr1p on I Steel Skirt 2 Weld 3 3/8 " wide D 0 . M Tube Valve Riser Cross Section view 12 gage G90 galvanized steel f Height I new asphalt overlay , .. 'II(---3/8" D.O .M. Tube Material Description 12 gage A.LS .I. 1020 Steel (A-36) G-90 Galvanized Lincoln Outersheild 71 Elite .04!1 D. 0 . M. Tube A.I .S.I . 1026 (A!il3 tvne !i) Tensile Yi Id e 33,000 PS I. 7S 000 P.S.I. 72 000 PS.I Tensile UI I t mate 60 ,000 P.S.I. 8S 000 P.S.I. 87 000 P.S .I. Manhole Riser 3/8" Dia. Hole With 302 Stainless Steel Roll Pin Cross Section view ---1 r--IO or 12 gage G90 galvanized steel G)~ f Height I new asphalt overlay G)- ,.,.,...,_ __ 3/4" thick riser bar Expanding Linkage 2 1/4" )I, 17/64" Diameter holes 4 I /4" )I, Item Item Material Description N be Desc . ti um r np1 on I 3/8" Roll Pins 302 Stainles., Steel ( 14 000 LB Double Sheer Strcnlllh) 2 Steel Skirt 12 or 10 gag,e A.I .SJ. 1020 Slee! (A -36) G-90 Galvanimd 3 Weld 65°1• 70-/e circumference ~ldcd 4 3/4" wide Riser Bar Hot Rolled Steel Al.SJ . 1020 (A-36) s Rod Ends Forgins Al.SJ. C-1030 Steel Heat Trealed BHN 240 Zinc Plated with Dichrorr81e Finish 6 Turnbuckle Al.SI. 1020 BHN 149 Zinc Plated dioced in Linebacker rwt inhibitor \_ 3/4" O.D . 3/8" I. D . 3/8" -16 Thread Tensile y· Id 1e 33 ,000 PS.I . 7S 000 PS.I. 33 ,000 PS.I. 70 ,000 PS.I . 70.000 PS.I Tensile Ulti t ma e 60 ,000 P.S.I. 8S 000 PS.I. 60000 P.S.I. 92 ,000 PS.I . 80 .000 P S.1. 8" 24" #3 BARS @ 12 " O.C. (REAR FACE , REAR WALL) #3 BARS @ 18" O.C . (NEAR FACE , REAR WALL) 8"f- NOTES : 4=-:=..=~+,,-:~~:..+=-=+-=F~=-=ttt--ff;..;;;;;;..;T="] #4 BAR X 11 '-o· 1. DIMENSION "D" (DEPTH) FOR ALL STANDARD 10' INLETS SHALL BE 4 '-0" AT THE UPPER END AND 4'-8" AT THE OUTLET END (MEASURED FROM THE TOP OF CURB). FOR NON-STANDARD INLETS THE DEPTH WILL BE SHOWN ON THE PLANS . 2. DIMENSION "A" SHALL BE THE GUTTER DIMENSION IN USE ON THE PROJECT. N 24" CHAIN, NO SWIVEL USE #3 BARS X 3'-2" @ 22" O.C .. UNLESS CONNECTING TO PAVEMENT, THEN USE #3 BARS X 5 '-3" @ 22" O.C. TOP OF GUTTER OUTSIDE EDGE FLOW LINE OF GUTIER I (2) #4 BARS X 15'-9" B A (SEE J NOTE 2) 3 . IF MANHOLE DEPTH IS OVER 5'-0", STEPS WILL BE REQUIRED AND SHALL BE CONSTRUCTED PER DRAWING SD-013. 4 . GUTTER CONSTRUCTION IN FRONT OF INLET (AS SHOWN) IS TO BE CONSIDERED AS PART OF SAME. 5. ALL EXPOSED SURF ACES ARE TO BE WELL FIN ISHED. EXCAVATION FOR IN LET IS TO BE INCLUDED IN PRICE BID FOR SAME . A ,. -o· ___. _ __. __ __ #3 BARS @ 18" O.C . (FRONT FACE , FRONT WALL) VARIES (SEE FACE OF CURB A :::_J #3 BAR X 15'-9" RADIUS AND- SLOPE AS NOTE 2) PLAN VIEW TOP OF CURB 10'-0" OPENING PAY LIMIT OF INLET ELE VATION VIE W 2· SE CTI ON B-8 END OF INLET TO BE NEAR CURB CORNER 3 '-0" TOP OF CURB 7" _l_ io T STD . CURB GRADE OF GUTTER AT INLET C/L STD . CURB AND GUTTER -#3 BARS BENT INTO WALL #4 BARS AT 8" ~ O.C. BOTH WAYS 1''x4 " KEYWAY--- OR #3 L-BAR @ 3'-4 8" O.C. IN LIEU OF KEYWAY SECTIO N A-A j..... io -:=- w I- 0 0 z V, w w w ir ~ <( > 8" REVISED DATE: 11-2009 CITY OF FORT W ORTH , TEXAS STANDARD 10' STORM DRAIN INL ET DATE: 06-2007 50-001 MUST BE GREATER WITH LATERALS UNDER PAVEMENT NOTES: (!) I DIM . 'B ' (TRENCH WIDTH) SEE TABLE 1 TABLE 1 LIMITS OF EXCAVATION DIM . A DIM. B 2 .5' TO 6' 1'-7" 6' TO 10' 2'-1" 10' TO 15' 2'-7" OVER 15' 3'-1" 1'-6" MIN. "-st WASHED ROCK PER ITEM 402 1. FIELD INSTALLATION SHALL BE IN ACCORDANCE WITH STORM WATER DETAIL SD -023 . 2 . PIPE SHALL BE : (A) 6 " DIAMETER PERFORATED SCHEDULE 40 PVC ; (B) 6" DIAMETER PERFORATED TYPE S (DUAL-WALL) HOPE PIPE PER AASHTO M252; OR, (C) CORRUGATED PVC PIPE PER ASTM F949 . NOTE THAT CORRUGATED POLYETHYLENE TUBING (ASTM F 405) IS NO LONGER PERMITTED FOR SUBDRAINS. CURB & GUTTER REVISED: 11-2009 CITY OF FORT WORTH, TEXAS SUBDRAIN DATE : 08-2006 STR-015 Planlingorother non.walking surfaoa ifdropofflsnot proteaed WARNING SURFACE COMBINATION C URB RAMP S Ramp Limits PERPEN D IC ULAR C URB RAMP WITH SICE FlARES NOT ADJACENT TO WALK SURFACE PAVEMENT CURB& GUTTER LANCING ~ S ECT ION D-D UNE REINFORCEMENT (TYPICAL AAMP SECTION) AS IN ADJACENT CURB ANO GUTI"ER I RAMPWO'H I I CONTRACTION p JO<NT (TYP.) PER PEND IC ULLAR CU RB RAMP (RETURNED CURB) NOTE: USE ONL V ON RESIDENTIAL TYPE STREETS DIAGO NA L CURB RAMP (RETURNED C URB) Perpendlcular to Ule Tangent of the Curb Radius and Contained In CroSWl'lllk C OMB INATION CU R B RAMP S USED ONLY w/CITY APPROVAL ...... Ramp Lirtits :-:.: of Payment ••' .:::·~. .;:::.::/: ... ~ ~FlARES~ S10EWAL SLOPE CROSSWALK 1·:12"' MAX . PtCAL). NOTE : USE ONLY ON RESIDENTIAL TYPE STREETS D IAGONA L CURB RAMP (FLARED SIDES) DETECTABLE WARN INGS GENERA L NO TE S FOR DETECTAB LE WARN INGS ON SIDEWALK RAMPS (CURB RAMPS) 1. Curb ramps must contain a detectable warning surface that consists of raised truncated domes complying with Section 4 .29 of the Texas Accessibility Standards (T AS). The surface must contrast visually 'Nith adjoinirg surfaces, including side nares. Furnish dark brown or dark red detectable warning surface adjacent to uncolored concrete , unless specified elsewhere in the plans. 2. Detectable warning surfaces must be slip resistant and not allow water to accumulate. 3 . Align truncated domes in the direction of pedestrian travel when entering the street 4 . Shaded areas indicate the approximate location for the detectable warning surface for each curb ramp type. 5. Detectable warning surfaces shall be a minimum of 24" In depth in the direction of pedestrian travel, and extend the full width of the curb ramp or landing where the pedestrian access route enters the street 6. Detectable warning surfaces shall be located so that the edge nearest the curb line is a minimum of6" and a DETAIL "A" Side flare (Typical) Face of curt> maximum of 8~ from the extension of the face of curb. Detectable warning surfaces may be curved along the corner radius. 7. The following is an approved list of Cast-In-Place Detectable Warning Materials and their manufacturers: Denotes planting or non-walking SY,?.c~··:::; ::::,: ·,:;4 Detectable w.amingsurfac 7a. Armor Tile (vitrified polymer composite) by Engineered Plastics, Inc., Wlliamsville, NY. I 7b. Tactile Pavers (fired clay paver.s) by Pine Hall Brick, Winston-Salem, NC. I lli .§ Landin~ 7c. Detectable Warning Paver (fired clay pavers) by Western Brick Co., Houston. TX 8.3% • J" .i 7d. Tek Way Dome-Tile (concrete-based) BY Strong G . Industries (LlC), Tucson, AZ. tc"ci;c.c""==ccJ 7e. Cast-in-Place Tile (glass and carbon reinforced composite) by A~.AT!:I~=~ ::~~:e:~e=~~:ing Materials or ~ [ i!i i !Jf i! NOTE : ALL RAMPS ARE MIN . 4' Vv1DE . ~ their approved equal shall be used as ...__ ,. , < "" ~ the Detectable Waming surtace on sidewalk Typkal placemeot of detectable\.. 6" "'" LANDING (curb) ramps as shown on the plans and warning surface on landing at 8M max 4·-4• LANDING or details on this sheet street edge. DE TAI L "8 " SIDEWALK RA MP (CURB RAMP) GEN ERA L NOT ES 1. All slopes are maximum allowable. The least possible slope that will still drain property should be used. Adjust curb ramp length or grade of approach sidewalks as directed. 2 . The minimum sidewalk width is 4'. 3. Landings sha ll be 4'x 4' minimum with a maximum 2% slope in any direction. 4 . Maneuverin9 space at the bottom of curb ramps shall be a rrinimum of4'x4' wholly contained within the crosswalk and wholly outside the parallel vehicular travel path. \_ Face of curt> 5. Maximum allowable cross slope on sidewalk and curb ramp surfa.ces Is 2%. 6 . Curb ramps with returned curbs may be used only where pedestnans would not normally walk across the ramp, either because the adjacent surface is planting or other non-walkin!j' surface or because the side approach is substantially obstructed . ~erwise, provide flared sides. 7. Details on this plan apply to all construction or reconstruction of streets. curbs, ~r sidewalks PERPEND IC ULAR RAM P @ FLU SH LANDI NG SECTIONH-H {TYPICAL RAMP SECTION) 8 . To serve as a pedestrian refuge area, the median should be a minimum of 5' wide. Medians should be designed to provide accessible passage through them. 9 . Curb cut ram_ps are. to be located as shown on the plans or as directed by Engineer. 1 O. Crosswalk d1mens1ons, crosswalk markings and stop bar locations shall be as shown ~~sr~~::s 1 ~:i1 ~~~~i9~~~n~~et:::t:f~~o~~!!~! 1 .kor;i:t~7?e'ct8:~ ~;\h:~~;~eer. 11 . Existing features that compty with TAS may remain in place unless changed on the plans . 12. Ramps shall be provid~d at all comers of street intersections where there is existing or proposed stdewalk and curb. Ramps shall also be provided at walk locations in mid-block in the vicinities of hospitals, medical centers, and stadiums. 13. Surface texture of the ramp shan be that obtained by a course brooming, transverse to the slope of the ramp except at detectable warning surface areas . See deta~s A and B. 14. !~ha~~!':n~~~b0~a:~r~]:i'~t":t°J,~ f!o:n1:~ia~:;,n;,!!fseewJ~~~~~ ~;~~th~~g~~e~nts 15. Provide a smooth transition where the curb ramps conned to the street 16. Curbs shown on this sheet with in the limits of payment are considered part of the curb ramp for payment, whether it is concrete curb . gutter, or combined curb and gutter. 17. Flare slope shall not exceed 10% measured along curb line and where pedestrians could walk across the ramp. then Maximum slope shall be 1:12. (8 .3 %). 18. Sidewalks shall be ramped where the driveway curb is extended across the walk. 19. If possible, drainage structures should not be placed in line with ramps . Location of the ramps should take precedence over location of the drainage structure. 20. The normal gutter line profile shall be matained through the area of the ramp . 21 . The actual limts of existing curb and gutter and sidewalk shall be directed by the engineer in 22. (:~~t!~lon joints, expansion joints and silicone sealing shalt be subsidiary to unit.price bid for sidewalks and ramps. 2'stripifcii11vough is gfHlerlhlln~ln length. Otherwiseplacedelectal:"9 warning on the •nln sur'- of ait thR>ugh. Lst.opBar Ramp Limb orPaymw'll TRANSPORTATION AND PUBLIC V\GRKS DEPARTMENT SIDEWALK RAMP DETAILS COMBI NATI ON ISLAND CU T THROUGH Ol!A'l,OG '-.: S7 X : d � � z�; � a�i ai '� ��a ITEM I UNIT � ITEM DESCRIPTION 1 EA IProject Designation Sign 2 I LS Utility Adjustment 3 SY Remove Existing 5-inch to 6-inch Reinforced Concrete Pavement 4 SY Geogrid (Tensar TriAx TX140-475)- Install 5 I CY 8-inch Flex Base - For Geogrid (TxDOT Type A, Grade 2) 6 I SY 6-inch Reinforced Concrete - Install 7 LF 7-inch Integrai Concrete Curb 8 I SY (Remove and Replace Failed Reinforced Concrete Panels 9 LF IRemove and Replace 7-Inch Co�crete Curb 10 I EA I Remove and Replace 10-ft Storm Drain Inlet Top 11 I SF Remove and Replace 6-Inch Concrete Driveway 12 ( SF IRemove and Replace 4-Inch Goncrete Sidewalk 13 SF Remove and Replace 4-Inch Concrete ADA Wheelchair Ramp with Dome Tiles 14 LF Silicone Joint Sealant for Concrete Pavement 15 ( SY IFIex Base (for Panel Replacement) 16 CY Unclassified Street Excavation 17 I CY (Concrete for Repiaced Paneis Sub Base as Needed 18 LF I6-Inch Perforated Sub Drain Pipe 19 I CY ( Utility Trench Repair - Excavate & Backfill - As Directed 20 CY 'gorrow - Unclassified Fiil for Trench Repair - Install 21 I CY ITop Soii 22 I EA �Manhole-Adjustment 23 I EA �later Valve Adjustment ' 24 I EA I�/ater Meter Adjustment 25 ( SY (Grass Sod Repiacement 26 I EA painting Curb House Addresses 27 EA'Remove & Repiace Mailbox(es) I � Manthly Pickup of Bulky Items Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days 2007 CRITICAL CAPITAL PRI�MATURE FAILED STREET PROJECT CITY PROJECT 01290 DOE 6181 STREET BY STREET QUANTI'CY DETERMINATION SPREAD SHEET , W � � � �U , �A � o W a A � a� a�A aW� a �a a 3 a�a aa A a I aa3� aF cWi aa � aAa� 3 aa� W�a� Aa� A�� �A w�,A w�a w az 3a 3a w��a� aaoc� Aa�c� Aa a AaaQ aoA QWa a�A� �a�� a�w� t�'��� °�a�� �ac�Q aa oa�� oaAa �oa�a , A W a p�p� a O W a O wa � � c�Aqaa, Wa Owm wH V �a �a a aia aw�4 a Wa"�, ��Ooa. °o��� Q�"`� 3`� � ��`�� ����, "o�'� ���� �O3 �°W ���d ���d ��wd ��� �°�' ��Q� "��� H 3 Ha H �wzz �a3�a 'a za woz c� 3�z H Aa F Aa F Aa xHo� w3d� waza o�Ea ; 3wwa W�oa awAa a wa � W� a o H�o o H�o �� �� H ��-- � o W W p w� � d W�� W W�� W W�� � a'�'� � w � F j W w a � �o�� �"'a��' o�� �o� A��� Ao� o`� M � c�N�;� �"� �� �� �°�a� ��z� �d�� ���� , aa� a. �7�a3a ��oa ���a �a t� ��wa a3c�� �N� �a� ��z� ��nz� ��z� 3�u �a �t�a a�a TOTni. QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY r __..d. _ � r.a � . _ _ �� -� � r _ . _ � _ _ �� .a - � � � �- 2 �" � � ��-�� .�, � r � � � _ 1 � _ y � �� ,_ - . � � - � - � �u � � � �._� ��-�� � �. � � �� __ �-� -_�- � �_ � � _ ,�� _ �.� � � � -. �:- � ._ � . �, .r v -.�� _ �_ � _ � I 0 0 0 0 1,972 0 I 0 900 3,200 � 0 0 ( 0 1,150 � 1,200 � 0 0 i 8,422 I 0 0 0 I 0 330. ( 0 � 0 200 535o I 0 0 I 0 1200 I 1200 0 I 0 ( $,465 ( 0 I 0 I 0 0 I 1,972 -� 0 I 0 I 900 � 3,200 0 I 0 I 0 (�� 1,150 -I 1,200 I 0 0 8,422 I 0 I 0 ( 0 I 0 1,178 I 0 ( 0 I 450 I 1,400 I 0 I 0 I 0 700 I 475 0 I 0 I 4,203 I 355 ' 145 I 115 I 160 0 260 596 I 360 I < 2,7201 I 160 I 160 340 ( 81 I 0 630 I 420 I 6,502 I 120 ( 135 I 75 I 20 0 I 70 536 I 200 I 140 ( 20 I 20 310 i 75 I 0 I 0� I 260 I 1,981 I 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 1 I 0 I 360 I 0 I 0 I 1,680 0 540 I 1,200 I 1,980 I 0 I 0 0 I 1,080 I 600 I 480 I 540 8,460 I U 0 120 ( 0 120 I 0 I 120 I 120 ' 0 I 0 ( 0 0 I 128 I 200 I 50 I 80 ( 938 I 0 ( 0 I 300 0 I 0 I 0 I 0 I 0 300 0 0 I 0 0 0 0 I 0 I 600 950 400 I 220 280 2,100 I 625 I 1,443 � 2,500 I 4,150 I 280 I 280 I 820 I 1,9pG I 1,800 I 1,500 I 1,175 I 20,423 35 I 25 I 20 I 5 I 0 43 99 ( 50 I 520 ( 5 I 5 I 60 I 15 0 105 I 70 1,057 35 I 15 I 20 I 10 , 330 I 43 I 99 I 235 � 625 I 10 I 10 I 60 I 215 I 255 I 105 ( 70 I 2,137 0 I 0 � 0 ' 4 I 0 I 0 � 20 I 35 I 88 4 4 0 0 I 0 I 0 I 0 155 I 0 20 I 0 ' 0 40 0 ( 0 I 0 ( 60 I 0 I 0 I 0 I 100 I 200 I 0 I 20 I 440 0 I 0 I 0 I 0 I 200 0 I 0 I 100 I 300 I 0 I 0 I 0 120 208 0 I 0 I 928 I 0 0 ( 0 ' 0 I 200 0 I 0 I 100 I 300 ' 0 I 0 (, 0 I 120 I 208 I 0 0 I 928 10 I 20 I 5 I 1 I 100 5 39 I 5 I 222 I 1 I 1 I 52 I 45 22 0 15 I 543 ( 0 1 0 I 0 4 f 0 I 2 2 I 4 ( 0 I 0 ( 1 I 2 I 2 0 I 0 I 18 0 I 0 0 0 I 0 1 I 0 I 0 I 2 ( 0 0 0 I 0 I 0 0 I 0 3 ( 0 0 2 0 36 , 0 I 3 I 0 I 6 I 0 I 0 0 I 8 I 6 I 0 I 0 ( 61 30 I 30 20 2 180 I 0 ( 120 ( 275 I 294 I 2 2 0 I 258 ( 80 I 0 I 60 1,353 ( 0 I 4 0 � 0 36 ' 2 6 10 20 I 0 I 0 �; 0 12 � 12 I 0 6 I 108 I 0 I 1 I 0 I 0 I 18 ( 1 I 1 � I 11 0 0 I 0 ( 6 I 5 I 0 0 I 44 � ( � � � � � � � � Week of the Week of the Week of the Week of the Week of ihe Week of the 1st Week of the Week of the Week of the 1 st Week of the Week of the Neek of the Week of the 1 st Week of the Week of the Week of the ( 1 t e mon h�f I 1 he m n h�fl 1 the m nt �fl 1 the mon hof 1 the monlhof Monmonth the I� t e m nt of 7 e mon hof Monmonth the 1 the mont ofl 1 t e mon hof 1 t e mon hof Mo m nth the 1 t e mon hof 1 the mon hof 1she m nt of ( I I I IMonday � Monday I Monday � Monday Monday I Monday ( Monday Monday ( Monday Monday � Monday , Monday I Monday � Monday I Monday I Monday I ; PagE 1 oi 1 � � NOT TO SCALE Y O a 0° � Q Q Z = z � w > \ L CARROTWOOD ��P z � ��O O �` c� P ? � � � � F- w � Z . o , � I I TWIN CREEKS I CEDAR FALLS � � —� 1 w t� � � r z z � w � Y Y W W � U H z Q Q w _ a / .... �� YELLOW BIRCH DR PANEL REPLACEMENT � YELLOW BIRCH . � � �. . � . .,.�r rer� � --- � �' � � SMOKETHORN DR I �� � ' WA � TER OAK DR RECONSTRUCTIOI� E��uM , RECONSTRUCTION & � SMOKETHQRN ORTLEAF SOAPBERRY � . —�_ � � � � PANEL REPLACEMENT � :.. ,; SUNSET a � � CORNER�NOOD � U - \ � RED BIRCH LN � ��� coMSTocK RECONSTRUCTION � ,���� O�\�� eu \ `` ��P � �� Ho��.Y HOCK yyH�TE WILLOW DR r o"'"' y�TF�v RECONSTRUCTION � �Po° <<o� RAISINTREE � �� O�`F ¢" ,/ / B,>Y VIEW y�.��TE WILLOW DR �� �o o,P ti m � �2 � �9� ��� �i��ti I o: , GREEN ASH DR PANEL REPLACEMENT ALMOND O �' � U � w � �- } BRAEWOOD � .. � 1 SIL.VER MAPLE DR PANEL REPLACEMENT / ENGLISH O � COFF ETREE a � , � 1 f' �' u � m-i � AR MAR � + . � ; - � ! _ 1 � - 1 s - i � 4 .... � REDGUM DR � PANEL REPLACEMENT 1 � . . . ... ...... . � �z �i � �i 1 1 � - �� MAPLEWOOD DR PLACEMENT PANEL RE y _ , j i 1 �f � - t 1 i 4 � .� l � -4 ;'.` + � i PANEL REPLACEMENT ° - i �0 ` - � JENNIFER __ _ � sr�rvoo� \ ��/� � BLUEWOOD DR ° . :� ! � SWEET BIRCH CT PANEL REPLACEMENT - � PANEL REPLACEMENT N SWEET LEAF CT � - �'cc�2 PANEL REPLACEMENT u.� ; � - 'O �WEET CHERRY CT � �,F- --� 2� �,v � --� ��NEL REPLACEMENT c., � .�. �� J��ss �! � D HEN HOUSE' � �„ l f � � ��OSTEfi E DR Y RECONSTRUCTION � � � PANEL REPLACEMENT � EGG FARM C9 � � Y � W �Q� � � O FEED MILL a � � � � Q` i �� Q� 02 �� a` \<<�S � J J LL J � U �J� �-� � SPRUCEBARK � ��/�J � m U Z m Y m O A PEN CREEK m I " Z 0 z SNAi�ORAGON � �FF,'� C �.FF� F� � �S Q- / � zs s �� .a NF��Fq,c �o�" \ � �cy PETUNIA Q / � 0 � 0 J � / � � � `G � `v� i' � +'�HINhAPIN � � . , Z W � � � KEI.LER HICKS � 1 . , It ACTUAl. PROJECT LIMITS SHALL BE DETERMINED BY THE ENGINEER � IN THE FIEf..D. � �i � it . � . �k � . 4 �ROJ ECT AREA ClTY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBIIC WORKS APRIL 2011 #01290 DOE 6181 SHEET 02 h � � h � G � e �� � � d (�n 8« �� k �� i 3a 'T fr �: r e: � � ". s sj � Z ^: _ «p 8z;: �� �� s � ! � F � a # � G � 3 �: �_ 8 ^_' e y S .�iE � �� $ ^ o � c � _ � I - s: s eT .�._ -='sa � 0 10. 5' � 3 � � t- ,iS.�'4w . /0 9 2 3' 3-B 10. 5' N � 4 ! O 1 � y� � m ^f�-JU tyT <TUv \_ f— _ _ . _ _._.F.— _ �II __ -- N _--�__ ..Q \ � _ STA 2+60.OD PC STA 2+T�.20 ll l2 � ��� _... _�---�_" 8 7 / HEO BIRCH LANE sT� s+�e. CREEN ASH `VE STA /2+9y 60 IS i /���'� �1�i%0�1� _.���/ / i� \ 5 16 .� _. � � '. 8 � h \�' - � -- CL CURVE TABLE CV N0. DELTA RA�IUS TANGENT LENCTH B � 21"25' 57" � 1000. 00' � 189. 23' � 3T�. 04' rtm e � acH u� PT STA l+23.32 tMU PAYEMENT CONST CONC SiREET HEADER CONST 5T� END OF ROAD BARRICADE PEA 5-�112 NOTE� TME CONTflACTOR SN�LI CqiT�CT THE �OlL01YING �T LERST �D XOURS PRIqi i0 EXC�V�TING IN THIS AREM Fqii IIOP7N �ATER DEP�PiMENT �71-�i15 Tzu c�s �-eoa-�so-ao�o T%ll ELECTRIC I-B00-2�2-9111 SOUTMESTERM lElt TE�EVNOHE CdPANY I-t00-795-OMO CN�RiER COY1NICaT10NS 2K-SS7� fORT �ORTH TNAMSPORTITIOWPUBLit 11'OXI(5 l77-l100 FOfl OTNER F�CILITIES 1-l00-0IC-TE55 PROJECT BENCFi�IARKS &d N0. t PK NAIL IH KATY ROAD 18't EAST OF WEST ROM IINE h 2TT5't NORTH OF KELIER HICKS ROAD, 2375't SOUTH OF CAYIOR WEST ROAD EIEVATiON. T�3.577 BA1 N0, 2 PK NAIL IN INTERSECTION OF KATY RD L CAYIOR NE57 ROAO 23't EAST OF WEST ROYI 0� KATY ROAD h 16't NORTH OF SOUTX ROW OF CAYIOR WEST ROAD EIEYATION� T36.416 . 0 40 8D 120 RED BIRCH LANE �---� � GRAPHIC SCALE IN FEET --..._.. ---. _.. ...._...�. ._... _.. .--�- - - - -- -- - - _ _ - - -- - --- - -- - -- - - - _ _ - _ -. _ .. ... . .. . . ,__.. .. ----. _ .. _..._... . .__ . _. __--- ..... . ._ . ,. - - - - - - - - - - - - --�_._...._ .. _ ...... .. ...... _....... _. .: -.... --- � __ ...... :.. .. . . _. .._----- - . . ._.. ._ _ ---..._ .._...., . .... -- _ .. _. . _ _ ._.. . - .... . , .. _ . , _.. - - � . . . .1 � ...-�....."'"'__'_"'_.. .__.. ..F—_'... ....�.._..._[_..._._.. ..._..__...._.. —.-' ..... .. ... ..:": _ ::Y�_'..:::_::::_.:.__:...� _ _ _ . _ ,.. . _ _ .. t r._ . ..t..,_ .. ..... _ ___ ._ ... . .. .. ...... _....... . _. . _.. _..._ . _..r. _ _ ' _ _ � : ..: . . .: .....:. � . .i : . �:.....:: :. . . . , . . . t � . . . . . . ._ .. . .. .. .... . .... _ .. .- . . . . .: ' ' ' _ � ... _ .... ' _ _ . ' ' _ _ _ ._ . ._.... ... . . . ..._k.. _...._._._. .... .. ..._.. . ."' ... .. ..__".' .... . ... . .........."_"'_'____.. - _- - . , . _ . . . :._.�-:... e= .::.. x .: _ ::_.... : --. . . . . `. _ .rr= tr ��" ' . . . " _ _ _ ' ' _ ' , .. . . . .._.... .. .. .. ...._ '___. _..___ .. _.. .. .. .. ... ..... . . ..__._.... .... .. _ _ . ...,_ ...__ _ac_::c: rrc : c= ' _. .. ..._ . , . - -_- _ __ _ _ ' _ _ _ - __ '__--' _ : :;..; :__ __ _' _ . .....'__, . . . . _. . . . . .... . __'".. .. ... _ ' _'._".... ...__" . .... . ___._.__._. ... . ..._ . . . ...' _ ':' ' ' ._ . .... . ...... . : ..::. �: ^: . : � _.:. .�r.�s..... � �:. :: _ .... . : . _. ::.. `. . _ ,. * :.: :.:'..:: .:.. �_ :: :ri: :..: := : r ... : :.:::-�.. . . . . . . ' ' ' ' ' . c:�:.:: . . ' _ " ' ' __ ' _ _ _.. �_,.., . _.. .... ..... .... . .. . .. : .! _" "' : , ; .. ' _ ........ . . _. ._ . .... .. _ . .. . . . . . . . .. ._...... ..:�.:�"'.'.:.:':' '. . :. ....... .. ... . � . ,_�--.- J :_ - : . _:: _: _ . _._ .� _ ,_.-- . -- . _. .-- .---- . . - . _ _ _�--_ _ ._..__ _ _ . . .�: . . _ . . _ . _. ._ . . . --- . _ _ _ , --. _. _.-_ _ - -- -- -- - - - - .-- _ . -- . _. . . . . . .. . . _. -- -�- . _-- _ .. . _ . .. . -- _ . ..__. _. . _-- - - _ . _. _. .._ . . _ ._ . _ _ _ _ _ : ._.. u ::::_� :::._;�,_ _ ; : -- - . _ . , � , . . - _ _......__.. . .... . . c _ .... ____ _ . .. _ .. ..__._ .._- -._.. ,. . _... .. ..- ---__._ .._ __i__..._.. . . - - . - - - -- - - - - - - -- OFI 4D'SHORZ. . ....... _ . ., . . _ ,_._.._._ .....__. . . .._.... , - -- - - - - - -- � . . . . ...._ .... -- .... . . . . . .._ - . . ... . . .,..... : � PR . . . :. ..r..r. ... ;. _ . _ � .:�::. .. . .__. . . . .. . .. '. _ ' . .. . . . . .. _. .. . . . _ _ _ _ ' ._ .. . .. _.... .. _ . ... . . . .... . . .......... . . : . � � . . :.._.. " ' " .. _ . �. . .. .. . . ' '_ """ "' _.. .... _ '_"_.._ ........ . . ..... . __ ... .._ ......_. . - . . .. .. ....... .._....... .. .. . .. . ... . . . . . . _.. . . . .. .. ....... ....._ ._ _..._., _ ._. : i - �x . . ' ' C. .... .. . .. _ . . . -� ... .. ......:. r. ._' ' .... .. ....... .. . ._. .. . .... .._` _'__'_._._ _. , : :.. :_�. � : _.... _.. _ __. . _' ..._..._. ..... _._ ...... ._�.. . .. ._..___'.___._._ .... . ........_.._ ... �. . - . . . _ ._. .. ___. . ____. ._ . .. . �._a_...._. �� - _ - . /.. _; . . . . . _.._..._.i._... _ . _- _ _ __ ' _ _ '_. _ . . . .. .......... .' _'_'._...._. .. ._ . . ._ . � . . �o ...... . _. ___. ,_.._ .. _....___...... . __ , ._� _ _.i.__:.:_. - - 1• 4' VERT ..--- _._ . .. . r_.. __.. .-- -. _... . . .. . . . - -- ,. _.. _ . - - ,------__.._,:.:_ _.. , ::.: , . _.. ._..._..._. .. , . . I : . : . ,.. . ,� . . . . .,: .. _.�. ...... a -- . . . . : . .. ... ... : . - - � �� � - - - -- -- -- - - - - = - - - ... :. . . , � - - . . ._. . _. . . _. _...._ . ... ..... . . .... - .._ , ._ ... ._ ... .. . .. . _ . ..._._ _.. _ ._.. _. . _ . _ _....._.. .._.... .. . :.. . - - - - - - - , _ ... � ,. .._.,. . � i,...�. .r,.i ir. _. . . ... ... . . . . . _,..- � -- - -- - - - -- -- - - - - - =- - - - - - _ - -- -- - _- - --= - - - - - - . - ..- .. . . . .. _ ... , .., .. . --....._....-__-_.:_ ._ _.,: .. . .. - --- - - - - -- - . ........ . . ... .., ... .. . - -• ...--�- ._.._... . :.. : ... _....:... ._ _- -- ,. :., .:: . : .. .;__.. . . ; . _ .... . � .. . . . . . : : . _.. a � . . . � . .. . . . _ .. _ . .. . . .- .. - - - ' - � -� - � -- . _ . . .. . . . _.. . _ ... N07E.: . . . . . ........ . . � .. . . . .. __..._ .. . . _ . ... . . . . . ::::{. : _ _ °�G . - - �- ---' _ . . ..---- .. .. . . ..._._.... .. . ... .... ..--- ._....... .. .... . . ._ . . . . � • - ' - - - . . .... � .... . .. . ,_. . . . . _ - - -- - -- - ....... . . . .......... .. . . -'--'-�- -' - ' -. . . ...._ .. . . . ...._.. :: . � - - -- . . ._. . . . .. .. : .. _ ...... .. .. . .. .. . . .�. ... . _ ._ _ . .. . .. , : : :. : � . ... _ ... .; .�:..� '- ... . . �- � ....d.. ;:.::.. �-....: ... . .� �:., : . . . . ... .. ' i i i : . _.. .:. .. . . .. . ... . . :r.:'.[ , . _ .... ... . .. ... ... .. . .. . , � + . t , :"_:' 'n L'-.:�: °rE:=':. �:�_:ii_i�?c . k�. E.'.:: ' _ _ __ _ ' _ ALl ELEVAT�IOMS l�RE:':'r. ...... .. , . * . t ' _"_ .. ...._ . . _ _....._- . .."_._ __.' .' _.'_ `_._ .__ _... � . . ...'__'_ -_ . * . , _ _ _ _ _' _ _ _'_ I * _:. _ _ , . _ _ _ _ , . . . ... . ... . . . . . �-.... ......�.... . _ . _ .. .... . . . _. ...... ::� � . _ __ _ . .... . . . . . . , ,-. �..::� . ... . . . . . . .. .. . ... . . _ _ . . . . ,� . . . .: - _.,.. :_. ... . . . . � �.. : : .: ... . .. .. ... . . . . '_ .'._ . .., . _ _ .. .. -. .._. . . _ ... .._. .. . . . .. . . ".'_' _... __,. _.._. __... . _ . .."'_'. .. : . . f /'' .. .. . .. . . ..... _.. _' ". ' _... . . _...._....7.... .._. .._. _ .. _. __.� . R/ 1► ItlRB-UNtESL.- _ __ � . _ . .. .... ......... . .. ``-..._.............. _.. . .. ..--'._._.. .__ ..__..... . . - - - - . . . ....._... ....__..... �.. . .... . . r ....... ... ..... .•--_...... ... . ��:.:i-:�".�E .._. . ... . . . . . . . .' - ' . . . . ._. .. . ._ -- . . . . _ _;..: _ .. _ �: . .�:s:�: . . .. . ... . . ... .. . .' : � i � ...._ J _. ,... .. ........� _ _' - _ _ _ _ _ _ _- . -. . . � . ............�--•--'......._.. _.-..._...._.._.._.._....•"_. '.. . ..., .. .._.. _......._..I._:--,_.-:_.':::. ' ... '_ __ _' _" ' _' ' — _ -'.i-'.,:..: . .. . . ._ .. . .. . . .. _ . . ......... ....' �' '_. .... ...... ... .. . .. . ._ _.. _. . .. ..__.... . _' ' _ _ _ _ _ , _ _ - . .. . . . .. . . . . . .... . .. . _ ..... . _ . . ... . .. _ . . .. . ... . . . .. . .. . . . , . ... .... _. ......... __. - _ _ _ .. _ _ . . . _ m _ . .. .. . . . . . ........... . .... _ .. _ .._..... . .. . ... . �...... . � " . �'' OTXFiriIIeE NOTF� _ , _ - . .. ..... ..... __"._ . . .: ._, .. . .. .. . ......_ . � . . _ _' . _. _ ... _. ....' _"" _' ' _ ' ' " ' ' _... I . ..._ ..., : r...;. : - ---- -- --...__..........._._... .--...._ � 'a __. . _ _ _ _ . _ � - ._ .... :::. .::... -. _.. . . .-- ..._. ._.__....__....._ . ... _....._... ._ .. . ........... . - - - - - - -. _...-----.. .--- •-- - _. . . . _ . _.... .. -----...-- --._.._ . : � - - - _ , -- -_._ . . . ,_- ---_.--------.. . --- - -- -- ... ._......_�._..... . __.. _ � � - - - " . . . , . � � - -- -- - --..._..._.._..__.. . . - --_...._..---- - � - � . _ . _._ .. . _.. . . _ . . , . ... r. .c-.... : � � � . . ~ - - - - --- ---.. .._. . . _ . : ' - -- .............. � /� ._ .. .... ._ . . _., _ . . . ... . __ _ _ ..._ _ . .. . . . . _ . ... . � � - "':I' _- _ _ _ . + . � . . . . � . ....... .......� f_.._._..... ....... .... i .. ":' _________—__ _- ._.1�:._...`." ____ "_ _ __ _ _ I �� .: . . . �n _ . ' " . .. . . _ . .._.�_ . . . . 1. ... _ . . .. _..... __. .. - _ _ _". � ..._:�..."___'_!_. ' .. '. :"" - _ _ �•_�•'": . ...... ..... ..... . . . �� . ... ... ... ..._. _ . .._..'�.__.. i ... . - _ - � " " _... ......,.._ _ . .... .. .. ....... . . ..�__.. . . �.� . ... . ..........__ � ..... . .. _ _ ._... .. _ir.__.... . ..... .. _ , . . ---.._.. .�'., - - � ; :.: :. � .___. _._ ... ..' '_"..... . � .. . ��� ... .. . . ..... ... .: � , .. . . r - . . r . � _ _ _ _' '-.._ _—'--.. _ . . .a�—. .. . .. .. . . _. . . `v .. . n. . , . . ._.. �. - - - - - ..----..._. _... . . .... ._ . _ . _l._._..... - - -- - - - _.._. _.. _,_.__._._... � . . __.._........_.._____._. .. �— _._. ,._ ._.. -:;:c.= s�:=,_-:y._-_:_:, ..._ .._.. - •-..__._ . __.__--- -� -_.. �. ._.. ._. ,._ - - - - • -�-. __. _.. . _..._...._,..._.. --._.. . _.. --.� :_ ..._.._._. z.� - - - - ;.::.� , __. _.. ... _ -_ .__._-- - - ---• - - . -- - - I . a.- _..._. .. ._.__. .. . _. _. ...� ............._ . � . .......�. .... �s'.._ .__.. _ _ .. � . . ., ..,.::. .. ... .. . .... ._ . . . - - -- �- i� . : :: - : . - - - . ___ ___--__ _. _ . _ _�.__. � - t �'_ _ __ _. ,--� - ._._.. . � . __ _ _ -- . . . . ... .� , ._ _ . , . ._._._.. - - - ----- -- -- -- - - - - . ._ . . . . _ _ . . � . . . . . _ .. _. . . .. ,_ . . . . __ - -- - _ - _ . _ -_- . . -- ------�__ _ � � _�� _. ___. ...__._.__._ . _ : n... - - - - __ __ ._ _ � _. ------: _ _ � . _ _____ ___ _ _____ . . . . . : . : ; : - -- -- - . _ ��. ____. _ ._. .-- ._.. . _. r_. __._ - - ---- -- - , .._. . �. . _.__.. ._ . . .� ._._. . _ .. . . �. - - -- -- - - - - . .. . . � __.._ .... .. . _ . ...._.._.... ... .. . � . . .. . . .. ...... .. .. . _ .._ .._.�._.__._...._.._,..,�••-- , i _ ........ ......�. . .. . . .. . .. .. . V �w . . . ........�...., . �. .. '.: .."':..:','.::_:' :' , or� . . . t!I . .. .. _ iT. .. ...:::..:....:........... _. . ... .._..._... ._ 1 /^',l . . �\:.:.:.�...:. - - - 1... . . .. . . .. . ... . . _ � :._ - ... .. ..._ .. _ . . . ._.. _ -_--- - - --- - - - -- -__-- --- -- - - - - - - -- - -- -- _-_ _- - --- -- _-- ------- ..... _ _. . .. _... _ .... . . .. �-- - ... , . _ _._... ..... . . .. .. ...... .... . . . . . - ---- - , ... ,..._... ..........: _. . ,_ . .:. .. , _. , . . . .. _ ..._:... . __: . � ,; _r.. . . _.._.:-.. _:-- _.. . .. . _ . . . . . .. :. . ..: :: :., �.. _ . _. . �. ... f • . _' ' ' _...... ._. . _ . . . .. _.. ._.,------_•_._.. E� .....: ,. _..., _.-: _i . . . . _ i_'_' ..._. _. . . _ . . ..... . . -.i.': .. . . . . .... . . . . . . . . . .. .. ... . . . . . . . .. . . . , - - ...._..... -..�..........._ ,.. .._..__. ..... .__ .. . - - - - - ..... . . .. � . - -' -- . ._...._ �� . .._ . .. . .. . .. _......._.._ . . .._ ... ... .. .... ..... /I .._ . .. . _.._ ... . . . . . _,__ - - - - - - - - - - - - - - - - -- - - - -= - -= - . . . . . , _ . .. - -' '- � - - - - ' --'- -- - - - - -- -' - - - - - - - - - - - - - - - - - - - ----- - - - '- -- - - - - - - - - - - - '- - - ._... _...__..c.._ -..; _, .... l , . .. - - ' - - - - - - � - - - -- - -- - - - - ._ . . . . .. . ._. _.. . . ._ . �.-.. ....... � ... .. ..... .... ..__... . . ...5 - ._-s:_.E' .. ._�_ .:..:... :.. .. .. . . . . . . . . . . . .....' .. .. . . .. .. .. . . .,..,,,.....,.... ,y-„_ _ _ _ - _ _ _ _ _ � . .. .:�.-:. :r. :...-. .-... . . . .._ . ,_ . ,..:._�- - ._ ... ......_-.�::.�: "�':_.S. - -- - ' - _. . _ ._. _. _. � . _.. -. : -.c:.�.- � . _..... _ _.. .. _;. . : � . ._.. ... . , .... . . . .. . ' "- ' ' :. . � .! . . ... "... . ... . . �-�. /�'__:.::�•_.:...c.__.......'__' : :.'" ' _ - _ __'0��4"..�:.'. �%�'_ . .. _' .__..._..._.. . . . . �.... _. ...... . . . , . . .. . _ . . ... _ _ _ .:i.. . ,_..: : .. .._ . .. . . .. . -. .. . . . _... .. . . . . , ._ . . , I . ._._... - _ ' ' -.. ...:: . _-• _ _ _....... . .. .._ ..._ ... . . . ......... ...._.._. ..._... __.�.....__. . . . . . . . . .Y_. ___�....�........ -- �.�.�... . _ .. .._ . . ...__... .�..__. _. �. .. .. _ ...._. . . _ . . a. . .. . . . I . . �p� . .. . � . _ _._ _ - � � - _ _ - � ...... . . . _ _ _ " _ ' � ... .... ... . . .. _ . . . ... ....... �....�_._..... . .... . .._u.... .... . . . ...L_ . ..� I` ...1_. _ . _' .�..t.-.i_'.... __ i . . _ . ..... .... ... ...::-.:_..:-�.�:-_ - FILL PER I . ... . . _.._... - . - - - - - - - ' - - - - - � ... .. . . � . . . r , . . , . .. . . v. , .z.. .. . � � F � - - - - . . - - - - .. .... .. .. ... . . . , _ . .._.. ...... . . . I � r/ •_.�—. _..._. : ' ' � _ ,�' ...r ._... -�..:'::.:..: _�7."_ '�'�v�r;"_P.'." �/�.'" ' _ _ ' ..... -.. . . . ' .. ... . .. . . .. . ...... . .._._ ._ . ..._ ...... .. .. . �.. _ _ ' ' , "__'_..___. . . ..... . . . �/ . . , ._. . . . . .. . _ . . .... . ....... ...._ . . .i . . ... .. . .. ._... . .:.�� :_..... .._... L C 11{711 71�- ' _ _ _ .._ . . . . . . .. ... . ... . ..... . . . . , . . , . � ... .� JMt I�Y �us . . ... ........ '�i�'-{':." _' _ _'._ . .. . . __ .. .. . . . . _._ ,._ ..._. .... ._.' _ _ _ . . __ ' _ _ - - _ _ , " . .._. . . ._. . ../�: : . . �:: � . -t.: . '.1 � . .. _ ... . . .. . ..... ............... . . ..., . ��_ .. ... , . .. . ...." f ... .. .. ..... . . . � i . . ......... ._.. . ._ .. � .. . . . . . . . - _ . ,. . . i .. _ _ ..-: _ ..,. ..... . M . : r _ .. _. . ..._ ........... .... . ... . . _ _ _. �: __.::. I - - - _. . .. . . . . � ............... . . r -----..._ - - . . . . . ... .._ .. ... .. .. . .. .. __. _ - - - - - - - -- - , ........... ........ .._... _: " - .L. . ... : ... _ . _. . _ '. : . Illl11. _ __ ` _ '_""_..' "_' ..._ . . _ . . ...:...... . . , . .. . . . ' . . : .' " _' " ' _ __' _ " .. ..' .... c . _ ..... '�...:�::.'::�': ; . .. . . � . _..�' _ : .:.' ::..'" ... ..._ : ;:.:; ..:'... .. . . ..._.:':::.: �_ '..: : bl� ._.._. ... "_ _..... .. ._ . . . . . . . . ....._ .._. . .... . . . . . . . . -_ _ _ _ _ _ � _ . . . . .. . . . . . . . ' .' :� . '. ' . .. .. . _ ....._ . ._ ...... .... ... .. "'`'� " _ r.�.:'t.., ::�': %6� . _ . . . . . . . . . :NC. • RT. ROIf . _. . � . . . �'` . .. . . . . . . . .. . . . . . �?.6 . . _ _.. . . . . . . _ _ . . . �, . . ....... . ...... . .. ..... _. . ..._ ... . ... : �Y.- . _ _ . . .... .. .... � : . _ .. ... .. .. .. . . . . . . ... . . �- . ._.. , .. ... _. . ..... , . - - - . 1 ... . �... • . .. . . . ..._.... -� . ......., ... _. -- . .. � - - - - - - - - - -- - -- _.. .. _. . . . . . _ __.,-.._ .. --..... . .... .. ... . . . ... .:�_--. : _ _... .. . . _...... _ _ ,. _..._.... _ . . ............ .. . _.._.:_a.:.__....� . - - -- - - - cosac . .. .�.�� .. . . .. . . . . - - ... . .. ........ . . :� : . . .. . . . - - --- , -: _ - - : NG . . : �: .. . ,. .. ' ' -" -. - - .�- . I �. � . :. : : . NO t L . �. . .. . . . . . � : /� . . . . . . .. . . ... ��ti - - - - - - - � � . .. . . - � ' - - - - - - - - . . T _.. . ... ,._ . . . ..... . ... .. .. '�( -..:..: -,: . . . . , , .. .. .... . . w� - - - . . .... .. . ,_. ..... . _ . _... __ . .. . ..... .. ...... .. ...... _ - - -- ....� . _ . ._ . _. _ . . -.. . _ .. . . . . _ . . � , ;, _.. . , ......_..... .. ._.... � .: _ . ... _ . . . __. . . . . .. , . _. ; :.:: : -_:.. __ . ; �.:: � ;:.::�: . _.__. ... ... . , . ....... . . ._ ..... : :...:.. - .:..:.....: :.. �: ... , ,.. . �_._... . _._._..__.._..... . - - - _ _.... . . : : .. ...... .... . .._._ �_. _ . . ... ..--� --- . . - - _.. _. .. .. .. . . . . _. _ .. . ..___ . � _ . ._ . . ... . . . , _.. . r_. �. , - � ,� , ... . _._ .. .. .... .. ...... ._. . . - - - - - ... _... . _ .. . . . . .. ...... . .. .. . . . . . . . . ..... . . _.... � ... . . . . � , .._..... �; � - _......._ . . . _ _.. .. _. . __ .. . . _ .. _ . . - - . _ . _._.. . . .. ...r-- . .. _. _ ..... ..... .. ... _. \�� � _ _ ..: _ . . . . . . .. .� . \�' .�... .. .... _._..�_...._.. _, _ ... - - - - -- - - __ - -- - -- - - ' - - - ° - - - - _ - _ - ........ . .......: .: : : - - - - -- - - ._. �- #.. � .. .... ._.. . � _ . . .._ .. .. ._ - - - - - -- - - .._. % :: :- . :. : .... . : . .. .. .. : : - - _ - _ - _ - _ _ - = _ - _ -- _-_ - - - - - - -- _ _ e - - - - - -- - - -" -- �._. ... .._._ . : : :'.: /:;!_� � , _ _. . . ...... .: . . : _ _ _ _ ::.::=:: . .. . . . . / . . . . . LT=i RT:TC_ : .. ": � i ".i., j'. � . : .- � : .: : : . . . . . /1 .... ._ . . . .. . ... . . . . . . ,._.: . . � . - ' > '_ _ _ �. - - _'_ . _ _ __ - _ __ _'_ ' _ _ - -_ _ _ __ _ ' _c .-__- __ _ �: ... . • ' ' ; . : . : ._ : : : : •� � .: - c i. E. - . _ ' ' ' ' - ' _ _ _ _ .__' _ _ ' . - , _ _ _ ' _ __ _ ' / .... . ...... .... ...: ; . . . _ . . ...... :�..r..;. . c :..: : .' :...: . _ _ . . .. .. . ..._....... . .. . �. ... � � .. :: . ��� ' ;..,.. j. . . . . , . . .. . . . : . . . . : � : :. i: _ _ ' ' .: ..:� i .. . '� .: _ _ ' _ . ... _. ... . .:'.�i.� :. . , t. _ : .. ... . ... . _ ... .. . . . . : ,: :: .. . �.. --: .. .. . , .. . . . . . ..-...•.:.. ... ..:... . . ... : .. ` ..... . ... ''' ..'::^.: � . . . . .. . . : ...... . r . ` : :'. . ...:. . � ::c [:_ : ;::.: '; �... .- :. : . ... .=r9 ` . . . . . . . . ... , i_. . .. . .�. . ..... ._. . . ..._ A ._ .._. .. : : .. .' ...... ;. . . . . . : . . ./ . . ....._ _ . _ _ ' _ _ �...... _. . . .. . _ . . . _ - . _ - _ -' _ . _ _ __ _ _ ' ' _ -_ - _ . '_ _ - '_ . - _ - -. ' ._ _ _ _ r_ '__ _ ' _ _ _ __ __ _ ' / . ..: _'. '_.._. . . .. , .. ...� . . ,_ .... ..': /' . .: i . _ ' ' _ . .. . . . . . . � . .. . . .� _ _ _ _ _ _ .�.ii===.:..': ..:'. : �.: .S::.E. :/ ' _ ' ' ' ' _ ' _ _ _ . _ _ ; ' _ '_ _ __ _ . -' :. __ -. ' '_ _ _ ' . . - .. - . ' . _::.-�.: ..:.�:._.. _�i.�..�. . . ..". _ ' _ _ _ _ _ _ _ _ _ __ _ _ _ ._ _ � . .. . ..._. . : . . . ...._."__... ..._ . ....... ��i'�::�:;::.:.. :._�: . i'r - ' _ _ _ -_ . c. : : r.:.�.. •.: : _ '_ ' ' _ _ ,_ ' _ .. . . _ ... _. . . . _ . _. .._... -.i'' 's .. .. _ _ ::. '. .. ` . . .. _ . : z.�.:= : �_.� . -.c .. : .... r.'2:,�. _ .........;.." _ . :_:.. �: ..:.:n.:... ., _ . .....��-�: _. _ .._ .. . . ... . .. ... ; .:. ' _ _ _' _ _ '_ �c�':- _ _ ' _ _ _ ' .. .,. . . ..: . . �� 6 , { _ ;.: ;. :. .....,- :. .. ... .: . : _. ,.... . . . . . . . . .. ..: : . :. . ; � ... . , . . _ . : , . . . : . . � , - _ - _ - _ - - _ - _ -- - - - - - . ._.,- - - - - - - - . ..._ . ........ . ._...... __ . ... . ...... ...... ... __.._. .... .._..: . .. .. .. ... .. .... . _ ...., , . .... , ...... L ._ ._ ... . : . . . .. : ✓./.�/ . ._..�...�.. . ... : ....... ... :.:. - - - - - - - - - - -- _ .. . - -- ° - - - - - - - _ w . .. . . .... ... . ..... `°. °_.: ." i - :. . : � : :.... ...:. . ... . .. .. . . . - _ - - -- - - - - -- - - - . .. . .. _...., ._... ... � : : t- �.-:.',-- - - - - - - - - - - - - - � - - . _ ,.. : .: .;_ ... � .: : . : :: : : � � . .. .. . � /:'//: , , ,. . . _ � - - - - - - - -- - - - - - - - - - - . , . .�. : ,.._ _ - - - - - : � : : i. . . _ . . . . . ..- -. ._.... � ' �' _ - - - - - - � - - - ' - -- - - 750 //�/i., . .:.�.-, - -- - --. - • _ _ - - , -- -, -_ '- ----- `.. . _ - . .-� - - _ - =- -..-... . _ . -.. . . .-._-.-. .-_-. .. . ,. - - _. �t tc : : ..:..: ..: : .: : ; - -- - - ° - - . . -- - -_ - . _- - __ - - -. : - - - . _ _ —�! � ..... �- - -• - .. . ,.. _ .__ . .. . . . . . . .. ... ..:_.: : , _ - : . .;.:. : : : > .:: . �... _. . ... . :-. :.: : :.. , --. . : : .. �. .. _. :: ' . . . . . .. .. . ...... .. . . . . . .... .. . ' : .:..: _ , ... .. , ....... _..... _..._...... _ . ._ - ...... .... • :. ::.... .. . . .. . ., : _ :: : , - - - . . .: . .. ... . . ... _... ._. . _. ......__.. . _. . :... .. .. . . . .. _. . . .... . • ... ... : .... . .. . _. ...:_ � - - - - - - - - - _.. , ... . .:: .. _. ... . . .. . v. F .. .. . . ... .. . . .... .. .. . . . : - : : : : : . . ..: . . : � � : : : _ _ . . . . . - - - _ ' _ _ -- _ - __ _ _ ' . _ _ _ _ _ _ Na 7950 : . . . . . . . . . .. . . . :. . ..''i . . . . '" ' ' ' - - " . _ . _ . .. .. � : .. :: : ..: : : ::: : . _ , :': . . . . . : . . . . . . . . . . . . . .. . . . . .. . .. .. . . . . . ' ? _ � . . . . p.0.& , � .. . .... �_..., - 760 750 _�. � . - :� :.- �: . : � �_ :.._: -- ., . . . :: -: .: - � .- .:: - .. - - ' -- - '- - - - �� - -- - - -- - - - nr rc . . .. . : :. � . .. .. : :.: ::. : s. : ::.:.::;:_ .; ... . . - - - . - - - -- - -- - - - - - THE VI[.iAGFS OF ;.,:.: : ;:: ::;. ; � ::.: : - - -" -- - �.:.' :_ :. : .: : ,.-_t . - - - - - - -- - . .. . : : .... ....r .. _ .i�',:.;. . :.i� ' '. ........ : � �. '. � : .:r ." .. . '.. ' : . . . . � . . . :..:..:....... . .. _ / . . : :..' : :' . .;..:�.: : __ 'a'.: �: � .: : _' ' ' ' ' ' _ . : . : � : :� : :: r:r: ���.s � . , ._" _ ' " " ' ' ' _ _ -_ _ ' __ ' _ _ _ ' ' ' ' ' � ' ...... . . ... .. . . ... . .. ... . . . . ... . ... . . .. _. _. _. . . ....� .... ..... ... . . . ........ _._....._. ..: . • - . . . ' . . ' .. . ' . _... . . _ ... . . ._ .... . . ' � =' � . . . r._ ,.: .:. _ "__ " " _ '_ " ' . .:.: .:... . : _ , ,. [. -; : .�:: � : .. . . . :. p . : ..:. ._. .......... .. .. - _ - w cs . . . .. � :: .. : :. ..::.. :.: : : :.- ..: :. : .:-_::.:.: ..: : . : • : : . :: ,._ : : :,. :: -. : OODLAND SPRIN _. _ . . ... . . . :.--_. , ... ... _. : : _ m _ � : - - - - - . . ._ = :_:-::. ...: : - � -- - - -- : - - - . ... . . _. ... _ .:: � .:. :. :. . :.: ...:.. . ..::....: : � _::... : :. :. : - - - j� I . . . . . . . . . . . . . . . . . . _ _ ... . . '�'� . _ . . . .. _: : _ _ - :. ; . , - - - PHASE SECITON 2 :.. .. ... ... .. . g ' .;. _E.�E.. ; .+.:�..:: i . .. _ . . . . . . . ... . . . .. . . . .... . . ... . ... . . . . . . .. . . .. .. . _.. .... . . .. .. . � . , . . l. _... k . t. f : . _ 1. : _ _ _ .. . . . . . .. .. .. . .. . .. .... . .' ' " .. . .... . . . .. ....... . . . ' ..- . . . . .. . . ( . . ..._.. . _ _ " _ " _ _ I : : : : :. ...:.: :: :.-: -,..; .,_.., ;...._: : :_ :.�-:..:_,_.�.,..._:.. ...:_:.: : - - - � - - -- : - � RED BIRCH LANE . _ .. .. . . � . . . . :..._. . .. . . _ . . .. . . . :.::. : - - - -- � : � - - = . _ -: - - - _ - -- ---- _ - -- - - - - - :_, ,.. ........ _ _ :..::..-- - - - - - _.. . _. . _..._.. . ... - _ . . . . _. .. . .:_._.:..; : . ,. : . . . : ,.... _. : '- .:.. : : : : -� o: ! � . . . .. . ._: : : : : _ -- - --- : . . : : :_: - . - -- --_ - - - ..: ...:.:.: ,_..-;:::::_:.:. : > .::. :..::..... . . ...._... ... _ � _ . ::..: .. :.. .: .: : _. . : : . .. .. .. . _. _ .: .: . . ... . ... .. o. ..... . . ..... .... . . .._. ._... ..... _ . . . ..... . ,._. Rt . ....._. - - .. ; ... .. . .. -. .... _ . . �- ..:.:..:..:: :..: ::. : : o. _ ... .. . . ...--.... . . ... . . . . .i�........ ._.. . b......._. - - - - - : . .: : ... : .. . : . . . . . _ .. .__.. . .. . ..... - - - - - - ., . . . STA. O+DO to STA. 6+23 52 o . .. _ . . . . _. . . .. -- ... _.. .. . . _.,._ .. . . . . . ... ._ _. - ` -- . . . _ ._ ... : - - - C1T1' OF FORT NORT TEXAS __ . .. . .. - - - o > .. . . . . .. ... . , �._ . . . . •.r _. . . . . . . VI •. . ... . . . _ _ _ ... _ __ _ "__ - . - _ _ _ � N.o_O I . . . . . . . . . . _ _ . i, : . _... : : : .: :: ;_:.:; �. _. .. . _. _. . . . .. . _...: : : .: : - - . . . . ,- . . . . . . ... .. .. ... .... ... .. . _ . . .. _ . . . . . .. . . _ .. .. .. . . - . .:,'-,.... � . . . .. . .. _ ..... ._ .. _ _ . . ____...... . > W � . .. : :. .' . . .. _ .. __. �_......... �. . . . . ... . .._. . _... . . __ . ... .. . .........__ . . .>r. a�o..... ... .. .... . .... . . .. _. ...:�_�.....:_:._,-; ,.:� : _ - - - A ND PUBLIC 110RK5 DEPT. .� _ _ . _. .... _ . .... .. ......... . . . ... .., ..... .._... ._. ... . > n ,... . ._ . . . .. . . ... , _..__ . _ . > �o ... . _.. ... . : --. : � . . • . • . - - -- - TRANSPORT T I ON A ., . a G $ 740 .. . . . . . . . . ., . . . . . .. . ._ , - - - - 740 . o . .. . e ..._: .°' _ .. . . . , .n : _ , :. . . -. _ :..... s�: : . - EdGINEERINO DIVISION ..._. . . . . _..-----..._ . _.. _.. _�_•- __..... . . _ ..._..... . -. ° --......- - :... -:: ::_:.:..: : - - - � zoo• vc: - - - - - - - - _,o o _ . . . . .._ . .. ... . , ._ . � - : - - - - __ . . _ . _ , � - . . . . . . . . � _:. . : :. -,.: : .o.�. . . _ _. .- .... . ...._ .._.. - - - - -_ -- _ _ ' - _ - .... . . � _. .... ... -- . . . ... . .. ........ ... . . . . . . . _. ._._. . . � .. . ....... ...... . :.: :.:: , _ : : ,: .: ..s. :. ,r�s�., r.,.�,r�.... . . ..... :. . . , . : : :.. :... ... .... :'.: - ..,.. .., � _, . _ _ �ii Carhr• •:.. : ��mW ... . ... . .. . . . . _ . _. . _._... .. . - ,. _.... ---•-:-..._ . . _ . �.. :._._:.,: - - - -- - - _ o � . . . ............. . ....: ....__ _.. . < .. . . . . .. , . :._..... : . . - ::_�_-..:.-: '�....::.;:.._._'.-:;_..- - - - - .. - . _ -- - - - • - - . . - - --_ - a � . . .. . ....... .. . .r . .. . . .... . . . . .. ... . .. . � n .__ ........_. . n ::-:�n .:. a.:-.': _: . 1-::' :r :r o�;':..:�.._.:.;::..,.::r:�v� �: . n ;.._.. in . . . . � z . . . . . .. . . _ . _ . . ... _ .. , . _ . . .. . . . _ .. . . .. . . _ - SlA RF� 8 a . . . .- "- - _ - --- - - ' - -- - - �..��.�.�.. ..,_..,_��_.. � . _ - - - - - ---- - - -�- -= - - - = ----_ _ - ` - - - - - - - - - e : :.:_ : : � :..: _:. :�:�.: . :. . :�.:..: ... _ . - - - . - -r - - -- . - � - - - - REV a . '.-._:E .: E- E. . .. . o ;:� .. .. . . ! • ..: • � . . . . . . . .. . . . . . ..._... ._ . . . . . : �: : �i . - r' �i � ;�.::i __ .::. : '. .:.::: .. ,. :" .: , :: . � . .. ..._......,..: . . - -- ' - , . .. . m - - . . ... : � ` �r ..�o . n . . . ._ . .. . _ . . . ,� . . .. . . . ' W :_ : o W o . .. .. . _.. . ._ ... . . . . . _ . ... _... .._.. . .. - ... .. . . .. ... . _. .. .._ . _ . - - - - - _ � - .. - - - - - - - - - - . _....._._..... . . . . ..."._ . . . ... ... ....... .. . .. ._:: : �' : F .- _ . f� , .: I- ._ �::�i.:.��.'�t_: . . . . . .. .. .. ...... . .. ....'- '-. _-• ' -._. . . ._._ .. . ti r _ _ _." : i= ': _ , _ : i.: � .:..i�.�. ;.:�:� .b��.= ._ . ..._.... :. _ ... ...- . . . . _ _ .. ... .. ...: �...: '..."; .. : ...... . . .: �..'. _ . . .... . . ... .. . . . .��� _ _ _ . ... . .. . . .. ... . _.: .. Co m o- r r .._ �, •:_� .. . .:. � .: : .� .i:_:..f- . _ ._ -_. : . . .... . . _ - . . :.:., .. z. . . . . . . . .. . . . .. . ..... . . _. . �.. _ .... . . . . . . . . . .. . . . . _ . . _. . . . . . - . .. . . . . .. . . .. . . . . : E ,:.... :: �'!i. � i � 3eoo_ I . . ........ .. .. . . . ._.. -. ... .. . . . DESIaNFA dJR DATE FILE I Si�T •:.'::':.. : . ..... .. . .. .... .;.:: . . . . .. . :..: ..: . . . .. . : ... . :..:... : .:.::. �:. �:. . .. _"'"� 0•00 I•00 2��00 3�00 4•00 5�00 6•00 7�00 8•DO °R'""' °/pD � �,wz000 I Waw�a s � y � m , ��K� DEA � . - ... .,., .,,,,,�,,..,..<<; ucr:��,�; .,��,ie�cro�e�2�..;n;,�;:.nt � _ sa a 3 :g � 0 3 ��S �> > a� . � - ����� �� ah�j �'�' � ���? � I i � 1 � t ! i � � f co rp�r 3�3s! �a�n�g I I i' y� 0� �1 �����' I ��� i��� J�5 �Q 4� �� 745 740 �5 � � Y � ��.Jl/ � J�.S � � ��4= � �"�k'�"' °- w:�: w Copyriqht01999 Ey Carter i Burq�n, tr�e. ,��x n � `Z'ti '� i F�� • �P d �i q `j♦ �� n� r n n n n nn �� {�.'� W W 14 W I i,j � � � \ r ���r . J Y'� � � � W O UTO r\ � r' � � k � � 32' 7.J2' _ ID.37' ��.44'. �{2' 31.42'^ 31.4Y' D7.12'^ 37.42' ( � L IC d H O F E D C B I � � 0�00 /�00 S�JGAR MA��LE CQURT ( �f u. ,•,y I q - - o N c �t t- ^ t. r � � � �� � � �v�- N� : :� � n , � � �� /-y �,�y pU aS) �p�W�T �� � f ._ .. �;::��� �. � �rr� �-,,J.�� - PoELEr 736.00 � � � • -u.ra �� � . �.� � d �� ' ��� � ���d� i �' n Q L� � � ��n �j �r� 2�00 3�00 4�OD ,g,'� �i d � 3 n ��l.�'° � , j%.�- � � �� � - . - — -����� � '�--� � ��' s.W r l� � � � a � � � n 5 Oi0 G iHE CpITRIGTdI SHILL COHTICT T!E FOLLOw16 �T IEAST ' ♦L f10ta15 PRqR TO EMC�V�TNO M TNS MEA = fdlT YIOItiN MA7[II OR/RMM �1Fp75 � 101E STMI G/d COVNf/ 1-l00-1l0-]O70 T%U 0.EC71bC 57f-MS� - Sd7fMWES7Eb1 �Lll RLEi110K C019MIY Fl00-JOS-0f10 = p1N1TE1! C0IMMCAiqN 2H-36!! ' Fp1T WORTX TIINbP011TAT10N/►LRJC MCIKS l7i-0100 = Fdl OTIE11 flCl7fd h�00-DIC-TEtt PROJfCT DENCli�IARKS NO. 1 PK NAIL M KATY RO�D M' � EAST OF WEST = ROW LME 4 2775'� NORTH OF KELLER MCKS _ ROM,2375'+ SOUTM OF CAYLOR WEST ROM = ELEVATION� 74D.S7 _ �� Z W�EST ROID 23 .�EASO F WE57 ROW� � KATY� __ ROI� � 16'� NORTH OF SOU1H ROW OF CAYLOR - 1YE5T RO/�D - ELEYATION� 738.44 - CENTER LiNE CURVE DATA - R/�OAri LENCIM TMIGCNT PC STA710N fT STATpN - ' 125.00' Ba.3E' 29.77' 0�47.25 A4�.�7 " 73.00' tt7.S3' 74.7Z' 2•02.Ea S•20.1i - � 0 40 80 120 rGRAPHIC� SCALE 1N FEET �PROFILE SCALES� 1" • 40' HORZ. �- 1" - 4' VERf. 755 75� 745 � m � � I m a i �' � I I 73� 1 . � '- - � � � n• ~n a t � � . a � �i�iii�ai.� u'L�a' a� "f 1H� 41LI.Hltr:1 UN � �: 3 : �: �3o WOODL�IND SP1lING8 PHASE I SECITON 1 SUGAR M�iPLE COURT � q STA M24 to STA 7•OD � 2 v; dTY Of' FORT WORTH, TEXAS � �� n 7 r�j TRANSPORTATION MQ PUBLIC INOR!(S OEPT. tMMi�ttE�s�G pv�01�.�.c A , �'i Car�oeRs�« �,mv.�:ar,..., o �� sue, r�r � �� SLTLTANTS _ nev. — -- ,; " ':� 7� p� DATE hLE S!£ET 6�00 7�0o i�V-919 a�ca�ao. � �''"a' �0°° � w-°1° � 15 ,,,�, .. .�.�,., i - fDGN�SPECIFlCA ION�••••�� . , ........ .......�. ii ' ;: ���33��� �������� ;�:: : �1 E ' i I�°;; ( ����i ���� s�33'ss:: j ;: 4 I: I � ;; �f������ =a��:��� � i ; -�-�' � ; i€ �� � 1 l � i ' _Z�� ;�`s���� 3�3 ��3> �������� ��� 75p I i I � � � ` j j 74,5 � i ;� r �=��n jyp���� � Hi3����� 74n � = THE r i � ' BLOCK 11 >� i� a� � o� � � I + Di i LAGES OF W00 AND SPRI S PHASE 1,SECT N 1 ./ . .`• A7 � �' / ` '`�\ .7� � • pj T M �� � i „ ;°o�; ; r j. W � 6 =�m ��k-f t�' _ (,% 5 )' OW N . r J BLOCK 0 � _ N W � 3 W N � � \ ,� R H m„ �u�uu� .� ���n,m�.mu� , yy,.�w� u,w�.,Wa�h .RDTG,TN„���,.P�,��, � W 919 �„� «� � �,,,�. T� .�o.� �, W���.,, ...�� , � TO [1(CAVATNO N TI/S MtEM � raiT woRtH w�Tat xrMno+r er-un L01E STM OM CppM11 �.ppp.Np.yp�p � TIN [LECT111C �_µy� • T � sartnwcsrow ecw ruman[ cav�wr �soo-aos-wa \ CHMTER COAMINCATqN = i N 1 1 j� zas-ssx 1 � Fpti WORiM TIIINYORT�TqNA{1�L1C r01p(y e�noa � : rae onu r�artcs r�oo-awtcss 1 �� � � � � PROJECT BENCMIARKS ^ I I' i B L 0 C�C �(� ■ ��' � � NNL MI KATY ROAD 1B' . EAST OF WEST ROW LINE 0 2��5' • NORTH OF KEIIER HICFfS y - ; ROID,2375'� SOUTH Oi CAYLOR WEST ROM � � � ELEVATION� 743.57 V I � I= ' BM N0.2 PK NML M MTERSECTION OF KATY RD.i CAYLOR U i � I � N � ROM L� B� NORTH�� SOUTHS ROW � CAYLOR CG I 't i W v zz � wesr �to�n m:fl' S, OW i' N a EIEVATION� 736.44 - p �� � � F-� i � W re H . +� 3 g( j � W' � � Vwf W! i � 1� L� i i ' I , ` i�- i � � �.._.._..— .—••—.._.._.._.._.._.. i .._.._..—•--• —•._.._.._.._._.._..—••--•—•- �I � i { , �.._.._,.._.._ .. _.�GrROP:e_w�_ _ t/� :I 1 � i � ' _.._..-�---• , i -'�, ; c_ —_, , c_� . � ..�- . .._.._.._ .� �y� .. � W+}°._ s'oo 9• w•oo r.pp ----x---•. 'i'---' F-•_-_'—•_'_'_'_'—'—'--i--- t2• — —'_ _'---'_'—'— 13.pp " 0 14•00 ��'—_L � _'_'—'_'—'�'_'_'—'—•_'— J� •—•------•---•-- NiY�2Z�rF^"w'------- ---•---•—•—•—'—•— F1gg'-2�'{¢r,p---------- F--•—•— �------•—•---1------•N!!T-'f# —•— te.00 U: ..�..�..�..�...�..�..�...-�..�..�..�..�..� �..�..�..�..�.•�..�..�..�..�..�..�..�..a..�..�..�., �. �.. �..�.�'..�-�..����'A�..��..�..�\�:.��'..���..�, �E�� . �.� ..�..�..�..��..�..�..� �. . - . �I . _, � ORA D 00 MAPLEW000 g L G C K 1 2 STA L�00 SWEET CHERRT ��, ����— STA 0•00 SWEET BRCH � CT. CT. � : vr 2� y Y2 PI EO B I�S O A6 IS H U 12 �� Q =■ THE VI _LAGES CF WOODL 4ND SPRINGS � PHASE 1, SECTiC N 1 : � _.._.._..�.._.._.._..�.._.._.._.. _.._.._.._w_.._.._..�.._.._.._.._.._.._.._..,.._.._.._. _.._.._.._ .._.._.._..�.._.._.._..�.._.._.._.�.._.._.._ ._.._.._..d.._.._.._..�.._.._.._ i : : � I� 1 � I � I I I � i i i � ��� i I � � _ �i , � � � � -_..��-�.�._ i , ; -; --� � r• -�-- ----- _ -_ ---, Q '%%_� � � � _ �� � ��-. 1 I ° r �� �•� � �Ic � 1 � 1 n� i �� "' I ml� 1' �� ��d. � � � '�� � 1D0 L.F. VSIlT. CURVE � _ • •. �" - . 735 � ` � . 3 � � g �' �� a '_� °�� ''� � � - �i- � * ,� � � � ��j`� '� � � d = 7�00 8�Ot7 :==a� `a .qpyrio,tit01999 by Cart�r L Bwant.lne. �,an�vmin�c�r���i��Wf.6iY( ,w�. zu. eudo is�i:a SUGAR 1M�LE DRIVE I � � � � I 1 � � 1 f I i i^� � � � ��; �I_ r i mw � � � `�'1 I I i I3I ��� � � � r�� y ; ��-- -- . _. �y� � i ' ' � --- � � � I � — � � m� � - ' � I _ � � ' � i ; , i n o m � � F• f�, c; Nh.a � � a I . f, , � � �+[,� 3 j` Y p�N . } .1 1�� V� � ' U v_� " � � t I J � m I ,.� -�� � � I I I I I j j � � � I I � � � I I � i �I y a� � a� --I � ?i �� 1 �� 9�L'� lO�AD //•00 /2rW } '" � S :� �N i_. � � �' l �� i 1 t . r,.� � I 1 I � � �� �� 13� � I I "__�' "`1ir._.--.." i�------ i I � o' �I �� � Y � ~i � �i i � � i � I � � � � � � � I 75Q i � � � . 0 40 BO ,20 i—�—�� ,--�� GRAPHIC SCALE IN FEET IPROFILE SCI�LES� I � 1" � 40' HORZ. � l 1" - 4' VER'F. � 76.� I . �i � I , � � �� � i i / . .. 'o'ua�'°°a� ) � 755 h 42646 .� d� � mf �. � i �I �� �I is�oo � '•�„�-_,- � i _���" � � I 745 � � I i --�— . r�1�ii��, 1Hh V1LL4l�rS Ur � ' 7�o wOODLAND SPRA�IGB FHASE I SECT[ON 1 SUGAR A�APLE DRNE � �+ � sr�� �.00 io sr� n•oo + VE T. CV. � � CITY OF FORT WORTH. TEXAS �c �Q � ", 735 TRW�SPORTATION A►D P�JBLIC NIONKS OEPT. ������ � �►�� av�o�",,.m.K � �►f� �siaa:�t_t+k,.�. � s"a• �� _ �+ � ���ONS��l�TA1V7S R¢v, � "��— DEAf�Ep� OFp I DATE fILE SHEET rs�ao .. �� w 919 �,,,�« �„ �,�.� I w-� I ib ��GfltSPECIFICATI N•�••... �e�.• ,� •-•-- ���Z a� _.._�_ �U � �... ■� � � ■ 9� : : : _.._a Z � ■ : 8 � 5 Q 6 "s G 8.- 8 n'� e � � k $ 6 g "s e� e� h �� g o� e - NOTE. CUL-0E-SAC INFOtUlATION LOCATEO ON ENGLISH OAK DRIVE PLAN i PROFIIE � �` �� � � � � �\ � � �'�\ i .\ i R/: ( � � . � "__ � Y,/ _%/� � �: o `, : � o x� � �, � �a W W Q " . 29' 3-B � , MATER OAK DROVE STA 0+00.00� ENGLISH OAR Dft1Ve PC STA 0+00.06 9 !0 +- iiuu ___ _ __�___ __' i 9 m 12 /,7 O l� 15 5+00 F - 6+00 --.�._—_ __ V _— m �u� �+vu � � 4 00 __ _� _ _ __ 8 7 O 6 5 4 3 CL CURVE TABLE CY N0. DELTA RAOIUS TAN6ENT LENGTH 6 � 9° 51' 48" � 800. 00' ( 69. 03' I 137, 72' PT STA E+50. 00 MATEA OAK ORIVE STA 8+3l.11= SHORTLE�F LANE STA 0+00.00 !8 0 16 �� , O } O� ' _ �-�-�� Q — _ _ -- ���� t~/� 8+y�_ � W i+oo cwe�_ o z � o = --�, 29' 9-B 10.5' � � � � SO' I'OW ' z , o� ! � y PC STA 7+12.29 W-1050 NOTE� THE CONTRACTOR SN�IL CONT>CT THE :OILOMING AT LEAST IB HOUfiS PRIOR TO E%C�V�TING IN THIS AflE�� FOfiT WURTH 14TEF �EPARiMENT oTl-D275 rxu cas i-eoo-aso-so3o T%U ELFCTRIC I-B00-Y�2-9113 SOUTHNESTERN BEII TEIEPHONE COAPANY 1-B00-395-01�0 CM�PTER CONAklICATION$ 2�6-SSJ! FORT MOflTN TFANSPOf1TAT10WPU0lIC WORMS en-eioo i0R OTNEN FICILITIES 1-000-DIC-TE55 PROJECT BENCHMARKS BM N0. 1 PK NAIL IN KATY ROAD IB'3 EAST OF WEST ROW LINE & 2775'± NORTH OF KEILER HICKS ROAD, 23T5'i SOIITH OF CAYLOR WEST ROAD EIEVATION� T43.5T7 BM N0. 2 PK NAII IN INTERSECTION OF KATY RD S CAYLOR WEST ROAD 23'� EAST OF WEST ROM OF KATY ROAD & 16'i NORTH OF SOUTH ROM OF CAYLOR WEST ROAD ELEVATION� 736.416 �- �- -_ � 0 40 80 120 _� -- WATER OAK DRIVE � - -� �� GRAPHIC SCALE IN FEET � , : v` - - ..,_.__._, ,,, . ., . — .,,,., --- - ---. � . - -- PROFI �O'gHp�TZg, -.,- - - - _ - � . . _ _ , ' _ �� � � I � : � I � [t`S ' ' . . - - � � - 4 VER . � � , � `� � } : � > d . � . . � � . %.%� ...,. ......... ..... � _ -- . _ . c . �r . � � W . : � � . _.. .. . , • . - - � } +: � I 5 � . �. . . . . . . . - � , . . . �� m�� : : __- . " . %%� I � : . . ^ � . . . . _ .,,. . a o a : . NOTE� � � � m a . e . . . . , . . . . . , . .-° � i � . . : o + x � . . � . - . . � r � ! RT ROK � ' , ._,,, .., � � .,. _.. . ' . . � ' . . . � � . � . . _ � . �_ _ � � - . . . � AOT FRw 5ET2UR8-W7t1�\ � 5 s . . . . . � C . : ` . . _ ROM . .....,, . . . � ��J� ` tn �n n m 0 . ' . . 6 t� �ry„' I ' : i 3v~i�~ : ' i : . ' ; , � I.% _. � %v0 .. . � . ..._. ._- ' . . ., ,.., ,.....,__ _ .�. . �. __ 78� __�' 7%0 _ . ���D� F-UIQ�_—� _ . ' . � . . __ � %70 e . e o I . . . . . . . . . " e� ve . ' . : . : ' : . . , � . ' . . ' . . . � . . � . ' . � . � � . . � ' � L � � � . . . . . . . . . . , . � . i . . - . . y . e� e: _ /' : _�_. ...� , _ . - - , i i' %� -'� � 5,. � �� s. ,.. ,: se�o -- �� _- f ,,, -- - � : , � . . - . �y 760 3 b��' � : : : , 760 ......., . .. __„ _ . _ - - - _ _ _ _ . __ - r ., �_ ,. � , �•� �����E. < t� �� : � �cus�� I � � � errt:uan v un�re � � d,��� ' ' . . . � � - ! RT RON � . . . � . ` . _ - . N6� f RT ROW .� . ; �1ess7•��� � ' : � ' i ' ; � ' r ...��. ..:��i�� � . ' - . � . . . . ---- - ._.. _ _ .__ - . - - - . T t- \ _ . LT ROW r , , . . � � " �� ^�Lf�PGK C11 . �`_ ; � '�. o �_ � NG I�-2.2876 : : . i � I . . � � .r . . . . . . . . : . . . . . � - . NG � • " . SPECtFtCATI�N . , � i � . . . � . . � � _ � ;,. �` - 77Q �._-.--p -- _' � — 70 � 760 �� c� � 760 � _. /r " _�1� ; _ _ - _ ; „ - __ ,( � � c��.L3E2LCi7Y 9�EOHL�+Tw : � -, r ( \ . ~T•5$� _ . '� � . . : . . J � �..... . SPECIFIC�TION N0. 114 � �_ ' . /-��'��v� � � . . . . . . . . � . ' . � . t ��►,� 5 S .�.��' %�i-v.� . . . : . . : ' . . � . . � � � , � . . � � -- - -� �. . . �\\! y_ . . . . ` " . . , . . � a — r . � . " " . � /� �� ,a6� . . . � � . . . �� � � . . . � . . . . . s , 750 \ 750 � � / �' -`` s� , _ - � . . . I' � . . . . FILI PER C1T1' . . . . . . . . . . � e . . . . . . : � . � . . . . . A � . ' . � . � � EC I F I WT 10lLN4- 114 � � � ` , ' . � ' . . � . ' �p 0. E !bl ,CORRECT I ONS e e . . � : . . . . . . . _ - . . . . . +� � t _: < . . , . . . . ' _ _ ' " - , . _..... ,,., ., . . . , ,..., . . ' . . � . . . . N f1ItF-MBRiII _ SG �"'7e � _ � ._- __. . . . . . . � a, V W,, W W `,:.. / e�` L, THE VILLAGFS OF 00 -e � a d _... .. �so o • '" ..__ . __._. _ . . �60 ..�so.; _ _ �5o WOODLAND SPRINGS ` _ - - _, ----- - --. _ . _ - - ^ �y , . � t �_ Q , . . � PHASE ll - -o; �f -0 . . . I ' _ . . ' . . . : ' ' �n � ' ' . . . . . . . . „ � � WATER OAK DRNE _ - _uzi �� m -�nr �' : � . � : . . . . . - . . ; . . , . . '�', ; � . . . y _ 'i�n f . � . � � � ' ' ' ' . ' ' � C I TY OF FOflT WORTH. TEXAS �_. o�� LL . : . . . . o. o� a � . J . J o: • ' TRANSPOR RKS DEPT � � „ _ - -• /�� ON . �., o ' � o z �n z �n z r- . _ . . � � .'o � - / � :�'�_ ' n r - 4 �-- x i` ' ' -- - - ' ' I NE c�. m W M1 ` _ _ � i � . . . , . . � � � o - zea vc _ `�[ ° �/ . . �/ G . . . ,,.... . . __ ` � e TATI AND PUBLIC NO _ — " - --- - �� . ' . 4 � ^ /��� . . - . ENfi ERINO CIYISION ._,„ry,..'. - � � . , � . � . ' ��_ � _ _ c� ' . . � �� . ' . , ' W.�.����AI►�l►-QtRqli! ..�.�..��..,��a o � Y �� . w, ' ' � . i u+ a ' ?� ' � I SUB RE� m.�,.- o �� _ _ _ m,. ,aaa �o'� «���� r . . . . 5 0 _ u' � " i � �' � � _ . _ m o e; _ m :i� _ . __ _._ ' � REV ur�r.. e o C v 6 m � ' � ' �- �-� � . : / r' : ' . [ : . � : � � ._... ., r' �_ � � i�� �- ~ � i- . � . . . '� . " _ . ESIGT7EM JJII DATE FIIE SHEE7 . . � . � . : � . . � . . � . ti . 0 � . . . . —_'.,,,_.._....� . i . : . . . . � _ 0•00 �/ •00 2• 0 4�00 5•00 6•00 7�00 B�00 j/��- IO�Q au� �� � zooi � I ] r v CNECRm� o� u n��� ;ppyrl9ht 0200I Dy Ca�1ar 4 Burpess, If1C. dEN=q��jo0\0105�5\civ\5> �oYS.sn* 1 ➢ b � i L � S G i � �� � �: n� ST � sa �� k �a � �T f fc � �i : �d :r �� e� n� =i � . j � j .�L s s G G _G =ei • li %i 6 6- a�€� � � , � $ n v � � s� S G G s - i � e: it 6} :^ �! .�e-S a�o € o�v ��i � 2� es` �2�-C' �aWs° P4 Q '� IIHITE 1111L011 DRIVE STA 0+90.00 ; BEGIN PAVEMENT i �I '1 ! CONST CONCRETE STRE i�I + � kEADER CONST STD E J - + OF ROAD BARRICIIUE � i PER S-#112 � / '' _ \\ - - - - �� I � 0+00 _ 00+0 � --- I '' -��-� ! { 1 � I � + 1! 1 � 1 � 1 9 � � � w -� l l 10.�5' 29' B-8 10.5' 11MITE MILIOM DRIVE � sT� s+zo.00. N SILVER WPLE OFt1YE __- STA 1+8T.00. "_ �� / 4 \ �� -' ���' m' q+00 1+00 0 � -� 2+p0 0 3+00 __ +-�r ID -i-- - - �"__ - - -1 0 ,q _� -r '---- -- -- - -- -- - ' `IfHITE MIlLO� DRIVE SiA 2i60.00� REO 91RCM LANE � S7A W00.00 10 6 � 5 3 � ���� NOiE� TXE CONTfl�GTOp SX�tL CONT�CT TME FOLLOt11NC �T LE,Si CL CUNVE TABLE �! NOIMS PPlql TO E%CAV�TINC iN TNIS ANEM � f.'V ND. �liA RADIIJS TAIkEII� LENGTH FORT 110NTN 1UTER UEP�PtMENT eTi-ens T%U GAS 7-l00-�60-30I0 1 � 13° 19' �I" � 987.00' � I 15.33'' 229.61' TxU EIECiRIC i-eoo-x�x-sn3 � M � � � � N J I � PC STA 5+7T.13 1 � I � O � t� � v� a / 6+00 y -F C1ti� _ 7 W ,j -��� _ QH ` _ _ 5 j � - -�- -- -- � a WH14E WILLOW DRIVE - - - ---- -_�-=z=.�.-_� z.___�' _-t-* - - - --- - --�-. - - - - = - - - -- - - - - - - --- -_ - - __,_` ' - �- - _=�_=_` «: ' - - - - --- - - - t:_.'__r.._.... - ' ' " __ __ _ ____ _ _ ___ - / � � fY14f.4�`I(Al'e7'S/ L: ' � __ - --'_ /vfYX :cl'-- -_- - _.'I;%?.1::'_.'�._-d/�. : - _�-. � ._`.:..-• --�- :. - --- --_-.c. - -- - '- -_.�r::_ � _i_. �_c- . - -� --f=---'�=__ =.�._... _ - - - --'--=c_.._--.:.� �'� � -- �=� _ _ _ ._t.. .... ` __'�- .�1__'k._ �.__�; __S- "_ �{_�._._ __ ' _ " - ' "_ IP"7 d%f --.-/ _ _ `� ' ' M '___ "�_ � � �7 __ ___ '__-�_ _ __ _ - y, - ' _ _ _ -_ _ __ �� - _' _' __ _r-_ s= _' _ _ ' _ __' .rr'' _ - _ '_ - =_t=-" _ "__ _ - _ " _ _ =-i - _ __ _ _ _ __ _ _ _ �.�-T.�_: :. '_ ' ___ __ - _ _ __" __ _ _ - _' _ _ - _ ' i - - r:i.'' _ ` +ric: . - - - :. � : _.. _.: `. : :. . _ .�. :_ _ _ ; : :.. .: - - •�c rQiuuNi rii'�i�m`rn _�a - --.. . =' :_ - . . - -.�� =� _rs�ii�._'... r � - - �- ��- --- � - -- - - - - _- _ _... -'� --�- - .. - _-�----�-----.__._..:____._ --.,_...---- , :' :.'., _� _. . r r _ ' __ _ ' _ _ _ __'__ __ __ ' ' _ __ _ _ - _ _ _ ' :_�I_::.: .. . .. � , ,.. _ : ... ._ . .. - - tP' 1l�lASN`' � _. _ ._ . :._..._. ...,_._� ..'.' '_.r= """ '__'"'_'"'__."" ... �.-:.:_...,._.... . . .� 1_'...JIC....._.. _...-._.-._'_"'bi+l..jl9!l' _"' _'."�""""_"_"_...._. . "s�i �.,_ �.' -.�--� '_ __ _ __ _' ' _ -2_-: � - _ -. •-`-........ __.__ ... __--'-----•'_-._.,. -'----- -- - - - ' - - - - -- ..-�"- � ---- '-- ���--*-._...:....... . --- --- � - - - - - '- - - - , , -: ,� . ._ � '-'_.,.._�.� _ ._:-_: _ ._=... _. _ _I:_.:i - ...__ ... ... .. -.--.. __....._. ..� . _.__. _....__ --., . , ___. � _ __'_.. ��.. . �u _.z_. �. �_._ - - - - _�_: - - - -- --_="-_ _-="_--=_ - -�_-- ----- - - --- - - - --- - _'�: -- - - _ - --- - ' -- - - --- _ = - -------=- - - -- - - - +`� w�t�,'' -- - - - i ��_;�" -- - :�`u._'-- - :.�a � �i _ .. .. .. _ . . _ .. .. _ _ ... . -- --- �.�'": _ - --- -- - - --r_.a- - - - -- - - _-i-' "__ ' _r,..' . c:_... _'�K_� _ " " _�_.'_ _ o ' " ' ._.. .�. ._ .. .. , _ .. . ... . �.'- . . ._� .; __. . ..: . ._ _. i- �:�:-: --- - - - -- - - -- - - y, �,�����,- :,�:_ . �;; - - - nrti�►ri�aicc�'�mn: - :����--:::":` ` 'nW I �N �'.- - - ---- -- -- - - ---- - + -- --- -- ---- - _ _ __ __ __ _ ___- ='C_,r__ _"`,-'_'_ __ _"F_: ='- "__�_.�-: _ _ _ ' _ __ _ _ -+-_. ___ _ __ _ _ _ �......... ___ "_ � . ...r_ � �-�-..' �.�ii¢��_"' _�. -_ - � _ • ..� - :• :::� - - r : � _: __�� __»✓_:::.. . �i�1 �_�aF==:_:. r`�:� _�n��«rKi�n��u�s =� -T= _-_�:..-.:.:::. z!s _-�..-_,=-.�c�_�z=='•-=r.::._ _-:___ -- � �- _ . ..ua� �wr.� _ : : r�wrcr✓� �i; . : c: _ : ..�,_. . . L -- _' ^"I[: ' _ _ _ _ '_ _-�!�°IN..._._ .._ �. -�. " ..l� �N _-__ - _ _- __ _ _ _____ _ __ - - _ �_1'... ' _- _- _:i_�"..:::_.-_�-':_':'_::':::.: :�: j - __ - _- ... . � .._'"____.a...... - _ '_-: -_ __ _Al=_���- _ ._.._.......... _ ..__.. _ ..._.._ "" " '" ' . '.. _ .... : ._ � - '�t _ �.:�_. �: .-�_--':;:. :_�"'-i.__x:__:__-_c___s--;j_. _�:;=_:i__:{_'-t��--_�_^_�: __=---- - -�=_i -- ar.ai'_" � � i �_ �ax?2� ' i�T,�,✓,..' : � � tmn���ity .at�; -�_' -_ - - -- --- --- = - - - �u xi uo. ��a� �, ' -r-� .=_ "'. . ` � 1� n I - - :�� : _�'" " _ _ � � :.. ''_i�_✓= - �: -_+� �i.: - -- - - �.- . �.. . :: . .___-�� -__ _ .... - -- -- --# - -- ---._.�--._._ : -- -- --- ---- - - - -r-- _-.-*.--�-'_ �..,. -- - -- -.-� _: ---T- "- -- - - - - - - -- --- - - 2' � ' '_.r..:. - _ r`._' ' ' '_ ___ _ _______ __ _ '__.J o--� - ... fim9r�'eYA'�%nI.N�� i .. . - - � ._ r...7/�I ---- -- � - - -- - �`___ =..� � :....... ..... _:�. ___._ . • -=-_�-:..r_=: _ _ __=-::--�.- . �: _= -�.-_:: _ .-� _:::_ �- ::_ :,-.-:.: .: -: _ _.. - : -- -:_ -- :- -- � �- _ , -�__- ---- ..,__. _-_�-._...; . _-�_. �._....: . ..__r .... .. _...._' _ . _... . -._ -...... _ _�._ .__.. �{ P�!'.. _:� /l_�..._ __ �' �Ni3 ___ �..__.- �- --._,�a,____ ........::..: .:-'------ _"J -- --.._: .._.r -..__ '__.'____'__.' .' _ __'___' _ _�._.. - -� _ . .. -,t .- . _.. __. �. _r_.. -�-- _ . -�� k -� ---- -- '--- ----- '- ___ ._._ .. .._.r.. _-�._.. . .- -' _. _ _� .-. . _'.-- .- ' _x_ •.r .. . ... . .. . . _ . . _. . , ... .. , � . , . --t... _ --•-.� ....... II __ _.� . �'I�.CJAI!/{Y�f I ._ .. . -I .. .._._.. ._ . � _ � '`'1� ,---.. c-_x_...... ._ ... ..... .' .'_......._.__. . . _ _ _ ' ` _ ' .. �r't ---t-'::'_ "" .,........_ ... ... .... y .._.. -�c.'_'._.."�"_"`__.._.... '_`_'"_"' , '_ .." """_ _'""'__"__...__. -. ,...._..� .i._-b1��_:_..- ___ =-c-...: _..._... _ _.___.... _..Y--=r'. ._.. .`_:-�.:, �, � _.__...�... . _. `._.�1..,-.._....... . - -fiK-...-..-' -__.. __d.�`--_-- ' � - -- -'____ "'-_.-._T-.-.._.... ... :- _ __ ' _ __ _ _ _ _ -_` '_ ' -.. .__ -,_-t- .__.. :_r_�=- t_ ;cr -- -_' _.,_. _, - . 7 _,_. _.__c': .. .: � __ __ __ _ __. ' '__ .� _' " .., � . ... .. , . _ __.. _ ._... . -i7� �Idlll�, 1". 'c . _ ..:. r :. ..:. : - , __ . _ __ .�':_.,:. ._ � _'�. __... ..___' ..._...-._'___...._ _ . . - ./'i�1_ nF+mn �..._ ... ._" _ _ - "-___" '_ _'______..'.'_..__... ___ _._ . .... _ _ _' ' ' ___... __ _ _ _ _ _. _.. ,. __ �'...i__...__ __'_.^-' _-___' ____ .:::.:.. : ....-,. .,_..,..__'_ ' _ _ . . ,. -._:. ... , _ r �_... c- -y. _._ : _:;.: E ; . " - - --- _� :.... �c_.-_._.:.__:_.'. _:._.�.._ - - � r•- ��..: :�i:._ _,Ic_:-... : -.::: - -� -- - � .._....---�-�-_ - - - - - - -- ��:-�-- - --- ----- - - - � --- t _�..-=_ --:. - - - _ - - - - - - - - - - --- - - - -- ��_- - - - -:,�i:':_�- : _`.�. � -- - - - _•�__':.':: _ :: ..._�. .. . . .. .._ .. ; . : :.: . . _. . _.. _ _ . _...__�_..__. `._�_. . . .. ____.""_'___.__..-. f........ ._ ._ ..._ ..._....... . ' '_i_'__ ` " _ ...--..__... _..__�__�..-_..._..'_`_'__" _' _«__.'__ .... .__�=c-=_•:'r--:c._'�� - - -- ----- - .._.. ... .___�.. x.-"--'--`- -.. . -r._. i --�_.. .._ _ -------- - � � � 750 .�_.z-- ._ . ,_ .... _ . ,_ ,. .. -.:_.. , �__.._. _ .. -- -- -- �io§avarmjnr.r'�ic. : � . .... �+yo, _ ..__.._ _ . . . .---_..-•- -. _.._ __ . _.. . _. -----....od . __._ __.... .. - - . w`� - - ..._... -------- -----�......_--_._ . ____ _.-�-�__..._.�__:..:: - -- - ---. _.. . . -- . T.. - � --•-3-�--�----- ._.... .. ___ .._._ ___ ! •--.-__ _-_.- .- ----..._. _.. ---�.. �� � ---... ----._........ .. . __ .._... ,. _ .... .._ . . ..__.--..___.. .. .._ . , .__.... � --- `- "-�- _�. �f-'--'--" -- `, -�-- . ...a__y�._ . _dc_ __.�k--------.,... . � �e!-n�_. _... - - __r__..._._ . _ _ _' - ' __ __ _ =-p--.-.-._.,.._t=`-=:: - _-�_-:':-: -- --- --- - - - -- -- - - _ - � -- _ [._ : - -- --- --- - -- - - - _ _ ___ . IC..> ,_ . __ _' '4C- -- ----- -- -- - --`N._'.. -- - -- - �� "" 1� � - - -- _ _ _'-�.�:.::_.�._�,:: _ "' _ _ ' `- ------ -- - --- - - - _ --_ =- - -- - ---`c-�__.-_�: .. PFIG P� 'iC�TY�BF':. - -- - - ---- -- - - - - - F I�iT� Jr.-.li.'. �__' _ __ _ ' - -`::i..:.: ---- -- - - -- -- - -- - � �-S E IF�7IpF NO��.:�� �_ - - - -- - - -- PC _ - _ _ __ __ - _._.I _ �_ Y_ _ ___ _L-: • __ _ _ f _ ._=Z.=. _ . __ ' _' _ _' - __ -- _ -�._ - _ ' - _- __ _ _ - 6 �.r:.. - -- _� - - - - - _ - - - - =_t_ ' - - - - - :�=_" -- -- -_- =-_ -_- =-- - - �_:': -- --- -- - - -- - - - - - ---; - -- �:�-: -- _:�_�-- - -- - - =F:;-� --_ ---- - - ---- --- - ; __ . _ . . .:. ,- _. . _. . ,:. �.._ .._.. . .. . . .. .. ._..._ ; ... .. _ . ,:: : _:.. : :.. : ... ...,_.-: --:_-•------- ------ --= -- ._ . ,: . _ _ ; .. _., ....__...._. . �-�--- - � , ; - .:,. --)._ � Fs=i�mv..��.. a -.i± r .: ;., . , -- ............ . ... . . . _ __ __ _..__...... . _.... ......... .... ......_. _._._.... .,.._._.'_._..._.__ : - ------ - -- ,. _ __'___ _ " __ '__ _ _ _ ' __ _ __ �-.._.t c_'.:'��' _ ____ �--r=c-i._ : -----r_:r_:c=':-=- - - -- '=---- - -- --`- - '�- - � -- -- .-.. ._... '_'___.._..__ '_ "_'..v:?r.. *.'._ _ _'rt.:.__'... - :� �.._'_.__. '- � _.XKIR,_."�i _.,%-c .... . .:: - �. . .x:', . _.. ......._----.._- •� ---' - -- � - � -- - =-_-_ _ -- .._. .:n:._. .-'•-- _•.. ._ :..:._..'� - --�.:=1�--i:._.::.-: -_ - --r..-r=e:�'n' - -- . : _'..__.._.."'" - _y_"'._._.._.__._. .' :'_: ' "_" __ '_ ' _ _ _ ._..... _.. . . s... --.._ . . . " ' _ . ',.t�: ' _ '_'_ '_' _ ' _ .. . `:�z',x�-:._�` ' n�n;�i!: ,�"- __... . . _. ._.._ .. . .. .. .. ._... .. � . : i ------- _ _-_ -._�--t=-_-.--: - �_�--:. _ ..__._.. _ _._ z_�.__ __ �_,: --: ::�.,_==__'F-r-'c-=:-:.:_:._. :.-: _:._...- .-r--:i=:--::. _.�- --'.--:r_:_._r:-.::_�:::�:.:_�:-.: .:: .---'.'- �'- -- - ._....: .: ,F �4-;_-._��R►c��ars�r�_: a':_ -- -.. ..... __�_ .-...----.•_._..._. _._.. __ ...__. '_ _ _- ,-"t-.._'-_' :a.c::=.:. _ _ _ _ _ _- _ .. i-.. .. _:J:-..: ---- ---- - - - ---- - ' - -- -'- -- - - �' -' - ----- -- c:-j7 :. . .... . . � . .. . >. . � - '. ' '"' '__ . .....::� . ". ' ' . ._. _..._, _ ._..._..P'7R:_ 6 . . . __ : -�` _ _ _ _=�72'.f..: ' - i17'.:_'_ :.:. : .72�.'=. . .. . . ._: ._. . .. _:r-_':=_i . n ..__. .� . _..__._ ...... -. . ' _ ' '' __ __ __ ___ " �... . _ 7QO _ �_._`_"___._. _ _ _-__ - _ _-______. "_ _ _ _ _____ _ __`_'_"_...._. __i_'_�_ "'. _".` __'_"_:.. _ -: 1'�' .._ "_" _ '_ '__'".'. _." """.,.. ...... . .,:'.. _ �.�. - .:_. . , ._.__..._ ..._. .._ .._..� . .. _.�.."i" _ ' _ -_ -___ _ ' � �..... ....._.F..�Yl:� II�.�'� -._..._.. ..._------..._._ , _ _- - _---_ _ - = _ -_ -._.. ._ _... ------•--•---::_.-.:. LL -- - - -- - - - - - . :_.. ._.- . _ . _._._... ._.._ _.. ._ . -_::: - - . ...:: .... .-... .i.. : __. __-i�. �:.-. _ .. ._.-- . .. .. . . ... . �._ -- - -- - - -- - - - - -- --- - - - - ...... _. .. .. . .. .... .. . - -- .. . .. ........- �----....._. .. _ ...-_.-----.._._.,-:__.._.:: - --- -- - - -- - --- . .. - - ... - ---- --- _--- - ._ .._. . .... ._. .. --- �.-•--,-.. _.-...-----..._. _.�= - - - -- --- . . . .._ . .._ ... .. . . . _ .............. _......__. _._.. ,.. -.. . _ � �. s. --- .� �_,. �::.; _.,. r :� :: � _ _.. -.....-z__.. .__.....�=tt.:-__tc_...-' ---._._ 4w _/.'�:_':_:___;-.'__;_.' -=-i._ _.'__'_' ' '_"_' '_'_' _. __..__.___r'. '_' ' _ ' - - _ ' ' _ - .__.,_._.._.. .__-..___•_ ..............._. _-`---:-__::. _ �_.�; ------ =_- --- _-- .......__� . ., . . .. :y__ ' _ L- ' ' - � - '- � � --- --- ._/iI . - f /,._..._ . _ .. .I��f ��. " _ ' �,�. ` - • ' � :--.' r_:: �._..._:_... . . ._._:_ -. _"' ... .: _ __ __ -_.__ �_. , . _ � _L_Z-. _._S_:..�_ . :. �..Y_:: �_.: ' ._ - __... .._ ._ . �.'.___. _ _ _ _ __ __ _ __. .. ..._C._...._.. _-+-.5-_'I-r.__`"_w. .... . . .. n--'_'__.._. ._.:__ `_= _ _ __ _ _ _ _ _ ...... ..� "�..... .. ._ . � . _.. ....."_ _ "'� .. " _ ' '_"_r_' _""_"� __" _ " _ _ __ _ _ _ .: _ _... . _ � _ .. .. _. . ... - _ . .. . . :_� ._' _'. .:..- ::. ��-: __ ._i_�._ .---.. . .. . . d°- �----�-- �-... _. , . . �"- •-- � -� - � a __�.�__.._. - --`--�-'-•--�--'---'-'-'--. _..._._.-_------•�-- -- -- --------- ---. ---- _ �_._ .. _...-'•--'-`--•- . _. __... _ ... .. . . - - . _... ... . . . _. _ _ .. ... . --. . .. . _..... . ..- . . . Y " _...... .. . ._`__'_._'__ . ... .. . . ... . . . ... ..... _ , a... . __ _ __ _ " __ _ .�-- ... _. . ._ .. _... ....._ .._.._ .. . . . . .... .. ... �.. ._�...�._ " _ _ _- - __ - _ . _ . ..__..'_ '__.. ._ .. . . . - _ __ _ _ _ _ _ ___ _-____- . __ - _ " .__.-'_ a._..-.._._.i_.._._. . _ :_.:...: __ _ _. �-T-.. .... .. . . . .. _ _......_ .__._:.""":.:.: ��. . _.... _ . ... .�.::. ... .........:.'i..,.. . . -:.F__'.-:... ...._.._... .. . . ... .. . .....-. . .� .__......__._.._.._ ' _ __ ' ...::. •: : "i . .........i . �_... ._..._._ .... .... . . ..... � _,._._ L_ L:-__::..:_'t_ _ -_ _ -.L._�'.' _ __`_... . ,_ , _ �. � ....... _.. .. _._ _._ . . . . _�.._._. _ - - _ - _ _ _ _ __ .. _... .� _ . ....... ......_ .. .. .. . _..._..... .. _-.._..r._'_._' _"t ` �'L ..:. _ .-i�-. .. .;" ..t_..._... _. ... �.. � .. .. _. . . . .. . . . ....... ... . . ...' !. _ --�---':-_::_ .. .._.....---r-:=_..:_.�_==r=: •--..... .,_.._ . ' _ - - _-:- -- -- . ,.. ' -' :�:.r.�.� '_'_ . _.___..._ ._._.-....-..._..-.'.._"_z'__,... '_""' � • '_ _ ..._.C...._... ....._ �-..:_-__._r-..._._ �.. .=L'_:-::':l"_:_".j_=L:":':� - --- _.l:_'r,_ _' ' ' -, �'<,; _ _ __ . . . . _.. -- ;i._ . '1�- _._...__. _--..-:-._._. ,-__:�:_.,_�:..-:..-.�-�_=_;�.=:�:-=-:_�::_..::__:�.; ---- __ -.J_.__ ._ . :---. --r-::: r:_.__-�:- - - ----- - ---- - ---•--�. --. . :.. �__ : - - - - , _ .. . ... - _ _. .... _. ....---- - . ,i-::::_:_: __ --•--.. .._.._ .._....--... _. ... �_., �_......___..- =-- nj� - �..�:_.>_�-�:..: � � �...: , 730 -- ._... _.. ----_-,_�::__._._.._�._: _.._.. _..� ...... ,__._:_.:-... - - , . ` .. . -- --'----_.. ._ ...,.�--;-2:r'_-f-=_r_ _- :... _ N '.�:'�t�� ' �_� ="=='c-r= cr:._ r �-:=a-- . _ _. ... .. .. . -f _�-r-- . . ...: .. .. ...::. .,:. _ : �•o� 2•Q� 10. 5' 29' B-B , I 0. 5' � 1 + � ^ 1 I . ; Sp1TIwE5TEfM1 BELL TELEPNONE C01P�NY i-�00-395-0��0 CNAfl7EX CpaIJNICATI0N5 Nf-S53! fORT �ORTX TRANSiOflTA��OlVFUlLIC �OqRS DTI-5100 FOR OTNER fACILITIES 1-l00-0IG-TE55 PROJECT BENCHMARKS BA1 N0. 1 PK NAf� IN KAiY ROAD 18't EAST OF lYEST RON IINE 6 2775'2 NORTH OF KELLER NICKS RDAD, 2375'2 SOUTN OF CAYIOR WEST ROAD ELEYATION� 143.577 BM N0. 2 PK NAIL IN INTERSECTION OF KA1Y RD 4 CAYLOR WEST ROAD 23'i EAST OF WEST R01Y OF KATY ROAO 6 16't NORTH OF SOUTH ROM OF CAYLOR WEST ROAD ELEVATION� 736.�16 GENERAL NOTES 1. UTILITY �ATA IS PROVIDEO FOR INfORMATION ONLY. ALTHOUGH THIS DATA IS SHOWN AS ACCURATELY AS POSSIBLE, THE CONTRACTOR IS CAUTIOHEO TNAT THE OIINER AND TME ENGINEER NEITHER ASSlJMES NOR IMPlIES ANY RESPONSIBILITY FOR THE ACCURACY OF THIS DI.TA. 2. COHTRACTOR WILL BE RESPONSIBLE fOR FIElO YERIFYING THE LOCATION AND EIEVATION OF EXISTING UTILITIES PRIOR TO HIS OPERATIONS. 3. SEE UTILITY PLANS FOR LOC�TION OF NATER AIAINS, SEWER NAINS, aND 11TILITY CROSSINGS. 4. All MATER UL AND CONSTRUCTION SHALL CONFORN TO APPLICABLE "STANDARD SVECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTN" AND "STANDARO SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - N. T. C. D. G. ". , 5. THE PAVINC CONTRACTOR SHAIL BE REOUIRED TO CONSTRUCT STANDARD CURBS AT ALL STREET INTERSECTIDNS . 6. ALL BACKFILL SHALL BE LOMPACTED TO 95X STANDARO PROCTOR DENS�TY (+/-qX) OF OPTIMUM MOISTURE CONTENT. 7_ STREET CURB RAD11 AT STREET INTERSECTIpNS SHALL 8E 15', ME�SUiiEO TO THE BACK OF CURB, 11N1.E55 OTHERWISE NOTED. 8. TYPICAI PAYEMENT SECTION IS !0 TRANSITION FRdA CROIYN SECTION TO TRANSVERSE SECTION WITHIN A DISTANCE OF 50' OF WHERE A VALLEY GUTTER CROSSES A STREET INTERSELTION. 9, ALL PAVINC DIIAENSIONS ARE TO BACK OF CURB UNLE55 OTHERIYISE NOTED. 10. SEE PAVEAIENT LONSTRUCTION DETAILS SHEEi FOR PAVEAIENT SECTIONS AND CONSTRUCTION �ETA1l5. � 0 4o eo i2o {---, GRAFHIC SCALE IN FEET ._._..- -- .... ___._.. __ . . . -.-_.----- _ - -•--.....__. ._,.. _._._,..__._ _. . ...... - --• -- -�- - �-- --- -- --- - --- - - --- - - - - _ - - -- - - - --. _..-. . . , _ �-_,.�_ -- - - -- - - -- ---- - � - • -�. ... .. _...� _... ------..._.._..-----..._.. ..-- ^----- -- - -----._.. -- - -._ _._... ... _.... ._.__...._.. -------'_-- - -- - ---- - -• ----- .- . � __�.. r._.....,.. -- - - - - - - - --- - --- ---.._ .. ......T_. .----- ------ __ _ : ..... ..... . . . - --- _ __ -- �--.. ..__.._..... - •- -- ---- �-:--:--:::. _..... - � .. .. - -- - _ .._... ._ ..._.._._. .. __ - - .. , . . .. . . _. _.� - --- =- _-_/.�.. - -- - - - - - - - - _:.; .:: _ .......�---- - . . ...... , -, . __. . . ...:-' .._. .,- .._.. ...,. ,. ... ,.... . c�....:".�.._, ., � : -::-.�::. . �_ ._. __, _ C: .._�......_ _ _'_"_ r. ,...:.._... . : ; � ` _ _____�___.._ _ '. _...._ _.. _... _. . _-.. - . . �..._._" ..... ... ....... ..... . . . .. .��.::::-: : - - . . . .. _ .., ...: . ._ '_ _..... _.' __'._�...._ '_ _I!'_ ' . . . . . . � � .. . . . _:;........_�.:. _ _ __ __i.._. �.... .. ."'_ _..._ ._. _.__�._ . ._ .. ..:_._... ._ ... - ... . � �.�_..� _. ---.. _ _ �c � . ........ . AL 5 : .:.:- - -- - _ -- ..., r , _ SC E _ - - -- ---..__ . ._ _.. ._�._._ , ... .. .. ..... . _. _. , P OFILE . -. _ ._..._�._.___. _.. _a- . . . t R _ _� . , _ . __s_..._--._..._. __ - _...... _.�..__. .. . ._ . ..... _-- �-- -�-- -• ------- -----------.,.._._ ... . , .. --_� _---.._.__...- ^---... _._ _ ---- -_ _ -'-- - _. __ _.. ., . .. __..._. _.....-----=- � . . : _._..._..._ - .. .. _ - � - - ------- - ---- -- -- ---�..-- --. . - -- �- . .. ,..,. , :- ., � -- . . .. .. . - ---� ---�_"..__ _.. ... . , r - --- -. �. ---..�..,i.__. _ ._..:._ . , , . - - - - . .... . _.._.... . . �� . . .,_. _I _ . _. .... . ._. . �... .. ... . , . _ ... __..._'_ ._ ' _ _. ....._.__..-.......__. . . . _ . , ___._t_._ __ . c . .__._ ' _.. __�_. . ......._ ' '.__'._:. � .__.._...._.......'__'._.-... ...�..._.... ...._..._ . __ - � :;i'�:-,�':_ . . . . ._.. .... ,._�.__:.:_.. 90 HORZ _, . _..- - --- --_.�_..__..._... ._._...____. . __ � ... _.., . . 1 ..._.. .. _. __. _ � �i. . ...__. . ____'__c_.x..'__..--. .. �- �_ _ . . _'_.. ._ .r-.-.`__ _._._.. _ .-- . _ _ � _ ' .. ..--' .'--�--'--"-_'--.' ..._ . . .............. . . .... .... . . _ . _.. ""-_::: � --- - -- - . . . ... . _- --__ .- - . ... . . _.. ._.. ... _ . _._..-�.:.__t,_--..__.:_x._:�,.:. � �-:c-�:=��..:.....__...:_.::..� . .. .- _ . _..._. _.... _.._ .._. . � _.. ...... . . . � -' ......... . . .. . , . -.. ,. � -- --._ . -1 � . .. ... . _ .. .. .,. . , _ . . . . _�.._ .,.. _ ..-- --'-. _. _......__._ . _.. . .. . . _.. _ ..7_._. .. _..._ ..._--'----'-- � ..__..,---__ ............... .._ _�._,__..... _ --.._/.�. _ . .. . . _ - �--'--- � ._. . . . k_...-- ---....--•... --•--..... _, :-_...,_... . �� y <,_ ; �.. ._ __. -�.. i , _ - - .. . _. . . . . 1 - 4 ERT. � . _ --t: : I. . . � _.._. _' _". _'_ ... ... . _ _.._..__. . ._ . . . . . '_"_t .. _ "' .... _"__"_'_'_'__' __"__' ._._. . -__'_ __ _.. ._ ._ _..._ .... . r . . . . . ___.. . ._ ""_". _.., .. . . . _.. .._..._..___.. "__'_'."' .... ___'"'i. i -. ..""___ .._L . m � _ - r. . O _. _ . . . _ _. , .- . . . . . _ ' "__ . _ _ :. .. .. . ....... _ - C•O . .._t_..-._._�-�,_i_. -I__�_ _.. ..__..__...._. ._..._.-. ...... . ... ._. . . " _ . ..__._....... _. � . .�'.".. ..__.".... ..... � -. .._...._._. .. . ..... .........:'.__.......... _ - _ '... . . r . . . _ ' . . . . .. . . . ... ...... . � � ,. ..� _.....__.` _. _.._ . , { 'IIW(. . ."_._ .I !'Y _...^._...'C__' _____._ f�A.JL/_._..HAI_..__.._._. . " ..............._..........,.:_'. ..._J:'....:" _ - _ �i /.... ..IC.. _' :-. __._�,P. . � _.�p Ypl 1�.67FlR - . - - -_ . . - . . ... . . . _.: _.. ..._"___.. .__.,__...._"'_" _ ' ' ' .. .. __ - . -._. _.' _ _-___._ .._�.. , ._......_.. . . A .. . -._. . __.. ..__' __'. .. . ._.._'___ _" _ _ . .��:.. :.r::.:•-_: .. . _ _ -..._.__ . __ _ . r �'� -_'__�. ...__.r... ......._.___ __._. .. _____ _.r._. .__,.�:r::_r.:_.:. ..'_._... . .. ..___...-': .... ,__ _ _._._._c-'--"--.._'.__._.__,....: - "'--�---"'_-'--'-- ---�- � - � -- -- _ .. .. :-;. .: , . ._� c.. .Q .... . _. � . -- -. _ ..__--' --�._._..... . __... ---�..._...._......_. _. .. . . . .-: z.:.' ' ' - . _.'_'._- .. . � _ _. .. .. . _ - _ . . .. : .. .. : :.. �:. :. : ; .... .-'..'.-::.:.7!ANYl...� ...... ..... .... . . . �d. E�:' ; _ . .. _ ._ . fN... _. . _........ __ ............... . :::..: ::.-:_:.....-'-:_.:�..;�,�: �... . . . . _ ._._......... . --u_. . r%' . _ ._ . Z . ,..: �--- -- -.__.. _ . _.._. . _ . i . . . . . . , __. .. . ...... . . ...... . o. .....- - ��._........._ , _ - --.... _. _.._. --._.__.._-- .._._�...---------� _- .__._.._. ..:. . ' �' -_-.._--.....-----_... .-- ----•----?---_....__.._... _....__. - - ---- - - - - - - - . - 4 +'i.. :F ". ' .F '_:': 'F _.. i _.l_=,. ..._S .L='..'_ :__ '_ ---- -. ..... _ .__.. ._--- . ...... ...... .. ..........._ `-- ..... ._.. .. ... . * _..�_._ � - - + _.___._ - -. Y . . . . . ..'__. . .. __.. ......_.. . . . ._.. ... . .. . . . ... ._«-...r.� . "" _ ,. - _ ` , ','_• __..._.. '_ "_ "_'_"'_".. . � �_.. _ ... _. _ .� .. . _ . . ... I .. . _ _ ... �: .: _ ' ' _ _ _ _ _ _ ' _ _ ' .6 .A` . ... ._--�--'-------_'-... _ ._.,.__. --� , . _.. _.. , . _ . . ._ ... .- - - - - - - - - - - - - - - - -- - .-. - - . .. . .__ _ _. ..�_'-------.. . + _ .. ... ........._.�._ - - - ..... � ..... ... _ .... .. _. . _ .... � ---' _ -'_ _ ' _ --�--'�-- -... _._.-.... . ... .,.. ._... -�: ....:: : . . , _. .._. ._.. .� ._. _•__.__^..__..----..:.::-�. .__.._._ ...__.--.-.-,-"..: ;. : '�.:: �. - _ ..:..: .... _ .. : . _ ......_ .' .. . . � .::............. _. .. .. .. . � ���;.:. _ _ ..._._..- •---.,_._.._ . _. . _.... _...._..._.;....., . NOTE ` � :''',��- . . . . -... -'---'----�-- -...._ . '- "-...---$-__.._...._. .. ._�_..._.. .. __ . .... .... .... ..__ �_.. _._�.....__..__._._._--•-.._._... �. --- . ..-'-...__......-- -. . . _. � u� ...... ...,__, ... .... .._.. _ . ... . . .:-' - _...-- w .� . . _; .. . . - --... �__�.. .. . ___. ....----.... . . _ . _... .._.---._....� ___ . _. ....___... ...... . .:... .. . .__. . � . , �: ,, - _ , ,- -. ,_ .. -- �.---- " ' ' `__ --._ . ._._....�. __ . .., . � .� _ _ - d � _ _ .. , . _. I. .. . ....--'.--J.__._....._... ___._...�-'--'_.- ' -:-_-_.i�_._._�_..---._._. .. .. . � q ._ �. . _, .::. : . _.dIPM�'. .� .. . .. __. . _ . . . . . . ... _. . . E E TtONS E _.._ ._ , ..... r --�------. ..._ ... - �- -- "--.. _ . AL L _ ,--- h._ . -/ '-..�_---._ . . . .�..._..' ' _' `' " "1_'_""..._..__._.. -,.... , _ .. r ." "' _"'__a___" __�--_"'.-_..."' ..,._._-_._... _._._.... . . .. . .... ^ .. ... _ _ ' _ ' _ _ ' - -'._. . r e . � .. . .. .._ _ . _ . . _.....-- -�--.--. '-�--i-- -'-- -----'-' - - - - - - -� _"-_--'---.'--x'__�.__. . . _ . . _. .. .------.._. _...---..__..'_"-.'--`--' --'-.._ , _ � .... . e.. ._: :r: . .�.:. r.. .. . _ r _.,. ... . .... � . : - � _ . _.. : ., _�.._ . ., .r_. : = 1 � -......M� : ._ ,• ••� L41RB-tRPo� .-'- . . . .-� - -'-..... _-•.-'-. ._. ._....,- . . . . . ......... -'--...-...__ ....._._.._...... ... . T. _. . _ . -. . ... . . tm . ..._...._......_._.,... � ,�, � .. , . C-.-' .. ._.__..._.i� ........ ..... __. ...-_.._....__._.. .,..._.._ _.._ _. . ...._. H%'_... �,.._.. . . , . � - _ _ AY HI�/�I . . . . . . . _.._ 6f 4 ._ wl._....-_--.. . Rr � ---.._-'-"-`--'-•---.. _ . _...._..,_..:.-�----- '-- . . . . .. ... :. : ,N_._ I . a . l!�_---' -- --'---'.__.--- ., m _ ,o . . ..._..._. �- -...___..-.__,...�:.... _ _ . .. � - . .. . ..... .... . .. . . r . . . , . _ ...._ . < , . . . . . . . _. ... ....__ '_. .._ . . . __ _..�.._"_�_u_ _... . , . . 7 __ .-._.. . . � . . MI _ -� _ _... _. ..._'n'_....._._..._..___. . . �. ..__.. 1 E!q til ."'_'._..._ . � .. . . � . -� . . __. .. ... ... ..... .. : H ... --• . --'--Y---`-- ---.._ ._.. _.. ..' ' ' _ .... ....._ . �. , . ... .. . �_ �- --"--Y .-_ ' --. ._. . . -'- - - . ___.._-.__ ..._ _.. __ .. _ .. . ,.. . ur- ¢ . _ . _ . .. . r . _......_.. � � f � r ..... ���,.'-ts' _._ �+�r:.xr." ; ��m�c����rr,� _:. ; . __. ... _ �- .d _ . G'. .. _ e. .._ _ - -- -- _ - -_ ._« . [ . _ . L.__r._.«-- ...�__..... ' . . : t�'1 . .Li�f.� : - �/ : p1.: /� : PI-' . : C1: -i::..... Y_ :"i. : _':" . :..'3.' : : :_ f �' :' '. ' : ' Y.� :. ..:.�' � �.. � (/f "__......_.�._.C--:_ :-�_�- .. .�_. "_'_' __ . _ .. �.. ._ . �.._......._,. ... _._ .. .. . . .. . ...... .._ . .... . . . n . 6�.. . l� . n r . � . .t. ... . _ C.' ' : . . ._ , , � .. ' ..i' �. -�.... r-'� n -.r.. _.. :__...____._ . � i _ - _ .. ._. :. , a :..: : : . _.._.. ._�.._._._....-__.,... .. .. . ...._...._ ........ .. .. .. : : _ .m x�.. . . . . .... _ 3i _ _.. _ . _. . '.. .'.. ' , . r� .r _ /' _-�.. - � -- ---.._._.._... _._... . � ._. _.. - ►�. --. ....... �. ._ . . ......,_..,. �. .. . ._: : .__....-- -..__ ... _. _ 1 �_. _. _- -._ _.s---.. _.. ..- --�- -------r----•-- - - - - -- - - ---- - -----..__ . _ . _.... _ . . _. . ._. _ _ -- . . . . ....-- --•- �- ........ - -----.....--- _.... . ... - K _ _....... _ - -----___.__.._._._: :_�-=._:a.:.:. ---.._ ... .__._._..,-:.:-=.:- / - . .. .� r � . , �.-. . .... ...-... . ...._;:: i. . ._ .__ _-' ---i-�--'.. _--�-.."_.. __� ......... .... .._ . _. . � _.. _ ._ . 1 . :i: _. .... . _. ___' '.._"... _ -. . . ....... ... . .. .. .... ..._ . . _._.._.... . ... . _.. . _.,. .. _...__..._. _... ,. . ��. ..-_...._. ...._.. .. . .... .... 1� � _. _... ..i.._. _. _..,.--- - .. .. . . .. .. . . . _. .._... _. . , t �-' ' -- '-- ...... ..... .. .. .. ...._ _ . ..". _ . .._ .. _ R I---....,. . _ . . . �.....:...._:c.. , A _--- �_._. .v�i_.�►rr�m,i . �.a��►�i �fia . � _........._.._......_.._..._.,......_.. _._... ... . . .. ._. __.._.� _ - - � - - - - - - ' .. , . ....�- x-- ='-- - .. . -- ' ' _ � : .: . .. _. = �-' : -�' _. _ _ r k ,141": �'..:� : .. : = - - - - -j. ._ -;.. . !. ., i .� ... . � . . . __. ,�„ - - - .i", ,...,. : _... - , . .. : ...-- --- � - - . __. .. . : � . .. . . . . . _ -.. . _ Nsi H9�6�!/ ':.:. : - . - .. .. s --� �- "'.... . ..� .:.r=... ; _.__�..---1.. d.��.�_ . _. _ �._��. ._.�a4��%.ir,i i _.:_ __.. _. . .. . . _ . . --. . �.:-:_ == .:-- . . � u�u'rvs� _.,._::-� _..r : .� _ - ._.. . _" ___•_'____�... __»-_... ._. ... __ _.� -.__. ..._' -�"___.... .... _ _ _ " ' ' . " _. . .. . .,_..._._ _._ . . . . . . . .. _ '_'_ "" . _ ` _ " "" _ __ '_'_ __`__ ..-�. __' __..._.�.. .._.. . ._.� .. . . ..... _ . . _..; ._..: L-::.. _ . . .:�:_------..._.__�.�.:...:.: .. _...:: - ---�-_ ...............- --------'- ---_. ..._. - '.::--........_._�..._ : .�.3.�::d.i.i �.--..,, '-_. F t . ._ .._ _.t......._ __ . � -;....;..: .a.._. . �..i . - '__ _. . __' ___ '_..-.._ _�_;- _ __ _ _ _ _ _ _ - ._._. _.. , . , , . . _. . . . .. . . . .. ,. -_ ' ' i .._ . . . -. ..__..... ... . .. ... . ...... . .=�1-:_:-�_=:::-i_L ... ......... .. .. .. . . �_' _'__'___.'__.._........ .. . _._--. _ �..-........_... ...._...._.-._. .,......: . � IiC_ ... . _� . . . , : �..:.: : . __.... _. . . . . _ N !/A ,/ . , _. .. . .. . ,. . urrhni +� _... _._.._.�.----•----�-....... ._._..._._. . . • .. . --- - ----------- ------ _ _- -----__, _._ -:..: .... . : :. � I -- - -- --- .. _... _ �--�--. _ _ . . .. _ . . .-� . . -- - „ -- - . _._. _ . . _ � _ . . _. -.-- . ._... _ t' . ,- . . - -- - ... . . .... .. .. ___ ..._. ___ . ...,_ ... . - - --..._ -- - - -- --- --. ... _ . , . . . . .. . . _ . . . . _ __ _ .---... .. �..--•--- - __. ._ .. . .. ... -- .. . , , --- ---- _.::.._.._ _. _ .:: _..---. ... . t . :. . ...... F . .. - - ---...,--- � ----.. . . . . . � .... _.. ..---- - .. . . i�i3._._._ .. ... . .. . _ . _.._._.. ..- - -.. .. . .� -- �.,,. : � .. . .__.. .. .....- -._ . � ...._: _ _._ ; _. . , _. . . . , . i. d._ i._ . .. . _. _ . . .. . - - ;-:,:: : . . _. ...__✓...._. , ---- • - _. . . _ ._.i. . � ..i. . . _.__..... .. � , - -- -_._ _ - - --. . __ .... �. - ... .. . ..... . . .. ..... . :�:.; . �.w,r- - � _--. _. _ __ . _ . . ... . . . . . � . . . . :': -_:. ' . i: ,. �,vrsi.t�a.✓ru�rner�ri _...---- _--�-._.:�---_�--,_- ,._.. - - - - - -- -- -- - - °°' - - .__ . ........ .. . ... A. ....__ _ -• - -z . .. :_---- ._. -_.: �:..: ---r :r_: _ =:-x,--t_-:_�.__'' - - - -- --r-;.�...:;.. _ __ _ __ _ __ ' ' _ ' _ . _ - _- _ - - ___ 7.-:' __ _ _ ,� __ _ _ - - ./C_' - _ ' _: :. . .. . . . _ ... _.... ... .. � .-..... _ _ _ �. . ' ' ' : �:" ��!':.: _ _ __ _ . " _ _ ' _ ' _ CO - ..... . .. � . � .. .. . . ._.... . . . .._ ..- .- _--'- .. .. .- .. .. _ . . , .. . .. �_ �. - - - :. .. _ ,..... : i ._... . .__ ,. .. .... ...:. . . -._ . .. .. ..._.._ e. 7 ............ ... . .._._ .. . _..�...... �- . �........ .......... .. __...__.._....._.....::.. 51f .. .. ..:..:_... .... _. i .. ... .. ..... ._.._.__._�._ ._ ._.. . . ... ._....... .... .-� . - - . .. - • ------ --�-'-'------ '----`__•. _._.._.. _._ �- -�--`-...__.. _.. _ _.....--`- � ---"-`-- '.-- ---'-•.--'.. .._..--`._..-'. -- - ... - - --- - - ' - ' _ - _ ...__.'__.._� . � ! ____'_[_._.-__ ._..____._.`_. .__r_..�......c_.._.. - _i. ..'.. ._ .•._.L.:�".:_'.__I:.:. :: _ _-"_F_� __ -- -- �--- -- --- , r r . . __.._...._- - --._ ...._ _,_...____.. - - -- - - - ....... .. .... _T...: . ___ - � _...-. _..._..---. �_,..... _......... .,.._... ..... ---- -- -_ ...._,_..•--.. _..._._ ,....._ ' - --- - ---. _._..... _ . . . z:... _ .__..._..._. .. . '::.:. ...:• : :::`:... - -- .:. - . _ . _..._._. ..._ . A='._: _.. ' ..--- _ _---� , . : ---- . ......_ _ _ - -.._._.. ....... - �--•- -- ---........ .. _. ... _.. ..,_...... ._ . . -- -- - -' - - - - - _._ - _ --• �- - ---------- ---_ . _.__.__ .._...... . .. ---;.._: ..._:.._....�... . �__:..:_ - -- . .. . _ .,. ..-_ .: .: �... �c - - .. '-'"_�"' _'___'� _"'_' ' � _"' • x_'.....s. � ...;_.__.._�_. .." _..'__..._._.�__.__. ... _ _. . ._._._._._._ .. . " '_ '_ _ :-:t:. ;. _ _"- _- � � ...: a _.�.. ._Y ...-. � _ _ _...'.__' _..�__.C'�._.__ _ :-�.--__-::..s._.�. .":C:-'.'.'_....... .._... . , .. ._.,. �... . . .. _ .. __ i.. .._ • _:. ._.. _._ �.._. ':::-:.... .�.__._ __... . : .... .---. . . -.'-::.: .r . _ _ ,;.....-. _:.._,... {.__ ...._.. .� -• ............. .. »_: . . r _ ... - { :. . :: : ,. _... : ,_. . . ; :=.:":' . _..._. ..._.__- __'_____._._.... �.._.'__�_"__.'.'__✓.".:; ::::.:�.'_".��.d/l�N.. ' ._. ..'..._:_.:.:: . / . ._.. i, 7:. __'.____._. . .... _ ._.. ...._.. _.. _ . , . . � _ .._...__._ .._._.�. _�.... _ __.._.._.' _.__._....... .�: . _ . .b%/d.�f1LNP�iW1AA. , . .. .. .: � : . � . ; . ::..; . _.. ._...____/ .. .' __._ _ _ ___ .._._..__.__."_ _.._.. __--___--__..._ ._...........__ ._ ... . . .. ..... ..........._.._. _r.t..:... _ �.. _.. • '."__". ____'._.-.-.. . s . . ___i _.__' _.'.__'_'_"".-_ ___ . .........:. . .. . ... ... ._...'_' _ ' _ _ _ _"__ ' _ _ _ _ ' _ _ ' _ ¢_...__'_"' _"'-... ..--,. . . .-... _"'_"' ____ ...':.-._. : - _ _- .'t..'c:�v:�.:i�'''c. i ' __ ' ' ' ' _ _ ' ' ' ' - ' t_ . � a. � . .. . -. _ _' _ r-:_,-'--: ,�.--. _. ' _ .-........ _.�....;--._.__...� r:'r' ,..... .. . . ..._ . . - .. . � . .-..._ .. . . - ...... _ -. .. ... ... . ..._..._. . .. � - ....�:-:._: .... :. �::-. .. . .. .. ��-.... � . . ... _ _ ...._.r� : ..., _. . _"'" '_'_" ' '_'_'.._. _"... .. . _. . .. .. ... . . �,_.: . � . . ... , _ _ " _ _"' �_"'."..'__'...' _"____�fi......._ __'._'__.. ._ ._ .._. . .. ...... . 11...__'__.....__.f... ... . . . :.-:_... "" ._._. ._ :�._.., _.:c'.�:_:..;_... IW//. _.._"_'_-.".__'___"'_ r. ._+-_.._ ................ ...�_____...._.__.._.. _.._. .__�.......__.._._."-,___ _ _' ____ ____-'_-- __-'��.:_�: ' . _ _ __ _ - --_.... . .. _... _ . _- --- ' - `-�---`-' - -- � - -- -- - - - � _. _�_. __ ._....-----...._ -- -- F_ - f-..:_�.-�-:., - ------ _ x .. . _--�- __.� � . - --- .. . _. __ .. . :. :. �__: -:__ . : -_-..*.-.-,._ . - _ �_�__. _..- -------_�_ .,_..... - r _�. , _ - _._.___ _........_. _._._.. ......._.�._... ._ . __.._._ __ .__. . . _. --.__. . . �.-------_._.._.... . _...._ . . - ----- - . ------:-:_ - � ��-- " - -- - - � - - -------- _. . - -- - - -. � . __ . . ---..__ ._ ---- -----___ -- - - --.._ ,� _._. _. _ .. . ,. ._.. . : =: --- -- --.---. � -.. _ _ ---- -� - - __ _ . _ , ._ :_ .. _ - . . . . ._ __ . _s--�_: _. -- - - - - - - - - - -- - - - -- = - - . - - - - . .. . .. .......:_._ -----:. ------ ._ _.. . ---- �--._.__-�__.,.:-�:.:_ - - -- _�._-.�_.:._:�..: _ -- - �_. . _. __.._..- - .-- -- ------- _. .... ,._....._ . _._._ -� - -- ---- __ _.. . � . _ .._. - -- . . _. _- : -_� _:-_�___ _: : .... . ._. ............._. . r - ._...___.._ - -----..__.._...._..... _..........._..--.._,::. . . .. : ;_ : _...... _.. _ . � .. ...... . :=' - �.'''�� . .._.. . _ _. .._.._ , ... . _. _ ..__.. ... „ � � - - .. ......_.:........ _ .._ . ._....._.. __... ..�_._--a._..-----� _ t,...�__�.._ �. - --- -- - - -- - - - --- - -- - - - - - _ - -,� „-- _ _ _ -- - . .. ... . ..... ... _.. . -- - - - - -- - - - - - - ---. . .__. ._. _.....- -�.__:.-•--..._ . -�--'=-. ... - - - - - - - - - -- - , .:.: . : . _. _...,- �p ---- .�_._...,.--_---._...._. � - ------..., ,_ :.._.__.._._ ;..-- -� --- - -� - - - :_ _.._.__. - _ � =_::.;-_._-.-- ^-, - - - . - .. .. _..... _ .. .� .�.__.._.. _... - -•---• ---___.. ; - : ..: : ... : _... .. •�r .._....... .: - ._. .... . . _ . , ; . ...._ _.._ . . . ... ..... ..... .. ._-----._._.._.. ._....-- --- �--- • -- _ - - - :--.::: �-:..r_ � ,. �. _r . _ � .. ._.. . _ ._ . '�' - ---- .............---..._ ._. _,m=..--- ____�..,..- --_ . �.--. --__----.. : .. ::._. ° _ . .. . .._. .... .. .. . ... .._..� � � . _ . . - - �f__... 7 . . _..-----.... - - -- - -- - - - - - - - -- - - - . _ _ .... .. _.�. . ----- �--�-... - - - -:_:_:_: .__. ._.... - -- - - -- --- - - - -- - - - - - - -- - - HD . .. . . - - - -- - -- - - - - ... . � __. ------ - ----_. _ .._ .: - -- - - - �4 - -------... --- --- --- - - �-,_„ _.- - -- - - - - -- -- -- _ -- - - - - -- -- - - - _::__.-.._-:_, -- __ --•-- --. . ... _ _ ...�._: _ ....... .. . . . .: -- - - la � _ :: .•_ - - -- -- , � .. _. ._.. . .. ___.... .... __...._.._.. ..---_•-...•o::,:=,-=:-v..a: : _..-:- :-r r-._-..r: � - _ . . _. .. .. . . '::- c.:�.: .. . .... _ .:. . .:�. � ':.-.:.:'r:..::.�: ._.�..: ::_.-... , . , _:. � '...-- .. _.�- ...... . ' _ ' i ' ' i ... . .... ' : ,,. , . . . . _. . ..._._.. __�_...._....._ __..._. _ ' _"_'._ ..� . _ _ . 'r._::�.�:. _._.' "...___'_`-_.--':'-:...: �r.t�_r:-_:::r.:'._�i��.'-:�_i��i _ ..... _. .... . ..�.:: : : ..�.: : : ?:r'l..��. , .... ..._. . , � . . � -c. .. .... ' " : : . ". : ': '' '' � __.��.._....__'_"'"_.. - . ...... . ..___.... _'_"'_' ' .._ __."__.._t__. �__�_.�.... _ _..... . .. '� - -. NO t.Ri. BOf. _.__..._...._. _.__ .• -'-,c-='--:._:.._ ..... ---- .._.__. . ---- -.. ..._.. . . '- "-'--- . .. ......_ . .. _ ._._.. . __. .... ti _. ,_... _ _.. .. .. . - _. .. . . . .. _._. . .. . .... . ._.�.--- . _ . . _. . �----- -- - - - . ..... � .. . ._. . . _.____7/..--"--"--,I � _...�:_ � _._..__..__.._.....----.... _ .. . - - ' --- .._ ..... _. .. . : .: .. �. .-_ _-' - :... :.. • - - - .. _....___ .. - -'-�--......1....._.._......_. ._._.._.._ _... . - -- -- - � � � . ._ . , � - - .. .._ _ .. � _.._. _.._ _. . _ -... _-.._ . __.-._ c.__... - -- - - ..c_ . _. ,--•-_'__-^.__ ... ___..._�.._..-._'.__.__ .. .. .........__._-.. _ ........ ....... - _ �.._:_.:... . . .. . . __.._...____.._...__..........._.. _ __ __ _ __ - . . ..,.......�...._. . : �.. .r.-.. ._._'_"___"'_'.'_'_ ......_.. '_ __"_"'"_... _..._...._ ' '..._._.._�.__ -...._......._.. •--r-.r_ .. � . . . ... . ..... ........ :..:: ��. _ . ...... _... .. . . . _ . _ . .. . . . . '__ .._ _. . : ... . _c _ .� . .. _.._ . . _.. .. .__.._. ... ' ' ' ' - - - . . . . .. . . . .. .._.. ._ . ...c.... .. .. ..__.x..._.. � ' ' ' ' .. _'_' ... ... . .. . .. . i .... _ . . ' ' " ' . HI///f�l dfW/I:.%A�...::..":"_': ::..�C_'..:�_.:`:_:.-�:"..: � _._........_ _ ............. . ..: �y' _ _ _ �� � . ,. - _ _ _' �°" __ _......- . . _. . -- - - --.._�. _ ...._... ._.. _...._....._.__ ................. - - - -- � �s._ _ . � . - - - - - ---. .:. . . ....:.... .. . . 1r�� _.. . -- -- -- - -..._..._.____.....---'-- ... ._....__._._.._.__ ----__,. . . _...- -----_... _..... _._.__.... _ :: _ r ......_. - . . _ ._..._ � _ . � . . --,---- -:._:_ .: . -- -------- --... __ .. . --- - --- -._._ . .. . . --- _ ... . . . ._. . --- ---. --� -1 ............. ---.... .-------_ _---_.. . ..., ___.., ...,.; . _. _. . . � . ---.. _. . . ......_�_. • ----- - - - � ,. _. ... , . . . _ .. _..._ .. .. : .. .__.__. . :_. ...----� -- - --- - - --- ..... . . . . . .._ ... : . �. .:...: - ... - ._. i�: : . . . . ._.. . _ . , ,�.� . 1. ___ _. ._. _.. _. __, ... . .. . . _. .. --. ..-----. _ . .._ _..-----�- --....... .... . _ : � � . ...... r-: : �� _ . - . ._.__ ...... .. .. . . .. . , . , . -- - - - - - - - --- - -- --- - - -------..--�--- .�: - _--- - -- _ _ - -- - - - -- - -- - - -- -- --- - - - - .. � �:. . . ... .__a.____..- -... .-.-,--.... _. . . _ .. -. ... - .- ...... �. - - - - -- . . . _.. . . . ., _ _ : - - --- - . _ . ... _ . ... .. . . . . _. . •. : . ._:.,. __ ... .. . . . . . .. . .. ............. ._ .. .'. _ . ..., -- � - , ....;. ... . : ............. . _ _ . .. - .. . _ .._ ._ ......... . ..._...____ ..."A.._._'_.' ____-.:_.."_,__."_. �� . . _....._.._.___ ......__,. �___....__.... , . '.�" _. _... _ . .. .. .. .. .. . .. �� - . ._ ... . - ' ' - _ _ ' - _ '_ _ _ _ _ _ .. . , � .. . . ..�� _ _' ' _ _ _ '_ __ _ _ __ _ __ ' _ _ '_._'_"___. . ; .. ._;u=c.... .. . . . . -• _ ' '_ ' _ __' -_ ' - - ___ - _ _ __ .. .. .. .._. . :: ..�._____'_". . . , . . . _ ._ ... .. .. - . � ' � _ _ "'.. ...:. . . . _ .. . .... ... . .. . . � _ .,.. , . ,. . . � .. : _. . .. _ .._..._ . .. . . . _' _'_ ...... ........ , . ._ ;..... : /.. '_ ?. _ � 750 �- FT1:RT:IQ. --- - - -.._._ _ _.-�_-___ -: : �::.: _ - - --- -- -_ �.. _.._. Y.l_-.._�'I .. . .__....: �_._.... � :�. . � .. �--: .._.'__:---_-_,: _-_-:_..'-,-: :_ ___._� ::<..'---T---._:.._. . .._. ....-- ------:� _�-. :' �: t - - .aF. No. zvsn .. .. _ .._ _. . .. ._ _ ... _._ _ .. �. . _ �- -_. . .. . .. . _.--- --� -- _ _--._.... __ . .._._..._...._ , .. �..- ...--- - - . n .,_-_-._ . _..._. _.... ..._.__ . _. .. ... ... . - . . . . , . � .:.: -: .. __ � "�« -� �s�- , .. . . ... . .. .. .... - - -� __...._�_.._._ . . __ _:.': ::::::�_:..-: .-:. ':":_ ; `-`"_ -_-.:.� _x:�:- :; :: :. : :�- ..... . ._.. . . . . _ : � . � . - . 7HE V1LI.AGES OF .. _.� : ...__:::_:..__.: .::�--_--...::_.c.-_:..--'--. __--.._..----�--___....__._ . _...:.::..--...__.....__.. . . _... . : '4 - - ' -- _.. _. _ . . __r-..'--� --'---•---.,.. ; �:-___:.--_-^_:._�--__ .'�_� '__: _�:_-' - ' -.. . .. . .. . ._ ;_�._: -•--- ---------_-- --- -- ....._ ".. . i:.�F � : 1=:":a.-_'_'_ .:. -_�._ �=d��E� �� . �, �� . � . . ._.r._:� _ � ._ .._-_._._... _ _. . - ... _._..._.__.._' ' -"-'....._. ..... . _. . ,� _ _.I _......._..._:-'.:.-:����: : -::.:-rr�'_;-__- :/.._..: �::-.;-:.:�_�.:.-.�. r-.:-.:':- : �.:.c-�n::: '__' _'_" '____" ' . _ "_' '_ .. . .. a__..__.. .._.__..._. . . � . . . . __._._._� . ... . . .. .. ... .... _.-..:_.: . a DLAND SPRINGS _... ....-- ... - - - _..._.. _ ___._z _..-.-___-.:._. . _ .._..-----._......._.._.. ----- _ ._...._.. . . . ....--...... _ --� _. . _ _. . . .. ..._ . .. . _ _ ..._ � o WOO _ .. ...._. __:.._...._. . . � ._ . _. . - .. . . , ._ --.. _.... __ _ .. . t � ...r_.... ..._. _.....__... ...... , � � ..._ .. ___"' " '_•". .,. _. . . -. . "`� . � . 1 . . , : ' "' _e_.-/..�.'.::'.-:�.�:. �. .'r.._:;.':-,.:_._.. ..._ ... . . . .....' _'__._ . . � ___ _ . __..._...... _ . _. .. _ __ .'___'_. • '__. . . . . . . . . . .. . . . . . . ....: . ..; .: ....:......_.... . :. .. : :.:.. :: : . s PHASE SECTION 2 � ---,_ . . . . .._ ..........: ... ...._ .. . t, - ---- - --- --�- ------... _._ _ __ . � . r_.. _.::__-� _-a.:.'r:.:�_. �-_:. _.:� : a-. : -_:_�::_ .r__: -_: _c c=.�r. : : _ ; . _ . . . . . �,�. . . . . _. . _...,.__. .. .. _.. _. . �```� �... .. .. . __.. . ..._ ._ . . _ _ .._ i .._..._ . -- - -- -----..... .., -_. ____,.__,:,....__.:-..:.-�:- ::__: ._ -_:= _::_:.-�_..t.:.:-:_....._.: _i- ._._. _... .. -_ _ -- -- --- ------.... _ . - # .... .. . .... .. .. z . _. .... . ._.: ., . . . _._.- �- � -=- .:.__._.._ _ _.� - :. : : _.__.---. _ , _. .. _ .. =---__-_--- -- - ... . . ILLO DR - - ----.._. . �. . ITE W W IVE �--- - __...---- �--._ �--:-: . :_- :. ._ ._ . . � , � - - - - - -- ..... _.. �. _._..._ ;- . . : . ..... .-_�N� I. .: ��NrYW, fIICYi.c._ _.: _: : -; . _':_:-_- . .�-__�e: �__ :=.3::: :.. : o =--_- -:_: :._: : : :--,-. : �. : � _ . � _ � - "_ - -- __ __ _ - - - - - - - - STA. 0+90 M STA. 7+00 --...----' -- -'- - -'---`._.--- - -- - - ----- - - -- --- - - - -'-�'�--•-_- ..._._ . _.._ _ - - .. - '_'-- -.... _.. ...._... _._ _ .. . : . : _,_.,r,�;-��'� : :,c'_ _c_.�-t.. .:�. ._•:�:� � : � c::�:-:.::_ :: _.�.:... . . ;c _' _�� .. _ _ _._ .___t..':r_.r �: �-.__:.::._�..::..r::.•. i'. i .,."-.-':__':. -r rr'� . . _ ........ . .. .... .. _ _ _ .. ... . _. .. . _ .. . ... ..._ _. . '__'__'._..._. _ . . ' ..__...' _ ". _�_ ._._.... _... _'_"'_. .. . ..._._._.. . . . � - __:�_ -'.�_.._-_._:.r.:: �:.�:r �:�.r-_:.-:_c' : ':r::::rr:' .� - �. __... ---.._.._. . - ------ --.._..--'-._ . __...-------•------� --. ... --�.--•-.... . . . _ .. . .....- ---_. _ .... ...... .. . : " C1T1' OF FORT IIORTH. TEXAS . .« :: �: : .. . -. ' ___".___. ...__...... . � _ _.._.._... . . .,_._....._'__.__'___..... . . . : ': .: ; . � � _ _ _ :�_:.:_ _.'_'._E�-...... ._." _._' _.. 2_...._'�. �"_. .IFI .__..._._..�..r- ..__.�._�..._. . .. _:... • . '-._'. ' - .._ . �.._E_ ._.._ . .. :�.: .,_.._ _... . . . -� -----. . . ,.-.....- -'--..._..._. • . ._.._...._.. ._....- --. . . ... _. .. _ .. _ ._ , � � 1P' � ' � 1�_ .- :: ' . . _ . . �..b_...._... . :-_.i:__-_..::_:,_- .. ..... . . :. : : . - - - - -- -- - - - : --- _ - - - TRANSPORTATION AND PUBLtC 110RK5 DEPT. r_-• =�-_: - -�� - -- --- - -- - - -_ - - -- - :_:�..::r-E:i=='-":"�_:5;E-S _sr_:c�'_____"_cc-c_�:r :. r-.._::c�:: . . : _::...-:. �:. � . :.,_:.:._ ' _ _� . . . ..;..�.�,.. , .: . .. __ .. . . . ....._... . . _._ . . . ... .... . .... ... . ' :--�-,-- ._-..__._.. , . _.... _.. �,._ ............ .... .. . .- _......_..__C_.'..` ` ` ENOINEERIN6DIYISION . . !'- -_-:; :. ;.. . � __. � �9_._s.I/ _.�k . . . _ .. _ ....... ....... . . . ... _._.__.:' : ._ _ _ .... ....... .. ....___.... ... . ..- -•---- - - - -- '- - - "-- = - - - - ' ' .__..._ .....T-. _ . ___._.�..- -. . ... . .. . .. ... . � .. .. .. . - - - � - - '- --._._....--' '- - ' ---- .. .. :��.._ : �.:. .:. : � ..:...:...:: :- . . . .. . . ......... .. ......... � :':.-. y - _ _ '" " .. . . ' : ... . . . . .� " .'" ..':..:'� •�eRK _ '"'__'__ .' __'�-_......._..__..._.... _"'_ _ _ ' .. _�t� _ ._. :' _ . _.. . . _._ � . __ .. ..... . . ... .. _ _ _ _ _ _ _ '_ ' " _ _ /1��� . . . ..... .. . .... .. . /� . , . . . .. . .. .. ........... .. . .......... ."_"._...__..__._._. . _..�......__.._..�""_..... .. . _...__..._.. _... . ..'f ... . . .... _..........._... ..--... . U ' ' _ _-_- _ - " __ Mtf�R■ �....._._ : __ . .. _ _ _ :.�c_ � r!r ,,, ^ IC":,T' ._ ,. ___ .. .. . ....... . . '_" __. ..__... . .. . .. .. . _.....___.. - . T{T�'i.. ,a.... .. :.. : . _'_... ..... ' __..... ...__ .._. .. _._... . ._._..._..... . ..-..... . .. .�._ _ _ _ . :.��. ... . . . . .. . . , _... . _._ _.. _._. �....'__....... .. .. > .._.... _ . '_ _ _ ' _ ' ' _ _ _ _ _ ' . ..._ a , _.. _.. ' - _ - _ _ . _.._.__. .. _.__ ".. ....._._....._.. _ . . .._. . . . .. . .. .. _ . _ . . _: .. .. : _ ... .,... �. .:.....�:.� .. . i __ . ... . . .. . . . . '.`.:: :... _ .. _. : ' _" _ . . . " "_ �...__ ... .. . ....... _ �--,.._... .... ... ... . .._.._.__"'__'__" " ' _"....�-... ..... _......._. . ...".........r....__.... .. ... . " ...__.. ___.... _.. ...... . .._�_..-......__'"__!."_"_'"__'_" "'_. _._..._.. ' � _ - _'_ . r.. . . .._ .. . . . . . _ - ovc .. .. ... ........_'_.:. ' __•_ .._r -.- .._._: - .-.1::�-_�__'�_rcr..-'_'::: : __ '_ _ _ '_ gF . _ _ . ._...._... ... .... .N - .............. _�.'_"_ � •_""'_ _""'__":.;_ SUP � � --..__... . . . .. .. ._. . _ ..__ ... ....... . ... . . . � . . . , . .. . . .__._ ..: : � � �- ��.. o��......a . . _.. r..... .. . _ ... ... ..-- -'--" ' ... . ... . z � • "..r--.'-_�_.__ . .. .. .. . '��= - �..��a. .... .. ..... .. .%' _'_'. l _.. _. . � .... ... .. ..... ..... .. .. .... _ . . . �_,._._. ... _ .... .._. . . _ _ ' i . r.:: i ..... _..__'__.'_.._. __.... . . ..__ .... . . _... - . . _' ' ' _... . ... . ,-. . .. ,....___,__'_'""_ ..._.. ... " _'__".__.. ..._ . •..__ ,« .t_.�..."..._" ___ _ _ _ _ - _ __ _ _ . _. . � • - .. . .._. _..___- .............. . . . ... .. ....._ ... . _ _.__ _ . _ .... . . . . . . _._.. . t ___._.r_..... _.�...E.._ . ."_'___......_.._....__.__.. ......._._.._...__'__'_. . ._..i -' , _ - Y. _ .._..�._ ............... . ....... . . ._......'_""_ . ._.__ ._. . , . _ � . .. . _.._.._.... _ "__....... .. . ......r n"' __.. .» « ' _ _"_....._ . _...._.... .' _..._._ .. . .. .__...._.._._......- m... . .. .... �: . . . �.. . . . '.:.:'r �:: i i ."._: _ .: : : ... _ . .___.. . . . o . _ . _ .: . . . . RE� . � . . . .. .. ... ... .. _. . .. , n . -- -. . . . . . ., . . ,_, _, _ __ _.» ..._. ._...... '-' . . . . ... .. .......... ._:.:. _.:-_-.:--:�.�:.�:-:r..�..;. : _ __'_'._. .__. __ ........... .. ..� . :...._.... . � ---'--- ' ". _' --'-'._... --------^-- F L _. -` -_'- .'---'-' --'.__.- ... ' --`--'--'-----'._...___. •-- - -'--_..._"_._.. _. _.. ....- ---..._.... .-----_ . .... _ _ .._ . . . .3D A E I E T � - -- - .- . .. . ._. . - . � % 0 T �--- -- - . _ . ..._.._.__. ._�_- ....... . . . .:::._,.-�.�:....:.. _.._ _ . ._...._.._.__..._ .. . .. . ...... ....- � SHEE _... , __. _.'__F_.... _._ _ ._�... _._... . . a�. . .. . , . r- i _ ..n_' _ _ _ � _ 1- .- . . .. . -- -• -- . . �._..._ .. .. ..... .. . ... . _ . . .. ._ _ . . :r:�:-:.--: � .._ .. .... .. :....__..___' 'r- -__"'_'.._. _ _. _....... . ...-........._. �._.'._.. _ . I_.._..__"x_.-"_..- . DESIOfFD� JJB I 3•00 4•00 5•00 6•00 °""'"' �"00 � a�n z000 I $ , CHECKm� DEA -. u . ,.,...<....Iv�sec:�lwdlpyl.s�t 'S _ 8 8 : b � o : b 6n 6 S=' D sE k€ ti =g t �: } � o�� L _ 5�5� P'� e� n" "a€s_ 5 6 5 5� 5 � a� s 6 %a_ " °^. a� ae a€_--- �s� } f i � � � _ S h ea e� e� SHORTLEAF IANE STA 0+00.00� NATER OAK DftIYE STA l+3E. �� O O 't' O` I � I O� 0 i / � i � i � A 1 '�� �, , , Oi �'_ r' 0 0 __ � � 1 +'" t � m� � �y, _g f0.?' 10. Y �0' OW � CL CURVE TABLE � CV N0. DEITA RA�IUS T�NGENT LENCTH z I 09° 51' 48" � soo. Uo- � 43. 14' � ee. o�� SHORTLEAf LANE STA D+19.97= YElLO'N000 ORIVE STA BtT1.66 0 /0 \ � �� -�� r - p 1 �-. i � i O 3+0 j � � I p �1 k \ '� / I OW 10. Y 2 3' 3-B � i D. 5' I c�I -- .,. „,.. .— __ i __� i1U� 3 m �+�� —.— _F �_� _� _ / O 18 W-1050 NOTE� THE CONTRACTOR SN1Ll CONT�CT iXE FOLIOMING AT 1.E�5T _ �E HWPS FFlIOR TO E%CAVATING IN THIS AREA� FORT NOPTH uTE0. DEPAFiNENT !TI-S2T5 T%U GAS 7-�00-I60-3030 T%U EIELTRIC 1-B00-Y�2-9/13 SOUtNNESTERN BELL TEIEPNONE COMPINY I-E00-393-0�10 CNAR�ER CpN4M�C�TIDNS 2�6-5538 FOAT FORTX TPANSPOftTATIOWPUBIIC NOPkS !T1-l100 FOfl OTHEN F1lCILITIES I-l00-DIG-TE55 PROJECT BENCHMARKS BM N0. 1 PK NAIL IN KATY ROAD 18'3 EAST Of NEST _ ROW LINE � 2i75'2 NORTH OF KELLER�HICKS - ROAD, 2375'i SOIITH Of CAYLOR WEST ROAD - ELEVATION� 743.577 BM N0. 2 PK NAiI IN INTERSECTION OF KATY R� d CAYLOR WEST ROAD 23't EAST OF WEST ROq� OF KATY ROAD & 16'i NORTH OF SOUTH RON OF CnYIOR WEST RDAD ELE:..�IOh� �36.�16 �ATER OAK DRIVE / � STA 13f15.7� END ASPHALT TRANSITiON � CONNECT TO EXISTING W1TCH TOP OF PAVDEHf ELEYATION WATER OAK DRIVE O SHORTLEAF LANE Q � _ . -- . - -: .. _.,.. � _ , - . - ., .. p . . ... ,.. f ` . ' : : : £ �_; °,° : . + f f7 r- r . - , � . . . / � _ _ _ -__ _ : � y' r' � � '� � � .. . . 7Ww`a. �n < ._1 nr=f �� � ¢rn , ry 9 °� q: .� �. -- _ -= :...—_ ..__ � � .. .. . . � _ ` �. � ' . ^ � ' . � +. ' . . . . �� T..1 . . - . . �. f rg��. `� � o �1 W I- J ' : , _ ; � . . " . : � . . � . . . . . . . ' . . , n L _ _ . . . . . , . . � . � . ` ' . . ' . ' . - ' nKF- _. " " _ . . . � � . � �zra ��rw "� ~ �� N�v.�V"� , ..,,,, . . . v�i�a.v~i��. ' 0 . � . . . . . �� : . . i �a� _c�u � . . : . �-�¢.¢.... . . � . . . . � ._ ¢°: ¢�S . � . � � . . ' . � � �: •_ : � ti �Z�W �zo3 760 770 �a�a�o � � � � � 760 • . . . � �- _ - �- �� , . �. _ . . . ��` : _r-.NC a R7 ROrt [ . . . : : . : ; � . : . _ ,,,, . " . . . . _ _ . . . . _ _ - - . . � . . � Q ` �_ ', �� I (' NG 0 lT R01f : : : . . . . . . � - . . -' . . . .....-,.: , y , ` , ,. , - - - � . . . . ' . ' . , . . ' . 0 40 80 120 .J� GRAPHIC SCALE IN FEET �PROFILE SCALES� � t" = 40' HORZ. � 1" = 4' VERT. � _ .._........ .__- ___- , NOTE�: ALL EIEV�TI0N5 ARE � OTNE9P-�%�nT�ES/ . »o ���. � Z: . _ ._ .. _ � . � �� ', �� � ` - .. -- , . : :.: _. . ,�" , _ . __._ - . � � . ar �l �� ` ` \:` � � . .. .._ � . . „ , : � " _�_ �„ � . .... . _. . . _ . " J : • . _ , . .. ., , .._ ' . . . . . . . . . : . '� . � ' � : � . . ' . . . . . . . . ' , . ' . � . ' . . . ; � a . . . : ' . _ . .., .. . - f�- . . . . . � C�° , \_. :�_ . . � E . ; . . '_ � . . _ . ' . . ._ , . . � . . � {-HGa RT�ROM . . . . . ' . . . . . . . � . . , � � , . . . 5... �� a E � ���- . . � . \ 750 760 �.--=,—_. / r a �r x _. . _ _ b ; 750 � � -- . — ., .,- - --s.,..� .,,, �,,,, —,_��,_ _---_t_ Rc�.�.ds56 .-- _ �_ ; ; \ ' � _� '�� — _.._, . . , , .,. , , � , , � __ o� . : : � : . � . ; . \ \ . _ � - - - - _ _ . _.. _. .. _ : � � . . . _ . . `� "-- � - : .. � y�' � � � . . . . `^ b - � ' . . . . � ; . . � '�� � � �t . , . „ . ' „ � - 1 � _ - - -- ` ' . . . � : . . � ^ . . . . . ' . . . � � . . I� : �. � . . ' . ' . . ' 1' � '. . �' �--LT H011 . . . . " . . � . . 5 - � ' . . . . . . . � _ . � . . 4 . . _ . �� _ . . . . __ - . .. -_ . F(LL Pj�� CItY OF. . . . . � . . � _ - . . _ , ' . � . I : . �` �.: _ ' . _ _ - �_ _ ' - . ' . . � . , FORT NOR'fN � . . . � � . - � ' . . g a: o . : . . . ' . - .--.- ' � - . . "Fc-�� . . . . . e ° 8: e . : . : . . : . . . . ' + ' _ . . _ I .. . , _, ...... . . . � � � . . de , : . . : ; ; : : . : � . . � . ' . . . • ' . . _ . . . . . . . . . . � � � � � �{�fl{� � � �•� eY� . . . � � . . � � . . : . � . . : . . . . : � : . : . . . . '_ �. S: %4� %.g� %50 ...� . ee__ao �Qo _ _- . _: _._.:.. . — o ` ' ' ' - - -- „_ _..,_,.., .. ...,. . ..:,, �„ :..,, ., • . _ - - `. _,, -_ _ _.,. .._ . . .. . __._, . , . ` _ .: : _ ..�. , _, �.ou -i=�4 � � . . . op � N . . _ ,., , .,..._ _... ... . , .,, _ . o.o: o . . . : . . _ _ ... . -- - . _ , , ,,,. . . . . . . � . . . � � . «,� av . . . . � � ' . � � . . . NnP � $ . . . . . : . ; . . � _ : . . � ; . .,,.,.. _ ,.- - - -�� --- - -----, . �,��- - � � � . . M�=c. . . . . . . . . �.. � . . . : : . _ . . , -._.. ,,. �, ,., , .,...,,, . . ,..,, . . . � � o � Q - - - . _. ._., - - � ;_r� . . ,„ _ ._ , . .... , _ d� _ �._ .�, I ,000:� ' a r � � : . . . . ?� . . !`i� . ' -_ . ,.. '.' � . _.. ..,,,,,,. _ . . _ . . _ t . � iv . . . � . . _ Pao= r _ � �o_ oo � : : �� o �o _ ..,,. ....r.,. .— � ..,,. ._ _ M1 _...,, . � � oFon� : . r � . � . r . : . . . . r . : . r-� . . r' : _ ,.,....., ,.,,. ., ..._-.._. _ - _ _ l0•00 !I•00 /2'00 /3•DD . 0'DO l•00 2�00 3•00 ��� `pG)D n o H�-+ „opyrlaht 02001 Oy Carix Y Burpess. Inc. 760 �6-PO-01 CORRECTIONS � 0. F_ Ib. S}43 TEIE V[[.LAGES OF WOODLAND SpRINGs PHASE II WATER OAK DRIVE � SHORTLEAF LANE C I TY OF FORT IYORTH, TEXAS TRANSPORTATION AND PUBLIC MORKS DEPT. ENCINEERiNfi DIYISION SP� �4HC/::"�•� :6^�'.'.���.c�,... REV. .d«.,.......... v.�..�...Ro DESIGNED�•JJ11 1 �ATE I FI�E I SHEET DRAMM CA00 I�pp zpOf 8 CMECKEO. DEA GN=p�'�JoD\0'OSiS\c�v�5��i�0Y6.5M11 PC STA 11+20.25 PT STA 12�06.32 TOP OF CURB NOTE. THE CONTN�CTIXi SXliIL CONi�CT TXE F�t.L0111110 AT LFi15T I SHOWN IN PROFILE -�` _ CL CIIRYE TABLE �a MOIMS PflIOR TD E%CAVATIN(i IN TXIS ANEM y CV N0. DELTA RADIUS TANGENT LENGTN FORT 110RTN IUTER OEPApTMEHf �n-�it-ezis - ; r $ 6 � 1 oy, 6 OS°OB'20" 1100.00' 49.36' 98.66' TX�c�s 1-eoe-l6r�o3v T%U ELECTIIIC 1-�00-7�2-9113 �_ , / .���� 7 99'S1' 48" 75. 00' 89. 1T' 170. 72' SOUTMfE57ERM EEIL 7E�FPMOME COMPANT 1-eo0-795-0110 f � ��. e�.�� 8 I 06°�1'22"I1000.00' ` SB.44' 116.75' C�uRTERco�wNtuTlwiS eti-z�6�53e ! fORT 1'IMTM TP�NSPOPT�710WPIRLIL IIOIiIlS e1T-l71-0100 �� a e ,. . a . . � I �'-. ' � fOR OTXER FACI�iTIES 1-�00-D10-TE55 I s?s I i4' � 1�� VARIES '� PROJECT BENCMMRKS � BM N0. 1 PK NAIL IN KATY ROAD IB'3 EAST OF NEST � na o I- " I ROW LINE 4 27T5'4 NORiH OF KELLER HICKS I ROAO, 2375'2 SOl1TH OF CAYLOp WEST ROAD S o^ g SNOWNRON�PLAN 1 � � RED BIRCH LANE ELEVATION� 793.577 - �I, �r,«, SECTION �rA �p,5' SMOKETHORN DRIVE STA 8+23.52 BM N0. 2 PK NAIL IN INTERSECTION OF KATY RD i �� y°� ¢� NTS Zl' �8 PT STA 11+18.61� REMOVE EXISTINC BARRICADE CAYLOR WEST ROAO 23'3 EAST Of WEST ROM -_ __ 10.5� pj YtLLV71 tlIHCH UNIYt BECIN PAVEMENi i CONNECT TO E%ISTING OF KATY ROAO 6 16't NDRTH OF SOUTH ROK y SAqKETHORN DRIVE i� STA 12+15.60 RIIL Y`EPDXY DOKEDSSECTION OF CAYLOR WEST ROAD ELEYATION� T36,416 � pC ST� 5�3T. 1� STA 10+53.25, 2.68'LT , RP � 1 o i7 GUTTERLINE TO CONTINUE THRDUGX � 0 1 � b 75 CUI-DE-SAC 1�.00'RT �� 1 , ` L� � 1� 13 12 ll � IS �� w Id � � s ry g '0 10. 5' 2 3' -B 10. 5' . � 'g_'} 1 1 � ' o r4 A � � ,, � a�a �� / � �' '� k a.: e -f- �n � v' _ I = _^- ui � o �'- _ I e R�Ra e.a. -i . S SRS: � �_ �_ "�-�'� � _� D ` Ci t_ � . �G `� F.^. e e« 8 Q -- -_'--- -- "- / � . ❑2 "-_10 8+00 -y � O _-_ _^ v� o m -�-i� ,e#' A - +--_.. i _ . f ` 6+00 7+00 8+00 � 9+0� 9+p0 + , B � E � o " W -� _ - I - _ �_- _ _ � _ _ f _ 2 ---�l-�- - I ,�y • _ . Z �Y.6 . ❑ �;� J � � �we > � � � ,� :n 6i 6� N, - . __��--�._ ¢ o w i L 4 --1 �_ -� .. ." ... � .. _'"" _ '__ __�,_-__ A '_ B a1 6T°16'30" ��r , """ U __�-___ __- _ 39.5'R in � I Fi .. �.. � ❑ �' S4•fl 2 49°53'Ol" �, y o•-i . ' _____________ , 16 ^ - - '� , 5� 8' S g 4 3 2 I l6 � 14 I6 o} �- - -- � �1� a a: � k e PT STA 6+36.09 PC STA 9+87.89 I PT TC ELEV GUl'TER ELEV � - I A 765.33 --- S S S� I B 764.67 76q.75 RE� BIRCH LANE --- I C 764.20 763.34 PT STA 9+q0.2T STA 9+58.13� �� ^�' �� � D 763.59 ?63.09 SMOKETNORN DRIVE =-- � E 762. 35 -- STA �+02. % _ '$^ e"_ s� `�_�_� 9 40 80 120 ` `� -- "" SMOKETHORN DRNE �N RED BIRCH LANE zQ �---- ' GRAPHIC SCALE IN FEET ' --.-...-- --�-- - --- ,. ____ _ - ---_,- _-'__:'-_-___ . ---- - -- -------- - - _------ ---= � =-r= -=- - =a- --- - - ---- -- - ---E --- - -•- --�--- ---�- , _ . _ .. r-. ......----- � - ----- ... --- -- -- - - -- - - - -- - - s-:' - - - -- -- --- - - - -i-_ - - _ - - --- - - - - - -- ---- - --- - y ._'--;( �-�-.... -----�-' - ----.._ . ..-: ---- - -$-- --- � - -`-'-'- -- --=i� - -�_ � - -t=�-` - - --- - - -- - -- - - - =7 r.�-'-fi_.����- - - - - - �-- -- - - - - - - - _ �_ _ . . __.. ; . , . _ .__ ;,�..: � i_ ---- Tf 4'` - - -- . b-y. _r ���'�'�: �R4YIr- ,"�� , _ __ _..._ :::. �:�__r_#_... ---_r_ . �-�,_�-�:-_4_. w t�^ . �=r: h-_^� __n.�:: ::.,=: : �.i.�tn: a � � -- ::�r' �_ -=1rr�m�.t -- -- - �-,� ..� =�t. �i � �ti _��;•R . � k --�_ . .. . , . .. _ . - -- - - - =_ - - - - - - = _ _ -__ - _ -- - - - - - _ -= - - - - - - - - - - � :. y -- - �. . __ t ' �„-.: �A ;� r ,�. _' I� �ie�- � ��!' _' iu _ - _ Y.�_ � _ ,� . _ �►^r�i ' _�.� ' � _ .-��� ��� 1�_ � _ - - ir. _ j : ( - �-. . . - -'3._': _. .. � ��}- j -- - - � - -- - _ �. _ _ - � � --- - -- - -- 1R = 40'SHOR2. - . - � . _ - � I =_ - �• - - - - - _ - -- - - - - -- - - - - - - - � _ -- " - - .. . _ _ _ i r OFI . ' � ,, _ . .E- , -�--^��� __ ' - `-. �. . � IL � � \ � _�'_ _ _ - - � - - - � - ' -� -•- _ .-: - __ - ::. __- '_-_ • ' .C-_ _._ � _ .l. _'_ __ .... - - __ _ _ _ _ _ _ _ _ __ _ � + � ,: � � � �� :'.i � ��� J_ . , a _._.._ .: _.__.. � ._ _�.. __i_- �--_�_... _.�_ - - - - - :� _ - i� ..-�, - �u M�n _ t" = 4' VERT. - - _ _ p , . �. _ ' e _ _ , i. � _ ' .� -r - F � o -x=, -S_ -� .. i�- � - : `_ r�-..j .,Nr��__� riut- ..�,__}_ �t� _�l. : ��i��_�_� " �i - -- _�+ i,��t'��:' - T�" _,k 'iy��.� " - �nue - �s�T in::_ ���,i�c� � - ---- ------ , n � _ .. -- -= - - ----- - - - - -_ - - - - - - - - - - - - _ � -- _ - - - - - - L- � : :- t ' --- -- , - � �'� " -E--' '- � - -1 �= -L ' r � - - r.- � r=i-�� iE , . , 5e�._�_ �.. ._.._:�. i�7`.__.�it�_-., i�� _ti_.1,_1 �%� - ,fi� aiH�C_ �:_-�:_�_: �--.T_�aa _ ��uc r Nir s�,�_ v� :r__ z �.:.` °'ar_ �,-.-.' �.r� � . _ -1 �� � �. : .._ , :. ;. � . � � [�_-_�. _ . __ . _.�._.__ _._..... _ � . �_.__ - - - = - - --- -- ` - - -- - - - - _'__'� __"___" __-_'__"_ '__"_'__'_ -"-_ __�.-�L _"_:'_ .. _-_-" ' " ' -._I OmS.00:' =-j-�:..T-_'�"_" ' ' [�WI+LL_- �..�_ 4`.::+_ �+-'-_ __�" _ - _ _ _ � 6 6 ' t-.�_.'_ __i__�. ,r __ _..._t_._y. . _t.». �c _.r__�. _ _ ' ___ _ t.-'._'_ � _ _ __ _ '___ ' _ - _ ' __ _ - _ _ _ _ -_ _ _ __ c _ _ _ " _ _ __ i .. ..� ... ` '�- ... _ _ _ _ _, _ srr-..�.... �,. -,-y . ._.._ J� ir_:. ���c� e� _�1c:/-_� - u - - _I_ e���r��:: c��ot�' ��ir�:c:_� �� �e'.`u�a` ,:. -- �. �_: P-� _ _b . e a _._�'..._ _ _._. _. , . � -�-:_:-- - �� - _4 z+�. - _�.. -.`�.io - - - � r 1� _ '. . _ _ .. : - - --- . __�_,. .�'- -- ._... . -- -- � --�._ ._ ._ .. . -- - -� ��---... --- - -� - - - - -- ----- - - -- - - - - - - -- - - - - - - -- - - - Q -� �= . . . � --�- - -� --'-- '---1 ._..-,.' -'-- - ..i-- --._.a--__ _.{- N .o=:�-�-_:-_= - --- -'- - - --- - _ =-! -- - - '- - > - - -- - �_- ^L�--E E�AT-lDNS= R ^ s a � -. ..�_.-' •,-T -- - . ...,.. --� .-. . , ------- -.. , �; . -:L":_;, , � -7' _.=' .. = v�" _ e -i, ' �slo1 �-��7�i-' -. - - �`� �` � �i✓ - ' fl -1'T �i� � '-- - -- - - _' A 6 k K . F - � - - __..._._.._ ,_.___r_ �^l_.. K _ .:�:.-, .�._. .-- ---�- - .�.��r.�• - -- �:.:°� - s -- �� - - �t - - -- � „ - -. `A�, � ..... _'�� _ _ �.: :�ur�ut-�uno,un� r..,. . ..._.-. , .�------ --.-., • ' --.._..-._ .. . - '- � ----. __ -. _.... ' - -- - - - `� - - - - - i.,. .� -- r'�:/-- F--- -- - - - o ,. � __ ._. _. _ .' __ `_ _' ' __ _ -r-..�._.. _ _. .- .. . . ...,-�-__ _.a._ . _ .r__._i.... ___7.__ _ - ' ' _ _ + " _ _ '_ _ _ _ _.c. _ ' _ _ __' _ _ �/a ' _ _ _ ' _ _ _ _' _ _ __ _ � _ _ 5 e� e �.., �-e_.. _•--- . .' ---..-, ...__....Q _.-...--. ....... � ' - - T =- -- - " � � -�r ' - �' '- - -- "':m- _ - - - - - - :'^.�er�' -- u_. _..._.- -- -/. _._. __� _..__. _ � _.. I�1 I '!�._" � . : _ ._t'� ._.:- - - �"--� wr�o.r.� - - �'-- `-�. %-�ili�. ' u�--^ - - - -- - - _ S S _ �'__' t__. !��'��� _. . . _ .. �i__ _ y.. _. � _ � _ _ -_ _ �' ' _ fin� _ ' _ _ _ _ _ _ o _ _ ... - . , . ___"'_' ="r�_ � -__ -f - - �- �„ ,-� ma� _ ' _ _ _ _ _z- - ¢ 'zr�¢r- ' ' _ ' _ '_'" __ - - --- � a - - �-.: . . ___. _ -� -- -_ _. _.. F ,--- "- - -�- ---�- - = � T = - -- `� "' - -- - - -�{� - - - - -- - - - -- -- - - --- �� �' -- -- - 0 0 _..r......_ _�_._, .vrf,•- - . .._ �--t---. w. ,...-------' „-._..._. ,.._.._..._ - :i- _- - '- - '- - - I� __ 6 '% __ _" ' '_ ' k@F _" . "'"" ' �.i�l✓ _. . _ '" ' ' fM'�,�" � ^�L ,% � AI, - _ � J _ - � . ; � "'_ '_"_. _.. - _.: .._'`.` _ �_='(!.""�__ '_ _ -a-r_re� : ., u 6- _._.__. G ,____ ' .__. . <.Tl- . ._ .. ' ' _ __ - - -.. _ �.,. � - -T--- ��-�-_ __ _�_z- .._.,__ , - - , __ _. � _. . _ _ _ _ _ _ �� � �� _ ._ _ - , - ;, � I �� T ___�_... - e « n . �- . _ � v - - '-- -' ~ - - -- �.__._ ... -- - �- --z. --z- --E_: _-_. _ - - .-. - _�� - -" - r -. : o lu ' - - - - -- - - � r �-�oF-" - - - - ' - �-s- ' - - � '- w'o` - ' - = u n c�i'tn-- - - - - -- - - -' ' _ e., e_ _:-__.--' -n-_.:.. . .. -�..L_..� L_ -. � �_r-. . .-- - _ _._. _,_.. _ _� _ �j -- _- - -�i=== - - - - - -- ---- --- -- - - --- - - - -- _ -F _ - r= - - %70 ,,�.�� ; - - - - 770 -- -'- r ��-.Jen � __... c ... P ___ .%�.. �.---1,rx'. ` - - '�, - - � � -- - _�--� -�-- � ' _ _ ��: T,�r, �^�t� �` - - - - - i=� ed - __L � __ _' ._ _ _ . _' _` _. : _ - __ _ _ -__ _ _ _ _ - f_�I' _ _ _ _ � _�_ =.._ _ _ _ _ _ _ - ___ __ __ o�s-s- -�_�-_...,n ...r__L , I--__ __t _r t- :-•,-. �-�--� -- - - -- -- T_�r- --- - -- _ - - - - - -- - - -- - � �� .� - . `: � �� - _ � __ � � _. _. or o: --:_-�_- � . _,- �ia ._i�c... -i_r. , �;____��v�. �_ x� i �nr = _ - - ,1� ��c �� ��: - - - - .._�_. :.. _ . . _. � _. . . , ._ - - - - - -- - - -- - - -- - - - -- - - ._ . . ._ .. - - - -• -_- . _. ��"-:,_ . .: .. �_ �_. . , . ;- - ;- --�"'�!- - -,'� - - �' a: - _ - � s - _.. _ . . -----,_ .. � .-r _ _, _�_. . . _ -� .. . . . _,_, - - - - -- - - - - - - - - - . -- - - - -- -- - - �* - � . 8� e_ - ._.� . -- - - - �-� � ...� i ' � � ' ���- . - - - - - - - �� r i r _` _ -��-_"' . �. L . _ '_ ' _ _ _ _ - _ "_ _ - ' ' ' '_'_ . . __ � i- r '" '. � -.c: � -- _ - � r.' ' - r_ . 1 . l - - - - � _ -T: . _ __�- :T,. `-� �( - t. . � _ �� _ i e a ,. . � -- =_r_� .. � L-- . _ ._ . _r._. _ f . .. . . -�...._ . Nc o�4M� _ - -- - - - y'�"' I :'r : i. _ - - - - k �-� s' -- _ . .,- .. _ _ .: _ _ s � � � L Q ,�r iru r� ,� - - C" , . - - - - - - � - - - _ - - - - - - a'- - - _ � `s, , -- -- -- �a , - -, - - t - -- - - - __- . - - - - - - - - ... - _ .._. : i�_, _ : _..�' "� �.. _. t._�= _ � �' '�_r . .' _ _"' ' ' _ . :. �-1 -. � -t _ �'a. , . ; . . . . T y . '.."" .. . . . "'�"__ '... '-'_f_"' __f-"_'_ _ ' . .�. ' _' 'r"_ " _ ' ' " ' _� i _ -_� .- --E'-. ' _ _ - ' _- __'_ � ...�. .� _". .- .. ' ' '_" __ "'_r."' ' _- _ _ - ' _ _' -__ ' " - _ _' _ _-. _ ' _ - __ _ __" - , _.-_.c_ . .._.r_ .} . 1._.. ' ' _' ._ ' __ k . .. , __ ._ .. __ . _..... .. . N6.0. LT.R6N..' _ _ . . _ - - - �--i----r-' . _ p,- - _- _ � . , � � L;« .�, �...... - - - - - -�. �. .. _ � - ... _ _. _ . . _ . _ �-- . � . . . . _ . . . . _ � . � �. . . . . .--. - . =r � -. _ .�_ .. _ . . ' . � '-___. .. _.. .L.._. .. """_' _ ' '_'_' "' -__ .._.. . . ._ .. �{ _ � . . •. -- � • . -_".E J_ _' -�" "__��-_. .._. ._'-' '_' _.'.� T '� [ _.__. _ ' _ ' '_ _ ' _ " _ �. - ��llll�AM�IKIM+ .- _.. . . _ r=.. :� �... - . _ :r.n_ . . ._. . _..s_. . .. }__.._ . � . _ ' _ _ �_ _ ' ' � ' , _ , " _ _ _ ' ' _ _ ' -� , � � ' _""_ I. C..�_. . . . %_",✓ . ..._.__._ �'�•:_..%/.-.T . . ��'k--.._.__ 7� '__- �" 4_� . " �! ""� �� ' ���� _ " ' �'�` - , : . __ r �� , ,-�-ti� v . �� . � : �. f. � _ ' _._.. `tI � .- , K .:.,. . ' . .. __..� ' _ _ _�' _r_. -- _.�-. - �� ---� --' -'�- ------`-�-r-` --`-----•--•�----�- --'- �----'- -'- - .-/ .--...-•--`--'-- -�-�- - - - - --t--'� - 8 ` ' _ i �` . , �-' L � . � _�_._ .- - - - ._.-' --- - -- - - --- - - = - - - -- - - � -�= - - - - - -- - estfl..:'t �_� ._. �- -- -' _ , - - - - - - ---- _ _ -- -�-- - -- ._ ._ ---.. ---...... --- - - - -- - -- -- -- - -- -- - � - --� p / <.._ -�- - .. . - - - --- - -- -- - - -- - - - _ _ - - - - - - _ -_ _ ._._ --�y- ' v r��w -, � -- ---... - -,. __ I-- -- - - - �-�--•- r --- -- � a - n_ r�u' �r�`r�� Ir - ---- - � s�rh' r �i�:_"-�i. i � � %' - .il _..- - - -�-�.� - -� �- -- �- -- . _. c. e.�_� .- -- -- .. .__. ._ �. __ �►n� +r4+w1_ �_ �' ! - 4�Gn % _ F.; . .�: __. ..-- ---- -. .. - -- .... _ _� . 1_�-r�!__._ .i_ �.. .._.� _... . y -- " -. - - - - - - - - - - - - - - - - �-`- �'....._es•'. -- J b_ �_ � _ .. . __�..-- ,-.---' -- --!- �-�--'- -}=�--b` --�-.-�: RT ' ►` � �r-�- - - - - sr -� _ _. __ _ -." - -----.. __�_. - -- -- _ _ ....-: -f.�- - _ - - - � Iff_ 1�"="' - - - -- - -- -�_? -' '_~ -�_. -- ` -' - - -'- - . ' ss I_"'�"t: ": /--r'_" . Y 1�'T " "' ___" ... ._ . ��•_,-i - IV�_ ._I�_J � �� % "__ _ _ __ _ _ d.�? - _' _ _""_ __F.-- - _' __ '" ___ _ ___ -_ _ _ � __" / � ""' _ � _ . ... . ... .. . _ --�._. R. AIn' '�Y __.%'_ l� ,.- ----",.: ..._..----�.. . � . A/ ` �' -- -- - -- - - -- - -- - � �--`= �-�-- -- - -- -- - - - -- -- --- - - i '_ _ _�_ _____._ _ _ -t.'- -�_._.,�. " _ _ _ __ - '_ ' __ __ _ __ _ _ __ _ _ __ _ _ - _ _ _ _ .., � } _ ... _,._..�" . `----- � - - - - - - -- -�-- - - - - -��: ---- - �:: . , .-� .: i. r 1=.--- - r . : ->�: t :-=�- - - -� -__ � = - � �" - -- -- -- - -- - - - - - _-_ -� - � � _.', "' - �,�. _� � I � : � f/.- ����� :. . I _ .R --- - �i/l 7� . ��N _ �� �LP _ p_ -'. ���-c- _ / _ _ _'f� '�'�! _ _ -- - t�;- � - --i' . � - i�-r_.; � _C� __-_ -� - _.�. --�`-_- ..-..� ;�� �� �b�"' ; -- - �- - - � -- -- - - � '' °� - -- - - - ,- - � , _.._ . • ' - - - - - - � u n r �ie �. �rc .. _ .. ._ _. ... . ' �� . ' i._ .. r -,A �rn� iu� +.�: -- - �� . � ✓ r�` �: ii^ - - -•-- � � � , �. _�... _��9- - �� ;�� - 8 �._.' . _.. __ .._. � ._____ .__ "_. _ . '__'_"_ ' ' _ _ ' 'Vo " ' " _'_ _' _ _ 4 - --. _ ' -- - - -r ----'--,. �-1. ---� --- -� -•-- - -�`- �--' -'- � =7 � -- �. - - - - - -... _-_- .--� -• - �. -- � � _ . ... _.�___._ � / - �-__..��f"i - - - - - - - - -- - - - - - - - - � . - - - e E 760 - - •--- - -- , _ ...:.- .-�- -. ... --- . r .. .�....-- -- ---'- --� - - - - - - -� -- -- - - _ - -- - - - - -- - -- --- - -- - - - --'-` - - -- �-.-= 760 .. _.. ��--��--_ -t- � �, . � _ . � , �_ .. . .. = --- .- ._-:_ _-- -- -__.--=__� . . � - -- - -, _ a��i :�r�r�3r �r • - - - --- _,__�_�.�_r.-�--� - -�- _ `_ _ . �__ . i - - - - �saiai'- �r . _ :.. :: .� . , p - -- ----- - --- - --- - -- - -- - -- -- - - - - - - - - - - - --- _ _. - - . _._. _ .. i._- -- . �. . - -- -- -- -.,. . ._ - - - - -- - -- ------ •--... . _-- �- _� _,._ . � _ �n � ,� . -_... .., � . � --'- - ------�=,r- .- _ _'�` �-- :-- - -- -- - -_ - - -- - - _ - -i=�t - - - -- -- - - - - �- - - -- - ---- - -- - - - - $ �� _..r--'- '- - --.�..c_.. �-----' - .. . .... - -'---G-..�-- --- --� -- -`--_._ , � - . _ ---- -`__.-_=-�� -- ��z.�_� - - - - -- -- --- ��E - NG=o;L : R � �:i- - � I {-� -.E_: _ : -�--- 1 . _ .. . �_�H'� _ �� i.. .. - • + -- �- -�-- � ,. _ _ , -- - � �� - ' - - . L 0_�_ ---- - - =1�� o..�.,- �._. ... �-.-.�. _�....-. . _ _.. �... _�_e�M��a�r_r�. ;��. , ...�� r: =_�r._- .ra� � _►_��^����ae�iir_: �►•�G�=arvx�vrx ���_ .e���F�i ��;ai�ra� .men wi �'- - -�. � � .," "_".. . __.._.. ._._I- . ._'_� _ •_". _ _-_ __ _ _ -- _ __L _ __ ' .=�G ' _ _Y"_._.__ .!' :_Lu... �- �_� -�__L-_ _- _ _ _ _ �__" _ - __- ._' ._.I_..i:. : .-�._L:.t._:�__1. .. S _. . �. . ... }_.!-_ r__% �� __ _'_. �.__ _ _ _ _ _ _ __ _ t- � __- �_.�-.�-.'. ____ - __ __ _ _- - - - - - .�__ _ -C- _ _ _ _ L ..�. � 6 --�='�--r- _ -'- , - -- -. _ .. L �; _. �71 � A'��Xl�'�7Ni, [ � - - �Ft�f . �� - _ ��^' �f/9!f m � tc \, ar�2' � ' ' ,t � � .rdr �� � � a � f�_. _-'ic-�-�-- .. _ � - , �-�__= : =- ,=�-r� __., _:�� - - 4- -- -- _�'_.t 'R���" __ - - - - - - -!- �[���__ - _ y , . �� " �i - : �.,:� -- _ . - -- - F . �=� ,. : . . , . . ... e o � : -r. .. ' ..----�"' . � s - - '__ - - -�- - = � = - - - t��:... �- �� p � - T r _ ` - - 1--- - „ _ � " ' � . �� � �� �� .r a[ ��.�i�:�r � � .:. � aa� N �� _ �� = - - `��°'- - - - - � - - � r � ... � --- ; - - _� _�T_:_ . . �-_--_:�_--"'--� -- - - �� - -�- - -- - - ---- - - � ., o .x.e.c:-. . ,-_c_�.._._.- �:;.�'.� �C.• . - -c-__•--:�-...--- -- -.:. �-:' ._ � _.. L `� . e_-r_-�.?-�-:' - - _:3c°' - -`--s- � - -z=r_.: �=--:-�=.f ' - � �- - 4cF 1,6 i -' ��-�,� - -- - -- o � _ -a - ° � --- ''----��' • �-; � � ~-- ,,. = � c �_... �verd�=�r�s�a►t-.: s�� - erir� - - �- _ 5�prur�' -- - - ,: -�.-- - - ;i^aa - r� ` � � _ _ - -<er � Nn,_ �e _ „ � ._ �. , _.,.d._.. . , . . �� � �, - �-- S- - - -- . � - . .....__.•.._._. _.._.� .. --�----� � ----- � ----._ .-...----. _.,--�-_. : .--�--�------=�� � - --- - - _- - � _- - - - - -- __ -- - -- - - - - _ e ._ ...... _ . . _. : _..t_" _.t "" _..-..._ _"'_�... __�. �-._ . . __ ... ..._ . .._ _'. _..... . - _ _ _ _ _ _' ' ' - _ ' _ _ _ i �' �J t. � : , « ��.r.� : .. . . '_c_...._ . . .. . ' '_ .._ .: - S r r � , ..""_.. .... . ' "'__"' ... . . . _'-____'__."_''r_'.:r::r,c': .""._- '__ "_ " _ " _ '__ _" ' __' _ _- ' _-�'� _ _'"_, ' _ _ __ _ -.�PAlII ��_'__'- ' �" o ' __.._..i . , : ... _ _.__L ..�.___ . .. x , i- _1 ._.::.�.�- -:_ __ _ __�J� c..=_. '.,,f_r __ " s• _- _ ' z _�_ _ �_._' _ _ o s r_ _. . . � _. .. n. fi� t . ._. .._►, .�.1i.._ , _ ► r- - �--- - ----- .7 _... _. l � i�.J--'- ...� ..--- - -'�- Y �' -�-; -i.. r '.'S TTiT � ;�. F- - t_.... . . . .. ' � . .^_ . ... .... . . ... :. .: . �_... _1 ..._.._L.. �. . _.L...L ___ .. _____�.. . - - t_ i.T"t_ �__� _ _- __ _ -���'.:� -_ �T` ' -T--��-��_-' " _ ".�__--'_ __ - .. G e � ..�. i:: ""- _ _ _- _ _ � ___ __ _ _.,- - -.. . L _.., -�-- - • - •--^- - .. ,_ �..� ------�- - -- � -� --�--_ _.:- ... _ .- �-- -- --- --- � _ - -- -'�_�_ --- - - - -�:----` -- ----- ��r o .. :__.. . { . f1LL PER CitY�F-. . . .. --- ---...-- � -�---- - -'--. .. . ----� -t-- - •-._� ... �- ' �--%-- '-' � _ _ -- -i-„''' - - - - ---- _ -- ' - - - - - _�-Di,Z39i - - - - _ � T.. _..' �_.._. _. .... - - v.n_._. . -- - ---- - -�. _.i�--d-;-``- -_ - - - _- - -- - �- _�.i_= �_:.►F_i � - - - - ---- - - - ^ --..I.---- _ . . _..._. . � _. r__-� _ � i . . _r_..�.s_ - - - - -- --- ----,=<c-_' - -- _i�-=:-- -- - �- �'dt- - - - - - - - _L ' . �-. i • . •� •-_._ . _ _ _ _ �_ �_. ` _ _ _ __ _ _" _ _ - __ __ __ __ _ _ - _ ____ _ _ __ - _ _ _ � _ -- - ..._. Foar noerH . ..-- - - - - -- -- - - --- - _ .�.. ... _._. _._....�.-° -- - -._ . -�-__"_ ._ . . __� � - - J . y� ` �_ � __._ o _ I \ , , � : _._�----_f_.,,., _- --�-�-• - -- - - - - - � - -- -- - - -- - - - - - - --- - . _,_...... . . . . ._ . '- µ- - - --- - - - - - -- - - , f _ ; . _ =-� +i1a ��?r�er _ • 33�c �ii7jer ��a - _ ��_` � '-� - e _. . _ _ . . .. . . . _._ - - -- - - � } .. : � . ,� _ � �- � 8 8-i �-(-- � � - i .. : }-: - -- ' �- : _ -r � _ - =- - _ -- - I-� - �r_ - ---- - �s _ � ��_ � _ - - - -- o.o.F w. ass� �. e a, . . . �� .. : . r - _ ' � i_ ' I_'.�_ ' _ __.. __ sL �- � ' _ _ ' �. ^jyl. �-�►� .I � . . 6� i� _.�' �. � ' � � � _ __ _ �'�m/� _ _ _ _ __ __�� . _ �_ __ �.i � - - - --x- - - • -� -� �_ . _ . . - - " ' - - - �� i - - - _ -- - - THE VII.IAGES OF , � �.. _ ` � z.��: _.. , � . _ _ �, . ' . , � ,:...._. , • , • i-::,-:__r : � - _ � T - -r ; _ � . __` - - � �€ �� eY _�-.. • . � � �c �• �' IC-� F." �f d 6�! M : `.�� d ±Y"' 71 G.-jIH I !'4f ! _ -- A� ee__ r-: : 6. - � _s �r.._ � :�..,c.�_; - - � .t ��-: r+_ rrY I�' :� - - - �t .� �" - � �' �.� y �'� 1.�. ��1�7r�� �ri --^��a� 750 - �-:. : ;-� :::.k.:--.�--;_::, . - - -- - - _ - � -- - - - - - - - -� - I�� 750 ��li�li �R�� . . ...�. �. :..: - - t- _ : �. -;-F � -- -- � �1�: ' �:' _-�..:_` ` _ _ r'�Ic_-� --� 'v � c.;�� a� c= =oli:on�; . f .' -- `i `+�a��i � x��'inl�'u� - - �'. - --- - - - � _ c,-- _ a _... . __�_-�__; _ , .._. ..-___ - - - - -- - - -- - - - -� -� - --- -- - ... ... . .. ; 'i . . . ; ._ __ _ _ ' ._ _ _ _ _... _.. �- - . . o =a-. ....._... : �r, rr- =r- :. : " _,___c _.._' :_: �;; ..s� _ _ __ _I-._ - -`�-�._ _ _ _ ' - ti _ _ _ ' � -t _ _ __ _ _ -- ' _ v � _ __ ' _ '_ ' n.. � _ ._. . ._..- �.. __ __....__' . . _ , . .. . _. __.__'.._'_. _ _' '_ _' _ ' _ _ _ _ _ - _- _ __ ___ __ ' - _ __ __ __ _ -_ _. ' _ _ _ _ : . _...__i_.. . R . __ __. ..__ ..._ .. _. . r -._ .... r --- �- -- =- '= ' - `' _'' - -�` J ' �l� - i ir�`-'- t- ' r�:'' - - � � .," - --`3�-° - - - �'. - �_ PHASE I SECITON 2H � �. . � _ _ _ �c _�._ �.. . � • � v�r� ► rs u �� ` :� ,_�^ - _.u"- - - . _ _.__:.; �►�.._.�.J,_-�---:�--�_:�._.'_:-- t�r_�::--_.:�-�,-.r. _t..,_�_t:... i`_.= b=- -- - - -'- - �,.�:�-�_ :_r_=.;,. . _ �__ �, '�-.-_✓._.�_- -_ ��_� ���� ' �a.. _"�r�- - --. --.. .. _ . �_ _�..__ -,:�-. __._ t - _� - • -�-• -�- -- - - ��_ £_:��'�_ : ` -_ ,:-:-_ . -- - - - - - - - - - - �� _ � -- - -T-�-: SMOKETHORN DKIVt i� - . fi - r - � . . - �- - r- --- - - - -- - - - -- _ _�- - -�' -�_ - - - = - - - - - - - ..�i _-. : -:_ ...:. : ':'_.: _5-_ - - ° - - - - - i- _� -- - � .. .. .. � .... . _ , . . - -- - - - - - - - - - - -- --- - ---- - -- - - -���` ,,.: : 1 --. 1. ����". -�[ �i� - -- - - -�- - - -- �-- - • - -- - - - ,.. _ .... . , _ _ . _: � f__ - .. . __..._ ' _' _. _ r.. . ___ ._ ' _. __ ' "'_._'_ __. �. _,_._..c... �. _ __ ._ ��:._:: �� o-. __ _' _ _ __ - _ _ _ � - _ _ _ _ ' - _ __ ____ _ _ __ _ _ _ __ _' - -_ ' a';. __ .... -'_.'_' " a . <n} _ _' ' " __ '__ _ _ __.. 1 _ __ __ ' ' _" ' _�" . _:` -::--_ ' _---'__. T� { ' _ __ _ _ ___ __' __' o _ s-.. - - - �- --- � - . --r---: , - -. . « . �_�_ -- = - - _ = ' � rura,, - - - �..� - -_ - -- ry : _ .-* ---- - RED BIRCH IANE � " -3�:�:.:: �a Gr�in r.�,:_d_. i � - -: : .�. ' `�: '7 -C�= �'- «�. " �.. . . f � . r_ �r�_:�. _._ : - - --._ . - • -- � - �- '-'�!'._.'-- : r-,�� -- =-�._"'_, : o�=G� __-- '�r-f-�--.- ,-. -.-,_. � �.__ . . _...__ �i.�_ ' 7' 7_:.' _� � �ck. � � c� �c ���~::' ' - .. . _, r. ... . S - ----- ' -- --.. -t-�_� - �.-_- -- . 'x - _. _ __ -.__ -'__'-- - � �--'--� _ °:- - �=� �_-r-:. -_ � -- - - _ r.� - r- : - - - ��.-t. . -� 0 FORT MORTH TEXAS '=o� o -'--J-- '- . . . ._i_... _._ _.. . �erz_.. � - ._� - - - c..__ -- - - _ -- _i_ - - - - - � ---- - - _ - - - - � - - - CITY F :_ ..� .. .,. _ -` =' �' � -- ..,. _.. . - ---7 - ' . - ' ' _, - - -- - - � . +1�.�_1�k... ..:... '_ ._' l..: . _Y_._ _ . :_. �_ `._II�'�c'.:' --;�• - -- �T'-- - - - ,-,�`_� --- - -,�.iil-� - . . _ . r ... _ E � _ � _- ' • . o --u ._..--: (� F . _...._ . t_ .._ _ . ��_._; ---�--���_: -c--- -- - --- -- - - _-t=_::_-�- - - - w�>r� >n -- � � __._..._. .. , -- -�-- - - - -- - --- � > -.......... >��� = - -- � - - -- -- -- - - - - -- - -- - - - - LIC IIORKS DEPT. 0 0 _.._... _. . >vg� .t_...---. - - . .> r._. .>r _E.... .>oo, _..__.f.._i_�_. �d_ . __� -.t- - - -�-_._ - - - - - - TRANSPOR «. , � t . . � - ._ ..- � - .. . , -�-�>- - -'�=-_-�r-_.. -- -- �T - _ -- - -- - - - - - --r-:a:_r:. -- � --�-� - - - - - - - �,aa� o ..._ . . r . ... .. .. ... , o. . . � ._._.. . , n� . ... . ,. . , . ...., _ �. f`� - - - - - C�? _ - - - - _ , . . . _ . n . _. . . ` . ,-- .. . _ r - -.. __--- fi _.. ._ . � _ .. . _._... . , �L._�, , __. . �. . �_,.._-__�,r...,.. ._ , ... ._�_ fT��. .� ��.T.r �� __i_:,�:_. �:. - - - �.�:�,.�-�.:- - - .,�; .o� ... � �-- -. -�-�. ... - . _.._.._- - - -- _ --- �-� - --- � - - �+c��+o�ivis�oN . � '-_.. �__' ""_'....__" _ _ _. . ..-"' "- _ -___. . ._' _-'_"" _".._l_:" __:_ _ _" ___ ��- _�L� =��' _ _ _ ��r.'�-" _"�_ __' - - _'_ �,,,zm« ..-� .. : ..._z._.r_..._ ____ _t_-. _.,i. r , . _._... . '_' z_�_s-_.-� . . __ ' _. _ '___ -�_:__ ' _ _.. n_ _ _ _ _�_ _ _ - T.c-:-_:_:� _ _ - ___ - _ e � � � � _ ... �_, .. _. _ � . . � _ . . f . . _ . � owv� E- � - �� _ ssr.v - - - - - .K _ � - - . _ . _. _.. _ . . _... . .'.. . . . ► ' --�,s .. .. : __ -_��� � ��,r� �_� :u� �' � ��Y,�'` ]�' ��f'*,r�iir�a -i . �iii�rMm �a _� ■�,�== 4 ` C � _ i� � � �..�m .o- . _.._._.._� `.�l- 40!V .. n �w • c r.��== ' c�c:. _'_ ' "_ =-t:r:, _--:___ t. - _k-_'_Y.-�c � ' .t-._ ' -- . i==r.::_. =a.c_.'.. ' - _ ' __ ' ' -:A�9C _ �� - _ . a � -3 � _ : : .t:...::_.. n -- - -- -- - - --- : K�42 . - - - ' --_ - - - - - - ---' - - - -- - "'t_ _'� _ -- - ���� N ti a a _ . r_�. , --.. F_ ..__ t_.. _ „-.:.. - . -F . - : R �1'.. ._ ' '� - -"--... .. . - --'- - - - - - - r{_ -. �. -:�_��_�- - - =_"E:t=� - �.�nn� - -- - - ' - _ _ _ M _ � w �...,._ _ - -...__.ala�....__ _. ..:_ 1....._ ,__. .. , . .. ._ ._ _...____-� r_ � r-�_ �Ye�.'� �==" - -- - -- - t_ - �.. _��--�" � . „ < ---- �.. . , _ - - - - - -- - -- -- - - - � --- - - - - - - :. . . .. . :_ . � _:�`-'. _ o _. _._. ._. __ - ---•--•- -.._ . _ ..... � -- . -- -�- - -- - - -- - --- - - -: o � - -- - - --- -- _�'-`�`_-c - - - - e + _ r... . . _..�- -'-.-� '- - ....._. _... .__.._. o..--• ---�....�'_-"'-- . _.�_.w - a-. ..a ....� o:� b rN- e - - -'a=°'_- - - ---�--r-`T--: ---- -- � a o . . f- � ._... .._ .......... .. . _ . .. e..E_.'._'_ , ... _.y_ . _ . _ . _ . . . __.. _r.. . ' _ _ _ _ri_. __ _ ' __ ' _ ._' _ _ _ ''_E _ _ __ _ _ RE . wo o . __.. _ . , t f . ._ . _ _. _ . ... ... . .. ,.,.i�:i ;_... __ _ _ _ _ ___ __ _ ' _ _ '_ _ '_ _ �-Tz- SUB �. � ' � r " . _ _ -_ _ _ ' - �_. � �r ... . . .. - � �- -- :. .... f . . .. � __ . ..... . ._.. . . �. .--" - -----.. . ---' '_ .. _. . i _. - "k". ,n:. _ _ -- ___��I` i.�__i c_�=i�-°`w4='�-: - - T i.:6`vdi�AhR�. ='� �[-; �L.:. -' n���.o a�., �.��e. e � _... ... . .. � �r . _.... _. .. .- � - -- - - - • - -- - - - - m -- - -- - - ��_���� - - - --...._. .. . , _ . .. ..__. .... _�.- -- -.. ... ... , , � . . . . . . . . -� -- - - - - -- .�:--�-. �- - - w v I . _ . .� . .. ....-� _. _ .._. _ '... . .__ . _ _ .. . . _ . . . • � � • _: i" -_ _ _ _ - - _� - �- . ,-:.�_=�'r _' '_'_ - _� t� '_c_._. �_c'_' __::c __ __ _ - _ - .-'- - r. _ . ._....-�-- �- __. .. _ .__.r_ , . ,. _. t..:-� . . ... . • ._. .. . i__. n �._ . IO � : ID -i_ - _ ' P -_F. : N .--J.__..._� - _ _ _ r-_� �- - - - - - - - REV. � �� o_ - -t_ _... ,-'_ « . ...... ... ....._.... _. m-.- °'�--`� _ .'- n c-- u' - -- �' - - - --- - =---' F -- -- -- - '- ---- - ..�.a �: _� - -r- '-' ` . -� -ci. --- - - - � -- � o - d� ...-._ � r . - - _ _ F_. '._. ' ... � t =.:_. � _ __ _ ' -.Y':.: ' �'_.� _ _ 9 - -_ _ _ _ _ _� __ _- �-�- - "" ._.., . ._ . .- .._ -._. _. . �---vr _ '_'""_. . .. '_ � -'__ ___ _.- . . _ . . -.. __' _ _ ' _ _' ' __ _"_ ' __ _ '_ ' -_ _�' �_--- .- �.. _' c._.... __'" _ ' _"_'__ '_'"_ _. _.._....r'_ _' i ' "_ """ _ " �... _ __._ ._ __ . _.._ _. . si. __: .L : - ' -+-"i ° r. - i � _ _ _.. _.__. . __ " ._'_ � .,i . . .3_. . _. _ . . ... ._ ..'._. •___F ._. '__�. . _ _ .�.. . r -, i-. _... _.,. r .-. . � _- ' t- -. - . r- ..J�..:�.�. : F -�':_ .... _ � r _ �.:__'"_=_-'_-.-.E �_�_-G_�. _�.:_ �;.: ��� _ _-�T: �ooui -:=:'I.cr : ._;._....E�.._�_E_._. _... f_, �'�._.!.__.., ��' '_ �-.7-'._E_'_.._.�_* _..���"�.... -_ . �", ... , . . _� ,-_ _-___��_, �'_�._�__ . _ ,__-r_-F_�.-.'__ _' _�'�'_'__c_�__�_. Y--�._`___-�--��-��-� --,-,- �-��:� ����I DATE FILE 5 � 6�00 7�00 8•00 9•00 /0•0� 1/•00 8•00 g.pp o�� w c� I HEEY �� .o • . . `- _ J� . I JI1N 2002 I R-11 � � S CNEpffA JJfl a a��� :opyrlqht 020D2 by Cartar Y Burpeae, Ira. � pCN�p \ J o0\011025\c I N 0251 py3. s�t 1 � "PARKWAY VARIE7 � �- ' (STANDARD TAMPED TOPSqL� SIDEWALK � Y` PER F7 (MINJ �r.� 4:1 (AIAX.) � 3 till^:.�.: " .5:..;. � .�� ''ii:.;`I ,�IIC�I II�� I� FI 6' � I COMPACIED � I SELECT BACKFILL I2' MIN. � 6„ � 6' R�NFORCED ( �� �PAVEMENT (35�0 t .�� ����"_... r . r'�.?;•�'�'.�r•,+... /3 BARS O- �� 24' O.C.B.W. GEOGRI�-TENSAR TRiAX 140-475 �"0 x 24' SMOOTH DOWEL � � 18' O.C. k EPO%YED INTO EXI571NG PAVEMENT E%ISTING CONCREiE� PA�EMENT . ........................... .............. TRANSVERSE EXPANSION JOINT KITNOUT DOWEL SUPPORT BASKET (SEE JOINT �ETAIL N0. 1). 1Y' MIN. PROPOSED GLEARANCE �PAVEAIENT ///(((��� µa a za^ 2' MIN. /\ O.C.B.W, r SEE TABLE 2 ':��a` �/��� . . :I * � �.. T 7 I .. a ..• ��.i.. ����. 1 . .��, • j: _I_ LEGEND CONCREIE GURB = '� "i � EDGE OF ASPHALT = EOGE OF GRAVEL _ CENTERLME �UNLE55 NOTED AS = SLIR�EY BAS LINE) _ ------- PROPERTY LINE - --- — R.O.W.LINE - --------- EASEMENT LiNE DRAINAGE FLOW ARROW _ � HMAC TRANSITION `'H't,�v+,k'' ��. PROPOSED CIXVCRETE Y',i.? A�.'�`,�'�� EXIS7ING CONCRETE TO BE REMOYEO AN� REPLACED � EX1511NG CONCRETE TO BE REMOVED CONSTRUCTION NOTES 1. FOR DFFORMED BAR SPLICES, LAP BARS 40 DIAMETERS AND i�E. 2. ALL HAND POURS IN THE SIREET SHALL BE 6 SACK. 3. EXISTING CURB k GUTTER, IF ANY, MUST BE SAWED AS DIRECIED BY THE ENqNEER. 4. ALL BLOCKOUTS SHALL BE 9' FROM BACK OF CURB, EXCEPT FOR WLETS. 5. IF CURB SECTION IS POURED AFtER THE PAVING SLAB HAS BEEN CONSTRUCIED, THE SUPERIMPOSED CURB MA7 BE USE� AS AN ALIERNATE MEhiOD FOR CONSIF2UC11NG THE ATTACHED CURB. Y�14 ZX�MIN. "2.O.W. VARIEI ",OADWAY ..,nic� � ( 1RIE� /J4 z 36" �EFORMED � BARS � 18' O.G LONGINDINAL CONS7RUCTION JOINT Wihl SILICONE JOINT SEALANT (SEE JOINT DETAII N0. 2) 2R_yIN. �PARKWAY VAPo�= � � 6.{.� �TAMPEO TOPSOIL . rSTANDARD I- I I y4 PER FT. (MIN.) II SIDEWALK 4:1 (`_AX.) I . ...., .. ...� � ;. ��r� / 3 I 11 6" '��i �F'�. II'=`II���'I� I.,:���-11 �i�,. � r: . � ."''„ / ! —7� ' � ' ' � ',�.• � ,�•�: �r//�/ COMPACTEO ��tiii- ( TYPICAL REINFORCED CONCRETE ROADWAY NOT 7o SCALE � DISTANCE BETWEEN EXPANSION JOINTS VARIES (600' MA%IMUMJ - I "EE TRANSVEkSE CONTRACTION JOINT SPACING (TABLE 3) � I HALF-WAY BE7WEEN CONTRACTION JOINTS '� SAWED OUMMY JOINT WITH CONTRAC710N JOINT WITH REINFORCED TRANSVERSE EXPANSION JOINT �3 BARS @ 9LICONE JOINT SEALER SILICONE JOWT SEAIER CONCRETE ��E TABLE 2 (SEE JOINT DETAIL N0. 1J p4" O.C.B.W. (SEE JOINT DETAIL NO. 2) (SEE JOINT DETAIL N0. 2) PA�EMENT . . . . .. . . .. . . .. .. . . . .. . .. . . . . . ... . .. . ... . .. . .. . . � ..� ....::...�..,..� .:..:.-.�.,.�:. r�..�.t • �.. „..:�....:. . .. . * � n...,.r �....,.. . . . } . . . ., .a... ' .• f, , '�' - . , . ... . .. ^:::,:, �:..... . . :. � . , .,., �: �. • ...• � ...... . ;..;...;. „• ,.. � .; ....,. ... , ..� ,o .. . �_ . .. .... ... :: - - .. . : . . . ::;:... � ..,,._i , . .. .., .:... •., • t.t:..�, ,. I. k- /. 7 /. �. < � i ..... , i : _ . .. ... .: ...... ... :: � , ..: .. .. .. . , ..:,. . : �;, �.. _... .:..,..... ,. - ,.. .....•.....::.,:: :..:.. . ..... .. ..�, . ..::.::..:... ......:. . . �.::. ... ..... . .., ,:::, ::,:;� ,,. ,..:,. . :. .. , :• , ., �� . ... ,. .:. _:..• .,:,-,.; , . T ,�. ....... .. . .... .... ...� . ... �_ wG'�'.-...::.,,,,,_.,, ,., ;,; ..:• .,:..; . ,,.. ,t:�^', ,..�,�. ;'� 2" -� F�2' CLEAR LONGITIIDINAL PAVING SECTION NOT TO SCALE FlRST POUft SECOND POUR CONS'R2UCTION JOINT N77H ��g• SILICONE JOMT SEAIANT (SEE JOINT DETAIL NO. 2) � J' � .. -�s - ~ i': : ... . .. . . ... .%y;�;;;r;;j I ; '��-- , . i.�, . .•� . ��.. ..�,: �'I''' ,� .,.'.. �:� ,ti.... ��-e' `.:i� :r ;;1,, 'pe �.'� R 6G. v :",d`'`� 0 � �`F�� `�, , ",p�%'.; � ';� c 'R wn Eer L, ao r�. .T2 ?/ �'°i �^ :���; 'fi'�u�.A. v S� �c ��� - �I—�, — ,VI+I��II�..II�,dllm11G711mLL���- �^� �/3 BARS � �#4 z 36' �EFORMEO 24" O.C.6.W. BARS � 18' O.C. LONGITUDINAL CC��STRUCTION JOINT NOT TO SCALE F _ ��,rrq}y�r � � OOWEL SLEEVE OR CAP �Z� TO FIT �'0 OOWEL AND 8E SECURE� BAR STOP TRANSVERSE EXPANSION CONSTRUCTION JOINT tUS�D ONLY AT END OF RADIUS. P.C. OR P.T. STATIONS. BETWEEN EXIST. AND PROP. PAVEh�ENT) NOT TO SCALE rSEE TABLE 2 $3 BARS O SAWED OUMMY JOINT WITH ' 24" O.C.B.W. gLICONE JOINT SEALANT * f (SEE JOINT OETAIL NO. 2) � SEE TABLE 2 T f * • �.: � � . ... . .. . . ..�� I .�' � _ +�.i.: T ��'; '.i; ^•_�;;i: �.: r.,. T � . � ... .�_ %%/' ir1 . e?.:�f'.i" ..:.q';`,'�� q �. �'po's�'rsei§" ndi �'htto � ETi�:;. G ;;� �r �"�;r, ; t.• .•tROkbTti/.iY. �I ;''�!'� '':lYt;fcJC PN'�� .b;. ;��; �..>` *1�¢i7. _ .• : .. ^ ,:. .: .. . �.`...... . ..�. ..:`.. . ... . ...... .. . . ... .r.�.^... . �:::•.;S_„'. � i--II I i—u i i—i I I I—� I I I i—n i �—+i u_u n—i n--i u—u SAWED DUMMY JOINT N0T TO SCALE siw FlRST POUR SECOND POUR CONS1RUCilON JOINT W1TH �g• SILICONE JOINT SEALANT (SEE JOINT OETAIL N0. 2) r SEE TABLE 2 . .., .. ... . ... .. .,.: ; �� .,.• ... .... . ........:� :. . t � �'. ?� * f '� :..�...:.<.•,.�.,....�. ......:��.. . . . d, � � . , `., .� T � :.. . .:. . .� ,,;;'���'i; ��.,.. r.. ..-.��� �..,_�; ....... . .. � .. - . . .. <'r' �.�- .. . T 1 J14�4 ...iir;���Z.sP��T�rrl�ii�iGaii-.u�.�iL:.iir�� I /}3 B.�RS � {/5 x 36' DEFORMED 24' O.C.6.W. BARS � 18' O.C. TRANSVERSE CONSTRUCTION JOINT NOT TO SCALE j5 x 18' OEFORMm BARS 7qpN5VERSE CONSTRUCTION JOIN1' DOWELEO AN� EP�XYED IN70 y,�7ry SIIJCONE JOINT SEALANT EXISTING PAVEMENT � 18" O.C. (SEE JOINT DETAIL N0. 2) EXISTING CONCRETE PROPOSED $3 � 24' PAVEMENT � PAVEMENT� �QC.B.W. ��E TABLE 2 ;'�.'•: :�:.. �..../� .,���� � �� * f A... T ,..•'+'^-�.^ �< � .r � .. . rr . , . . .. . �::;::;::;:;:`;>`:`:;:::::::::``; :;:::':`'::;::::.... - . . . . . � + �6�+ TRANSVERSE CONSTRUCTION JOINT (BETWEEN EXIST. AND PROP. PAVEMENTI NOT TO SCALE //3 BARS � rSAWED OUMMY JOINT MTH 24" O.C.B.W, g� / SILICONE JOMT SEALANT / (SEE JOINT �ETAIL NO. 2) rSEE TABLE 2 I"��'' .,�L. .. � . �` :.''i �.r ' . .. . .. : L..'., �.:.,}.:: * � �*�i%:'(��.5. i -���/i�� ..�,,., � . I T � -' '►-�,—.:�:.��,:; ` '.�.<: :; i :�' —1_ . �: � �OP, `'��'BG � � E :,i�:: .:.f�. V . FP �.., �,.. �• C T'.S G � �:�:�. � t;.i'.;:d•`:';':,'�!..`.. �;.�� ?TS'PJ_A,�-,.!�QY!GivA ...�4i. ,I��1�y� — , r'.d , — - — � �'o x ie• sMoan{ � �OWEL SUPPORT DOWEL BARS � 12" O,C. OR BASKET CONTRACTlON JOINT N0T TO SCALE �-6' 6"� TRANSVEftSE EXPANSION JOINT, FORMED Z� �Gft00�E ROl1N0E0 TO i'� RADIUS N7TH (/3 BARS 0 SIUCONE d01NT SEALER AND REDWOOD EXP. 24" O.C.6.W. �Z� J JOINT FILLER (5'E JOINT OETAIL N0. 1) I � 1Ya' MIN. CLEARANCE SEE 7ABLE 2� .: 14 ` J ' * -�1 :�f�'••� `I.: :,' 4^.'��: �,'�,.�.;:� . -.1 T .^"L,• I.,.. � ..... .. ... . . . � r `yi` � � Ilr,ll �'��;I ,�,—�I������I�"I'�``\11=II�f�"� rnica� Ronow, �;'m x z+' sMooni / I �6' DOWEL �DOWE� FLEEVE OR CAP W FR DOWEL � 17 O.C. / �` WATING �'0 DOWEL AND BE SECURm OOWEI SUPPORTJ BAR S"i0P OR BASKET TRANSVERSE EXPANSION JOINT NOT TO SCALE '!.>".:�. ,. ��., n",:.,,W�r:i•�:•e{:� `.a,:'� �:.:q:�� iy:y.....d..: I SEIECT 6ACKFILL �'"'�"':�".,• . � OIMENSIONS VARY FOR EACH . .�`'�'�':• SiREET. SEE PLAN SHEETS I 71 II I I I I � FOR DIMENSIONS. PROPOSED B-INGH FLEX BASE (TxDOT TPE A, GRADE 2) 2" MIN. ��� & � PAVEMENT iHICKNESS MOOTH JOINT DETAIL NO. 1 NOT TO SCAIE �Y„� SILICONE JOINT ',Yt".: .: � SEALANT T�4 .....:dY�; ;;i:� �t~ SAWED JOINT FACE (SEE ..i'��.: ' ',:: TABLE i) �.• � :.`. 7 �':�y;�.�: �� .,;•,.�,�.'. �5� ib' Dl4 CLOSED i�lE �� CELL EXPANDE� POLYE7HriENE „�:�� FOAM BACKER R�D . .' i ITABLE 1 I TABLE 2 (SAWEO OUMMY JOINT OEPTH) (PAVEAIENT REINFORONG 51EEL PLACEIAENn (DIN T= DIM T/4 - r * PA�EAIENT �OINi OEP1M (PAYCMENT IHICKNE55) ICLEARANCE FROM iHICKNESS FACE OF CONCREIE) ' 6. ��. I 6. Z. ( 7' I�� I 7' D4' ` e' 2' ( 8' 2�' NOIE: ALL DOWELS TO �E PLACE� AT i/2 TABLE 3 (MAXIMUM iRANSVERSE CONTRACTION JOINT SPACING) PAVEAIEN7 SiREET ROADWAY MA%MUM OESICNAlION 1HICKNESS CLA54FICATION YAOIH SPACING LL 24' 30' RESIDENnAL I � zB 3a 6� S1REEIS I L JO' 3�' IC 76' 30' LL 24' 3�' f L 28' 30' �, RESIOENIIAL I L 30' 30' STREEfi IC ]6' 30' MG I0� 30� I � « z.� �� � � 28• 30� FESIDENIIAI ' L 30' 30' STREETS g" I C S6' 30� MC 1a� 30� IN�IISTWAL ISU 50' b' SiREElS MINOR M4U 54' 30' ARTERIALS NOTE: lRAN5VER5E SAWED D�MMY ddNlS iHALL 9E PL CED HALF-WAV BETWEFN TRANSVERSE CONTRACTON J�INTS. DOE �/6181 CITY PROJfC7 #01298 TPW PROJECT C295-547200-202240729083 ' `r:: �:,*;, CITY OF FORT WORTH, 'I`EXAS - ' " .'"` "`� TRANSPORTATION AND PUBLIC WORKS JOINT DETAIL NO. 2 1NFR.ASTRUCTURE NOT TO SCALE MANAGEMENT DIVISION REINFORCED CONCRETE PAVEMENT CONSTRUCTION DETAILS DESIGNED: SCALE: DATE: SHEET , DRAWN: I N/A I APRIL 2011 15 OF 16 � 11�-0" fOR SINGLE DWl'. I DRIVEWAY NOTES: �e'-o' FOR ooua� owr. SEE NOTE 1 REINFORCE 4' WALK 1. PROVI�E Yz" PREMOLDED EXPANSION JOINT STANDARO W11}I //3 BARS � k SILICONE JOINT SEALANT, �NLY IF rA(SEE TABLE) SIDEWALK A 19" O.C.B.W. CONNECTING TO EXISTING CONCRETE DRIVE j -- -_ � _ R.O.W. OR SIDEWALK (SUBSIOIARY TO DRIVEWAY). �_ DOWEL INTO E%ISTiNG CONCRETE DRI�EWAY YdiH {bz24" BARS � 18' O,C. i i REINFORCE 6' � i i 2. DUMMY JaINT IN ORNEWAY RAMP IS �"-"-��� DRNE W/ j/3 j �� i OP110NAL IN it'-0" DRIVEWAY IXJLY. �(DUNMY JOINT� i I BARS � 18" � i i � SFACING) i i i i 3. SIDEWALK SLOPE SHALL BE Ys" PER F00T 8 1 I O.C.B.W. � � i TO THE FACE OF Cl/RB, OR AS OIRECTED BY THE ENGINEER. (SEE � HALF LENG7H PA10 AS TABLE) S._ 1 � I ATTACHED WRB 4. Si�EWALK SECTtON THRU DRIVEWAY TO 8E SiD. CURB � / � \ (CONC, PA�EMENT ONLY) POUREO SAME THICKNESS AS ORIYEWAY ,g ��7T�% sj� � SEE i \ rEXPANSION JOINT APPROACH, ANO PAID FOR AS �RNEWAY / NOTE 2 i / (E%CEPT SLIP-FORMED) APPROACH. E%ISTING SIDEWALK, IF ANY, � i / SHALL BE REMO�ED AND REPIACED. i � 6.�� I � t EXPANSION JOINT A `18' OR MATCH (E%CEPT SLIP-FORMID AS DIRECTED PARKWAY I � 10'-0' MIN. SINCIE DWY. W�pTM DIM 'A' �IM 'B' � �7'-0' MIN. DOU6LE DWY. � BY ENGINEER 10' 1' 9' I 20'-0" MIN. SINGLE DWY. 11' TO 14� 2� i0 5� 9� I � 27'-0" MIN. OOUBLE DN"(. , 15 TO 19' 3' TO 7' 12� I PLAN VIEW 20' TO 22' S� TO 7� 15' � PAID PER LF. AS WRB OR CURB k GUTTER i"':IVEWAY PAY LIMIT i 2'-9' � IARKWAY W1DT.: I (SEE (SEE TABLE) TAB���4'-0" SIDEWALK � 1'-3' �-18'—� LAYDOWN STANDARD CURB (SEE STD. 3 2+�, � CURB � SEE NOTE 3 � � OETAIL) I � yJ (,. `����' ..� :6;;. 2' SAND SEE NOTE 4 �.:.1....�•°�'gt: CUSHION OR • ' APPROVED SUBGRdDE ,p J� STABILIZEO � m SUBGRADE a� SECiION A—A DRIVEWAY APPROACH NOT TO SCALE � 9� 7ABLE 3 � HALF-WAY 6ETWEEN � � TRN.'SVERSE CONTRACTION JOINT iRANSVERSE WITH SILICONE JOINT SEALPNT CONTRACTION JOINT {j3 BARS � za' o.c.e.w. ;y5 x 36' DEFORME� BARS @ 18" O.C. TRANS�ERSE CONSTRUCTIONJ `�H'm T�NS/ERSE DUMMY JOINT-� gACK OF CUR6 JOINT W1TH SILICONE JOINT WITN Sit1CONE JOMT SFALAM SEALANT PLAN OF STEEL LAYOUT NOT TO SCALE PAHNG SL4B SEE TABLE 2 � * ... . . 1�4'� 5' PAY IIMIT J�" SLOPE� e� - TAMPE TOPSO 7y" \P\ '+ - � ��,./..,.,/,!.`" °,.�.%' - � � :, .r.. , "'!::: ,::, / ��J�� /��/ �ti. � •�:/:.ir:; �/��/ �// ,'!.�'..• .. ..... .... . �2', �3 6AR5 � J 24" O.C.B.W. PROPOSED SUBqiAOE PER TYPICAL ROAOWAY SECTION MONOLITHIC CURB NOT TO SCALE (/3 "U" BARS � 24' O.C. (TMESE BARS MUST 6E ��4� PLACED AT THE 11ME TNE PA�ANG SLAB IS POURED) ' Jy" SIOPE� PAVING SL4B � SEE TABLE 2 �, i �+=-:....�.,.^;: �:7•r• ���.��..•�. ��,•+''•,���.. . r . , . . COMPAC7ED SELECT BACKFILL CONSTRUCTION 3• JOINT 7AMPED ��-� � TOPSqI / � � � II i II � �3 CONT. � � \ 2 � 3'P � � .':.- � � � � 2' � ! / / ' J. � ' �/��/��/�� �`� 'P � � �/��/i. / 3� � 1J4'� \ / : . .,q,....�,. \ � ' / `�,:f:>.�'�� I�' COMPACTED . 2� / SELECT �\ 1Yz"---`� � � / p3 6Aft5 O �' / BACKFILI � / 24' O.C.B.W. PROPOSED SUBGRADE-� � � _ - � PER TYPICAL ROADWAY SECTON SUPERIMPOSED CURB N0T TO SCALE SIIICONE JOINT SEALANT (SEE �ETAII No. 2) 1¢" PREMOLDED EXPANSION � JOMT MATERIAL SEE CURB DETAIL y4 PEr_F00T . ,.r. ����aPOSE��L'K,; . f:�: , ��61� '. ,' � +; yY `.Y:.S,�A ^ y`.. i,.r�:. ,'l.`. .; " 1`�':�.-:i'��,'+, 2' SAND n CUSHION %..T,��..�Ov`�.�� `.�����< ..Q,i�:� EXPANSION JOINT BETWEEN CURB & SIDEWALK N0T TO SCALE BACK OF CURB 9' BLOCK-OUT FROM BACK OF END OF EACH BLOCH OUT �"0 x 10' SMOOTH EXPANSION JOI�tfS CURB fOR ORIVEWAY APPROAC� WILL BE SHOWN WITH A gqCK OF CURB SAWED DUMMY JOIN15 DOWELS O 12" O.C. �(SEE NOTE 4) 1RANSVERSE JOINT � i � r � � LONGITl101NAL CONSTRLICTION ' I \ � � I I � � � � � JOMT WITH SILJCONE JOMT � I � � � � I I � � � SEAUNT I I I I � � �� I I I 1 I I ����� � i I i i � � � � i � i i I � I j � � � j I I 4 z 36� DEFORMED � ,� I � i i I � �\ � nes m te' o.c. CONSTRUCTION JOINi CONTRACTION JOINTS LBACK OF CURB / LCURB REfURN CONTRACTION JOWT qp" BLOCK-OUT FROM (TYP) BACK OF GURB FOF2 / ON-LINE INLETS, AN� 24' EXPPNSION JOINTJ 9' BLOCK-OUT FROM BACK EXPANSION JOIM J � INTERSECiING 57REET (TYP.) CURBKFOR RECESSED I�NLETS OF CURB FOR INTE:RSECTION , (SEE NOTE 4) (SEE NOTE 4) SPACING DIAGRAM FOR JOINTS & BLOCKOUTS NOT TO SCALE . , LEGEND .. .. � CONCRETE CURB _ uB '� '� EDGE OF ASPHALT EOGE OF GRAVEI = - CENTERLINE UNLE55 NOTED AS SIIR�EY BAS LME) _ ------- PROPER7Y LINE _ — - - — R.O.W. LINE _ --------- EASEMENT 11NE _ - DRAINAGE FLOW ARROW - � HMAC TRANSITION = .>.R'.,r��r�Y� . �+���4'� PROPOSEO CONCRETE _ �'�a�'':iX�i E%ISTING CONCRETE TO BE REMOVID AND REPLACED - � EXISi1NG CONCRETE TO BE REMOVEO _ CONSTRUCTION NOTES i. FOR DFFORMED BAR SPLICES. LAP BARS 40 OIAMETERS AND TIE. 2. ALL HAND POURS IN THE STREET SHALL BE 6 SACK, - = 3. E%ISTINC CURB dc GUTTER, IF ANY, Ml1ST BE SAW£D AS DIRECTED BY THE ENC�NEER. _ 4. ALl BLOCKOU75 SHALL BE 9' FROM BACK OF CURB, EXCEPT FOR INLETS. 5. IF CURB SECTION IS POURED AFTER THE PAYiNG SLAB HAS BEEN CONSTRUCTED, THE = SUPERIMPOSED CURB MAY 8E USEO AS AN Al1ERNATE METHOD FOR CONSTRUCTING THE ATTACHEO IXIRB. TABLE 7 I tl TABLE 2 n I (SAWEU DUMMY JOINT OEPTi PAVEMENT REINFORQNG SIEEI. PIAGEMEN PAI�ENENT OIM T/4 � T (CLEARANfE FROM THICKNESS dOMi DEPTH (Pq�EMENT TiiCNNE55) FACE OF CONCRE7EJ s� � U4� � � 6� Z� � I �' I +�' I I �' I �' I I B' I =' I I a' I z�:' I NOTE: ALL DOWEIS TO BE PLACED AT T/2. I TABLE 3 (MA%IMUM iRANSVERSE CONTRAC710N JOINT SPACINC) IPAVEMENT S'RiEET ROADWAY MA%IMUM 1HICKNE55 CLA:SIFlCAIION �SIGNF110N �pTM SPACING LL 24' 10' RESIOENiIAL I � 28 30 6� 57REETS I � ao' ao' IC �6' 30' I LL ( 24• I 30• I � I Za. I �. �. RESS�EIJ SAL � � I ��. I �. � � I 36. I �. IM� I� I 30 I Ill 24' 30' ' Il 28' 3d I R 5,��,� ` I � I Ja � I g" I C � �6 3� I MC I w � I ( INSTREElSAL ISU I 50' 30' I MINOF M4U I 54 I 3U I AR7ERIAL$ NOTE: WA S�FHSE SA15ED D MMY JqNTS SHALL BE PLACED HAIF-WAY BEiN£QJ 1RANSVERSE GONIRACTON JOINTS. OOE #6181 Cl7Y PROJECT #01298 TPW PROJEC7 C295-541200-20224019083 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS INFR.ASTRUCTURE MANAGEMENT DIVISION REINFORCED CONCRETE PAVEIVIENT CONSTRUCTION DETAILS DESIGNED: SCALE: DATE: SHEET DRAWN: N/A APRIL 2011 16 OF 16